Request for Asset Purchase Proposals. for up to

Similar documents
American Electric Power Service Corporation as agent for Ohio Power Company. Request for Information (RFI) for RFP

OKLAHOMA GAS AND ELECTRIC COMPANY REQUEST FOR INFORMATION. Solar Energy Purchase Power Agreement Information

PacifiCorp. Request for Proposal. Natural Gas Asset Management and Supply. ISSUED: April 6, DUE DATE: April 18, 2016

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

Request for Proposals for Solar Renewable Energy Certificates RFP #1012 March 7, 2012

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

CITY OF OLYMPIA REQUEST FOR PROPOSAL COLLECTION AGENCY SERVICES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

Appendix A. Glossary. For Request For Proposals For Long-Term Renewable Generation Resources for Entergy Louisiana, LLC

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

Request for Proposal For Fund Developer

REQUEST FOR PROPOSALS For Natural Gas Pipeline Infrastructure and Transportation Services

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

Cleveland County Emergency Medical Services. PO Box Shelby, NC Request for Proposal. For. Debt Collection Agency Services

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.

Request for Qualifications. for. Design-Build of the Proposed. Calaveras River Pump Variable Frequency Drive Upgrade Project

Request for Qualification (RFQ) For Architectural Services. McCormick, South Carolina

REQUEST FOR PROPOSAL Purchase of Electricity Services

CITY OF RIVERSIDE, MISSOURI REQUEST FOR PROPOSALS FINANCIAL ADVISOR SERVICES

LOS ANGELES COUNTY EMPLOYEES RETIREMENT ASSOCIATION REQUEST FOR PROPOSAL JULY 10, 2014

Debt Collection Services

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

Request for Proposal Permitting Software

Request for Proposals For Financial Advisor Services

SECTION 6: RFQ Process, Terms and Conditions

REQUEST FOR PROPOSAL FOR ECONOMIC DEVELOPMENT SERVICES

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan

REQUEST FOR PROPOSAL For Retirement Investment Advisor Services Bid Number: March 2, 2015

Metropolitan Edison Company, Pennsylvania Electric Company and Pennsylvania Power

City of Vernon Request for Expressions of Interest and Information (RFI)

Appendix C-2. Entergy Services, Inc. June 8, 2016

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

Detroit Land Bank Authority Request for Qualifications:

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PIERSON ELEMENTARY REPLACEMENT SCHOOL PROJECT NO

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSAL (RFP) Executive Search Firm

CEDAR CITY REQUEST FOR PROPOSALS. Workers Compensation. October Prepared by Cedar City Human Resources

Appendix G Process For Protection of Proposal Information For

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Proposal Finance and Corporate Services Department

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

OFF CAMPUS RENEWABLE ENERGY PROJECT DEVELOPMENT

Introduction. Scope of Services

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

Request for Proposal Bond Issue Financial Advisor

Detroit Land Bank Authority. Request for Proposals: Call Center Services

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

A REQUEST FOR BIDS. Sharepoint Deployment

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software


[SAMPLE * - DRAFT] RETIREMENT SYSTEM REQUEST FOR PROPOSALS

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR INFORMATION FOR # POINT OF SALE SYSTEM. November 18, 2015

Kennebec Valley Community College 92 Western Avenue Fairfield, ME Competitive Bid Request for Proposal This is Not an Order

REQUEST FOR QUALIFICATIONS RFP # 1027 CITY OF RIVERSIDE MOBILE APPLICATION. Proposal Due: Before 4:00 PM June 18, Issued by:

Missouri Technology Corporation Early-Stage Business Grant Program Fiscal Year 2015 Request for Proposals

Request for Proposals For Renewable Energy Power Purchase Agreement

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

City of Cotati Sonoma County, California

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

REQUEST FOR PROPOSALS SPEC. # 4995

Request for Proposal. Retail Consulting Services Date issued: Monday November 24, 2014 Close date: Wednesday December 10, 2014 at 12:00 pm MST

First Addendum RFP for Solar Photovoltaic Generating System RFP Depot Bid Number

THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #

CITY OF HIGHLAND PARK

BID SPECIFICATION PACKAGE

CITY OF ROCKFORD Electricity Aggregation Program. Plan of Operation and Governance

