public utilities-electric division 2019 specifications & contract

82
1 Public Utilities-Electric Division 2019 Specifications & Contract Documents SUBSTATION POWER TRANSFORMERS DESIGN, MANUFACTURE, AND DELIVERY

Upload: khangminh22

Post on 27-Feb-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

1

Public Utilities-Electric Division

2019

Specifications & Contract Documents

SUBSTATION POWER TRANSFORMERS DESIGN, MANUFACTURE, AND DELIVERY

2

CITY OF GARDEN CITY, KANSAS

INVITATION TO BID

BID TITLE SUBSTATION POWER TRANSFORMERS

ISSUE DATE November 15, 2019

BID OPENING December 13, 2019

BID AWARD January 24, 2020

IMPORTANT NOTE: Indicate company name and Bid Title on the front of the sealed bid envelope.

The City of Garden City, Kansas (City of Garden City or City), is seeking competitive sealed bids on two (2) new 115 kV-34.5 kV 40 MVA Substation Power Transformers.

The City of Garden City desires to engage in the manufacturing and delivery of the two (2) new 115 kV-34.5 kV 40 MVA Substation Power Transformers.

The process of responding to the Bid should involve interested companies reviewing and analyzing the information provided herein and responding in writing to any and all items where a response is requested.

Sealed bids will be received by the City of Garden City, Electric Division, until 2:00 p.m. CT December 13, 2019, at which time they will be publicly opened and read aloud. The bid opening will begin promptly at the appointed time at the Utilities Service Center located at 140 Harvest St., Garden City, KS 67846. No bids may be submitted after the bid opening begins. The bidder is solely responsible for the timely submission of this bid.

Address bids to the City of Garden City, Electric Division ATTN: Tyler Patterson, Warehouse Manager

Substation Power Transformers-UE2019-14 Bid 140 Harvest St.-P.O. Box 998

Garden City, KS 67846, on or before December 13, 2019, at 2:00 p.m. CT

No bid may be withdrawn for a period of sixty (60) calendar days after the bid opening. The City of Garden City reserves the right to evaluate bids to determine the lowest responsible bidder according to City policies, to reject any and all proposals, to waive formalities within the scope of authority, and further, the City reserves the right to make an award of bid that is in the best interest of the City of Garden City. Direct all questions on bidding procedure to: Kent Pottorf, Electrical Engineering/SCADA Mgr. [email protected] 140 Harvest St. P.O. Box 998 Garden City, KS 67846 (620) 276-1290

3

Introduction

The intent and purpose of this Invitation to Bid is to establish a contract with a qualified Manufacturer who can provide supervision, labor, material, and incidentals necessary to perform the manufacturing and delivery of the 115 kV-34.5 kV 40 MVA Substation Power Transformers.

Scope of Services and Standards of Work

Manufacturer obligations:

To supply the materials, manufacturing, and delivery of substation power transformers per specifications.

Safety

Job site activities shall at all times be conducted in accordance with applicable Federal, State and Local laws, regulations and requirements.

Damage to Facilities / Insurance Requirements

The Manufacturer shall be responsible for damages by its employees, agents or subcontractors to any City of Garden City utility facilities or customer-owned facilities during the delivery of the substation power transformers. Furthermore, any damages to utility facilities not owned by the City of Garden City shall be the responsibility of the Manufacturer. The Manufacturer shall submit proof of comprehensive General Liability Insurance carried in the minimum amount of $1,000,000 for bodily injury or death, and $1,000,000 for property damage. Workers compensation and motor vehicle liability insurance are also required. Proof of insurance must be submitted to the City of Garden City prior to execution of the contract for services. Risk of loss and/or damages shall be upon Manufacturer until goods are physically delivered as indicated, field work completed, and accepted by the City of Garden City.

Supervision / Customer Notification

The Manufacturer shall remain in close communication with the City of Garden City’s designated representative. No manufacturing or delivery of the substation power transformers shall commence that has not been directed by the City of Garden City’s designated representative.

Manufacturer Employees

All employees of the Manufacturer, while working or performing the substation power transformers delivery activity for the City of Garden City, will be required to wear some form of identification and proper PPE to perform the substation power transformers delivery. Employees will maintain a professional attitude toward the work being performed and toward any and all contacts with the City of Garden City.

Payment

Invoices may be submitted by the Manufacturer for payment at the Manufacturer’s discretion, but submissions shall be made at least monthly, with payment within thirty (30) days. Retainage of 10% will be withheld until final acceptance and payment.

4

Assignment

No assignment, subcontracting, subletting, or transferring of the Manufacturer’s obligations or the Manufacturer's right to receive payment hereunder shall be permitted without written approval of the City of Garden City. Manufacturer who submits a bid shall provide on the bid form the name of any delivery and transportation sub-contractors proposed to perform project work, along with the nature of the work to be performed by the subcontractor, and the subcontractor’s address, phone number, and email address. If manufacture and/or final assembly of the substation power transformers is performed by an entity other than Manufacturer, they shall also be identified as a subcontractor. Product manufacturing or assembly of components of the substation power transformers which are affixed to the substation power transformers shall not be considered subcontractors. If City or its Engineer, after due investigation, has reasonable objection to any proposed subcontractor, supplier, individual, or entity, City may, before the Notice of Award is given, request apparent successful bidder to submit an acceptable substitute, in which case apparent successful bidder shall submit a substitute bidder’s bid price, increased (or decreased) by the difference in cost occasioned by such substitution, and City may consider such price adjustment in evaluating bids and making the contract award.

Term / Limitation of Time to Complete Work

The Manufacturer is expected to start work promptly after the authorization to proceed is issued. Work shall begin within thirty (30) days of the execution date of authorization to proceed.

Indemnification

The Manufacturer agrees to and shall indemnify and hold the City of Garden City harmless from and against all liability, loss, damage or injury, and all costs and expenses (including attorney’s fees and costs of any suit related thereto), suffered or incurred by the City, arising from or related to Manufacturer’s negligent performance under the contract, or the negligence of Manufacturer’s employees, agents or subcontractors.

References

The Manufacturer shall supply, with its bid, professional references of companies or organizations for which it (and any subcontractors) has performed similar substation power transformer manufacturing and delivery within the last twenty-four (24) months. At least three (3) references shall be included with a contact name and telephone number.

Permits

Manufacturer will be responsible for securing any and all transportation or other permits necessary to deliver product as set forth herein. Costs of all permits shall be included in bid.

Equal Opportunity and Nondiscrimination

Equal Employment Opportunity. The Manufacturer and subcontractors will be required to comply with the President’s Executive Order 11246 (Equal Employment Opportunity), as amended, which prohibits discrimination in employment regarding race, color, creed, sex, or national origin. The Manufacturer must certify that they do not or will not maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed or national origin. The documents within Section 00201 (Equal Employment Opportunity) are made a condition of the bid. (See attachment). Nondiscrimination Clauses. Bidders on this work, including subcontractors or vendors, will be required to comply with regulations as outlined within the documents included within Section 00202 (Non-Discrimination Clauses 0708). (See attachment).

5

Special Provisions. The Manufacturer and subcontractors will be required to comply with the Civil Rights Act of 1964, Rehabilitation Act of 1973, Americans with Disabilities Act of 1990, Age Discrimination Act of 1975, Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations of 1994 and 49 C.F.R. Part 26.1 (DBE Program), along with any amendments thereto.

CITY LOAD LOSS EVALUATION FORMULA

SUBSTATION POWER TRANSFORMERS DESIGN, MANFACTURE, AND DELIVERY

Two (2) 115 kV-34.5 kV, 40 MVA Substation Power Transformers (Technical Specifications Enclosed)

TC =TB + LLB (LLV) + NLLB (NLLV) Where: TC = Evaluated Transformer Cost TB = Transformer bid Price ($) LLB = Load Loss @ Max. KVA Bid (W) NLLB = No Load Loss Bid (W) LLV = LoadLoss Value $/W = $2.05 NLLV = No Load Loss Value $/W = $6.80

6

INSTRUCTIONS AND CONDITIONS

These conditions are an integral part of this bid, and the bidder must comply with them.

1. Bidder must bid on the Bid Sheet & Certification (page) and submit references on the Bidder

References Form (page), as requested.

2. Bidder must complete Fill-In Data sheets and provide the information specified on FD-1 as provided

in the Specifications.

3. Bidder should make a copy of bid for his/her file.

4. All costs for the service must be included in the total bid price as stated on the Bid Sheet &

Certification (page).

5. The City of Garden City reserves the right to accept or reject any or all bids, reserves all rights

granted by law, reserves the right to waive formalities and to take such action as it deems necessary

in the best interest of the City of Garden City.

6. Each bidder must sign the bid with his/her signature and shall give his/her business address on the

form provided in this bid.

7. The City of Garden City operates on an equal opportunity basis in its bidding policy. Bidding is open

to all interested parties, in compliance with national, state and local laws.

8. No late bids will be opened.

9. Bids will be opened and read publicly at the Utilities Service Center, 140 Harvest St., Garden City,

KS 67846, on December 13, 2019 at 2 pm CT.

10. No bid award will be made at the time of the opening. The successful bidder will be contacted

immediately following bid approval by the Governing Body of the City of Garden City, Kansas.

Bidders may contact the City of Garden City Electric Division at (620) 276-1290 to find out the

results of the bid award.

11. Exceptions. The Bidder shall furnish a statement on company letterhead giving a complete

description of all exceptions to the terms, conditions, and specifications. Failure to furnish the

statement will mean that the bidder agrees to meet all requirements of the terms, conditions, and

specifications.

7

BID SHEET & CERTIFICATION

The City of Garden City is seeking competitive sealed bids for two (2) 115 kV-34.5 kV, 40 MVA Substation Power Transformers to be manufactured and delivered to Garden City, KS. The City of Garden City desires to engage with a qualified Manufacturer for this project.

Qty. Description

(2)- 115 kV-34.5 kV, 40 MVA Substation Power Transformers.

NLLB:__________ FLLB:__________ Amount: $_____________________

(2)- 115 kV-34.5 kV, 40 MVA Substation Power Transformers delivered to the site and Field Installation, Garden City, KS, located in Finney County, KS.

Amount: $_____________________

Expected time from bid award to delivery including construction drawing approval.

Weeks:_______________________

I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same material, supplies, equipment or service, that it meets or exceeds all specifications contained herein, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, all specifications as stated, all bid prices, and certify that I am authorized to sign for the bidder.

Company Name:______________________________________________________________________

Company Address:____________________________________________________________________

Taxpayer Identification Number (T.I.N.):____________________________________________________

Telephone No._________________________Fax No.________________________________________

Email Address:_______________________________________________________________________

Print Name:__________________________________________________________________________

Signature:___________________________________________________________________________

8

LIST OF SUBCONTRACTORS

Bidders shall submit the following information pursuant to the conditions herein.

Please check box accordingly: Subcontractors WILL NOT be utilized to complete work. Subcontractors WILL be utilized to complete work. (Complete rest of form) No Contractor whose bid is accepted shall permit any subcontract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the original bid without the consent of the City.

Subcontractor: Category of

Work: Address of Business: Phone #:

9

BIDDER REFERENCE FORM

The Contractor shall supply, with its bid, professional references of companies or organizations for which it has performed similar manufacturing of Substation Power Transformer(s) within the last twenty-four (24) months. At least three (3) references shall be included with a contact name and telephone number.

1. Company Name:________________________________________________________________

Contact Name:____________________________________________________________________

Contact Phone:________________Contact Email:________________________________________

Date(s) of Services Rendered:________________________________________________________

Brief Description of Specific Services Rendered:__________________________________________

2. Company Name:________________________________________________________________

Contact Name:____________________________________________________________________

Contact Phone:________________Contact Email:________________________________________

Date(s) of Services Rendered:________________________________________________________

Brief Description of Specific Services Rendered:__________________________________________

________________________________________________________________________________

________________________________________________________________________________

3. Company Name:________________________________________________________________

Contact Name:____________________________________________________________________

Contact Phone:________________Contact Email:________________________________________

Date(s) of Services Rendered:________________________________________________________

Brief Description of Specific Services Rendered:__________________________________________

________________________________________________________________________________

ADVERTISEMENT

NOTICE TO BIDDERS

Bids for the 2019 Substation Power Transformers Design, Manufacture, and Delivery (UE2019-14), for the City of Garden City, Kansas will be received at the Utilities Service Center, 140 Harvest Street, Garden City, Kansas, until 2:00 p.m. CT, December 13th, 2019 at which time the bids will be opened publicly and read aloud. All bids shall be made on printed forms, which may be obtained from the Utilities Service Center or online at https://www.garden-city.org/services/advanced-components/misc-pages/bids-rfps/-fsiteid-1 . No bidder may withdraw his bid for at least sixty (60) calendar days after the scheduled closing time for the receipt of bids. The City reserves the right to reject any or all bids and to waive informalities, and to accept the bid deemed to be in the best interest of the public. Tyler Patterson Warehouse Manager

__________________________________________________________________________________________ 17-100-063-12 Equal Employment Opportunity 00201-1

EQUAL EMPLOYMENT OPPORTUNITY

During the performance of this contract the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: Employment upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer, setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the Contract Compliance Officer advising the said labor union or worker’s representatives of the Contractors commitment under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor.

5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractors noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contract procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204, provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department the Contractor may request the United States to enter into such litigation to protect the interest of the United States. 8. The Contractor will, prior to the approval of any construction contract, submit an acceptable Affirmative Action Plan to the City for review and approval.

______________________________________________________________________________ 17-100-063-12 Nondiscrimination Clauses (Garden City 0708) 00202-2

NONDISCRIMINATION CLAUSES

During the performance of this Contract, the Contractor or Consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: (1) COMPLIANCE WITH REGULATIONS: The Contractor will comply with the Regulations of the United States Department of Transportation relative to nondiscrimination in federally assisted programs of the United States Department of Transportation (Title 49, Code of Federal Regulations, Parts 21, 23 and 27), hereinafter incorporated by reference and made a part of this contract. (2) NONDISCRIMINATION: The Contractor, with regard to the work performed by it after award and prior to completion of the Contract work, will not discriminate on the grounds of race, religion, color, gender, age, disability, national origin or minority populations and low income populations in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix "A", "B", and "C" of the Regulations. (3) SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, gender, age, disability, national origin or minority populations and low income populations. (4) INFORMATION AND REPORTS: The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and the City or the Secretary of Transportation of the State of Kansas, will be permitted access to its books, records, accounts, other sources of information and its facilities as may be determined by the City, Secretary of Transportation of the State of Kansas to be pertinent to ascertain compliance with such regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the City, Secretary of Transportation of the State of Kansas as appropriate; and shall set forth what efforts it has made to obtain information. (5) EMPLOYMENT: The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, gender, age, disability, or national origin. (6) SANCTIONS FOR NONCOMPLIANCE: In the event of the Contractor’s noncompliance with the nondiscrimination provisions of this Contract, the City shall impose such Contract sanctions as it, or the Secretary of Transportation of the State of Kansas, may determine to be appropriate, including, but not limited to, (a) withholding of payments to the Contractor under the Contract until the Contractor complies, and/or (b) cancellation, termination or suspension of the Contract, in whole or in part.

______________________________________________________________________________ 17-100-063-12 Nondiscrimination Clauses (Garden City 0708) 00202-2

(7) DISADVANTAGED BUSINESS OBLIGATION: (a) Disadvantaged Businesses as defined in the Regulations, shall have a level playing field to compete fairly for contracts financed in whole or in part with Federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have equal opportunity to compete for and perform contracts. No person(s) shall be discriminated against on the basis of race, color, gender, or national origin in the award and performance of federally‐assisted contracts. (c) The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Federally‐assisted contracts. Failure by the contractor to carry out these requirements is a material breach of contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. (8) EXECUTIVE ORDER 12898: (a) To the extent permitted by existing law, and whenever practical and appropriate, all necessary and reasonable steps shall be taken in accordance with Executive Order 12898 to collect, maintain, and analyze information on the race, color, national origin and income level of persons affected by programs, polices and activities of the Secretary of Transportation and use of such information in complying with this Order. (9) INCORPORATION OF PROVISIONS: The Contractor will include the provisions of paragraph (1) through (8) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the regulations, orders of instructions issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the City or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Contractor may request the State to enter into such litigation to protect the interests of the State.

NONDISCRIMINATION UNDER TITLE VI OF THE CIVIL RIGHTS ACT OF 1964

The Contractor will comply with the Title VI of the Civil Rights Act of 1964 (P.L. 88‐352) and the regulations pursuant thereto (25 CFR Part 1), which provides that no person in the United States shall on the ground of race, color or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity undertaken with Federal financial assistance.

No. 22-05-2019-01THIS AGREEMENT made and entered into this day of ,2019,by and between the City of Garden City, Kansas, hereinafter called "CITY" and

hereinafter called "CONTRACTOR".

WITNESSETH:

ARTICLE 1: The CONTRACTOR will commence and complete the project known as

ARTICLE 2: It is hereby mutually agreed, that for and in consideration of the sum or sums tobe paid the CONTRACTOR by the CITY as set forth in the Proposal, the CONTRACTOR shallfurnish all labor, equipment, accessories and material (except materials salvaged or otherwisefurnished as specified) and shall perform all work necessary to construct and complete theimprovement in a good, substantial and workmanlike manner, ready for use, and in strictaccordance with the contract documents, as set forth below, as approved and filed pursuantto law in the office of the legal representative of the CITY.

ARTICLE 3: It is hereby further agreed, that the CONTRACTOR will perform all of the workdescribed in the contract documents and comply with the terms therein for the sum or sums setforth in the Proposal as accepted by the CITY.

ARTICLE 4: It is hereby further agreed that in consideration of the faithful performance of thework by the CONTRACTOR, the CITY shall pay the CONTRACTOR the sum or sums due himat stated intervals and in amounts certified by the Engineer, in accordance with the provisions ofthe Contract Documents and as set forth in the Proposal as accepted by the CITY.

ARTICLE 5: It is further agreed, that at the completion of the work and its acceptance by the CITY, all sums due the CONTRACTOR by reason of his faithful completion of the work, takinginto consideration additions to, or deductions from, the contract price by reason of alterations ormodifications of the original Contract Documents or by Change Order or Force Account workauthorized under the Contract in accordance with the Contract Documents, will be paid to theCONTRACTOR by the CITY within thirty (30) days after said completion and acceptance.

