HomeMy WebLinkAbout1999-395ORDINANCE NO 99--0.
AN ORDINANCE ACCEPTING COMPETATIVE BIDS AND AWARDING A CONTRACT FOR THE
PURCHASE OF A 15/20/25 MVA POWER TRANSFORMER, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID 2408 —
POWER TRANSFORMER AWARDED TO WAUKESHA ELECTRIC SYSTEM, DIVISION OF
GENERAL SIGNAL POWER SYSTEMS, INC IN THE AMOUNT OF $441,877)
WHEREAS, the City has solicited, and received competitive sealed bids for the construction of
public works or improvements in accordance with the procedures of STATE law and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that the
herein described bids are the lowest respondent for the construction of the public works or improvements
described in the bid invitation, and plans and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive sealed bid for the construction of public works or
improvements, as described in the "Sealed Bid Invitations", or plans and specifications on file in the Office
of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and
approved as being the lowest responsible bids
BID
NUMB ER CONTRACTOR AMOUNT
2408 Waukesha Electric System, Division $441,877
of General Signal Power Systems, Inc
SECTION II That the acceptance and approval of the above competitive sealed bid shall not
constitute a contract between the City and the person submitting the bid for construction of such public
works or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, and insurance certificate after notification of the award of
the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance with
the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice
to Bidders and Request for Sealed Bids, and documents relating thereto specifying the terms, conditions,
plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive sealed bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved
bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the '� day of ' 1999
JACKtMUZER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY Lnylj
APPROVED AS TO LEGAL FORM
HERBERRJT LPROUTY, CITY ATTORNEY
BY /,' d'� 14& '� z ` �i
BID 2408 - CONTRACTUAL ORDINANCE
ATTACHMENT
TABULATION SHEET
• # 24Qa D. ••
POWER TRANSFORMERS
NA I Qt , 4ESG IP7'ION
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
" I
Keasler
Kuhlman
Sunbelt
Waukesha
Temple
Wesco
Electric
Trans
Electric
Power Transformer
15/20/25 MVA, 138kV
$441,877
$428,892
$446,410
$436,356
$316,800
wye with load tap
Changer
Short Circuit Test
$220,000
DELIVERY
168 DAY
273 DAYS
Sept 2000
18-22 wks
37-39 wks
NO BID
Dealers Electric
Wesder Assoc
Perferred Sales
Cummins
Bid # 2408 Power Transformer ATTACHMENT 2
Evaluation Summary Sheet
Bid Conformance
Base Price
Certified no load losses($4072)
Certified load Losses($2036)
Warranty Adder
Field Installation Cost
Field Service Cost
Short Circuit Testing
Delivery to Site Adder
Performance Bond Release
Total Evaluated Cost
Cost to DME (UpFront Dollars)
Bid Bond
Evaluation Rating
Standard Warranty
Temple Waukesha Wesco
Conforming Conforming Conforming
$428,892 00 $448,827 00 $446,410 00
$63,116 00 $61,324 32 $69,224 00
$86,512 00 $84,636 52 $81,440 00
$21,444 60
$25,000 00
Kuhlman
Non -Conforming
$436,356 00
$53,913 28
$128,084 76
$500 00
$17,856 40
($6,950 00)
$598,964 60
$587,837 84
$639,930 40
$618,854 04
$450,336 60
$441,877 00
$489,266 40
$436,856 00
Compliant
Compliant
Compliant
Non -Compliant
2
1
3
0
Note See Attached Evaluation Sheets For Comments
Temple
Waukesha
Wesco
Kuhlman
Sunbelt
Conforming
$316,800 00
$101,800 00
$110,554 80
$316,800 00
$845,954 80
$633,600 00
Compliant
4
Sunbelt
1 Year + Adder 5 Years 5 Years 5 Years 5 Years
Certified Losses reference Temp
75C
75C
75c
75C
75C
Certified no load losses, kW
1550
1506
1700
1324
2500
Certified load Losses, kW
4200
4157
4000
6291
5430
Total losses, kW @ 25 MVA
5750
5662
5700
7615
7930
Total cooling requirements, kW
1 5
108
0
3
48
Impedance in % at 15 MVA
76
7
7
78
78
Reactive Compensation Cost
$29,250 00
$26,250 00
$26,250 00
$29,250 00
$29,250 00
Guaranteed date of delivery
168 Days
In Window
273 days
37-39 Wks
18-22 Wks
Equipment Specification Exceptions
Load tap changer
Compliant
Compliant
Compliant
Compliant
Compliant
Tank
Non -Compliant
Compliant
Non -Compliant
Non -Compliant
Non -Compliant
Construction
Non -Compliant
Compliant
Non -Compliant
Non -Compliant
Non -Compliant
1133 Experience List
Compliant
Compliant
Compliant
Compliant
Non -Compliant
Vapor Phase Dryout Process
Compliant
Compliant
Non -Compliant
Compliant
Non -Compliant
ISO 9001 Certificate Include
Compliant
Compliant
Compliant
Compliant
Non -Compliant
Aux Equipment
Compliant