Request for Proposals

HELP-NEW MEXICO, INC. REQUEST FOR PROPOSAL FOR DATABASE REPORTING SYSTEM

Business Intelligence Data Analyst

STATE OF MAINE DEPARTMENT OF ADMINISTRATIVE AND FINANCIAL SERVICES Office of Information Technology RFP #

MISCELLANEOUS PROFESSIONAL LIABILITY AND PREMISES LIABILITY INSURANCE APPLICATION

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL AUDIT SERVICES

Bid closing date December 21, 2013

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

RHODE ISLAND INFRASTRUCTURE BANK. REQUEST FOR PROPOSALS to serve as FINANCIAL ADVISOR SECTION I INTRODUCTION AND PURPOSE OF THE RFP

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #

Request for Quotation (RFQ) Property/Casualty Insurance

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

Enterprise Content Management Consultant

Prequalification Document for Procurement of Works

NORTH SHORE ELECTRICITY AGGREGATION CONSORTIUM

GENERAL AGENT AGREEMENT

City of Hesperia. Request for Quotes Answering Services. Release Date: 02/04/10

For the Period: Calendar Year 2015 Compliance Calendar Year 2016 Compliance

Transcription:

American Electric Power Service Corporation as agent for Southwestern Electric Power Company Request for Asset Purchase Proposals for up to ~100 MW (nameplate) of Wind Energy Resources (80 MW minimum bid size) RFP Issued: August 17, 2016 Proposals Due: September 15, 2016 (Columbus, OH) Web Address: http://www..com/go/rfp/

Table of Contents Page 1) Introduction... 3 2) Purpose and Scope... 4 3) Product Description... 5 4) Bid Price Structure... 6 5) Interconnection / Delivery Point... 6 6) RFP Schedule and Procedure... 7 7) Proposal Submittal... 8 8) Proposal Content... 8 9) Treatment of Proposals... 9 10) RFP Proposal Evaluation... 9 11) Confidentiality... 11 12) Bidder s Responsibility... 11 13) Reservation of Rights... 11 14) Contacts... 13 Attachments Wind Project Summary... Appendix A Bidder s Credit-Related Information... Appendix B Bidder Profile... Appendix C Form Purchase Sale Agreement... Appendix D AEP Wind Generation Facility Standard... Appendix E Projected O&M Costs... Appendix F Proposal Content Check Sheet... Appendix G

1. Introduction American Electric Power Service Corporation (AEPSC) and Southwestern Electric Power Company are subsidiaries of American Electric Power Company, Inc. (AEP). AEPSC is administering this Request for Proposals (RFP) on behalf of Southwestern Electric Power Company. American Electric Power is one of the largest electric utilities in the United States, delivering electricity and custom energy solutions to nearly 5.4 million customers in 11 states. AEP owns the nation's largest electricity transmission system, a more than 40,000- mile network that includes more 765-kilovolt extra-high voltage transmission lines than all other U.S. transmission systems combined. AEP also operates 224,000 miles of distribution lines. AEP ranks among the nation's largest generators of electricity, owning approximately 31,000 megawatts of generating capacity in the U.S. AEP also supplies 3,200 megawatts of renewable energy to customers. AEP's utility units operate as AEP Ohio, AEP Texas, Appalachian Power (in Virginia and West Virginia), AEP Appalachian Power (in Tennessee), Indiana Michigan Power, Kentucky Power, Public Service Company of Oklahoma, and Southwestern Electric Power Company (in Arkansas, Louisiana and east Texas). AEP's headquarters are in Columbus, Ohio. More information about AEP can be accessed by visiting www.aep.com. Southwestern Electric Power Company serves 530,000 customers in northwestern and central Louisiana, western Arkansas, East Texas and the Panhandle area of North Texas. Its headquarters is in Shreveport, with regulatory and external affairs offices in Shreveport and Baton Rouge, Louisiana, Little Rock, Arkansas, and Austin, Texas. Service Territory has 5,212 MW of generating capacity and has executed long-term renewable energy purchase agreements (REPA) with wind generation resources totaling 469 MW (See Table 1). In addition, has over 4,000 miles of transmission and 26,000 miles of distribution lines. Page 3