ARTICLE 6: It is hereby further agreed, that the term "Contract Documents" means and includesthe Notice to Bidders, Information to Bidders, Nondiscrimination Clauses, Special Attachment,Equal Employment Opportunity Clauses, General Conditions of the Specifications, General Provisions, Technical Provisions, Technical Specifications, General Specifications, SpecialProvisions, Certification of Nonsegregated Facilities, Plans and/or Drawings, Proposal, Contract,Contract and Maintenance Bond, Statutory Bond, as applicable to the project, and are herebymade part of this agreement as fully as if set out at length herein.

ARTICLE 7: It is hereby further agreed that the words "he", "him", or "it" whenever used herein asreferring to the CONTRACTOR shall be deemed to refer to the CONTACTOR, whether a person, partnership, or corporation, and that this contract and all covenants and agreements thereofshall be binding and for the benefit of the heirs, executors, administrators, successors and assigns of the CONTRACTOR.

CONTRACT

C-2000 Page 1

ARTICLE 8: It is hereby further agreed, that the CONTRACTOR will commence the workrequired by the Contract Documents, within ten (10) calendar days after the date of the Noticeto Proceed and will complete the same within the time provided in the Contract Documents,unless the period for such completion is otherwise extended pursuant to the Contract Documents.

ARTICLE 9: It is hereby further agreed, that should the CONTRACTOR fail to complete all workwithin the time provided, the CONTRACTOR shall be liable to the CITY for liquidated damagesat the rate as specified in the Contract Documents.

IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by theirduly authorized officials, this Contract on the date first above written, in triplicate, each of whichshall be considered as the original.

CITY OF GARDEN CITY, KANSAS CONTRACTOR

Mayor Title:

ATTEST: ATTEST:

City Clerk Title

C-2000 Page 2

KNOW ALL MEN BY THESE PRESENTS, that the undersigned Contractor, as Principal and theundersigned, as Surety, a Corporation organized under the laws of the State of withgeneral offices in and authorized to transact business in the state of Kansas, are held and firmly bound unto the City of Garden City, Kansas, (City) in the sum of $lawful money of the United States, for the Payment of which sum, well and truly to be made, thePrincipal and Surety bind themselves, their heirs, administrators, executors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT WHEREAS,Principal has entered into a written Contract with the City dated , 2019,for the furnishing of materials and labor and doing of all work of whatever kind necessary to constructcertain improvements entitled

for the City all in accordance with the detailed Contract documents for such work, a copy of which isattached hereto and which is by reference made a part hereof.

NOW THEREFORE, if Principal shall well and truly perform all of the covenants, conditions andobligations of the Contract on the part of the Principal to be performed, and shall hold the City harmless against all claims, loss or damage which it may sustain or suffer by reason of any injury to persons or property by the action of the Principal or its employees, and if Principal shall maintain the improvements to be constructed by it as provided in the manner and for the time provided for in the Contract above referred to, then this obligation shall be void; otherwise to remain in full force and effect.

If Principal shall fail or neglect to pay any person, firm or corporation for labor bills, including the hire,rental or lease of equipment or machinery and the operators thereof, used on the work, or materials employed or used in carrying forward, performing and completing the Contract, or other expenses essential to the completion of the Contract within thirty (30) days after the same becomes due and payable, such persons, firms or corporations entitled to such pay may sue on this bond to recover from Principal and Surety or either of them, the amount so due and unpaid.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time,alteration or addition to the terms of the Contract or to the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time, alteration or addition to the terms of the Contract, or to the work, or to the GeneralConditions of the Specifications.

IN TESTIMONY WHEREOF, Principal has duly executed this document and Surety has caused thisdocument to be executed in its name and its corporate seal to be hereunto affixed, by its duly authorized agent or agents, all as of the day of , 2019.

Principal: Surety:

By:Attorney-in-fact

(A certified copy of the power-of-attorney must be attached hereto.)

CMB-2000

CONTRACT AND MAINTENANCE BOND

KNOW ALL MEN BY THESE PRESENTS, that the undersigned Contractor, as Principal and theundersigned, as Surety, a Corporation organized under the laws of the State of withgeneral offices in and authorized to transact business in the state of Kansas, are held and firmly bound unto the City of Garden City, Kansas, (City) in the sum of $lawful money of the United States, for the Payment of which sum, well and truly to be made, thePrincipal and Surety bind themselves, their heirs, administrators, executors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT WHEREAS,Principal has entered into a written Contract with the City dated , 2019,for the furnishing of materials and labor and doing of all work of whatever kind necessary to constructcertain improvements entitled

for the City all in accordance with the detailed Contract documents for such work, a copy of which isattached hereto and which is by reference made a part hereof.

NOW THEREFORE, if Principal or any subcontractor of Principal shall payall indebtednessincurred for supplies, materials or labor furnished, used or consumed in connection with or in or about theconstruction or making ot the above described improvements including: gasoline, lubrication oils, fuel oils,greases, coal and similar items used or consumed directly in furtherance of such improvement, this obligation shall be void, otherwise it shall remain in full force and effect.

If Principal shall fail or neglect to pay any person, firm or corporation for labor bills, including the hire,rental or lease of equipment or machinery and the operators thereof, used on the work, or materials employed or used in carrying forward, performing and completing the Contract, or other expenses essential to the completion of the Contract within thirty (30) days after the same becomes due and payable, such persons, firms or corporations entitled to such pay may sue on this bond to recover from Principal and Surety or either of them, the amount so due and unpaid.

The Surety, for value received, hereby stipulates and agrees that no change, extension of time,alteration or addition to the terms of the Contract or to the work to be performed thereunder, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time, alteration or addition to the terms of the Contract, or to the work, or to the GeneralConditions of the Specifications.

IN TESTIMONY WHEREOF, Principal has duly executed this document and Surety has caused thisdocument to be executed in its name and its corporate seal to be hereunto affixed, by its duly authorized agent or agents, all as of the day of , 2019.

Principal: Surety:

By:Attorney-in-fact

(A certified copy of the power-of-attorney must be attached hereto.)

SB-2000

STATUTORY BOND

KIEWIT

9401 Renner Blvd., Lenexa, KS 66219

913-928-7000 913-689-4000 fax

SPECIFICATIONS FOR

SUBSTATION POWER TRANSFORMERS

94.03.26.550

GARDEN CITY SUBSTATION TRANSFORMERS

GARDEN CITY, FINNEY COUNTY, KS

KIEWIT PROJECT NO. 20031123

ISSUED: March 19, 2019

REVISION B – Issued for Proposal

Garden City Substation Transformers

Kiewit Project No. 20031123 TOC-1 94.03.26.550/B/Issued for Proposal

TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS

TITLE Pages Revision

FD Fill-In Data .............................................................................FD-1 – FD-7.....................B

GENERAL REQUIREMENTS

A General Description and Scope of Work ......................GR-A-1 – GR-A-4.....................B

B Engineering Data and Submittal Schedule....................GR-B-1 – GR-B-8.....................B

Comprehensive Equipment Manual Cover/Spine Template........2 pages

Comprehensive Equipment Manual Checklist.............................2 pages

Spare Parts List Template..............................................................1 page

Bill of Material (BOM) Template .................................................1 page

SDS Seller’s Deliverables Schedule ..........................................SDS-1 – SDS-3.....................B

TECHNICAL REQUIREMENTS

TS1 Substation Power Transformers ........................................TS1-1 – TS1-27.....................B

EDR1 Engineering Design Requirements ...............................EDR1-1 – EDR1-4.....................B

EDR2 Engineering Design Requirements ...............................EDR2-1 – EDR2-4.....................B

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-1 94.03.26.550/B/Issued for Proposal

1.0 The blank data sheets included in this section shall be completely filled in. The data listed therein shall not

relieve the Seller of the responsibility for meeting the requirements of the detailed specifications. Where

alternates are indicated, the Seller shall provide complete information for each alternate.

2.0 IN ADDITION TO COMPLETING THE FILL IN DATA SECTION BELOW, SELLER SHALL

PROVIDE THE FOLLOWING AS PART OF THE PROPOSAL:

Preliminary General Arrangement (Outline Drawing) showing size, thickness, weights, etc.

Platform and Ladder Requirements with Preliminary Layout Drawings.

Preliminary Foundation Loading Diagram including seismic and wind loads (+15%, -0%) and anchorage

details.

Wiring Diagram for major electrical equipment.

Complete list of required special maintenance tools with description and quantity of each item.

Priced list of spare parts recommended for startup and commissioning of proposed Equipment with prices

effective as specified in Section GR-A.

Estimated size and weight of major equipment.

Terminal Points List including physical termination information, electrical power requirements and other

pertinent data for any Seller/Buyer electrical/logic interface point.

List of expected Shop Tests included in the Proposal.

Engineering and Manufacturing Schedule indicating major activities and durations for engineering design,

submittal of drawings and information, fabrication, submittal of instruction manuals, factory testing and

delivery.

3.0 SELLER SHALL PROVIDE THE FOLLOWING FILL IN DATA TO BUYER ELECTRONICALLY

(IN EXCEL FORMAT) WITH SELLER'S PROPOSAL. THIS SECTION WILL BE INCLUDED IN

THE FINAL MATERIAL CONTRACT.

4.0 The Seller has provided the data shown in the following table as part of its Proposal. The Buyer has relied on

the data provided for purposes of award of this Agreement, and design of related systems and facilities for the

Project. The equipment shall meet (or exceed) the characteristics and data provided, or the requirements of

the Specifications, whichever is more stringent.

4.1 In no case shall the information provided herein relieve the Seller of his responsibility for meeting the

requirements of the detailed Specifications.

4.2 Additional information shall be provided as requested by the Buyer.

SUBSTATION POWER TRANSFORMERS

Morris Substation 40MVA, 115/34.5kV

Transformer Type

Application

Altitude

24 hour Average Ambient Temperature °C

Maximum Ambient Temperature °C

Seismic Design and Construction Codes

Sound Pressure Level at Max MVA dBA

Number of Phases

Number of Windings

Winding Material

Frequency Hz

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-2 94.03.26.550/B/Issued for Proposal

Vector Group

Cooling Class

Temperature Rise °C

Maximum Winding Hotspot Rise °C

Insulation Temperature Rise Rating °C

Oil Type

Oil Preservation Type

Color

High Voltage (HV) Winding

Connection

MVA / / MVA

Voltage kV

Phase BIL (Winding and All Phase Bushings) kV

Phase Bushing Minimum Creep Distance inches

Neutral BIL Bushing (Winding and Bushing) kV

Bushing Location (H1, H2, H3) Cover / Sidewall

Bushing Location (H1, H2, H3) ANSI Segment

Bushing Location (H0) Cover / Sidewall

Bushing Location (H0) ANSI Segment

Termination Type

Termination Compartment Yes / No

Termination Flange Yes / No

Surge Arresters Provided Yes / No

Surge Arrester MCOV kV

NGR Rating Amps for

Sec

NGR Location Cover / Sidewall

NGR Location ANSI Segment

Low Voltage (LV) Winding

Connection

MVA / / MVA

Voltage kV

Phase BIL (Winding and All Phase Bushings) kV

Bushing Location (X1, X2, X3) ANSI Segment

Bushing Location (X1, X2, X3) Cover / Sidewall

Termination Type

Termination Compartment Yes / No

Termination Flange Yes / No

Percent Impedance at Rated Voltage, 85°C Reference Temperature,

and Base MVA Rating

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-3 94.03.26.550/B/Issued for Proposal

HV – LV %

Impedance Tolerance %

Power Supplies

Normal AC Power Source (by Contractor) V / Ф / w / Hz

Input circuit breaker rating A

Alternate AC Power Source (by Contractor) V / Ф / w / Hz

Input circuit breaker rating A

Internally Derived AC CPT Source (by Seller) V / Ф / w / Hz

DC Control Power Source (by Contractor) V / w

Input circuit breaker rating A

Control Panel Location ANSI Segment

Tap Changer

Regulated Winding

Type

Control

Number of Steps

Location ANSI Segment

Accessory Device Location ANSI Segment

Conservator Location ANSI Segment

Estimated X/R Ratio

Estimated Zero Sequence Impedance %

Guaranteed No Load Losses kW

Guaranteed Load Losses at Base MVA Rating, 85°C winding temp,

and unity PF kW

Guaranteed Auxiliary Cooling Losses at Top MVA Rating kW

Guaranteed Total Losses at Top MVA Rating kW

Overexcitation Rating at Full Load, Continuous Rating %

Overexcitation Rating at Full Load, 30 Second Rating %

Cooling Fan Power & Ratings

Quantity

HP Each HP

Volts / Phase / Hz V / Ф / Hz

Shipment

Method of Shipment

Shipped Oil Filled Yes / No

Dimensions of Largest Shipping Item ”W x ”L x ”H

Weight of Largest Shipping Item lbs

Fully Assembled Dimensions ”W x ”L x ”H

Un-tanking height (height above top cover of transformer) Inches

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-4 94.03.26.550/B/Issued for Proposal

Minimum distance required between transformer radiators and

fire/noise walls to maintain proper cooling Feet

Quantity of Oil Gal

Net Weight

Transformer with oil lbs

Core and coils lbs

Tank and fittings lbs

Oil lbs

Maximum un-tanking weight lbs

Transformer Manufacturer and Plant Location

Bushing Manufacturer

HV Bushing

H0 Bushing

LV Bushing

Quantity and type of CT's on HV bushings

(list in physical order from bushing terminal to winding)

Quantity and type of CT's on H0 bushing

(list in physical order from bushing terminal to winding)

Quantity and type of CT's on XV bushings

(list in physical order from bushing terminal to winding)

Transformer Load Measurement Device Percent Error %

SUBSTATION POWER TRANSFORMERS

Garden City North Substation 40MVA, 115/34.5kV

Transformer Type

Application

Altitude

24 hour Average Ambient Temperature °C

Maximum Ambient Temperature °C

Seismic Design and Construction Codes

Sound Pressure Level at Max MVA dBA

Number of Phases

Number of Windings

Winding Material

Frequency Hz

Vector Group

Cooling Class

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-5 94.03.26.550/B/Issued for Proposal

Temperature Rise °C

Maximum Winding Hotspot Rise °C

Insulation Temperature Rise Rating °C

Oil Type

Oil Preservation Type

Color

High Voltage (HV) Winding

Connection

MVA / / MVA

Voltage kV

Phase BIL (Winding and All Phase Bushings) kV

Phase Bushing Minimum Creep Distance inches

Neutral BIL Bushing (Winding and Bushing) kV

Bushing Location (H1, H2, H3) Cover / Sidewall

Bushing Location (H1, H2, H3) ANSI Segment

Bushing Location (H0) Cover / Sidewall

Bushing Location (H0) ANSI Segment

Termination Type

Termination Compartment Yes / No

Termination Flange Yes / No

Surge Arresters Provided Yes / No

Surge Arrester MCOV kV

NGR Rating Amps for

Sec

NGR Location Cover / Sidewall

NGR Location ANSI Segment

Low Voltage (LV) Winding

Connection

MVA / / MVA

Voltage kV

Phase BIL (Winding and All Phase Bushings) kV

Bushing Location (X1, X2, X3) ANSI Segment

Bushing Location (X1, X2, X3) Cover / Sidewall

Termination Type

Termination Compartment Yes / No

Termination Flange Yes / No

Percent Impedance at Rated Voltage, 85°C Reference Temperature,

and Base MVA Rating

HV – LV %

Impedance Tolerance %

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-6 94.03.26.550/B/Issued for Proposal

Power Supplies

Normal AC Power Source (by Contractor) V / Ф / w / Hz

Input circuit breaker rating A

Alternate AC Power Source (by Contractor) V / Ф / w / Hz

Input circuit breaker rating A

Internally Derived AC CPT Source (by Seller) V / Ф / w / Hz

DC Control Power Source (by Contractor) V / w

Input circuit breaker rating A

Control Panel Location ANSI Segment

Tap Changer

Regulated Winding

Type

Control

Number of Steps

Location ANSI Segment

Accessory Device Location ANSI Segment

Conservator Location ANSI Segment

Estimated X/R Ratio

Estimated Zero Sequence Impedance %

Guaranteed No Load Losses kW

Guaranteed Load Losses at Base MVA Rating, 85°C winding temp,

and unity PF kW

Guaranteed Auxiliary Cooling Losses at Top MVA Rating kW

Guaranteed Total Losses at Top MVA Rating kW

Overexcitation Rating at Full Load, Continuous Rating %

Overexcitation Rating at Full Load, 30 Second Rating %

Cooling Fan Power & Ratings

Quantity

HP Each HP

Volts / Phase / Hz V / Ф / Hz

Shipment

Method of Shipment

Shipped Oil Filled Yes / No

Dimensions of Largest Shipping Item ”W x ”L x ”H

Weight of Largest Shipping Item lbs

Fully Assembled Dimensions ”W x ”L x ”H

Un-tanking height (height above top cover of transformer) Inches

Minimum distance required between transformer radiators and

fire/noise walls to maintain proper cooling Feet

Quantity of Oil Gal

SUBSTATION POWER TRANSFORMERS

FILL-IN DATA

Garden City Substation Transformers

KED Project No. 20031123 FD-7 94.03.26.550/B/Issued for Proposal

Net Weight

Transformer with oil lbs

Core and coils lbs

Tank and fittings lbs

Oil lbs

Maximum un-tanking weight lbs

Transformer Manufacturer and Plant Location

Bushing Manufacturer

HV Bushing

H0 Bushing

LV Bushing

Quantity and type of CT's on HV bushings

(list in physical order from bushing terminal to winding)

Quantity and type of CT's on H0 bushing

(list in physical order from bushing terminal to winding)

Quantity and type of CT's on XV bushings

(list in physical order from bushing terminal to winding)

Transformer Load Measurement Device Percent Error %

END OF SECTION

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-A-1 94.03.26.550/B/Issued for Proposal

SECTION GR-A

GENERAL DESCRIPTION AND SCOPE OF WORK

1. GENERAL DESCRIPTION: This section covers the general description, scope

of the work, and supplementary requirements for Equipment, Materials, and Services included

under these specifications. The General Requirements sections are supplementary to the detailed

Technical Specification sections. If requirements specified herein conflict with requirements

specified in the subsequent Technical Requirements sections, the sections under Technical

Requirements shall govern. Furthermore, should any direct conflicts arise within the Technical

Requirements sections, the following order of precedence shall be observed: Technical

Specification (TS) section(s), Engineering Design Requirements (EDR), Appendices.

The Garden City Substation Transformers Project is located in Garden City, KS. The project

consists of procuring two (2) 40MVA power transformers to replace existing transformers at the

Morris and Garden City South substations.

All Equipment and Materials shall be new, unused and undamaged.