Non -Compliant Non -Compliant
Compliant
Compliant
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2 day of NOVEMBER A D , 1999,
by and between CITY OF DENTON
of the County of
DENTON
and State of Texas, acting through
MICHAEL W JEZ thereunto duly authorized so to do, hereinafter termed "OWNER," and
Waukesha Electric Systems
Division of General Signal Power Systems, Inc
P O Box 268
Goldsboro, North Carolina 27530
of the City of Goldsboro , County of Wayne and State of North Carolina
hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID # 2408 - POWER TRANSFORMER
in the amount of $441,877 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement, and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA-1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST
APPROVED AS TO FORM
CITY ATTORNEY
CA-3
CITY OF DENTON
(SEAL)
v1ky Kjak�h a ac_ lec- 5`n-mms
CONTRACTOR
2770l US 0-7 ZE rx
MAILING ADDRESS
919 -sue - z�
PHONE NUMBER
PRINTED NAME
(SEAL)
Bond No. 929122714
1'MORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric —Systems
D1V1aigII OP General Si Power sterns Inc ,and Nati n FBe naurance ompagy
coiiZm o and existing wader the laws of the State o Connecticut , and fully
authorized to transact business in the State of Texas, firmly the City of Denton, a municipal corporation oras Surety, are held and bound unto
ganized aid existing under the laws of the State
of Texas, hereinafter called Owner, jn the p� sum of FOUR HUNDRED FORTY ONE
THOUSAND BIGHT HUNDRED SEVEMY SEVEN NO 100 DOL
ten percent oP stated penal stun as ao additional sum of moat representing ($44tional puts
expenses, attorneys' fees, and liquidated dame Y eP f Or ecte additional th al court
Identified Contract, in lawful money of the United States, to be paid m Denton County,
the below
for the payment of which stun well and truly to be made, we hereby bind ourselves, heirs,
executors, administrator°, successors, and assigns, Jointly and severally, firmly by these
Presents, This Bond shall auto
mattcally be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but inno event shall a Change
thisOrder or Supplemental Agreement which reduces the Contract price decrease the penal stun of
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal catered into a certain Contract, rdenhfied by Ordinance Number 99-395, with the
City of Denton, the Owner, dated the 2 day of NOVEMBER A D 1999, a copy of which is
hereto attached and made a part hereof, for BID p 24OR - POWER TRANSFORMER
NOW, THEREFORE, If the Principal shall well, truly and fanhlWly perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements
accordance with the Plans, Specifications and Contract Doc gemsur of said Contras m
thereof and any extension thereof which may be 01n0w during the original term
to the Surety, and during the life of as Y granted tit the Owner, with this
without notice
shall also well and trulyY ��' or warranty required under this Contract. alai
perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
prinapppear wipal thin a pier oodir �or replace all defects due to faulty materials and ne (1) yCar from date of final completion and finale e of
that
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and May Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB - 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said 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, or to the Plans, Specifications,
Drawings, etc ,accompanying the same, shall in anywise affect its obligation 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 to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent n hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be bad in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WTINESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 2 day of NOVEMBER 1999
ATTEST Waukesha Electric Systems Division of
PRINCIPAL General Signal Power Systems, Inc
BY e i ---
Pt 6s'+. SE RETARY —T— BY
P#omp
tr 4s4 'erXMIM onal F e Insurance
COUNTERSIGNED SLIMy�any o(ff HeruttffordJ
BY E — Q l /\ U Ll—�
11Yf /i++ PD
Lawrence W. Waldie, Texas Resident BY Ronda L Pekel
Agent ATTORNEY -IN -FACT
The Resident Agent of the Surety inDallas
of the process is
> County, Texas for delivery of notice and service
NAME Lawrence W. Waldie
STREET ADDRESS 1601 Elm Street, Suite 2100, Dallas, TX 75201
(NOTE' Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
PB-2
STATE OF TEXAS § PAYMENT BOND
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Sustains Division of General Signal Powet Systems Inc whose address is p O Box 268