Table 1 Facility Name Name-Plate Location (State, County) Majestic I 79.5 MW TX (Carson) High Majestic II 79.6 MW TX (Carson & Potter) Flat Ridge 2 31.0 MW KS (Barber, Harper, Kingman and Sumner) Flat Ridge 2 77.8 MW KS (Barber, Harper, Kingman and Sumner) Canadian Hills 100.5 MW OK (Canadian) Canadian Hills 52.8 MW OK (Canadian) Canadian Hills 48.0 MW OK (Canadian) 469.2 MW Additional information regarding can be accessed by visiting www..com. 2. Purpose and Scope 2.1. Additional wind resources will further enhance the diversity of s energy supply portfolio diversity with low-cost energy with minimal risk associated with future environmental regulations. 2.2. is requesting bids from parties desiring to sell a completed wind energy resource (Project) via a purchase sale agreement (PSA). The Project can be an existing asset or a Project under development provided it meets the requirements of the Expected On-Line Date as described in Section 3.7. Affiliates of SWEPCo will not be participating in this RFP. The Project shall be a complete, commercially operable, integrated wind-powered electric generating plant, including all facilities necessary to generate and deliver energy into the Southwest Power Pool (SPP). 2.3. This inquiry is not a commitment to purchase and shall not bind the Company or any affiliates of the Company in any manner. The Company in their sole discretion will determine with which Bidder(s), if any, it wishes to engage in negotiations that may lead to a binding contract. 2.4. The Company may execute a PSA as a result of this RFP for up to approximately 100 MW (nameplate) of wind energy resources. The minimum nameplate bid size for this RFP is 80 MW. 2.5. All questions regarding this RFP should be emailed to: WindEnergyRFP2016@aep.com Page 4

2.6. Since the SPP is the transmission service provider, any inquires related to the SPP transmission system or services under the SPP OATT must be directed to the SPP. 2.7. The Company s decision regarding the results of the RFP will be subject to regulatory approvals from the Arkansas Public Service Commission, Louisiana Public Service Commission, and Public Utility Commission of Texas. Any contractual arrangements between the Company and prospective bidders will be conditioned upon prior Commission approvals that are satisfactory in form and substance to the Company in its sole discretion. The Company reserves the right to reject any proposed contracts that result from the RFP if subsequently issued regulatory approvals or authorizations are subject to conditions, including ratemaking treatments, which are unacceptable to the Company in its sole discretion. Certain of the proposed resources may require authorization from the FERC under applicable law or regulations. Therefore, the definitive agreement(s) with the selected bidder(s) will be conditioned on, and/or provide termination rights with respect to the failure to obtain, regulatory approvals acceptable to the Company in its sole discretion. 3. Product Description 3.1. Product: the Company is seeking a low cost wind energy resource via a purchase sale agreement (PSA). 3.2. Size: the Company is seeking a total of approximately 100 MW (nameplate) of wind energy resources. 3.3. Minimum Project Size: Projects must have a minimum nameplate rating of 80 MW. 3.4. Interconnection: Projects must be interconnected to the Southwest Power Pool (SPP) 3.5. Location: Projects must be located in Arkansas, Louisiana, Texas, Oklahoma, Kansas or Missouri. 3.6. Existing Projects: Projects that are already in commercial operation may submit expansions of the project into this RFP, provided it has a dedicated separately metered interconnection agreement. 3.7. Expected On-Line Date: Project should achieve commercial operation by December 31, 2018. 3.8. Project Closing Date: The Project Closing Date will be at or near the commercial operation date of the Project. Page 5