Only proven and tested technology of the same model or nominal size and design conditions and

in successful operation for at least five years in the exact same application shall be provided.

There shall be no exceptions to this clause.

All Equipment and Materials shall be suitable for safe and satisfactory operation for the intended

service and under all climatic conditions stated below in Site Conditions. Asbestos-containing

materials will not be allowed.

2. SCOPE OF WORK: The Seller shall provide the specified equipment, drawings,

engineering process and design data, field services, special tools, operation and maintenance

manuals, recommended spare parts list, miscellaneous materials and services, and shall

participate in design conferences, all as specified herein.

The equipment will be tested after erection to demonstrate its ability to operate under the

conditions and fulfill the guarantees as set forth herein. If the tests indicate that the equipment

fails to meet guaranteed performance, the Seller shall make modifications and perform additional

testing at the Seller's expense as required to render the equipment fully functional and in

compliance with the specified guarantees.

3. NOT USED

4. NOT USED

5. REFERENCED STANDARDS: All equipment and materials furnished shall be

in conformance with the latest edition of all applicable codes, regulations, and standards in effect.

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-A-2 94.03.26.550/B/Issued for Proposal

Seller shall obtain Buyer approval for any deviation to these standards or alternative standards.

Request for deviation or alternative shall include an explanation why such change is necessary

and how compliance is to be achieved. Buyer reserves the right to reject any such request for any

reason. If the Seller discovers any conflict between any code, standard, or regulation, the Seller

shall notify the Buyer of the conflict. The Buyer in its sole discretion shall then choose which

provision shall take precedence over the conflicting provision. Unless specific exceptions are

indicated in the Agreement, all specifications will be considered applying to all phases of the

Work.

6. UNITS OF MEASUREMENT: The following table shows the units of

measurement to be displayed on all submittals.

ENGLISH

Distance-Long foot ft

Distance-Short inch in

Weight (mass) pound lb

Temperature Fahrenheit °F

Pressure (pipe) lb/in2 psi

Pressure

(structural)lb/ft2 psf

Velocity ft/sec fps

cu. ft/min cfmFluid Flow

(volume) gal/min gpm

Fluid Flow (mass) lb/hr pph

Heat (HVAC)British Thermal

UnitBTU

Power (thermal) Btu/hour BTU/hr

Power (electrical) Horsepower HP

7. MISCELLANEOUS EQUIPMENT, MATERIALS AND SERVICES:

Miscellaneous Equipment, Material and Services not otherwise specifically called for shall be

furnished by the Seller in accordance with the following:

a. All nuts, bolts, gaskets, special fasteners, backing rings, etc., between

components and equipment furnished under these Specifications.

b. All base plates, sole plates, bearing plates, leveling plates, slide plates,

hold-down anchor clips or devices, anchor bolt templates, and

embedments as required for securing to foundations and support

structures, except for anchor bolts or anchor rods.

c. All piping integral to or between any equipment furnished under these

Specifications, except as otherwise specified. This includes all vents,

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-A-3 94.03.26.550/B/Issued for Proposal

drains, instrument piping, and other piping Work required for a complete

unit.

d. All necessary instrument, power and control wiring and raceways integral

to any equipment furnished under these Specifications. This shall include

terminal blocks and internal wiring to these terminal blocks for Equipment

requiring external connection.

e. Leveling blocks, sole plates, thrust blocks, matching blocks, and shims.

f. One complete set of start-up and commissioning consumable spare parts.

g. Detailed erection drawings, prints, information, instructions, and other

data for use by the Buyer.

h. Finish painting of all equipment except as specified herein

i. Finish touch-up paint

j. Detailed storage requirements and lubrication requirements (including

quantities and lubrication and rotation frequencies) for use by the Buyer.

k. Supply all special tools or lifting beams and lugs for offloading

l. Initial fill of lubricants, fluids and media

m. All special tools required for erection of the equipment. Erection tools

shall remain the property of the Seller and all shipping costs to and from

the Job Site shall be at the Seller's expense.

n. All special tools required for dismantling and maintenance of the

equipment. All special tools shall be new and unused and shall become

the property of the Buyer for transfer to the Owner.

8. WORK NOT INCLUDED UNDER THESE SPECIFICATIONS: The following

items of Work will be furnished by others:

Receiving, unloading, storing, and field erection of all Equipment and Materials

(unless specifically identified in the Technical Specifications)

Foundations and foundation anchor bolts

Grouting materials and the placing thereof

Permanent electric wiring to connect equipment terminal boxes to the electrical

equipment supplied by others.

Fuels for operation

Solvents and cleaning materials

Operating personnel for startup and tests

9. NOT USED

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-A-4 94.03.26.550/B/Issued for Proposal

10. DESIGN CONFERENCE: The Seller's design engineers shall participate in a

design conference at a time selected by the Buyer to discuss matters relative to the execution of

this Contract. The Seller's design engineers shall participate in additional design conferences as

required by the Buyer thereafter to expedite the Work.

11. NOT USED

12. NOT USED

13. NOT USED

14. CONSTRUCTION MANAGEMENT SYSTEM: The Seller and subcontractors

shall provide, to the Buyer, engineering, procurement, production, scheduling, and shipping

information for the equipment, including sub-suppliers equipment. Such information shall be

provided in the detail and format and at the frequency required by the Buyer. The information

shall be submitted by the first of each month or more frequently as determined by the Buyer. The

information will be used by the Buyer for schedule monitoring purposes, to ensure that schedule

interfaces with other suppliers and subcontractors are met, and to monitor overall Project

performance.

15. FACTORY WITNESS TESTS: Supplementing the provisions of the equipment

specifications concerning factory witness tests, the Seller shall notify the Buyer not less than 30

days prior to the date of each Factory Witness Test (FWT). The Seller shall be fully prepared to

conduct a successful FWT upon Buyer’s arrival. If there is any doubt at all, the Seller shall

conduct a full test prior to the official FWT and shall be responsible for any expenses incurred by

the Buyer or Owner if the equipment fails any part of the FWT and re-testing is necessary.

END OF SECTION

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-1 94.03.26.550/B/Issued for Proposal

SECTION GR-B

ENGINEERING DATA AND SUBMITTAL SCHEDULE

1. ENGINEERING DATA: Compliance with the Schedule and the Seller’s

Deliverables Schedule (SDS) for engineering data submittal is essential to the scheduled progress

and timely completion of the Project and is of the essence of this Contract.

1.1 Document Index: A document index listing all drawings and data to be submitted

shall be included with the initial submittal. The document index shall be resubmitted as required

to indicate revisions to the list. The list shall include the document number and title, if known, or

the general document category (e.g., wiring diagrams) for each document.

1.2 Numbering System: The Seller will utilize their standard tagging format for all

equipment, instruments, etc. within their scope of supply and documentation. Buyer retains the

right to review and provide comments with regard to the tagging scheme to prevent duplication or

confusion when reviewed with the Buyer engineering documentation

1.3 Kick-Off and Contract Review: The Seller shall participate in a kick-off meeting.

As part of this kick-off meeting, a specification page turn with the Buyer’s Responsible Engineer

and the Seller’s operations personnel shall be conducted. The walk through of each contract

section is intended to confirm that there are no misunderstandings of the contractual technical

requirements and both parties are in agreement on the interpretation of the language.

2. SUBMITTALS AND CORRESPONDENCE: All correspondence, technical and

commercial, including all documents, data, and drawings shall be provided in the English

language. The following two articles describe in detail the minimum expectations for technical

submittals; the third article describes the expectations for commercial correspondence, which

follows a separate procedure.

2.1 General Submittal Format: All Engineering Drawings and Engineering Data shall

be submitted to Buyer in electronic format (excluding vendor manuals). Electronic documents

shall be submitted as noted below:

a. Project Records Information Management System (RIMS) shall be utilized

for both document submittal and document return. Separate instructions

will be provided for site access. Seller shall provide a list of personnel

requiring access, including name, title, address, phone number and email

address.

1. Electronic Documents uploaded shall not exceed 500 MB for a

single upload.

b. Information Management Lead shall provide log-in information and

instructions to Seller’s Document Control and Project Management team

for posting documents to RIMS.

c. Seller shall enter the following Metadata for each document uploaded

(instructions provided later):

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-2 94.03.26.550/B/Issued for Proposal

1. File name (match Vendor Drawing Number)

2. Title

3. Vendor Drawing Number (VDN)

4. Vendor Drawing Revision (VDN Rev)

5. SDS Line Item

2.2 Transmittals: Letters of transmittal shall accompany all submittals of engineering

data and shall include a list of the data included in the transmittal as identified below. All

correspondence shall be identified with the Project name, Specification number, Buyer's Project

number, and Seller's order number.

a. Seller's Name

b. Contract Number

c. Kiewit Purchase Order Number

d. Drawing Title

e. Drawing Number

f. Drawing Revision

g. Quantity Sent

h. SDS Item Number to which the submittal applies

i. Return Address, Name of Recipient and E-mail address of Recipient

j. Date of Submission

Submittals will be considered received when posted to RIMS. Submittals that arrive later than 5

PM Central Time will be documented as received at the beginning of the next business day.

ELECTRONIC COPY

Kent Pottorf [email protected]

Mike Muirhead [email protected]

Effort should be made to provide all submittals in electronic PDF format. Submittals such as large

binders, where requested, paint samples, product samples, or other submittals that cannot be

submitted electronically shall be submitted in hard copy to the following address:

HARD COPY

City of Garden City Kansas

Attn: Kent Pottorf

PO Box 998, 140 Harvest St.

Garden City, KS 67846

One (1) copy of the transmittal including the transmittal letter, the list of the data included in the

transmittal, and one (1) prints of the Engineering Drawings and Engineering Data shall be sent by

express mail to the Buyer’s address above.

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-3 94.03.26.550/B/Issued for Proposal

2.3 Commercial Correspondence: All commercial documentation, including but not

limited to, any correspondence regarding adjustments to cost or schedule shall be addressed to the

Buyer as follows:

HARD COPY

City of Garden City Kansas

Attn: Kent Pottorf

PO Box 998, 140 Harvest St.

Garden City, KS 67846

ELECTRONIC COPY

Kent Pottorf [email protected]

Mike Muirhead [email protected]

All commercial correspondence shall be identified with the Project name, Specification number,

Buyer's Project number, and Seller's order number.

3. REVIEW OF ENGINEERING DATA: The Buyer's review of engineering data

will cover only general conformity of the data to the Specifications and Documents, external

connections, interfaces with equipment and materials furnished under separate specifications, and

dimensions which affect plant arrangements. The Buyer's review including any indication or

drawing approval, does not indicate a thorough review of all dimensions, quantities, and details of

the Equipment, material, device, or item indicated or the accuracy of the information submitted;

nor shall review by the Buyer be construed as relieving the Seller from any responsibility for errors

or deviations from the requirements of the Contract.

All engineering data submitted, after final processing and acceptance by the Buyer shall become a

part of the Contract. Work shall be performed in accordance with the accepted engineering data.

4. TEST AND INSPECTION DATA: Certified copies of specified test and

inspection reports shall be provided by the Seller for all tests and inspections conducted on the

specified equipment or material.

5. DRAWINGS: All drawings necessary for design, installation and operation shall

be submitted. Drawings shall be fully completed, checked, and certified by the Seller to verify

that the information on the submittal is complete with the requirements of these Specifications.

Drawings shall have title block entries clearly indicating the drawing is certified.

Each drawing submitted shall have a title block clearly marked with the name of the Project, the

unit designation, the Specification title, the Specification number, the equipment or structure

nomenclature, the equipment tag number, and the Seller's name, address, date of approval, drawing

revision number, and responsible person. If standard drawings or catalog pages are submitted, the

applicable Equipment and devices furnished shall be clearly marked. Any drawing with detail or

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-4 94.03.26.550/B/Issued for Proposal

section views shall clearly be identified with the orientation of the view directly on the drawing

(i.e. Elevation View, Top View, Bottom View, etc.).

All shop drawings and other submittals shall be corrected to as-built conditions prior to shipment.

The Seller shall notify the Buyer, in writing, of any information in the shop drawing that deviates

from the requirements of the Contract.

Submittal of new or revised drawings resulting from a contract change order shall be completed

within two (2) weeks of the executed change order unless noted otherwise in the change order.

Drawing submittals resulting from change orders shall be as defined below. Liquidated damages

shall apply as defined for similar drawings in the SDS.

The due dates for submittals as noted on the SDS correspond to the date the drawings are due in

the office of the Buyer.

5.1 Drawing Submittal: Drawings shall be submitted in accordance with the following

requirements.

5.1.1 Acceptable PDF Settings: Seller shall confirm that all drawings being submitted

electronically are clear and legible prior to submitted to Buyer. Following are acceptable PDF

settings:

5.1.1.1 PDF Files: Following are acceptable PDF formats:

PDF Adobe Portable Document Format

PDF – Raw Raster only PDF subset – bilevel, 8 bit, 24 bit RAW

PDF – CCITT G4 Raster only PDF subset – bi-level CCITT G4

PDF – CCITT G3 Raster only PDF subset – bi-level CCITT G3

PDF – JPEG Raster only PDF subset – 8 bit, 24 bit color

PDF – Flate Raster only PDF subset – bi-level, 8 bit, 24 bit

PDF – LZW Raster only PDF subset – bi-level, 8 bit, 24 bit

5.1.1.2 PDF Security: Note that submittals must NOT be password-protected files.

Following are the acceptable PDF security settings (found under File → Document Properties →

Security within Adobe Acrobat):

Security Method No Security

Can be Opened by All versions of Acrobat

Printing Allowed

Document Assembly Not Allowed

Content Copying or Extraction Allowed

Content Extraction for Accessibility Allowed

Commenting Not Allowed

Filling of form fields Allowed

Signing Not Allowed

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-5 94.03.26.550/B/Issued for Proposal

Creation of Template Pages Not Allowed

Submitting Forms Not Allowed

5.2 NOT USED

5.3 Drawing Processing: Effort will be made to review and return all submittals to the

Seller within 15 business days as stipulated herein, except that drawings with “SUPERCEDED or

SUPERCEDED BEFORE FULLY REVIEWED” (SSR) status will not be returned. The status

“SSR” is assigned when the Seller submits the document before the already submitted document

is not returned/still under review by the Buyer. Drawings returned to the Seller will be in Adobe

Acrobat (pdf) format with the Buyer's comments and Action Stamp.

When drawings and data are returned marked APPROVED AS NOTED (AAN), the changes shall

be made as noted thereon, and the drawing shall be resubmitted for final approval. If a drawing(s)

is returned to the Seller with a status of RETURNED FOR RECORD (RFR), comments made to

the drawing(s) (such as addition of tag numbers) shall be noted by the Seller but the Seller is not

required to pick up the comment immediately and resubmit unless requested by the Buyer.

However, if the Seller does re-submit the drawing(s) for other reasons, the comment shall be

picked up within the new revision.

Drawings and data that do not meet the minimum requirements of the Contract will be returned

marked “RETURNED FOR CORRECTION” (RFC), and will be regarded as not submitted. When

the drawings and data are returned marked “RFC”, the corrections shall be made as noted thereon

and as instructed by the Buyer, and the drawing shall be resubmitted for final approval as soon as

possible, but no later than ten (10) business days.

Additionally, drawings may receive a status of VOID if the drawings are no longer applicable to

the project due to changes in project scope.

When a drawing is revised and resubmitted, the Seller shall include an issue number and revision

description in the drawing revision block. All revisions pertaining to that particular drawing issue

shall be back circled or otherwise clearly noted on the drawing. Seller shall resubmit drawings

within ten (10) business days of receipt. Seller will be responsible for costs associated with

engineering and construction costs caused from drawings information that was changed and not

back circled and clearly identified as changed from the previous submittal.

Drawings marked FOR INFORMATION ONLY (INF) have been filed, but have not been

reviewed.

Where comments are made that result in a Change to the Contract, the quantification and

qualification of the Change shall be recorded, in writing, in a form acceptable to Buyer and

submitted to Buyer within five (5) working days of receipt of the returned document.

No work shall be performed in connection with the fabrication or manufacture of Equipment and

materials until the drawings and data therein have been reviewed by the Buyer, except at the

Seller's own risk and responsibility. Work may proceed on Equipment and materials when the

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-6 94.03.26.550/B/Issued for Proposal

drawings and data therefore have been returned marked APPROVED AS NOTED (AAN), or the

Buyer's transmittal letter indicates a status of APPROVED (APP) or FOR INFORMATION

ONLY (INF), provided the Work is performed in accordance with the Buyer's notations and the

Contract.

If changes are made to the Equipment at the Project Site, revised drawings indicating the changes

made shall be prepared by the Seller and submitted to the Buyer.

5.4 Liquidated Damages: Where submittal dates for drawings and data are designated

as “Liquidated Damages Apply” on the SDS, the following shall apply:

5.4.1 Returned for Correction (RFC): When drawings/documents are returned marked

RFC, the Seller’s submittal date for the purposes of liquidated damages shall be the date the

corrected, revised drawings/documents are resubmitted.

5.4.2 Approved as Noted (AAN): When the drawings and data that are subject to

liquidated damages are returned marked AAN, the Seller shall have ten (10) business days to revise

and resubmit such drawings and data for approval, otherwise liquidated damages shall start on the

11th day after the Seller receives the AAN drawings and data from the Buyer.

6. NOT USED

7. NOT USED

8. NOT USED

9. NOT USED

10. NOT USED

11. DESIGN LOADS FOR FOUNDATIONS: The Seller shall provide and submit all

the foundation interface loads and location drawings providing all dead, live, wind, and seismic

loads in a tabulated type format based on the project design codes and values specified in Section

GR-A and S3.

12. NOT USED

13. RECEIVING AND INSTALLATION INSTRUCTIONS: Written instructions for

the unloading, storage, and installation of the Equipment shall be furnished by Seller. In the event

the written instructions are not received by Buyer 30 days prior to shipment, Buyer reserves the

right to delay offloading until such time written instructions are received and reviewed. At a

minimum, these instructions shall include a description of the Equipment including Equipment

Tag Numbers and manufacturer model numbers if applicable; instructions for receiving and

inspection of the Equipment including reference to any special handling required during

unloading; the center of gravity and weight (lbs) shall be indicated on drawings included in the

written instructions and shall be clearly indicated on the equipment prior to shipment; drawings of

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-7 94.03.26.550/B/Issued for Proposal

any special lifting devices or rigging provided by Seller; instructions for storage of the Equipment

including reference to type of storage required (outdoor, indoor, climate controlled, etc.), type of

utility connections required during storage; instruction for required in-storage maintenance, if any;

instructions for the installation of the Equipment including sequence of installation, lifting plans,

piping and utility connections, grouting instructions, or any other similar requirements; and copies

of outline or arrangement drawings of the Equipment. The required delivery dates are specified

in the Special Conditions of the Contract.

14. SCHEDULE: The time durations listed in the SDS indicate the latest dates by

which the listed activities shall be completed. Data, drawings, and lists for planning, engineering,

and documentation may be submitted earlier than the indicated dates at the Seller's option.

15. SELLER PRODUCTION SCHEDULE: Seller shall submit monthly engineering

and fabrication/manufacturing progress report. As a minimum these reports must state the

following:

a. Progress of engineering, including scheduled release of drawings and data,

and/or release of drawings to fabricator/manufacturer.

b. Progress of Instruction Manuals

c. Progress of work in shop on a percentage completion basis.

d. PO issue date for each major item of procurement.

e. List of all impacts or delays from the SDS.

f. Change Order Log including all change orders in progress or identified to

be submitted.

g. Photographs of work in progress that substantiates progress reported.

h. Commodity curves and detailed reporting of all major sub-vendors.

i. Scheduled receipt of Seller shipments of major buy-out equipment or

materials.

j. Scheduled date for all inspection activities.

k. Scheduled shipping date for each item.

l. Payment status for Contract.

m. Any substantial change to the Seller’s financial status.

16. ENGINEERING AND DESIGN SOFTWARE/3-D MODELING: Seller shall

provide a copy of any 3D model(s) generated. Seller shall work with the Buyer to determine the

necessary amount of detail and acceptable file size for the 3D model.

17. Bill of Material (BOM): The Seller shall submit a complete Bill of Material, in

excel format, for each contract. The excel spreadsheet should include the following:

a. Purchase Order Description

b. Purchase Order Date (required)

c. Purchase Order to Company ID (required)

d. Purchase Order Category

e. Purchase Order Status

f. Purchase Order Reference

Garden City Substation Transformers

Kiewit Project No. 20031123 GR-B-8 94.03.26.550/B/Issued for Proposal

g. Purchase Order from Company ID

h. Purchase Order Scheduled Delivery Date

i. Item Number (required)

j. Item Description

k. Item Quantity

l. Item Unit of Measure

m. Item Unit Price

n. Item Subtotal

o. Item Budget Code

p. Item Piece Mark or Tag Number

q. Item Drawing Number

r. Item Required Delivery Date

s. Item Vendor Reference 1

t. Item Vendor Reference 2

END OF SECTION

COMPREHENSIVE EQUIPMENT MANUAL

Morris and Garden City North SubstationsSubstation Power Transformers

Specification #94.03.26.550

Equipment Supplier NameEquipment Supplier Address

Ph Supplier Phone #Fax Supplier Fax #

EQUIPMENT DESCRIPTIONEquipment Tag

Order #

VOLUME 1 OF1

Morris and Garden City North Substations

Substation Power Transformers

Specification #94.03.26.550

Equip Supplier Name

Equipment SupplierAddress

Ph Phone NumberFax Fax Number

EquipmentDescription

Equipment TagOrder #

COMPREHENSIVE EQUIPMENT

MANUAL

Garden City Substation TransformersKiewit Project No. 20031123 Page 1 of 2 94.03.26.550/B/Issued for Proposal

Garden City Substation TransformersKiewit Project No. 20031123

Comprehensive Equipment Manual Checklist

Shop Drawing No.______________________

Seller Checklist Kiewt Checklist

1. General: Manuals shall be furnished in accordance with the following requirements:

Line # Proof orFinal

Yes N/A GR-B Reference Yes No N/A Comment

1a. 9.2 Manuals shall be assembled and bound in three ring or post binders designed for rough usage, with clearspine/front covers.

1b. 9.3 Front cover and spine of manuals shall be permanently marked with (Seller-completed) template found at the endof Section GR-B, which includes Project Name, Contract Number, Equipment Name, Unit Number (if applicable),and Seller Name.

1c. 9.3 Manuals shall include Table of Contents (TOC) and index tabs according to Section GR-B. Each differentbinder/volume has a copy of the complete volume TOC.

1d. 5.0 All documentation in the CEMs shall have the correct project units of measure, as specified in Section GR-B.1e. 8.1 & 8.1.2

9.3.3CEM (including Seller’s Standard O&M Manuals) shall be edited to exclude or cross out text, data, illustrations,curves, etc. that do not apply to the equipment or model supplied. See Section GR-B for additional details.

1f. 9.5.3 Placeholders have been included for all documentation that is only required for the final submittal of the manuals(e.g. as-built drawings, test reports, etc.).

1g. 9.3 The Drawing List at the start of Tab 4 shall be a listing of all drawings contained within this tab, which are(engineered project-specific) drawings NOT included in the Seller’s Standard O&M Manual.

1h. 9.4 The Reference Documents section behind Tab 5 shall be comprised of any applicable documents that may not bepart of the Seller’s Standard O&M, or documents that were not specifically required to be part of another section ofthe CEM.

1i. 5.08.1.2

Identification of all equipment, valves, in-line specialties, instruments and control devices by equipment tag numberand description/function.

1j. 9.0 All documentation submitted as an individual shop drawing is located somewhere in the CEM.

2. Content: Manuals shall include the following information specific to the furnished equipment:

Proof orFinal

Yes N/A GR-B Reference -Manual Tab

Yes No N/A Comment

2a. Tab 1 or Tab 5 Instructions in the methods of receiving, inspection, unloading, storage, handling and installation of the Equipmentfurnished.

2b. Tab 1 or Tab 5 Descriptions of operation and maintenance procedures to include installation instructions, startup instructions, initialtest instructions, operating instructions, maintenance instructions and schedule including all standard and specialsafety precautions.

2c. Tab 1 or Tab 5 Descriptions and technical specifications for each piece of equipment.2d. Tab 1 or Tab 5 List and description of all alarm and trip point set points for all devices (instruments, safety valves, etc.)2e. Tab 1 or Tab 5 Shutdown sequences to include a description of all trip sequences.2f. Tab 1 or Tab 5 Equipment troubleshooting instructions.2g. Tab 1 or Tab 5 List of acceptable lubricants and volumes.2h. Tab 2 All equipment design calculations performed for sizing, performance, pressure drop, are included.2i. Tab 3 Design data and warranted performance data.2j. Tab 3 Control/safety valve, instrument, attemperator2k. Tab 3 Instrumentation checkout and calibration data sheets (if shop calibrated)2l. Tab 3 Hazardous Communication Standard (HCS) compliant Safety Data Sheets (SDS's) or document certifying that no

Safety Data Sheets (SDS's)are required. All datasheets must meet the requirements of the Occupational Safetyand Health Administration (OSHA - United States), and the HCS (International).

2m. Tab 4 List of drawings (including revision) of all documents to be submitted with the Final CEM. This list should includegeneral arrangements, cross sectional drawings, wiring and termination diagrams & lists, logic diagrams andassembly drawings, at a minimum. This is the first document behind the Drawings Tab in the CEM.

2n. Tab 4 Drawings of general arrangements and cross sections.2o. Tab 4 Assembly drawings.2p. Tab 4 Piping and Instrumentation Diagrams / Process Flow Diagrams2q. Tab 4 Wiring and termination diagrams/lists.2r. Tab 4 As-built drawings (can be supplied as inserts). The drawing list at the beginning of the Drawings section should

reflect the as-built drawing package.

Garden City Substation TransformersKiewit Project No. 20031123 Page 2 of 2 94.03.26.550/B/Issued for Proposal

2s. Tab 4 or Tab 5 Control functional descriptions and logic diagrams.2t. Tab 5 Any applicable service bulletins to the equipment scope.2u. Tab 5 Consumable lists with specifications.2v. Tab 5 List of maintenance tools furnished with the equipment.2w. Tab 6 Recommended Maintenance Schedule - If this is located behind another tab, there needs to be a placeholder

stating where to find the Recommended Maintenance Schedule.2x. Tab 7 Spare Parts List(s) shall be complete, and parts shall be identified by the original manufacturer’s complete part

numbers, as well as include applicable equipment tag numbers, nameplate information, and shop order numbersfor each item of equipment and component part. Additional manufacturer standard Spare Parts List can also beincluded, behind the Comprehensive Spare Parts List required by Contract Spec Section GR-A.

2y. Tab 8 All quality documentation submitted to the electronic shop drawing process, including any manufacturer's standardquality documentation, is included.

2z. Tab 9 Shop test results, performance curves and reports, PMI verifications, etc.2aa. Tab 9 Balance compliance document of rotating equipment.2bb. Tab 9 Control and protection systems checkout documentation including Factory Acceptance Test report, if applicable

2cc. Tab 9 Certified test data (can be supplied as inserts).

3. Electronic Copies: Electronic and CD CEMs shall include the following:

Proof orFinal

Yes N/A GR-B Reference Yes No N/A Comment

3a. 9.1.2 Single Adobe (PDF) file provided with electronic bookmarks (set to Open) for each section.3b. 9.1.2 Electronic documents oriented such that the viewing orientation is appropriate (test shall be read from left to right).

3c. 9.1.3 Electronic files shall match the hard copy manual(s) exactly.

Seller CommentsThe above requirements are minimum, and should not in any way be viewed as an all-inclusive list of expected documentation. If Seller identifies a line item as Not Applicable (N/A), please provide an explanation. Where CEM Tab options are providedabove, Seller shall identify on this Checklist which Tab the associated line item can be found.Seller additional comments:

Engineering CommentsThe above requirements are minimum unless noted as Not Applicable (N/A). Additional information, that is necessary for proper operation and maintenance of the equipment, shall also be included. Items marked ‘No” above were not found in the submittal.These items must be included and the Comprehensive Equipment Manual must be re-submitted.Engineering additional comments:

FOR VENDOR DOCUMENT CONTROL AND EXPEDITING USE ONLY Line # Proof or

FinalYes N/A GR-B Reference Yes No N/A Comment

9.3 Front cover and spine of manuals shall be permanently marked with (Seller-completed) template found at the endof Section GR-B, which includes Project Name, Contract Number, Equipment Name, Unit Number (if applicable),Seller Name, volumes.

ALL Drawing Revision are the most current and documents have a status of approved.

Line # Proof orFinal

Yes N/A GR-B Reference Yes No N/A Comment

SPARE PARTS LISTSeller/Vendor Name:Spec #:

Garden City Substation TransformersKiewit Project No. 20031123 1 of 1 Spare Parts List

Note: 'Equipment Tag' refers to the overall skid or enclosure the part resides on/in. 'Component Tag' refers to the specific component on the equipment skid or within the enclosure. For example, a breaker charging motor would have an equipment tag of the overall switchgear lineup, and a component tag of the breaker. A valve seat for a skid-mounted valve would have an equipment tag of the overall skid, and a component tag of the valve. A shipped-loose valve would only have a component tag, and no associated equipment tag.

EQUIPMENTTAG

EQUIPMENTDESCRIPTION

VENDORDRAWINGNUMBER

COMPONENTTAG

COMPONENTDESCRIPTION

COMPONENT NAME ORDESCRIPTION

NAMEPLATE MODELNUMBER

NAMEPLATE SERIALNUMBER

COMPONENT OEM /DESIGN PARAMETERS(COMMODITY ITEM)

OEM PART NUMBER /DIMENSIONS(COMMODITY ITEM)

SUPPLIERNAME

SUPPLIER PARTNUMBER SUPPLIER CONTACT SUPPLIER EMAIL

SUPPLIERPHONENUMBER

UNITPRICE(USD)

SHIPPING POINT;LEAD TIME DDPJOBSITE (WEEKS)

QUANTITY FORCONSTRUCTION &COMMISSIONING

RECOMMENDEDQUANTITY FORSTART-UP

RECOMMENDEDQUANTITY FOROPERATIONAL ANDMAINTENANCE

COMMENTS/ RELATIVECRITICALITY OF SPAREPART

Garden City Substation TransformersKiewit Project No. 20031123 1 of 1 Bill of Material

Vendor Name:Project Name:Project Number:Date:

PO.Number (required) PO.Description PO.Date (required) PO.To Company ID (required) PO.PO Category PO.Status PO.Reference PO.From Company ID PO.Scheduled Del Date Item.Item No. (required) Item.Description Item.Quantity Item.UOM Item.Unit Price Item.Subtotal Item.BudgetCode Item.Ite

m Item.Piece Mark Item.DrawingNo. Item.Reference Item.Required Del Date Item.Vendor Ref

1 Item.Vendor Ref 2 Item.Vendor Ref3

Item.Vendor Ref4

Purchase Order # , this can be extended out tonarrow it down to box or shipment level an examplemight be Donaldson's inlet filter shipments. PO toDonaldson is 999999 and they are listing crate #1001 so the PO might be 999999-1001.

Description of entire PO, LargeBore pipe spools, Inlet filter frameand so on, a short description ofwhat the PO is about.

Date PO is issued Vendor that PO is issued too. Indicate what type of documentit is, REQ, PO or Bill ofMaterial (BOM). In almost allcases this should be BOM.

Status ofOrder, thisshould alwaysbe 'OPEN"

Reference fieldcan be anything,most commonusage is any subvendor who mightdrop ship theitems.

Who is issuing thePurchase Order, TIC,Kiewit.

Scheduled delivery date. Line number on the purchaseorder. If multiple PO's are onone upload sheet you start with'1' at the beginning of each PO.

Description of item, there are about 240 characters soyou can add a lot of information, Tag #'s, Drawing #'s,Manufacture Part Numbers.

PO Quantity Unit ofmeasure

Not Used Not Used Not Used Not Usedunlessthere is acatalogset up.

Tag Number orPiece Mark.

Drawing Numberitem is associatedwith.

Any Referencefor item,normally usedto indicatedisposition ofmaterial afterreceipt.

Can be used for daterequired from schedule.

These are free fields normally and the usage is normally designated by the field MaterialManagement team, they can be used for weights, dimensions, paint specifications ect.

SELLER'S DELIVERABLE SCHEDULE (SDS)

Award Date: TBD

Kiewit Spec: 94.03.26.550

Letter

CodeEngineering Submittal Description/Title

Date Due

wks after awardLD

BM-01 Bill of Materials (Excel format per Section GR-B)6 weeks prior to

Delivery

DA-01

Design Data and Transformer Performance Curves Including:

- Overexcitation Capability (% vs. Time)

- MVA Capability vs. Average Ambient Temperature

- I^2t Damage Curves

- Short circuit current capability calculations

6 *

DA-02Current Transformer Curves including certified ratio correction, phase angle

correction, and excitation curves6

DA-03 Nameplate Drawings 6

DA-04 Technical Data Sheets 6

DA-05 Final motor sheets and data for electric heaters 6

EO-01 Electrical Drawings Needed to Complete Power & Control Interface Wiring 6 *

ES-01 Detail Drawing - Terminal Boxes 6

GA-01

Outline/General Arrangement Drawing Containing the Following Information

as a Minimum:

- Locations of Major Equipment

- Not-to-Exceed Overall Dimensions

- Not-to-Exceed Oil Volume

- Dimensional and location data for bushing, lightning arrestors, bus duct

connections, tank and conservator, radiator, gauges & other accessories

- Estimated center of Gravity

- HV and LV Connection Details

- Shipping and assembled weights and dimensions, oil quantity, and bill of

materials

6 *

GA-02

Outline/General Arrangement Drawing Containing the Following Information

as a Minimum:

- Final Overall Dimensions

- Final Oil Volume

- Final Dimensional and location data for bushing, lightning arresters, bus duct

connections, tank and conservator, radiator, gauges, other accessories

- Final center of gravity

- Final HV and LV connection details

- Final shipping and assembled weights and dimensions, oil quantity, and bill

of materials

10 *

IN-01 Factory Calibration Data Sheets for Instrumentation 6

LT-01Final Drawing List Categorized by Engineering Discipline and Cross

Referenced to the Line Numbers Stated Herein3

SUBSTATION POWER TRANSFORMERS

Garden City Substation Transformers

Kiewit Project No. 20031123 SDS-1 94.03.26.550/B/Issued for Proposal

SELLER'S DELIVERABLE SCHEDULE (SDS)

Award Date: TBD

Kiewit Spec: 94.03.26.550

Letter

CodeEngineering Submittal Description/Title

Date Due

wks after awardLD

SUBSTATION POWER TRANSFORMERS

LT-02 List of Main Components 6

LT-03 List of Valves 6

LT-04 Priced Operating and Start-Up Spare Parts Lists 10 *

MA-01Preliminary Copies of Comprehensive Equipment Manual (CEM) per Section

GR-B20 *

MA-02Final Copies of Comprehensive Equipment Manual (CEM) per Section GR-B

(with inserts for Final As-Builts, Test Reports, MTRs, etc.)

4 weeks before

Delivery*

MA-03Inserts for As-Builts, Test Reports, MTRs, etc for Final Comprehensive

Equipment Manual (CEM) per Section GR-B

4 weeks after

Delivery*

QC-01 Quality Assurance Manual 4

QC-02 Quality Control Plan 4

QC-03 Shop Test Program 10

QC-04Certified test reports from bushing manufacturer, referenced by bushing serial

number.3 weeks after test

QC-05 Performance Test Certificate 3 weeks after test

QC-06 Notify Purchaser of factory witness test(s)30 days prior to

date of test(s)

QC-07 Weld procedures, specifications, and qualifications 6

RE-01 Manufacturer's Standard O&M Manual(s) per Section GR-B 8

RE-02 Lubrication Specifications 10

RE-03 Receiving and Installation Instructions 12

RE-04 Receiving, Unloading, Storage and Installation Instructions per GR-B60 days prior to

Delivery*

RE-05

Digital photographs of all Buyer termination points clearly showing both the

Buyer's side and Seller’s side wiring, terminal block labels, terminal labels, and

wiring labels. Photographs shall be submitted before equipment is shipped.

6 weeks prior to

Delivery

SF-01Not to Exceed Loads Needed to Complete Detailed Foundation Design with

Anchorage (-0% / +10%)6 *

SH-01 Engineering/Production/Procurement/Shipping Schedule 3

SH-02 Updated Engineering/Production/Procurement/Shipping ScheduleDue 1st of Each

Month

*Liquidated Damages Apply

Notes:

1.Omission of information in the Submittal List above does not relieve the Seller

responsibility to provide all required information for Buyer to complete design.