4. Bid Price Structure 4.1. The Bid Price ($) must be for a Project that is complete, commercially operable, integrated wind-powered electric generating plant designed for at least a 25- year life; including, but not limited to, wind turbine generators, balance of plant equipment, O&M facilities, SCADA, IT, all facilities required to deliver energy into SPP, ALTA / title insurance, and all construction financing. 4.2. Project must meet the AEP Wind Generation Facility Standard (see Appendix E). 4.3. Payment by the Company to the Bidder will be at or near the commercial operation date (COD). The Company will not make any progress payments. 4.4. Bidder shall be responsible for post-cod power curve testing activities and associated costs - including the installation and removal of any temporary test met towers. 4.5. All costs associated with interconnections and transmission, including any system upgrades, as required by SPP up to the Point of Delivery shall be included in the Bidder s pricing where appropriate under current FERC orders and rulings. 4.6. Bidder shall include expected routine and non-routine operations and maintenance (O&M) costs by year for a 25-year operating period ( Projected O&M Costs ) (See Appendix F). The Projected O&M Costs shall include all expected costs for operating and maintaining the Project during a 25-year period, including property taxes and land leases. The Projected O&M Costs is for informational purposes. 4.7. Bidder may include, as a separate proposal, to provide O&M services to the Company for the operations and maintenance of the Project. If Bidder elects to provide such proposal, the Company requests that a proposal be submitted for both a 5-year and 25-year term. 5. Interconnection / Delivery Point 5.1. The Project must be interconnected to a transmission facility in the SPP. 5.2. The interconnection point with the SPP facility will be the Point of Delivery. 5.3. Information submitted into this RFP must include identification of proposed transmission interconnection point(s), including any studies, applications, line extensions and system upgrades identified as part of the interconnection approval process. Page 6

5.4. The Bidder is responsible for all costs associated with transmission interconnections and system upgrades as required by SPP. 5.5. The Bidder is responsible during the start-up period for following the established SPP and transmission operator policies and procedures that are in effect regarding facility interconnection and operation associated with a utility s transmission system. 5.6. Bidder must have a completed SPP System Impact Study for the Wind Project. An electronic copy of all completed SPP studies shall be included with Bidder s Proposal. 6. RFP Schedule and Procedure 6.1. The following schedule and deadlines apply to this RFP. reserves the right to revise this schedule at any time and at its sole discretion. 6.2. All proposals must be complete in all material respects and be received no later than 4 p.m. EPT on the Proposal Due Date at the AEPSC Columbus, OH location as defined in Section 7 of this RFP. RFP Timeline RFP Issued Wednesday, August 17, 2016 Proposal Due Date Thursday, September 15, 2016 Initial Short-List Identified Friday, September 30, 2016 Execute Final Contract Tuesday, December 13, 2016 File for Regulatory Approvals Friday, December 16, 2016 6.3. Confidentiality Agreements: Bidders will be required to execute a Confidentiality Agreement (CA) prior to receiving the Company s Form Purchase Sale Agreement (PSA). Bidder should request the Company s Form CA by emailing the email address below and including an electronic copy of the completed SPP System Impact Study as required under Section 5.6 of this RFP. WindEnergyRFP2016@aep.com 6.4. Solicitation of Additional Information: reserves the right to solicit additional information or proposals, if it deems it is in s customer s interest to do so, and the right to submit additional information requests to Bidders during the evaluation process. 6.5. Information Policy: For information regarding this RFP, visit: http://www..com/go/rfp/ Page 7

7. Proposal Submittal One hard copy and two electronic copies on CD of the Bidder s Proposal shall be submitted by the Proposal Due Date as outlined in Section 6.2 to: 8. Proposal Content American Electric Power Service Corporation Attn: 2016 Wind Energy RFP Manager 1 Riverside Plaza (14 th Floor) Columbus, OH 43215 8.1. The Bidder is encouraged to provide as much information as possible to aid in the evaluation of the offer. The Bidder should also provide any additional information the Bidder deems necessary or useful to the Company in making a definitive and final evaluation of the benefits of the Bidder s proposal without further interaction between the Company and the Bidder. 8.2. Appendix G has been provided as a check sheet for all of the information required to be included in the Bidder s proposal package. A completed Appendix G shall be included in the proposal package. 8.3. Bidder shall provide an executive summary of the bid s characteristics and timeline, including any unique aspects and benefits. 8.4. Bidder shall complete all of Appendix A (Wind Project Summary). No Bidder may act through a partnership, joint venture, consortium, or other association or otherwise act in concert with any other person unless, as part of its Proposal, it provides written notification to the Company and fully identifies all partners, joint venturers, members, or other entities or persons comprising same. 8.5. Bidder shall complete all of Appendix B (Bidder s Credit-Related Information). 8.6. Bidder shall complete Appendix C (Bidder Profile) as applicable. Bidder shall provide a general description of the Bidder s background and experience in large scale renewable energy power projects similar to its proposal, including any affiliated companies, holding companies, subsidiaries, or predecessor companies presently or in the past engaged in developing renewable energy power supply projects. In addition, provide three (3) or more references from projects where the Bidder, or any of its affiliates, has completed the development and construction similar to the one proposed to. If the Bidder has fewer than three projects, it shall provide as many references as possible Page 8