Garden City Substation Transformers

Kiewit Project No. 20031123 SDS-2 94.03.26.550/B/Issued for Proposal

SELLER'S DELIVERABLE SCHEDULE (SDS)

Award Date: TBD

Kiewit Spec: 94.03.26.550

Letter

CodeEngineering Submittal Description/Title

Date Due

wks after awardLD

SUBSTATION POWER TRANSFORMERS

2. Foundation loads and shears reported shall be, at minimum, as follows: Dead,

Live, Wind, Seismic, operating and excursion pressure and temperature.

Include all data necessary to perform the foundation design.

Garden City Substation Transformers

Kiewit Project No. 20031123 SDS-3 94.03.26.550/B/Issued for Proposal

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-1 94.03.26.550/B/Issued for Proposal

TECHNICAL SPECIFICATION 94.03.26.550

SUBSTATION POWER TRANSFORMERS

1. GENERAL:

1.1 APPLICABLE PUBLICATIONS: The transformers shall be designed,

manufactured, and tested in accordance with the applicable current Standards to the extent

indicated by the references herein and in Section GR-A

1.2 American National Standards Institute/Institute of Electrical and Electronic

Engineers (ANSI/IEEE) publications.

C32 Standard Requirements, Terminology, and Test Procedures for

Neutral Grounding Devices

C37.23 Standard for Metal-Enclosed Bus

C57.12.00 General Requirements for Liquid-Immersed Distribution, Power,

and Regulating Transformers

C57.12.10 Standard Requirements for Liquid-Immersed Power Transformers

C57.12.70 Standard Terminal Markings and Connections for Distribution and

Power Transformers

C57.12.90 Test Code for Liquid-Immersed Distribution, Power, and

Regulating Transformers

C57.13 Requirements for Instrument Transformers

C57.13.2 Conformance Test Procedures for Instrument Transformers”

C57.19.00 General Requirements and Test Procedure for Outdoor Power

Apparatus Bushings

C57.19.01 Performance Characteristics and Dimensions for Outdoor Power

Apparatus Bushings

C57.19.100 Guide for Application of Power Apparatus Bushings

C57.32 Requirements, Terminology, and Test Procedures for Neutral

Grounding Devices

C57.91 Guide for Loading Mineral-Oil-Immersed Transformers

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-2 94.03.26.550/B/Issued for Proposal

C57.104 Guide for the Interpretation of Gases Generated in Oil-Immersed

Transformers

C57.106 Guide for Acceptance and Maintenance of Insulating Oil in

Equipment

C57.109 Guide for Liquid Immersed Transformer Through-Fault-Current

Duration

C57.116 Guide for Transformers Directly Connected to Generators

C57.120 Loss Evaluation Guide for Power Transformers and Reactors

C57.148 Control Cabinets for Power Transformers

C57.149 Guide for the Application and Interpretation of Frequency

Response Analysis for Oil Immersed Transformers

C57.152 Guide for Diagnostic Field Testing of Fluid-Filled Power

Transformers, Regulators, and Reactors

C62.11 Standard for Metal-Oxide Surge Arresters for AC Power Circuits

(>1kV)

C62.22 Guide for the Application of Metal-Oxide Surge Arresters for

Alternating-Current Systems

1.2.1 If Engineering Design Requirements indicate transformer to be filled with Less

Flammable Hydrocarbon (LFH) fluid:

C57.121 Guide for Acceptance and Maintenance of Less Flammable

Hydrocarbon Fluid in Transformers

1.3 National Electrical Manufacturers Association (NEMA) publications.

107 Methods of Measurement of Radio Influence Voltage (RIV) of High

Voltage Apparatus

C84.1 Standard for Electric Power Systems and Equipment – Voltage

Ratings (60 Hertz)

ICS1 Industrial Control and Systems – General Requirements

ICS2 Industrial Control and Systems; Controllers, Contactors, and

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-3 94.03.26.550/B/Issued for Proposal

Overload Relays Rated 600 Volts

SG-6 Power Switching Equipment

TR1 Transformers, Step Voltage Regulators, and Reactors

TR98 Guide for Loading Oil-Immersed Power

1.4 Underwriters Laboratories (UL) publications:

489 UL Standard for Safety Molded-Case Circuit Breakers, Molded-

Case Switches and Circuit-Breaker Enclosures

1.5 American Society of Testing and Materials (ASTM) publications.

D877 Standard Test Method for Dielectric Breakdown Voltage of

Insulating Liquids Using Disk Electrodes

D923 Standard Practice for Sampling Electric Insulating Liquids

D924 Standard Test Method for Dissipation Factor (or Power Factor) and

Relative Permittivity (Dielectric Constant) of Electrical Insulating

Liquids

D971 Standard Test Method for Interfacial Tension of Oil Against Water

by the Ring Method

D974 Standard Test Method for Acid and Base Number by Color-

Indicator Titration

D1275 Standard Test Method for Corrosive Sulfur in Electrical Insulating

Liquids

D1500 Standard Test Method for ASTM Color of Petroleum Products

(ASTM Color Scale)

D1524 Standard Test Method for Visual Examination of Used Electrical

Insulating Liquids in the Field

D1533 Standard Test Method for Water in Insulating Liquids by

Coulometric Karl Fischer Titration

D1816 Standard Test Method for Dielectric Breakdown Voltage of

Insulating Liquids Using VDE Electrodes

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-4 94.03.26.550/B/Issued for Proposal

D3487 Standard Specification for Mineral Insulating Oil used in Electric

Equipment

D3612 Standard Test Method for Analysis of Gases Dissolved in

Electrical Insulating Oil by Gas Chromatography

2. GENERAL REQUIREMENTS: The Seller shall design, fabricate, test, and deliver

to the Job Site a total number of oil filled power transformers as indicated in the attached

Engineering Design Requirements (EDR). The transformers shall be designed, manufactured and

tested as per latest ANSI/IEEE Standards.

2.1 Each transformer shall meet the requirements of ANSI/IEEE C57.12.00 paragraph

7.1.5.5. Unless indicated otherwise in the attached EDR the low voltage delta winding will be

isophase bus duct connected direct to its generator or an SF6 generator circuit breaker. Unless

indicated otherwise in the attached EDR, the transformer high voltage solidly grounded wye

winding will be connected to a substation SF6 outdoor power circuit breaker and the transformer

shall be capable of power flow in both directions. Rating of each transformer shall be as detailed

in the attached EDR.

2.2 Noise Level: The noise level expressed in sound power shall not exceed noise

levels as specified in NEMA TR1 at the top cooled rating (all fans energized), "A" weighted when

measured in accordance with ANSI/IEEE C57.12.90 Article 13 “Audible Sound Tests,” or as listed

in Section GR-A, whichever is more stringent.

3. DESIGN: Each transformer shall be designed and fabricated in accordance with

the following:

3.1 Tanks: Each transformer tank, along with radiators, shall meet the applicable

sections of ANSI/IEEE C57.12.00. Each transformer tank/conservator system shall be of a

sealed design with welded on cover (cover to be welded to tank prior to beginning of FAT,

conservator tank used for FAT shall be the conservator tank that is designed for permanent

installation for the transformer) and general welded plate construction. The tank/conservator

system shall be absolutely oil tight and gas tight with all fittings in place. The tank and

attachments that are subjected to operating pressures or installation vacuums shall be designed to

withstand, without permanent deformation, pressures 25 percent greater than the maximum

operating pressures resulting from inert gas type oil preservation system, or from the vacuum

expected during oil filling. Each tank and tank mounted accessories shall be designed for the

seismic criteria as defined in Section S1 of this Specification. All hardware for fall protection shall

also be provided and installed. The tank shall be designed so that all current transformers (CTs)

can be removed easily without removing the main transformer tank cover.

3.1.1 Tank Manhole/Handhole Covers: Suitable manhole openings (18” minimum

diameter) and hand holes with gasketed, bolted covers shall be provided in the cover of the tank to

allow access to the inside of the tank for inspection. Manholes and hand holes shall be provided to

allow easy access to the lower ends of bushings, terminals, upper portions of the coils, and to

permit replacement of CTs and other auxiliaries without removing the tank cover. Access openings

shall have a 1/2" raised flange to prevent submersion of gaskets in water. The transformer cover

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-5 94.03.26.550/B/Issued for Proposal

shall have a non-skid surface. Access covers in the sidewalls of the tank shall be minimized. A

minimum of 18” clearance is required between the manhole or hand hole cover and any radiator or

other accessory.

3.1.1 Fall Prevention System: One (1) base plate shall be provided and welded on the top

cover for a transformer fall arrest system. If the tank dimension exceeds 15 feet in width or length,

two (2) plates shall be provided and appropriately spaced. Plates shall be provided in a manner

with no obstruction vertically perpendicular to the transformer cover. Provisions shall be provided

to install a safety barricade along the entire edge of the transformer cover.

3.1.2 Ladder: The transformer shall be provided with a permanent ladder to access the

top of the transformer to perform maintenance to the accessories installed on the top cover of the

transformer. The location of the ladder on the wall of transformer shall not have any restrictions

while climbing on to the top of the transformer. A cover/door shall be attached to the ladder with

provisions to padlock; design shall accommodate to restrict unauthorized personnel access to the

top of the transformer. Rung to rung distance and rung to top of transformer distance shall comply

with OSHA limits.

3.1.3 Base: The transformer and its base shall be designed to permit rolling, skidding,

and pulling in either parallel or perpendicular direction to transformer main axis. Suitable lugs and

jack points shall be provided for this purpose. Jacking lugs shall be a minimum 14” above the

transformer base. The base shall be fabricated from structural members and arranged such that the

transformer tank bottom is exposed above the bottom of base members to allow ventilation and

prevent accumulation of moisture. The base shall be designed to permit lifting, rolling, jacking, or

pulling of the entire assembled transformer filled with oil with no damage to base coils or tank.

The tank base shall include provisions for anchoring the transformer to its structural foundation.

3.1.4 Finish: Each transformer tank and radiator assemblies shall be cleaned and

degreased prior to receiving the Seller’s standard primer coat. A finish coat shall be applied to the

exterior of each tank. The exterior color shall be as indicated on the EDR. A final finish coat of

high gloss paint shall be applied to the tank and radiator exterior surface immediately prior to

shipment. One (1) gallon of paint shall be shipped with each transformer for final touch-up after

assembly.

3.1.5 Ground Pads: Grounding pads shall consist of copper or stainless steel, NEMA 4-

hole pads drilled and tapped with ½”-13 UNC threads. The minimum threaded depth of holes

shall be 1”. Thread protectors shall be furnished.

3.1.5.1 Tank Ground Pads: Four (4) ground pads shall be welded to the tank wall near

the base, one (1) at each corner. Pads shall be located as required to not interfered with jacking

facilities or be obstructed by other transformer accessory devices (e.g. control panels).

3.1.5.2 Tank Cover Ground Pads: Two (2) ground pads shall be located on the tank cover.

One ground pad is near the HO bushing and the second ground is pad near the LV bushing

isophase bus flanges.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-6 94.03.26.550/B/Issued for Proposal

3.1.5.3 A ¼” x 2” copper ground bus shall be provided and supported on insulated

standoffs between one (1) of the tank ground pads and the cover mounted ground pad next to the

HO bushing.

3.1.5.4 If Surge arrestors are provided, they shall be grounded as required in Article 3.10.3

of this Section. All connectors and stainless-steel hardware shall be supplied and installed by the

Seller

3.1.6 Ground Lead Clips: Ground clips shall be provided on the transformer tank

between the top cover isophase, non-segregated bus flanges, and/or overhead cable connection

ground pad(s) and one tank ground pad to secure a 4/0 stranded bare copper conductor. The

conductor is provided by others.

3.2 Core: Each transformer core shall be fabricated from high grade, non-aging, cold-

rolled, grain oriented, highly permeable, electrical silicon alloy steel with low hysteresis loss

characteristics. The laminations shall be free of burrs and sharp projections. Mitered and stacked

laminations shall be rigidly clamped to prevent noise and distortion under normal operation, under

short circuit stresses, and during handling. Provisions shall be made for lifting the core and coil

assembly out of or into the tank. Nuts and bolts in the core assembly shall have positive locking

devices to prevent loosening.

3.2.1 The transformer internal core ground connection shall be located at the top of the

coil near a manhole cover. The core ground shall be brought out of the tank and terminated on a

5kV bushing mounted on the tank cover. The core ground bushing shall be totally enclosed by a

weatherproof enclosure to prevent accidental contact and be removable to allow access to the

bushing for core ground testing. The enclosure shall be clearly labeled with “EXTERNAL

CORE GROUND CONNECTION”.

3.3 Windings: Windings shall be fabricated from high conductivity electrical grade

copper and shall be self-supporting. Joints in windings or at bushings or tap changer shall be

brazed or clamped with suitable locking devices to prevent loosening of connections. Soldering

shall not be permitted. The assembled core and coil shall be rigidly braced and clamped to

withstand short circuit forces in accordance with ANSI C57.12.00. All clamps shall have suitable

locking devices to prevent loosening. Provisions shall be made for lifting the core and coil

assembly out of or into the tank. Winding insulation BIL characteristics shall be as specified in the

EDR. Internal surge arresters are not allowed. Internal current limiting reactors are not allowed

without Purchaser approval. Guide tubes shall be used where possible. Transformer windings shall

be designed to be free-buckling and shall not rely on winding tubes for their short circuit strength.

3.4 Insulation: When indicated in the EDR, the hottest spot temperature rise for 65⁰C

average temperature rise ratings shall not exceed 80⁰C. Unless specified otherwise in the attached

EDR, temperature ratings shall be based on a 24-hour average ambient temperature of 30⁰C and a

maximum ambient of 40⁰C in accordance with ANSI C57.12.00. High temperature insulation

shall be added between the tie plate and core.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-7 94.03.26.550/B/Issued for Proposal

3.5 Impedance: The transformer impedance shall meet the ratings specified in the EDR

based on self-cooled primary MVA ratings, rated voltage, and rated temperature rise. The

impedance shall be within +/- 10% for three-winding units and +/- 7.5% for two-winding units

manufacturing tolerance, per IEEE C57.12.00, of the nominal impedance specified in the EDR.

The Seller shall furnish design calculations indicating the short circuit current values at the design

impedance for Purchaser review and approval prior to the start of any manufacturing.

3.6 On-load tap changer: Each transformer shall be provided with an on-load tap

changer. The transformer(s) shall be furnished with arcing contact housed in a separate

compartment designed to prevent any interchange of oil between the compartment and the main

tank. Removable bolted covers shall be provided for access to the switch compartment without

opening the main tank or lowering the oil in the main tank. A drain valve with sampling device

shall be located in the bottom of each oil-filled compartment to provide complete oil drainage. A

magnetic liquid level gauge with a vertical face shall be mounted on the top of the oil-filled

compartment. A mechanical pressure relief device shall be mounted on the top of the oil-filled

compartment. The tap changer shall provide full rated kVA on taps above and below rated

voltage. The tap changer shall be designed to provide at least 500,000 operations at the maximum

nameplate current rating before contact replacement. If a current limiting series transformer is

provided, it shall have circular windings and meet the same criteria as the main core and coil.

Equipment for the automatic and manual control of the load tap changer shall be furnished in a

weatherproof compartment mounted adjacent to the tap changer compartment. Access and

operation shall be accessible from grade level at the transformer (5’-0” above bottom of tank). The

following equipment shall be furnished, as required, to provide the specified controls:

Manual Control

a. Operating mechanism with motor drive

b. Weatherproof control compartment with convenience outlet, anti-

condensation heater, and light with switches

c. Mechanically operated limit switches and stops to prevent over-travel of the

drive mechanism beyond the maximum raise and lower positions

d. Local position indicator

e. Operations counter

f. RAISE-LOWER selector switch for manual control

Automatic Control

a. AUTOMATIC-OFF-MANUAL selector switch

b. Voltage testing terminals

c. Line drop compensator with adjustable resistance and reactive elements

d. Current transformers for line drop compensation

e. Voltage regulating relay

f. Time-delay relays for first step of a tap position change

g. A hand crank for manual operation, with electrical interlock to prevent

operation of the motor while the hand crank is being used

Remote control

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-8 94.03.26.550/B/Issued for Proposal

a. REMOTE-LOCAL selector switch

b. Remote tap position indicator for mounting on a remote-control panel

provided by others

c. Additional equipment needed for remote/local or automatic/manual control

3.7 NOT USED

3.8 Vacuum and resistive LTC switches shall have a fault pressure relay on the LTC

compartment wired to the control cabinet. The fault pressure relay must be watertight when

mounted below the flood level or below the level of the bottom of the control cabinet. The fault

pressure relay will be equipped with one set of form “C” contacts. These will be tripping contacts

operated directly by the fault pressure relay for external protection.

3.9 Assembled Transformer: Each transformer shall be adequately sized, insulated, and

braced to meet the short circuit requirements of ANSI / IEEE Standard C57.12.00 and to withstand

the short circuit test code as defined in ANSI / IEEE Standard C57.12.90. Each transformer shall

be capable of withstanding, without injury, the mechanical and thermal stresses caused by faults

with 110% rated voltage maintained across the terminals HV winding and zero external

transformer impedance used in calculating the short circuit current; the transformer impedance

used shall be the minimum within tolerances. The thermal time duration shall be in accordance

with ANSI / IEEE Standard C57.12.00 Sections 7.1.1 and 7.4. The center of gravity of the

assembled transformer shall be low and as near the vertical center line as practicable. The

transformer shall be stable with or without oil. If the center of gravity is off center relative to the

base, either with or without oil, its location shall be shown on the outline drawing.

3.10 Transformer Terminations: All terminations shall be silver plated.

3.10.1 HV Bushing Termination: The HV bushings shall be provided with provisions

for overhead line connections. HV bushings shall be rated and located as specified in the EDR.

Bushing terminals shall be provided with NEMA 4-hole terminal pads.

3.10.2 HV Surge Arresters: Surge arresters shall be supplied as specified in the EDR for

overhead connections.

3.10.2.1 The maximum continuous operating voltage (MCOV) of the arresters shall be as

specified in the attached EDR sheets. Surge arrester tests shall be performed by the original

manufacturer. Quality control test data documented by the arrester manufacturer shall be

provided with the transformer test data.

3.10.3 The arresters shall be metal top type with a NEMA 4-hole terminal pad. The

ground terminal of all three (3) arresters shall be connected to two (2) separated tank ground

pads by one (1) continuous unbroken run of #4/0 AWG bare copper cable to allow two (2) paths

to ground from each arrester. The cable shall be adequately supported along the transformer at

least every 3’.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-9 94.03.26.550/B/Issued for Proposal

3.10.4 LV Bushing Termination: LV bushing terminals shall be provided with multiple

holes with NEMA 2-hole spacing for connection of flexible links. The LV bushings shall have a

raised circular flange around the bushings for connection to IPBD. Flanges shall be provided

with an equal number of holes equally spaced and centered on the transformer main axis.

Sufficient space shall be provided under the raised circular flange to allow nut installation. If

sufficient space cannot be provided, Seller shall weld captive nuts with UNC threads to the

bottom side of the flange. The IPBD terminal enclosure and flexible links will be provided by

Others.

3.10.5 ANSI C57.12.00 Table 10 clearances or the Seller’s required strike distances shall

be maintained between live parts of the bushings and other grounded surfaces on the transformer,

whichever is greater. Clearances shall take into consideration the installation of the LV bushing

isolated phase bus duct (IPBD) terminations enclosure provided by Others, which will consist of

an enclosure extending vertically from the LV bushing flange plus an additional 3” margin

between the LV and HV bushings. Bushings shall be spaced or angled as required to meet this

clearance requirement. Clearance spheres around the bushings live parts and surge arresters shall

be clearly shown for all three (3) phases on both the Seller’s 3D model files and shop drawings.

3.11 Bushings: Each transformer shall have HV and LV bushings located as in the

attached EDR sheets. Bushings shall be wet process, non-porous, free from cavities or other flaws,

gray bulk porcelain capable of meeting the requirements of ANSI/IEEE C57.19.01. Minimum

bushing ampacity requirements for both the HV and LV bushings shall be based upon the

maximum currents at the extreme tap position, maximum transformer cooling classification (top.

ONAF rating), and maximum rated temperature rise specified in the attached EDR sheets. The

bushing rating shall not limit the transformer rating under any circumstances.

3.12 ANSI Segment Drawing: Unless specified otherwise in the attached EDR sheets,

all bushing and accessories shall be located on the transformer in accordance with ANSI/IEEE

C27.12.10. The physical arrangement and terminal identification shall be X1-X2-X3, from left-to-

right when facing the LV bushing and H1-H2-H3 from right-to-left when facing the HV bushings.

3.12.1 HV phase bushings shall be oil filled, condenser, drawn lead type with static

shields.

3.12.2 HO bushing shall be located on the tank cover and be grounded per the attached

EDR sheets.

3.12.3 LV bushing selection shall also take into account the bus enclosures around the

bushing and the elevated ambient temperature around the bushings. The LV bushing shall be

suitable for connection to IPBD operating at 105⁰C. IEEE standard C57.23 shall be followed for

bushing connecting to IPBD. Viton gaskets shall be used. Current rating for LV bushings shall

be compatible with the top transformer cooling rating at rated temperature rise and not be less

than 110% rated amps for each transformer.

3.13 Current Transformers (CTs): Current transformers shall be provided with the

ratings, quantity, and location as indicated on the EDR. CTs shall be designed and installed in

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-10 94.03.26.550/B/Issued for Proposal

accordance with all applicable standards, including ANSI/IEEE Standard C57.13. CTs shall be

multi-ratio, metering class, relaying class, or dual rated in accordance with ANSI/IEEE C57.13

and as specified in the EDR. Multi-ratio CTs shall be five (5) lead type with fully distributed

windings and single - ratio CTs shall be two lead type. All taps shall be wired out to terminal

blocks with 600 volt, 90°C, insulated copper cables, #10 AWG minimum size. Terminal blocks

located in the transformer control cabinet shall be as specified in Section E2 and be General

Electric Model EB-27, Marathon 1500 Series or Purchaser approved equal. Wiring shall be

terminated with ring tongue (fully closed) preinsulated lugs. Six (6) points shall be assigned for

each CT with CT polarity being connected to point 1 and point 6 the CT neutral. The grounded

terminal shall be the CT neutral or as indicated during shop drawing review. Seller shall design

the equipment to prevent the unintentional opening of the CT secondary circuits at all terminal

blocks and similar locations. CT wiring shall be complete from CTs to the control cabinet prior

to the Factory Acceptance Test (FAT).

3.14 Oil Preservation Equipment: The oil preservation system shall be per the EDR. The

tank and oil conservator (if required) shall be sized for operation without vacuum or pressure relief

over an oil operating temperature range from the minimum site temperature listed in Section GR-A

to 120⁰C.

3.14.1 If a sealed tank system is provided, the system shall include a pressure vacuum

gauge and a pressure relief device designed to seal the interior of the transformer from the

atmosphere and hold the gas and oil volume constant within the range of 10 psi positive to 8 psi

negative.

3.14.2 If a conservator system is provided, the conservator shall be inflatable cell type.

The system shall prevent air and moisture from contacting the oil using a flexible rubber air cell in

the conservator tank. Transformer cover, raised flanges, and other oil containing devices above

the tank cover shall be designed to ensure no gases can be trapped at the high point of the

extension. This design and installation shall include all necessary high point gas vent ports and

sloped piping to direct all gases to the conservator piping, through the inline gas monitor, and

finally to the conservator tank. The following items shall be accounted for in the design:

3.14.2.1 Necessary piping, valves, and vents to allow flushing, purging, and sampling.

Sampling valves and parts shall be accessible from grade.

3.14.2.2 Oil conservator tank shall be bracket mounted from the tank and be located t to

exceed the required clearance between the grounded parts and live parts of the HV bushings and

sure arresters. The conservator tank shall have manhole access plates.

3.14.2.3 Oil conservator tank shall be bracket mounted from the tank and be located to

exceed the required clearances between the grounded parts and live parts of the HV bushings.

Conservator tank shall have manhole access plates.

3.14.2.4 Dehydrating air breather: The flexible bag shall be connected to an external auto-

recharging dehydrating breather. The breather shall be supplied with indication dehydrating

material and be equipped with an oil cup to prolong the life of this material. The breather is to

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-11 94.03.26.550/B/Issued for Proposal

be located on the control panel side of the transformer and be accessible for maintenance at

ground level.

3.14.3 A nitrogen blanket system shall be provided. The system shall include an alarm

device with isolated contacts for remote indication of low gas supply. Valves shall be provided to

permit purging the gas space and testing the seal on the tank by admitting dry nitrogen under

pressure. The gas control equipment, including adequate space for nitrogen bottles, shall be

protected by an easily accessible weatherproof enclosure mounted on the transformer. Sufficient

nitrogen gas shall be furnished for the initial flushing, filling and operation.

3.14.4 The system shall include the following equipment:

a. Necessary piping and valves to provide for tank purging and sampling

b. High and low-level alarm contacts

c. Oil conservator tank shall be bracket mounted from the tank and maintain

required clearances from live parts of high voltage bushings. Conservator

tank shall have manhole access plates

The nitrogen blanket system shall include the following:

a. One or more cylinders, as required, of dry nitrogen conforming to Section

6.6.3 of ANSI/IEEE C57.12.00

b. A high-pressure valve and gauge to indicate cylinder pressure

c. A compound pressure gauge to indicate internal tank pressure or vacuum

d. Pressure reducing valve and regulator to maintain a pressure in the tank

(throughout a top oil temperature range of 100°C) and an internal pressure

not exceeding 8 psi

e. Pressure/Vacuum bleeder device which operates to pass nitrogen or air if the

internal pressure exceeds (positive or negative) tank design limits

f. One (1) spare full cylinder of inert gas located with each transformer

3.15 Insulating Oil: Insulating oil shall be furnished by the Seller in sufficient quantity

for complete filling to the recommended operating level. Insulation oil shall be as required herein

and as specified in the EDR.

3.15.1 The insulating oil shall be in accordance with ANSI/ASTM D3487-82A and ANSI

C57.106 or C57.121 standards, shall be free from corrosive ingredients or acids, shall have no

detectable PCB (polychlorinated biphenyl) contamination, shall be chemically stable, and shall

possess a dielectric strength suitable for the transformer design. The Seller shall certify that any oil

used in the production or testing of the equipment, and any oil delivered to the site for use in filling

the equipment is classified as “PCB free” with contamination of less than 1 part per million (PPM)

per EPA publication 40 DFR Part 761. The same certification is required for all tankers used to

deliver the oil to the site. The following statement shall be added to the nameplates of any

equipment containing insulating oil: “PCB at time of manufacture <1PPM”.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-12 94.03.26.550/B/Issued for Proposal

3.15.2 Insulating oil shall be factory tested for quality and dielectric strength in accordance

with the applicable standards of ASTM. A sample of insulating oil shall be taken by the Seller

after delivery to the Job Site and prior to oil filling of the transformer. The field sample shall be

laboratory tested for quality and dielectric strength in accordance with the applicable standards of

ASTM D-923. When FR3 or other subsequent insulating fluid is specified applicable insulating

fluid testing standards such as, but not limited to ASTM D 3612 shall be used over traditional

mineral oil testing standards. As a minimum, oil testing will include the following tests (these tests

shall be taken prior to beginning FAT and also after concluding FAT, results shall be provided to

Purchaser prior to Purchaser departing the Seller’s FAT facility):

a. Dielectric strength (ASTM D-877 and ASTM D-1816)

b. Acid neutralization number (ASTM D-974)

c. Interface tension (ASTM D-971)

d. Color (ASTM D-1500)

e. Visual condition (ASTM D-1524)

f. Moisture PPM (ASTM D-1533)

g. Power factor (ASTM D-924)

h. Dissolved Gas Analysis (ASTM D-3612 or ANSI C57.104)

i. Corrosive Sulfur (ASTM D1275)

Acceptance of oil at the site is conditional upon the samples taken upon delivery passing the

laboratory testing. Filling of each transformer with oil shall be performed only after the field test

results indicate the insulating oil is acceptable. Seller shall coordinate closely with Purchaser

regarding the delivery of oil to Site, therefore avoiding demurrage charges as much as possible. The

“PCB free” certification must be received by the Purchaser before delivery of the oil is accepted. Oil

shall be provided on an as needed basis.

3.16 Cooling System: Transformer cooling shall be as specified in the EDR. Forced

cooling shall be accomplished by groups of fans and controls. All fans and fan motors shall be

completely interchangeable. Transformers may be enclosed on multiple sides for fire/noise walls

installed by the Purchaser on site. The Seller shall specify the minimum required distance in

between the transformer radiators and the fire/noise walls to maintain proper cooling in the

proposal and indicated the distance on the outline drawings per Article 8.1 of this Section.

3.16.1 Each radiator shall be connected to the main tank through flanged isolating valves,

with top vents and bottom drain valves. The design shall permit removal of each radiator without

draining oil from the transformer or header. Valves shall clearly indicate open or closed position.

Valves shall be padlockable in either the open or closed position.

3.16.2 The cooling control equipment including selector switches, contactors, combination

motor starters and control power transformers (CPTs) shall be located in a tank mounted control

cabinet. Each device shall be identified by engraved nameplates as shown on the Seller's wiring

and elementary diagrams.

3.16.3 Provisions shall be made at each transformer cabinet for two (2) 120/240VAC, 1-

phase, 3-wire power sources with equipment ground wire, unless indicated otherwise in the EDR

sheets. The 120/240VAC power sources will be field wired to the cabinet by the Purchaser. The

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-13 94.03.26.550/B/Issued for Proposal

fans shall be separated into two (2) circuits, one (1) for each cooling stage. The 120/240VAC

motor power circuits shall be arranged to provide a normal power source and an alternate power

source. Automatic transfer from the normal source to the alternate source upon loss of the normal

source shall be incorporated into the control system design. The control system shall automatically

transfer from the alternate source back to the normal source upon re-energization of the normal

source. Closed transfer switching shall be prevented via hardwired interlock. The automatic

transfer equipment shall be located in same tank mounted control cabinet as the cooling control

equipment.

3.16.4 All monitoring or protective equipment shall be operable on 120VAC power. No

DC power source will be provided.

3.16.5 Fans shall be 240VAC 1-phase, 60 hertz and controlled through starters with

overload protection. A separate, fused disconnect switch or circuit breaker shall be provided to

protect and to facilitate disconnecting each group of fans if more than one (1) radiator is used.

Thermal overload protection shall be furnished for each fan motor if fans do not have integral

overload protection.

3.16.6 Fans shall be totally enclosed, non-ventilated (TENV) with sealed, pre-lubricated

ball bearings, and rated for outdoor operation. Motors shall be designed, manufactured, and tested

in accordance with the latest applicable NEMA and ANSI standards. The continuous horsepower

nameplate rating of the motor shall exceed the maximum brake horsepower required by the fan

when operating at its maximum load condition. Motors shall be provided with fan guards.

3.16.7 The cooling control scheme shall have terminal points for incorporating a series

connection of a total of three (3) separate normally closed contacts provided by Others that will be

wired in the field by the Purchaser. These terminal points shall be factory wired together with

jumpers (to permit cooling equipment operation without the external contacts connected) by the

Seller. The series wired contacts will open under abnormal operating conditions. The open status

of any of these contacts shall stop the operation of all cooling equipment. The control cooling

scheme shall provide for changing the sequence of cooler groups.

3.16.8 The cooling control scheme shall be provided with two (2) HAND–OFF–AUTO

(HOA) selector switches, one (1) for each cooling stage providing for the following operation:

3.16.8.1 With the selector switch in "HAND" position, all banks of the cooling system stage

shall be energized.

3.16.8.2 With the selector switch in the "OFF" position, all banks of the cooling system stage

shall be de-energized. If already running, the fans shall be de-energized; if not running, all starting

interlocks shall be blocked. The switch “OFF” position shall have an electrically isolated contact

wired out to terminal blocks. The Contact shall be closed when in the “OFF” position.

3.16.9 With the selector switches in the "AUTO" position, one (1) bank of the cooling

system shall be energized by an oil temperature switch. The second fan bank shall be energized by

top oil temperature or the winding temperature detector.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-14 94.03.26.550/B/Issued for Proposal

3.17 Control Cabinets: Each transformer shall be furnished with a control cabinet for

cooling equipment controls, current transformer connections, and auxiliary equipment wiring. The

control cabinet shall be mounted on the transformer tank on the wall in ANSI segment 1 unless

specified otherwise in the EDR and shall be accessible from grade. The cabinet shall have a

NEMA rating in accordance with Section E2 for an outdoor location, weatherproof design with

vertical hinged doors, 3-point closing latches with padlock provisions, and drip shields. Doors shall

open wide giving full access to interiors. Doors and swing panels shall have stops to prevent

accidental closing. A print pocket shall be included on the interior of the cabinet door for storage

of an instruction manual and related drawings. If the cabinet width exceeds 30”, gasketed double

center closing doors with vertical hinges and a vertical center brace shall be incorporated into the

cabinet design. Fully opened door swings shall clearly be indicated on the Seller’s shop drawings

to facilitate in platform and handrail design by the Purchaser.

3.17.1 Purchaser's conduits will enter from the bottom. Bottom of cabinet shall have a

removable panel to facilitate field punching. The bottom plate shall be the same size as the bottom

of the control cabinet. The bottom removable panel shall be gasketed and bolted to the bottom of

the panel. The control cabinet shall have a 1” flange for bolting the removable panel to the control

cabinet.

3.17.2 Cabinet arrangement shall allow unobstructed access to all equipment without the

interference with any other equipment or field wiring connections.

3.17.3 All relays, switches, contactors, and other devices shall be identified by engraved

nameplates. The engraved nameplates shall be black lettering with white background.

3.17.4 Thermostatically controlled electric heaters with auto / off / manual control

switches shall be furnished in the cabinets to prevent condensation. The heaters shall be rated at

240 Volts, 1-phase AC but sized and wired to operate at 120 Volts, 1-phase AC from the cabinet

transformer. The heaters shall be provided with circuit breaker or fused protection. Heaters shall

be shielded to prevent direct contact. Heaters shall not be mounted near any thermal magnetic

circuit breakers to prevent inadvertent tripping.

3.17.5 Internal LED lighting shall be provided for the cabinets and shall be controlled

from a switch mounted in the cabinet set to activate upon opening the cabinet door.

3.17.6 A 120 volt, 60 Hz, 15 amp duplex GFCI receptacle shall be provided in each

control cabinet, wired to the cabinet control transformer.

3.17.7 A monitoring/under-voltage relay shall be furnished with two (2) sets of form ‘C’

contacts for local and remote annunciations. The monitoring relay shall be installed down stream

of all control fuses or breakers in the transformer control cabinet.

3.17.8 All wiring external to the control cabinet shall be run in rigid metal raceways except

for short runs of flexible liquidtight metallic conduit (maximum length of 6’) or plug in type

equipment connections which shall be made with suitable weather resistant multi-conductor cable

cord provided with weather resistant jackets, fittings, and terminators. If used Plug-in type

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-15 94.03.26.550/B/Issued for Proposal

equipment shall not be draped to devices. If plug-in type equipment cables are used, they shall be

fastened frequently, ran in straight lines, and supported in cable tray or approved equal as required

to provide a neat appearance. Metal clamps used on cables shall be provided with a rubber sleeve

to prevent damage to the cable.

3.17.9 All terminal blocks shall be industrial duty, barriered, and shall be furnished with

white marking strips and, where permitted by the safety codes and standards, shall be without

covers. All terminal blocks for external control wiring shall be rated for 600 V, 20 A minimum

and shall have strap screw terminals suitable for #10 AWG and smaller 600 V insulated

conductors. CT terminal blocks shall be as specified in Article 3.13 All terminal blocks shall be

identified. Wiring shall be terminated with ring tongue (fully closed) pre-insulated lugs. Wiring

shall be 600 V, 90°C, minimum #14AWG stranded copper with SIS insulation. Hinge type

wiring shall be supplied for wiring crossing hinges to swing panels or door mounted devices. All

alarm points for customer use shall be wired to a dedicated continuous terminal block row.

Provide 15% spare 12-point terminal blocks for end user. Each terminal block, terminal,

conductor, relay, breaker, fuse block, and other auxiliary device shall be permanently labeled to

coincide with the identification indicated on the drawings. All terminals provided for termination

of external circuits shall be identified by inscribing circuit designations acceptable to the

Engineer on the terminal block marking strips with indelible black ink.

3.17.10 Control cabinet shall be provided with an internal copper ground bar with

provisions for grounding the incoming power supplies, CT circuits, devices, etc. Ground bus shall

be equipped with a compression connector or NEMA 2-hole pad for connection of up to a

#4/0AWG copper ground cable.

3.18 Neutral Grounding Equipment: The transformer H0 bushing shall be solidly

grounded. A flexible braided jumper with NEMA 2-hole or 4-hole pads shall be provided between

the H0 bushing terminal pad and the respective ground pad. All terminations shall be silver plated.

All connectors and stainless-steel hardware shall be supplied and installed by the Seller.