8.7. Bidder shall provide exceptions to the Form Purchase Sale Agreement (Appendix D). 8.8. Bidder shall provide a list of any exceptions it takes to the AEP Wind Generation Facility Standard (Appendix E). 8.9. Bidder shall provide the Projected O&M Costs (Appendix F) for the Project. The Projected O&M Costs is for informational purposes. 9. Treatment of Proposals 9.1. The Company reserves the right, without qualification, to select or reject any or all proposals and to waive any formality, technicality, requirement, or irregularity in the proposals received. See Section 13 Reservation of Rights. 9.2. The completed Appendices and any supplemental information submitted by the Bidder may be utilized in any filings with regulatory agencies. 10. RFP Proposal Evaluation The Evaluation Process is central to the success of Company s RFP process. Proposals must include ALL applicable content requirements as described in Section 8 Proposal Content. The Evaluation Process will include six main steps as follows: (1) Eligibility and Threshold Requirements (2) Initial Economic Analysis (3) Initial Short List (4) Transmission Congestion Screening (5) Final Economic Analysis (6) Final Project Selection 10.1. Eligibility and Threshold Requirements: A preliminary screening will be completed prior to any Proposal moving into the Initial Economic Analysis phase. Bidders and their associated Wind Projects must meet the following Eligibility and Threshold Requirements. 10.1.1. Wind Projects must be located within the SPP; and in Arkansas, Louisiana, Texas, Oklahoma, Kansas or Missouri. 10.1.2. Bidder has received a completed SPP System Impact Study. 10.1.3. Bidder s proposed wind turbine generator manufacturer must be from the top tier suppliers to the United States market. 10.1.4. Bidder must have completed the development, construction and commissioning of a similar sized wind project in the United States or Canada. 10.1.5. Project name-plate rating is equal to or greater than 80 MW. Page 9

10.1.6. Bidder must have site control via ownership or easement / lease. A lease option is not an acceptable form of site control. 10.1.7. Wind Project must have an estimated commercial operation date of no later than December 31, 2018. 10.2. Initial Economic Analysis: During the Initial Economic Analysis phase, the Company will determine a Levelized Cost of Energy (LCOE) associated with each Proposal. 10.3. Initial Short-List: The Company will identify an Initial Short-List using the LCOE as the primary factor in addition to Non-Price Factors. Non-Price Factors include, but are not limited to the following: 10.3.1. Form Purchase Sale Agreement exceptions. 10.3.2. Project location with respect to the wind farms associated with the Company s current REPAs (see Table 1). 10.3.3. Projects that have the least impact to wildlife and the environment. 10.3.4. Exceptions to the AEP Wind Generation Facility Standard. 10.3.5. Proposed date of commercial operation. 10.3.6. The development status of Bidder s generation facility including, but not limited to, site control, permitting status, and transmission. 10.3.7. The operating history of other similar generation facilities that were developed and constructed by the Bidder. 10.3.8. The degree of risk related to the availability of the resources in the timeframe proposed. 10.3.9. Credentials of the 3 rd party consulting meteorologist or independent engineer used in the development of the energy projections for the Project. 10.4. Transmission Congestion Screening: The Initial Short-Listed Bidders will be further evaluated using a Transmission Congestion Screening process. The principal objective of the Transmission Congestion Screening process is to estimate the impact of transmission congestion on the Project s locational marginal price (LMP). 10.5. Final Economic Analysis: At the conclusion of the Transmission Congestion Screening, the Company will complete the Final Economic Analysis of the Proposal. 10.5.1. A Final Levelized Cost of Energy will be calculated taking into consideration the results of the Transmission Congestion Screening process as applicable. 10.5.2. The Company will also calculate a Levelized Impact on its Net Revenue Requirement (Net Revenue Requirement). Page 10