3.19 Valves, Piping, Fittings, and Wells: All valves, piping, and fittings shall be in

accordance with Section M1. Each transformer shall be provided with ball or globe valves with

screwed ends for external piping associated with oil filling/sampling/and draining. Oil sampling

points shall be located at grade level on the control panel side Valves shall be capable of holding

hot oil without leaking and be capable of passing an air pressure test of 75 psi or an oil pressure

test of 50 psi. All valves shall be furnished with pipe plugs to protect threads and prevent rain

from entering valves. Valves opening to inside of tank shall be baffled to prevent splashing and

aeration of oil inside tank. Minimum valves required are:

3.19.1 Drain/Lower Filter Valve: A 2” valve suitable for use as a tank drain and lower

filter valve connection shall be located to completely drain the tank. A ¼” sample valve shall be

located on the discharge side of the drain valve and a drain plug shall be provided. Drain plugs

shall be provided

3.19.2 Filling Valve: A valve suitable for filling the transformer shall be located on upper

tank sidewall, below normal oil level.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-16 94.03.26.550/B/Issued for Proposal

3.19.3 Vacuum Valve: A valve suitable for use to pull a tank vacuum shall be located on

the upper tank sidewall above normal oil level. If a conservator is provided, the vacuum shall be

located as required by the Seller for proper oil filling.

3.19.4 Radiators shall be provided with upper and lower flanged valves, a top vent, and a

bottom drain as required in Article 3.16.1 of this section.

3.19.5 For transformers equipped with a conservator tank, isolation valves shall be

furnished on each side of the Buchholz relay for maintenance. Provisions shall be provided for

obtaining gas samples from the relay at grade level on the control panel side.

3.19.6 For transformers equipped with a sudden pressure monitor, an isolation valve shall

be furnished in between the flanged tank connection and the sudden pressure monitoring probe(s).

The probe side of the valve shall include a port for injecting pressure to allow field testing of the

pressure devices. The injection port shall face downward to allow draining of oil downstream of

the valve if needed for future probe replacement.

3.19.7 Transformer tank shall be equipped with isolation valves necessary to install a

condition monitoring system.

3.19.8 Transformer shall be provided with sufficient valves to isolate the gas monitoring

device (if required).

3.19.9 Drywells for all temperature indicating devices shall be standard size and placed in

the sides of the transformer to permit removal of the sensing devices without removing the

transformer from service.

3.20 Accessories: All accessories shall be located or have access provided per the

requirements in Section GR-C. Dial gauges shall have an oversized face, angled to allow viewing

from grade. No special tools shall be required for installation and servicing. When special tools

are necessary the Seller shall furnish one (1) complete set. Each instrument shall be furnished with

Form “C” contacts for alarms and trips, as required. Contacts for alarm and trip levels shall be

factory set. All contacts shall be wired to the control cabinet. Where sufficient contacts cannot be

provided on the equipment, auxiliary relays shall be furnished to provide the required contacts.

Accessories shall be located as indicated on the attached EDR Sheets. The following accessory

equipment shall be provided for control and protection of the transformer:

3.20.1 A winding temperature indicator (hot spot) relay shall be provided with contacts to

operate fans for high temperature alarm process. Indicator shall be furnished with maximum

temperature indicating pointer, resettable from ground level without tools. Resetting by means of

permanent magnet attached to the indicator by chain or otherwise will be acceptable. Load sensing

C.T., balancing transformer, and thermowell heater coil shall be provided if required for operation

of the winding temperature indicator.

3.20.2 Dial type oil temperature indicator shall be provided with dial markings covering a

range of 0°C to 120°C. Indicator shall be furnished with contacts for fan operation, high

temperature alarm contacts (factory preset), and a maximum indicating pointer, resettable from

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-17 94.03.26.550/B/Issued for Proposal

ground level without tools. Resetting by means of a permanent magnet permanently attached to the

indicator by a chain or otherwise will be acceptable.

3.20.3 A magnetically coupled oil level indicator, with dial markings showing the

minimum level, the 25°C level, and the maximum level.

3.20.4 A Buchholz relay shall be provided and installed in accordance with the

manufacturer’s recommendations. Relay equipment shall be Qualitrol or Purchaser approved

equal, furnished complete with a lockout and seal-in relay with reset button mounted in the control

cabinet. The seal-in relay shall have two (2) isolated alarm and two (2) isolated trip contacts and

shall be wired to the oil surge contact of the Buchholz relay.

3.20.5 A sudden pressure rise relay shall be provided and installed in accordance with the

manufacturer’s recommendations with contacts wired to the control cabinet. The relay shall be

Qualitrol or Purchaser approved equal. The relay shall be mounted on a rubber shock system. The

relay shall be furnished with an indication shutoff valve, which can be fastened in either the open or

closed position. The location shall be accessible from the transformer base. Contacts shall be

connected to a Qualitrol or Contactor approved equal seal-in relay with reset button located in the

control cabinet. The seal-in relay shall have two (2) isolated alarm and two (2) isolated trip

contacts.

3.20.6 A tank mechanical pressure relief device(s) shall be provided with self-resealing

alarm contacts and resettable mechanical target viewable from grade. The device shall operate at

pressures equal to or below the test pressures for the tanks, radiators, and attached accessories. The

device shall be rainproof after a pressure relief event. The relief device(s) shall include contacts

for pressure relief position.

3.20.7 A tank pressure-vacuum gauge shall be provided with maximum pressure reading

between 60% and 100% of the full vacuum scale displayed.

3.20.8 Gas Monitor: A gas detection system shall be permanently mounted on the

transformer and shall continuously monitor the composite gases in the transformer. Both visual

indication and alarm contacts shall be provided. Gas monitor oil inlet system (valve or supply line)

shall be next to the radiator oil inlet valve. Monitor shall be at a visible and accessible location not

to exceed 5 feet above transformer base and a minimum of 3 feet above the transformer base.

3.21 Nameplates: All nameplates and identification markers on the tank shall be made

of etched stainless steel. A nameplate and connection diagram shall be attached to the transformer

control cabinet door with stainless steel fasteners. Nameplates and connection diagrams shall be in

English, designed and inscribed with information in accordance with the current issue of ANSI

Standard C57.12.00. Nameplate shall state the winding material and shall make reference to this

Specification. In addition, the nameplate and connection diagram shall include the ratios and

accuracy designation adjacent to each current transformer on the connection diagram, and the

design maximum withstand operating pressure (positive and negative). The change in top oil level

per 10ºC change in temperature shall be indicated on the nameplate.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-18 94.03.26.550/B/Issued for Proposal

3.22 Alarms: Unless indicated otherwise, two (2) electrically isolated form “C” contacts

shall be provided for each alarm or trip listed below. Alarm points shall be identified on the wiring

diagrams according to the shelf and normal operation states (i.e. alarm contact open in normal

operation, non-alarm state and closed in the abnormal operation, alarm state). Seller shall provide

a detailed schematic drawing(s) for all alarms.

a. Winding Temperature – High

b. Winding Temperature – High-High

c. Oil Temperature – High

d. Oil Temperature – High-High

e. Oil Level – Low

f. Oil Level – High

g. Buchholz Relay – Alarm (Gas Accumulation)

h. Buchholz Relay – Trip (Sudden Pressure Oil Flow)

i. Sudden Pressure Relay – Alarm

j. Sudden Pressure Relay – Tripped

k. Mechanical Pressure Relief – Operated

l. Normal 120/240VAC Power Source – Loss of Source (failsafe mode, energized

under normal operation)

m. Alternate 120/240VAC Power Source – Loss of Source (failsafe mode, energized

under normal operation)

n. 120VAC Control Power Source – Loss of Source (failsafe mode, energized under

normal operation)

o. Stage 1 Cooling – Any motor overload tripped

p. Stage 2 Cooling – Any motor overload tripped

q. Gas Monitor (Gas Detected) – High

r. Gas Monitor (Gas Detected) – High-High

Gas Monitor – Common Alarm

4. Design Review: Purchaser and/or a Purchaser designated representative reserves the

right to review the transformer design in depth. The Seller shall schedule the transformer design

engineer to attend the meeting at the Purchaser’s office or mutually agreed upon location. The

Seller shall provide short circuit test reports performed on similar units during design review.

Design review document shall include but is not limited to details such as bushing layout, core and

coil design, rating, location of tap changer, short circuit strength and tolerance, insulation clearance

table, stress in radial oil ducts, impulse stress calculation, losses and impedance, cooling and sound

level, stray flux control, and physical dimension & limitations and accessories. Design review shall

be completed prior to release of design for the production. Seller shall provide all information

required for comprehensive design review. Responses and clarifications shall be submitted to the

Purchaser no later than two (2) business days after the Purchaser and/or representative sends the

request to the Seller.

5. TESTS: Purchaser and/or a Purchaser designated representative reserves the right

to witness any and all factory and field tests. The following tests shall be performed on each

transformer in accordance with the latest revisions of ANSI Standards C57.12.00 and C57.12.90.

Each transformer shall be tested with the bushings that are to be shipped with the unit.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-19 94.03.26.550/B/Issued for Proposal

5.1 In preparation of Factory Acceptance Test (FAT), Seller shall provide sufficient

photos to Purchaser 3 weeks, 2 weeks and 1 week prior to the FAT start date to ensure

transformers are on target. The transformer(s) shall be completely dress-out with the permanent

accessories prior to starting the FAT.

5.2 Testing shall be performed with the insulating fluid specified herein. Using mineral

oil for testing when FR3 or other subsequent insulating fluid is specified is unacceptable and test

results shall not be considered for approval.

5.3 Resistance measurements on all windings and on all tap positions. The test report

shall indicate how the windings were connected (e.g. series or parallel).

5.4 Core ground insulation test performed at 2000VDC and a minimum of 1000 Mega-

ohms.

5.5 Ratio tests on the rated voltage connection and all tap connections.

5.6 Polarity and phase relation tests on the rated voltage connection.

5.7 Excitation (no load) loss at rated voltage and rated frequency and 90%, 100%, and

110% of rated voltage measured by the average voltage method.

5.7.1 The test report shall contain the following calculated worst-case values:

5.7.1.1 Peak Inrush current during energization in amps

5.7.1.2 Maximum fundamental component of inrush current during energization in amps

5.7.2 Maximum 2nd and 4th harmonic components of inrush currents during energization

in amps and in percent of the fundamental component

5.8 Excitation current at rated frequency and at 90%, 100%, and 110% of rated voltage.

5.9 Impedance volts and load loss at rated current and rated frequency on the rated

voltage connection and on the tap extremes. Impedance and load losses shall be measured by

circulating rated current in the windings. Measurements and testing shall be performed at 60Hz.

Utilizing 50Hz for measurements and testing will only be allowed when 60Hz is not available.

5.9.1 Load losses may be measured at 60Hz or 50Hz between each pair of windings by

applying a primary voltage sufficient to produce rated current in the windings with the secondary

winding short circuited. If the test is made at 50Hz, the load losses shall be adjusted to 60Hz by

the following formula:

60Hz adjusted losses = 1.05 * (I2R + 1.44 * stray 50Hz load losses)

5.9.2 The impedance between windings shall be measured and stated in the test report.

Each transformer shall be tested, and the test report shall give the impedance and the serial number

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-20 94.03.26.550/B/Issued for Proposal

of each transformer. The impedances may be measured at either 60Hz or 50Hz. If impedances are

measured at 50Hz, they shall be corrected to 60Hz by multiplying the 50Hz measured value by 1.2.

5.10 Zero Phase Sequence Test:

5.11 Impulse Test: A quality control impulse test shall be made. Testing shall be in

accordance with the current ANSI C57.12.90 requirements on each high voltage terminal and each

low voltage terminal with the neutral solidly grounded and also on the neutral terminal

5.12 Temperature Test. A temperature rise test in accordance with ANSI C57.12.90

shall be made on one (1) unit of each rating design at the self-cooled (ONAN) MVA rating and

rated current at nominal tap setting to verify rating capacity and design. A thermal scan shall be

performed on the tank during the temperature rise test to search for hotspots.

5.13 Applied potential tests

5.14 Induced potential tests, neutral to be grounded as if transformer were in operation:

5.15 Tank and radiator pressure tests: Any oil or pressure containing device shall be

tested for leaks and strength by applying a pressure not less than 10psi for a minimum of 24 hours.

The transformer and devices shall all be filled with oil to the normal operating level before

applying pressure.

5.16 Bushing Power Factor Tests and capacitance measurements shall be performed, and

the results shall be compared to the manufacturer’s test data).

5.17 Lightning arrester tests shall be done by the original manufacturer.

5.18 Dew Point Test: Measurements will be tested at the factory, when transformer

arrives on site, and after complete installation. Dew point shall be less than 0.5% for each

measurement. If the moisture content is not less than 0.5%, the Seller shall be responsible for

performing the necessary drying operations to return the insulation to less than 0.5%.

5.19 CTs shall be tested by the original manufacturer with ratio saturation. Polarity tests

shall be conducted on each tap and provided as part of the Seller’s certified test reports.

5.19.1 The CT wiring shall be tested by injecting current into CTs and reading output

current of the CTs.

5.20 All protection wiring shall be checked against the Seller’s latest wiring diagrams.

A functional test and wiring check shall be completed for all protective devices installed on the

transformer.

5.21 Sweep Frequency Response Analysis Test:

5.21.1 Two (2) tests shall be performed at the factory using Doble’s M5x00 SFRA test

instrument. The test shall range from 20Hz to 2MHz frequency as a minimum. Additional results

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-21 94.03.26.550/B/Issued for Proposal

low or high frequencies may also be recorded. These two tests performed at the factory shall be

considered as baseline to compare with the tests performed at the site.

5.21.1.1 One (1) test shall be made when the transformer is on the test pad fully installed, oil

filled, with normal in service-bushings installed, and the core is de-magnetized.

5.21.1.2 One (1) test shall be performed when the unit is ready for shipping without oil and

bushing; it may be tested on the truck with manufacture standard procedures. This test shall be

performed using spark plug bushings.

5.21.2 In order to perform the SFRA test at the site without being fully assembled, the

Seller shall provide spark plug bushings installed on the transformer. These spark plug bushings

shall be easily accessible to the inspector at the site to perform the test as soon as the unit arrives at

the site.

5.21.3 The results shall be presented as a plot of the admittance (current divided by voltage)

including both the magnitude and phase angle versus frequency. Current measurements shall be

made by grounding the terminal through a 50Ω resistance and measuring either the voltage across

the resistor or the current directly.

5.21.4 The test setup shall be completely documented so that the same test can be done in

the same manner at a future date in the field. This documentation shall include the test equipment

used and the instrument settings, the type of leads and lengths of leads used, the points of

connections for the terminal connections and for the ground connections for the applied voltage,

measured current, and for the grounding connections of the untested terminals. Photographic

documentation is also required. The data shall be stored in a readable digital format (such as

ASCII) that can be archived and retrieved for 50 years or the life of the transformer. The 50-year

archiving requirement may be met by providing the Purchaser with a compact disk with the FRA

data stored in ASCII format with the frequency, admittance magnitude, and phase angle. The units

of the magnitude and phase angle must be specified in the file.

5.22 Sound level tests shall be performed on one (1) transformer of each size and type in

accordance with NEMA TR1 and the results shall be included in the test report.

5.23 Core insulation measurements shall be made with a 1kV megger with the results

included in the test report.

5.24 Oil Testing: The levels of dissolved gases in oil shall be measured and recorded

before and after final testing of the transformers. Seller shall analyze the levels and determine if

the increases in levels are acceptable.

5.24.1 Insulating oil shall be factory tested for quality and dielectric strength in accordance

with the applicable standards of ASTM. A sample of insulating oil shall be taken by the Seller

after delivery to the Job Site and prior to oil filling of the transformer. The field sample shall be

laboratory tested for quality and dielectric strength in accordance with the applicable standards of

ASTM D-923. When FR3 or other subsequent insulating fluid is specified, applicable insulating

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-22 94.03.26.550/B/Issued for Proposal

fluid testing standards such as, but not limited to, ASTM D 3612 shall be used over traditional

mineral oil testing standards. As a minimum, oil testing will include the following tests:

a. Dielectric strength (ASTM D-877 and ASTM D-1816)

b. Acid neutralization number (ASTM D-974)

c. Interface tension (ASTM D-971)

d. Color (ASTM D-1500)

e. Visual condition (ASTM D-1524)

f. Moisture PPM (ASTM D-1533)

g. Power factor (ASTM D-924)

h. Dissolved Gas Analysis (ASTM D-3612 or ANSI C57.104)

i. Corrosive Sulfur (ASTM D1275)

5.25 Acceptance of oil at the site is conditional upon the samples taken upon delivery

passing the laboratory testing. Filling of each transformer with oil shall be performed only after the

field test results indicate the insulating oil is acceptable. Seller shall coordinate closely with

Purchaser regarding the delivery of oil to Site, therefore avoiding demurrage charges as much as

possible. The “PCB free” certification must be received by the Purchaser before delivery of the oil

is accepted. Oil shall be provided on an as needed basis.

5.26 The Seller shall provide copy of FAT results/values for each transformer to the

Purchaser prior to the Purchaser departing the Seller’s FAT facility.

6. TRANSFORMER LOSSES:

6.1 IEEE C57.120 will be used to evaluate each type of transformer loss (no-load, load,

and auxiliary) at the time of bid evaluation and select the transformer representing the best value.

6.2 The following are guarantees: No load loss, load loss on nominal tap, max MVA

losses, impedance, and temperature rise. Seller’s test procedure shall utilize the three (3) wattmeter

method to establish loss levels. Seller’s Multi-Amp polyphase HV metering equipment shall have

the following accuracy for loss measurement.

Current: 0.3%

Voltage: 0.3%

Power: 0.3% at 1.0 power factor

6.3 Guaranteed losses for each transformer shall be filled out by the Seller under the

Fill-In-Data Section of this Specification. Guaranteed losses shall target what is listed in the

attached EDR and will be evaluated at the rate given in Special Conditions for any losses over the

guaranteed values.

6.4 Any transformer which, upon factory test, is found to have losses greater than the

guaranteed losses stated shall have a portion of its selling price returned to the Purchaser. The

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-23 94.03.26.550/B/Issued for Proposal

price return shall be the difference between the guaranteed losses and the actual losses, as

determined by the tests, multiplied by the appropriate dollar value given in the Special Conditions.

6.5 The precision measuring system shall be calibrated regularly by the original

equipment manufacturer. The reference calibration equipment used shall be traceable to

International Standards or National Bureau of Standards. The measurement error possible with the

loss measurement equipment shall be as stated in the Equipment and Performance Data Section

GR-B.