10.6. Final Project Selection: 10.6.1. The Company will make the final Project selection using the Net Revenue Requirement as the primary factor in addition to Non-Price Factors as further described in Section 10.4. 11. Confidentiality 11.1. will take reasonable precautions and use reasonable efforts to maintain the confidentiality of all bids submitted. Bidders should clearly identify each page of information considered to be confidential or proprietary. reserves the right to release any proposals to agents or consultants for purposes of proposal evaluation. s disclosure policies and standards will automatically bind such agents or consultants. Regardless of the confidentiality, all such information may be subject to review by the appropriate state authority, or any other governmental authority or judicial body with jurisdiction relating to these matters and may be subject to legal discovery. Under such circumstances, and AEPSC will make all reasonable efforts to protect Bidder s confidential information. 12. Bidder s Responsibilities 12.1. Proposals and bid pricing must be valid for at least 120 days after the Proposal Due Date, upon which time proposals shall expire unless the Bidder has been notified and selected as a Short-Listed Bidder or as a final award recipient. 12.2. It is the Bidder s responsibility to submit all requested material by the deadlines specified in this RFP. 12.3. The Bidder should make its proposal as comprehensive as possible so that the Company may make a definitive and final evaluation of the proposal s benefits to its customers without further contact with the Bidder. 12.4. Bidders are responsible for the timely completion of the project and are required to submit proof of their financial and technical wherewithal to ensure the successful completion of the project. 13. Reservation of Rights A bidder s Proposal will be deemed accepted only when the Company and the successful bidder have executed definitive agreements. The Company has no obligation to accept any Proposal, whether or not the stated price in such Proposal is the lowest price offered, and the Company may reject any Proposal in its sole discretion and without any obligation to disclose the reason or reasons for rejection. Page 11

BY PARTICIPATING IN THE RFP PROCESS, EACH BIDDER AGREES THAT (i) EXCEPT TO THE EXTENT OF ANY REPRESENTATIONS AND WARRANTIES ARE CONTAINED IN A DEFINITIVE AGREEMENT WITH THE COMPANY, ANY AND ALL INFORMATION FURNISHED BY OR ON BEHALF OF THE COMPANY IN CONNECTION WITH THE RFP IS OR WILL BE PROVIDED WITHOUT ANY REPRESENTATION OR WARRANTY, EXPRESS OR IMPLIED, AS TO THE USEFULNESS, ACCURACY, OR COMPLETENESS OF SUCH INFORMATION, AND ii) EXCEPT AS OTHERWISE PROVIDED IN A DEFINITIVE AGREEMENT WITH THE COMPANY, NEITHER THE COMPANY NOR ITS AFFILIATES NOR ANY OF THEIR PERSONNEL OR REPRESENTATIVES SHALL HAVE ANY LIABILITY TO ANY BIDDER OR ITS PERSONNEL OR REPRESENTATIVES RELATING TO OR ARISING FROM THE USE OF OR RELIANCE UPON ANY SUCH INFORMATION OR ANY ERRORS OR OMISSIONS THEREIN. Each bidder is solely responsible to pay any and all costs incurred by the bidder in the preparation of a Proposal in response to this RFP or to contract for any products or services proposed by any bidder. The Company reserves the right to modify or withdraw this RFP, to negotiate with any and all qualified bidders to resolve any and all technical or contractual issues, or to reject any or all Proposals and to terminate negotiations with any bidder at any time in its sole discretion. The Company reserves the right, at any time and from time to time, without prior notice and without specifying any reason and, in its sole discretion, to: (i.) cancel, modify or withdraw this RFP, reject any and all responses, and terminate negotiations at any time during the RFP process; (ii.) discuss with a bidder and its advisors the terms of any Proposal submitted by the bidder and obtain clarification from the bidder and its advisors concerning the Proposal; (iii.) consider all Proposals to be the property of the Company, subject to the provisions of this RFP relating to confidentiality and any confidentiality agreement executed in connection with this RFP, and destroy or archive any information or materials developed by or submitted to the Company in this RFP; (iv.) request from a bidder information that is not explicitly detailed in this RFP, but which may be useful for evaluation of that bidder s Proposal; (v.) determine which Proposals to accept, favor, pursue or reject; (vi.) reject any Proposals that are not complete or contain irregularities, or waive irregularities in any Proposal that is submitted; (vii.) accept Proposals that do not provide the lowest evaluated cost; (viii.) determine which bidders are allowed to participate in the RFP, including disqualifying a bidder due to a change in the qualifications of the bidder or in the event that the Company determines that the bidder s participation in the RFP has failed to conform to the requirements of the RFP; (ix.) conduct negotiations with any or all bidders or other persons or with no bidders or other persons; and (x.) execute one or more definitive agreements with any bidder that submits a Proposal or with any other person or with no one. If at any time the Company determines that there is a defect in the RFP process or a deviation from the requirements of the RFP or that collusive or fraudulent bidding has occurred or appears to have occurred, the Company may suspend the RFP in whole or in part as to any bidder or bidders so involved in its sole discretion. Under no Page 12