7. SHIPPING: The transformer(s) shall be shipped in accordance with the Special

Conditions.

7.1 The transformer shipment shall be fitted with at least three (3) impact recorders for

recording all excessive impacts during the shipment of the transformer from the manufacturer’s

facility to the project site. Impact recorders shall be digital, with real-time tracker, and shall have

batteries capable of powering the impact recorders throughout the duration of shipment. The

recorder shall record date, time, and magnitude of each impact during shipment. The recorders

shall measure impacts in all three (3) axes (X, Y, and Z). Maximum shipment impact levels shall

be specified by the transformer manufacturer and approved by Purchaser prior to shipment of the

transformers. After the transformers are off loaded at the project site, the impact recorder data will

be inspected and recorded by the Seller with the Purchaser present to witness the values. The

Seller shall submit the impact recorder data with the final site testing documentation. Seller shall

provide any necessary software and instructions for gathering data off the impact recorders. If the

Purchaser determines excessive impacts have occurred, the Seller shall perform an SFRA test,

open each transformer, and examine all components for possible damage. A report detailing the

investigative findings shall be furnished by the Seller for review by the Purchaser. Based on

recommendations from the Purchaser review, corrective action shall be taken by the Seller.

7.2 If transformers are shipped to the site oil filled, the oil level shall be such that oil

removal will not be required during assembly, and the only oil necessary to complete oil filling, will

be for radiator fill and conservator tank (if equipped) filling.

7.3 If the transformers are shipped without oil, they shall be shipped pressurized with

dry air or nitrogen. The pressurized gas shall be at ambient temperature during the time of filling.

The Seller shall record the ambient temperature at the time of filling and the final as-filled pressure.

The pressure shall be great enough to ensure the pressure will never reach 0psi during the shipment

accounting for all temperature variations. Necessary equipment shall be included with the dry air or

nitrogen system to allow the transformer tank to maintain a constant predetermined pressure

automatically.

7.4 A pressure gauge with mechanical flag or other indicator shall be provided to

monitor dry air or nitrogen pressure during shipment from the manufacturer’s facility to the project

site. The mechanical flag or other indicator shall indicate if the pressure reaches 0psi throughout

the duration of shipment (indicating a leak). After the transformers are off loaded at the project

site, the ambient temperature, pressure, and mechanical flag or other indicator status will be

inspected and recorded by the Seller with the Purchaser present to witness the values. The Seller

shall submit these values and the status with the final site testing documentation. If the status

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-24 94.03.26.550/B/Issued for Proposal

indicator indicates the pressure reached 0psi, the Seller shall perform an additional pressure test to

find and repair the leak. The Seller shall dry the transformer immediately after repairing the leak

and perform a dew point test. A report detailing the investigative findings and repairs shall be

furnished by the Seller for review by the Purchaser.

8. DRAWINGS: After award of Contract, the Seller shall furnish the required copies

of the following drawings for review and approval prior to manufacture. See Section GR-B and

the Seller’s Deliverable Schedule for additional drawing submittal requirements.

8.1 Outline drawings showing exact HV, LV, and neutral bushing terminal locations

(included required strike distances), bushing details including IPBD flanges, connection details,

tank and conservator (if equipped) dimensions, radiator locations and dimensions (including

clearance distances required), accessory equipment locations, shipping weights and dimensions,

assembled weights and dimensions, oil quantity, tank base details and bill of material.

8.2 Certified ratio correction, phase angle correction and excitation curves of all

bushing CTs.

8.3 Certified test reports from the bushing manufacturer, referenced by bushing serial

number, shall be supplied for each bushing. Seller shall add tags to all bushing drawings to clearly

indicate which transformer the bushing is used on.

8.4 Standard engineering information, including dimensional data and information for

bushings, lightning arresters, fans, gauges, pressure relief devices, and all other accessories.

8.5 Transformer nameplate drawing.

8.6 Wiring diagrams, schematics, and interconnects of transformer accessories, oil

preservation system, and cooling system.

8.7 All transformer accessories such as but not limited to temperature, level and

pressure gauges shall include instrument calibration sheets and shall be part of instruction manual.

8.8 Design calculations indicating sizing of transformer components to meet the

specified ratings.

9. O&M MANUALS AND CEMs: O&M Manuals and CEMs shall be provided in

accordance with Section GR-B. Manuals shall include exact information of all auxiliary

equipment, such as bushings, thermometers, gauges, relays and alarm set-points, supplied on the

transformer. It is not acceptable to only include "typical" device catalog cut-sheets. Manuals shall

include a complete parts list with pricing and the original manufacturer’s parts numbers. Spare

parts list format shall be per the Purchaser’s template. Manuals shall include copies of all final “as

shipped” drawings. The final drawings may be shipped separate for insertion into the manuals if

the final drawings are finished after the final manuals are shipped.

9.1 One (1) copy of the curves specified in this Section and all certified test reports

shall be incorporated in each copy of the O&M manuals. Quality control test data documented by

the arrester manufacturer shall be provided with transformer test data. The certified test reports

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-25 94.03.26.550/B/Issued for Proposal

may be shipped separate for insertion into the O&M manuals if the final reports are finished after

the final O&M manuals are shipped.

9.2 Color photographs shall be taken during the tanking process and shall be included

in the O&M manuals. Photographs shall include views of the tank interior (viewed from above)

prior to insertion of the core and coils, views from each side of the core and coils prior to being

placed in the tank, views of the core and coils being lowered into the tank, and views looking down

into the top of the tank showing the inserted core and coils.

10. SPARE PARTS: The Seller shall include separate pricing for the following spare

parts:

a. One (1) spare HV bushing for each type provided.

b. One (1) spare LV bushing for each type provided

c. One (1) spare Neutral bushing for each type provided

d. One (1) spare lighting arrestor for each type provided

e. One (1) Complete set of gaskets for each type of transformer

f. One (1) box of each size of fuses used

g. One (1) gallon of touch-up paint

One (1) radiator fan

11. FIELD INSTALLATION: If required by the Special Conditions section of this

contract, the Seller shall provide field services as follows. This includes qualified field service

technicians at the Site to dress-out the transformers, fill the transformers with oil, and field test

the transformers. Also, as required by the Special Conditions section, these services shall be

included in the base bid total amount for each transformer listed; or shall be included as an

option price valid until a later specified date for each transformer as listed.

11.1 Field Dress-out: The Seller shall install all transformer items that were removed

for shipping and touch up paint the transformers.

11.2 Oil Filling: The Seller shall oil fill the transformers in accordance with the

manufacturer’s recommended procedures. The oil shall be tested before filling begins. The

transformers shall be oil filled under vacuum. Any makeup oil added shall be filtered and

dielectric tested. After the transformers are filled, the oil shall be tested again.

11.3 Transformer Field Testing: The field installation services for the transformers

shall include the following commissioning tests and checks, as a minimum:

a. Sweep Frequency Response Analysis Test: Two tests shall be performed on site

on arrival of the transformer. One test shall be performed when the unit is on the

truck using the spark plug bushings provided by the manufacture. Second test

shall be performed on the transformer once it’s fully installed with normal in-

service bushings and filled with oil.

b. Insulation power factor and dissipation factor tests on all windings

c. Insulation power factor or dissipation factor on each bushing equipped with

power factor/capacitance tap. In absence of a power factor/capacitance tap,

perform hot-collar tests.

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-26 94.03.26.550/B/Issued for Proposal

d. Insulation resistance tests, winding-to-winding and each winding-to-ground

e. Insulation resistance test for core and clamp

f. Turns-ratio tests at all tap positions and phase relationship test

g. Winding excitation current

h. HV and LV winding resistance on all tap positions (preferably this should be the

last test to be performed on the transformer and de-magnetize the core after this

test)

i. Insulation power factor or dissipation factor test on all surge arrestors (if installed)

j. Insulation resistance test on arrestors (if installed)

k. Dew Point Field Test: Dew point shall be less than 0.5% for each measurement. If

the moisture content is not less than 0.5%, the Seller shall be responsible for

performing the necessary drying operations to return the insulation to less than

0.5%

11.4 Oil Field Testing:

11.4.1 Perform oil screening prior to filling and after filtration which should include the

following parameters:

a. Dielectric strength (ASTM D-877 and ASTM D-1816)

b. Acid neutralization number (ASTM D-974)

c. Interface tension (ASTM D-971)

d. Color (ASTM D-1500)

e. Visual condition (ASTM D-1524)

f. Moisture PPM (ASTM D-1533)

g. Power factor (ASTM D-924)

h. Dissolved Gas Analysis (ASTM D-3612 or ANSI C57.104)

i. Corrosive Sulfur (ASTM D1275)

11.5 Current Transformer and Wiring Field Testing: All circuit checks and CT circuit

verification and functional tests of control schemes, transformer mounted protection devices

shall be documented by highlighting the appropriate elementary drawing for each circuit. The

drawing shall be highlighted in yellow to indicated which portions have been tested. Any

corrections to the drawings shall be marked red for additions and green for deletions. The

drawings shall be signed, date, and accompanied by a cover sheet detailing the tests that were

performed.

a. Perform ratio, polarity, and excitation/saturation testing. Plot the saturation curve

and confirm the saturation point matches the CT class

b. Insulation resistance test on CT secondary wiring

c. Test all CT wiring up to the CT secondary shorting terminal blocks in the

transformer control cabinet.

d. At the completion of all CT testing, de-magnetize the CTs.

e. Perform a function test and wiring check for alarm and trip contacts for the

protection devices installed on the transformer.

f. Sudden pressure relay by simulating the pressure with a hand pump, or equivalent

method. Confirm seal-in relay operation

Garden City Substation Transformers

Kiewit Project No. 20031123 TS1-27 94.03.26.550/B/Issued for Proposal

g. Buchholz relay operation. Confirm seal-in relay operation

h. Winding and oil temperature indicators

i. Pressure relief device(s)

j. Oil level indicator

k. Confirm incipient dissolved gas analyzer for alarm limits and verify output wiring

to the control cabinet

11.6 Seller shall compare all field testing results with the factory testing results for any

deviation. The final report shall consist of all test reports, as left settings/configurations

calibration sheets and any other supporting documentation necessary to demonstrate the work

was performed comprehensively and in accordance with this specification and industry

standards. An electronic copy of the final field testing report shall be submitted to the Purchaser

within two (2) weeks after completion of field testing. The test report shall be electronically

generated and include the following information:

a. Company and Project name

b. Test engineer name and signature

c. List of tests performed

d. Test Date and weather conditions during time of the testing

e. Test equipment information (manufacturer, model number, serial number, date

calibrated, etc.)

f. Transformer rating and nameplate information

g. All testing results and required analysis

h. Pictures

11.7 Any discrepancies or deficiencies encountered during field testing shall be

identified in writing and submitted to the Purchaser. A copy of this correspondence shall be

included in the final report

11.8 Field Installation Purchaser shall take critical pictures during dress out and oil

filling. Internal photos to be taken prior to sealing of units. Verify all shipping materials

including transport test leads (connected to shipping covers/test bushings) to internal windings

have been removed.

END OF SECTION

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR1-1 94.03.26.550/B/Issued for Proposal

ENGINEERING DESIGN REQUIREMENTS

Morris Substation Power Transformer

40MVA, 115/34.5kV

Applicable Standards

Including, but not limited to all

ANSI C57 Standards and all

Standards listed in Article 1 of

Section 94.03.26.550

Transformer Type Autotransformer

Application Outdoor

Altitude Per Section GR-A

24 hour Average Ambient Temperature 30˚CMaximum Ambient Temperature Per Section GR-A

Seismic Design and ConstructionPer Section S1 and Section

94.03.26.550

Sound Pressure Level at Max. MVA 85 dBA

Number of Phases 3

Number of Windings 1

Winding Material 100% Copper

Frequency 60Hz

Vector Group Yy0

Cooling Class ONAN/ONAF/ONAF

Temperature Rise 65˚CInsulation Temperature Rise Rating 65˚CMaximum Winding Hotspot Rise 80˚COil Type High Grade Mineral

Oil Preservation Type Conservator – Inflatable Cell Type

Color ANSI 61 Gray

High Voltage (HV) Winding

Connection Grounded Wye

MVA 40/53/66

Voltage 115 kV

Phase BIL (Winding and All Phase Bushings) 550 kV

Phase Bushing Minimum Creep DistanceDesigned for Light Contamination,

28mm/kV

Neutral BIL (Winding and Bushing) 150kV

Bushing Location (H1, H2, H3) Cover

Bushing Location (H1, H2, H3) ANSI segment per diagram below

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR1-2 94.03.26.550/B/Issued for Proposal

Neutral Bushing Location (H0) Cover

Neutral Bushing Location (H0) ANSI segment per diagram below

Termination Type Overhead in Air via Surge Arrester

Termination Compartment No

Termination Flange No

Surge Arresters Required Yes, one per phase

Surge Arrester MCOV 70kV

NGR Rating N/A

Low Voltage (LV) Winding

Connection Grounded Wye

MVA 40/53/66

Voltage 34.5

Phase BIL (Winding and All Phase Bushings) 200kV

Neutral BIL (Winding and Bushing) 150kV

Bushing Location (X1, X2, X3) Cover

Busing Location (X1, X2, X3) ANSI segment per diagram below

Termination Type Isolated Phase Bus Duct (IPBD)

Termination Compartment No

Termination Flange Yes

Surge Arresters Required One per phase

Surge Arrester MCOV 22kV

Tertiary Voltage (Y) Winding

MVA TBD

Voltage By Vendor

Phase BIL (Winding and All Phase Bushings) TBD

Neutral BIL (Winding and Bushing) TBD

Bushing Location Cover

Termination Type N/A

Termination Compartment No

Termination Flange No

Current Transformers

HV Bushings 600:5A C800, 0.3B1.8

LV Bushings 1200:5A C800, 0.3B1.8

Percent Impedance at Rated Voltage, 85°C Reference

Temperature, and Base HV MVA Rating

HV – LV 9.5%

Power Supplies

Normal AC Power Source (by Contractor) 120/240VAC / 1Ф / 3-wire / 60Hz

Alternate AC Power Source (by Contractor) 120/240VAC / 1Ф / 3-wire / 60Hz

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR1-3 94.03.26.550/B/Issued for Proposal

Device/Equipment Power Source (by Others) 120VAC / 1Ф / 3-wire / 60Hz

Tap Changer

Regulated Winding HV Winding

Type Load

Control Auto/Manual

Number of StepsSixteen (16) +0.625% and Sixteen

(16) -0.625%

Loss Evaluation (per Section 94.03.20.550 Article 6)

No Load Losses TBD

Aux Cooling Losses at Top MVA Rating TBD

Load Losses at Rated Voltage, 85°C Reference

Temperature, and Base MVA RatingTBD

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR1-4 94.03.26.550/B/Issued for Proposal

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR2-1 94.03.26.550/B/Issued for Proposal

ENGINEERING DESIGN REQUIREMENTS

Garden City North Substation Power Transformer

40MVA, 115/34.5kV

Applicable Standards

Including, but not limited to all

ANSI C57 Standards and all

Standards listed in Article 1 of

Section 94.03.26.550

Transformer Type Autotransformer

Application Outdoor

Altitude Per Section GR-A

24 hour Average Ambient Temperature 30˚CMaximum Ambient Temperature Per Section GR-A

Seismic Design and ConstructionPer Section S1 and Section

94.03.26.550

Sound Pressure Level at Max. MVA 85 dBA

Number of Phases 3

Number of Windings 1

Winding Material 100% Copper

Frequency 60Hz

Vector Group Yy0

Cooling Class ONAN/ONAF/ONAF

Temperature Rise 65˚CInsulation Temperature Rise Rating 65˚CMaximum Winding Hotspot Rise 80˚COil Type High Grade Mineral

Oil Preservation Type Conservator – Inflatable Cell Type

Color ANSI 61 Gray

High Voltage (HV) Winding

Connection Grounded Wye

MVA 40/53/66

Voltage 115 kV

Phase BIL (Winding and All Phase Bushings) 550 kV

Phase Bushing Minimum Creep DistanceDesigned for Light Contamination,

28mm/kV

Neutral BIL (Winding and Bushing) 150kV

Bushing Location (H1, H2, H3) Cover

Bushing Location (H1, H2, H3) ANSI segment per diagram below

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR2-2 94.03.26.550/B/Issued for Proposal

Neutral Bushing Location (H0) Cover

Neutral Bushing Location (H0) ANSI segment per diagram below

Termination Type Overhead in Air via Surge Arrester

Termination Compartment No

Termination Flange No

Surge Arresters Required One per phase

Surge Arrester MCOV 70kV

NGR Rating N/A

Low Voltage (LV) Winding

Connection Grounded Wye

MVA 40

Voltage 34.5

Phase BIL (Winding and All Phase Bushings) 200kV

Neutral BIL (Winding and Bushing) N/A

Bushing Location (X1, X2, X3) Cover

Busing Location (X1, X2, X3) ANSI segment per diagram below

Termination Type Isolated Phase Bus Duct (IPBD)

Termination Compartment No

Termination Flange No

Surge Arresters Required One per phase

Surge Arrester MCOV 22kV

Tertiary Voltage (Y) Winding

MVA TBD

Voltage By Vendor

Phase BIL (Winding and All Phase Bushings) TBD

Neutral BIL (Winding and Bushing) TBD

Bushing Location Cover

Termination Type N/A

Termination Compartment No

Termination Flange No

Current Transformers

HV Bushings 600:5A C800, 0.3B1.8

LV Bushings 1200:5A C800, 0.3B1.8

Percent Impedance at Rated Voltage, 85°C Reference

Temperature, and Base HV MVA Rating

HV – LV 9.5%

Power Supplies

Normal AC Power Source (by Contractor) 120/240VAC / 1Ф / 3-wire / 60Hz

Alternate AC Power Source (by Contractor) 120/240VAC / 1Ф / 3-wire / 60Hz

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR2-3 94.03.26.550/B/Issued for Proposal

Device/Equipment Power Source (by Others) 120VAC / 1Ф / 3-wire / 60Hz

Tap Changer

Regulated Winding HV Winding

Type Load

Control Auto/Manual

Number of StepsSixteen (16) +0.625% and Sixteen

(16) -0.625%

Loss Evaluation (per Section 94.03.20.550 Article 6)

No Load Losses TBD

Aux Cooling Losses at Top MVA Rating TBD

Load Losses at Rated Voltage, 85°C Reference

Temperature, and Base MVA RatingTBD

Garden City Substation Transformers

Kiewit Project No. 20031123 EDR2-4 94.03.26.550/B/Issued for Proposal