circumstances, including the Company s termination of the RFP at any time, will the Company or any of its representatives be responsible for any costs or expenses of any bidder incurred in connection with the RFP. 14. Contacts All correspondence and questions regarding this RFP should be directed to: WindEnergyRFP2016@aep.com or Joe Karrasch RFP Manager jakarrasch@aep.com American Electric Power Service Corporation (614) 716-6163 Page 13

Bidder (Company): Contact Name: Contact Title: Address: Appendix A Wind Project Summary Completion of ALL information is required Company Information City: State: Zip Code: Work Phone: Cell Phone: Email Address: Is the proposal being submitted through a partnership, joint venture, consortium, or other association? If so, please identify all partners, joint venturers, members, or other entities or persons comprising same. Project Name: Unique Bid Name: Wind Turbine Generator Manufacturer: EPC Contractor: General Project Information (Note: EPC Contractor must be a creditworthy entity) Nameplate (MW): Expected Annual Availability (%): Expected Capacity Factor (%): Expected Annual Energy (MWh): Source of wind energy forecast: Property Taxes: Please define expected annual Project property tax rates, abatements (if any), etc. Land Lease & Royalty Payments: Define all projected annual Land Lease & Royalty Payments. Target Commercial Operation Date: 6/1/2018 Target Commercial Operation Date (Other): Bid Pricing Bid Price ($) A - 1 2016 Wind Energy RFP

Federal Production Tax Credit Percentage of Federal Production Tax Credit that the Project will qualify for: % Describe how the project will qualify for the percentage of the Federal PTC noted above: Wind Turbine Manufacturer Selection Wind Turbine Generator Manufacturer: Has final selection been made (Y / N)? Have turbine been secured / purchased (Y/N)? Please include an electronic copy of the WTG warranty. If final turbine selection has not been made: Attach a description of the selection process and schedule. List the candidate manufacturers, models, sizes (MW) and the costs of each option. Attach an electronic copy of the 3 rd party wind report of each option being considered. Site Information Site Legal Description: Address: City: State: Zip Code: County Longitude: Latitude: Site Control (lease, own, site purchase pending, etc.): Site Acres: Is there potential for expansion (Y / N): Are additional acres available: If Yes; acres available: Please attach (electronic version only) a copy of all leases, easements or other ownership documentation. Has the site been assessed for any environmental contamination (Y / N): A - 2 2016 Wind Energy RFP

Describe any known environmental issues. If necessary, please describe on a separate attachments: Please attach a diagram identifying anticipated placement of major equipment and other project facilities, including transmission layouts and Point of Delivery. Interconnection and Point of Delivery SPP Queue #: Substation Name / Voltage: System Impact Study Complete (Y/N): System Impact Study Report Date: Feasibility Study Complete (Y/N): Feasibility Study Report Date: Point of Interconnection with : SPP Interconnection Status (describe): Please attach electronic copies of all interconnection studies and/or the expected completion date(s). A - 3 2016 Wind Energy RFP

Permits Have you contacted all required permitting agencies regarding this project and identified all necessary permits? City (Y / N): County (Y / N): State (Y / N): Federal (Y / N): - USF&W (Y/N): - FAA (Y/N) Other (Y / N): On an additional sheet, list and describe all city, county, state and federal permits required for this project. Include: status, duration, planned steps, critical milestones and timeline. Wind Data 1. Please attach the wind energy report. 2. Proposal must provide the source and basis of the wind speed data used in the development of energy projections for the project. Explain the assumptions for wake losses, line losses, etc. and the location where the data was measured. 3. Proposals must provide the wind turbine power curve adjusted for the site s specific air density. 4. Provide a description of the system intended to provide real-time telemetry data. 5. Attach an 8760 calendar year hourly energy forecast, net of all losses (See attached Excel spreadsheet (Energy Input Sheet). 6. Bidders shall provide a summary of representative wind data with measurement height referenced and any extrapolations used to estimate the wind speeds at the proposed hub height. (This item shall be provided in the electronic (CD, flash drive, etc.) version of the proposal only.) Consulting Meteorologist Information (please attach resume to proposal): Name: Address: Email: Contact Number: A - 4 2016 Wind Energy RFP

Wind Projects Completed Provide a summary of all wind projects (> 80 MW) that Bidder has successfully developed and completed in the United States or Canada. For each project, describe the Bidder s specific role in the project. Project Location MW Bidder s Role Total MW = A - 5 2016 Wind Energy RFP

Appendix B Bidder s Credit-Related Information Full Legal Name of the Bidder: Type of Organization (Corporation, Partnership, etc.): Bidder s % Ownership in Proposed Project: Full Legal Name(s) of Parent Corporation: 1. 2. 3. Entity Providing Credit Support on Behalf of Bidder (if applicable): Name: Address: City: Zip Code: Type of Relationship: Current Senior Unsecured Debt Rating: 1. S&P: 2. Moodys: Bank References & Name of Institution: Bank Contact: Name: Title: Address: City: Zip Code: Phone Number: Legal Proceedings: As a separate attachment, please list all lawsuits, regulatory proceedings, or arbitration in which the Bidder or its affiliates or predecessors have been or are engaged that could affect the Bidder s performance of its bid. Identify the parties involved in such lawsuits, proceedings, or arbitration, and the final resolution or present status of such matters. Financial Statements: Please provide copies of the Annual Reports for the three most recent fiscal years and quarterly reports for the most recent quarter ended, if available. If available electronically, please provide link: B - 1 2016 Wind Energy RFP

Appendix C Bidder Profile Please list Bidder s Affiliate companies: 1. 2. 3. 4. Please attach a summary of Bidder s background and experience in Wind Energy projects. 1. Company a. Contact Name: b. Contact Number: c. Project: 2. Company a. Contact Name: b. Contact Number: c. Project: 3. Company a. Contact Name: b. Contact Number: c. Project: 4. Company a. Contact Name: b. Contact Number: c. Project: References C - 1 2016 Wind Energy RFP

Appendix D Form Purchase Sale Agreement (PSA) The Form PSA will only be forwarded to potential Bidders with a completed SPP System Impact Study. Please email the following email address to request the Form PSA: WindEnergyRFP2016@aep.com D - 1 2016 Wind Energy RFP

Appendix E AEP Wind Generation Facility Standard The AEP Wind Generation Facility Standard will only be forwarded to potential Bidders with a completed SPP System Impact Study. Please email the following email address to request the Standard: WindEnergyRFP2016@aep.com E - 1 2016 Wind Energy RFP

Appendix F Projected O&M Costs The Projected O&M Costs spreadsheet will be forwarded to potential Bidders with a completed SPP System Impact Study. Please email the following email address to request the spreadsheet: WindEnergyRFP2016@aep.com F - 1 2016 Wind Energy RFP

Appendix G Proposal Content Check Sheet Section Item Completed 8.3 Executive Summary Appendix A (Wind Project Summary) - Company Information - General Project Information - Property Taxes / Abatement Information - Land Lease & Royalty Payments - Bid Pricing - Wind Turbine Manufacturer Selection - Site Information 8.4 o Attach copies of representative site leases, together with site map showing land control. o Describe any known environmental issues. o Attach diagram of general site layout (wind turbines, permanent met towers, substation, interconnection) - Interconnection (Attach electronic copies (only) of all interconnection studies) - Permits (List / Describe all permits required, status, etc.) - Wind Data (including consulting meteorologist Information) - Energy Input sheet (electronic copy only) - Wind Projects Completed Summary 8.5 Appendix B (Bidder s Credit-Related Information 8.6 Appendix C (Bidder Profile) 8.7 Appendix D (PSA - including exceptions) 8.8 Appendix E (exceptions to the AEP Wind Generation Facility Standard) 8.9 Projected O&M Costs G - 1 2016 Wind Energy RFP