Goldsboro, North Carolina 27530, hereinafter called Principal, and Nations ir3 ' e�rapce Company a corporation organized and existing under the laws of the State of --°f—* revs and fully
authorized to transact business m the State of Texas, as Sur Connects „t
the City of Denton, a municipalco �Y. are held and firmly bound unto
of Texas, hereinafter called OOwnerr� � �persons, � B under the laws corporations the State
furnish materials for, or perform labor ' nt who may
to, m the �o� the b��B or improvements hereinafter referred
penal stun of FOUR HUNDRED FORTY ONE THOUSAND EIGHT HUNDRED
SEVENTY SEVEN N0/100 DOL ( 1,877) m lawful money of the Umted States, to
be paid in Denton, County, Texas, for the payment of which sum well and truly to be made,
we hereby bind ourselves, our hens, executors, administrators, successors, and assigns, Jointly
and severally, flrmlY by these Presents This Bond shall automatically be increased by the
amount of any Change Order or Supplemental Agreement which increases the Contract price,
but in no event shill a Change Order or Supplemental Agreement which reduces the Co
price decrease the penal sum of this Bond ntract
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 99-395, with the
City of Denton, the Owner, dated the 2 day of NOVEMBER A D 1999 , a copy of which
is hereto attached and made a part hereof, for BID k 2408 — POWER TRANSFORMER
NOW, THEREFORE, if the principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, fnms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remam in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said 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, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall inanywise affect its obligation on this Bond,
and it doeshereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
PB-3
This Bond is given Pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
Arwhomtiservice of process may be had in matters arising out of such suretyslup, as provided by
cle 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOp, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 2 day of NOVEMBER
ATTEST. Waukesha PRINCIPAL Electric Systems Division of
General Signal Powor SystP.ma, Inc
BY
�ss4 S ARY
COUNTERSIGNED:
BY
Lawrence W. Waldie, Texas Resident
Agent
BY
V PRE iS�o r
SURETY National Fire Insurance
Company of Hartford
By Ronda L Pekel
ATTORNEY -IN -FACT
The Resident Agent of the Sure Dallas
of the process is Surety in C°untY. Texas for delivery of notice and service
NAME Lawrence W.
STREET ADDRESS
(NOTE Date of Payment Bond must be date of Contract jf Residera Agent rs not a
corporation, give a person Is name )
PB-4
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation NATIONAL FIRE
INSURANCE COMPANY OF HARTFORD a Connecticut corporation AMERICAN CASUALTY COMPANY OF READING
PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies") are duly organized and existing
corporations having their principal offices in the City of Chicago and State of Illinois, and that they do by virtue of the signature and seals
herein affixed hereby make constitute and appoint
Drew Brach Brian Cook Sharon R Hayward Loretta A Peretti H David Hoovler, James A Dawdy, Ronda L Pekel, Individually
of Grand Rapids Michigan
their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign seal and execute for and on then behalf
bonds undertakings and other obligatory Instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as 0 such Instruments were signed by a duly authorized officer of their corporations
and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions printed on the reverse
hereof duly adopted„ as indicated, by the Boards of Directors of the corporations
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 10th day of August 1999
CONTINENTAL CASUALTY COMPANY
a.0ASU9lTy tp a'4�' NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
on Pro AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
3319111 Awl, tJ 60ZZ
4
u SEAL v
teal
Marvin J Cashion Group Vice President
State of Illinois County of Cook, as
On this 1 Dllt day of August 1999 before me personally came
Marvin J Cashion t6 me known who, being by me duly sworn did depose and say that he resides in the City of Chicago State of Illinois
that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he
knows the seals of said corporations, that the seals affixed to the said instrument are such corporate seals that they were so affixed
pursuant to authority, given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority
and acknowledges same to be the act and deed of said corporations
w 2.1••••••••SI•••••••••�
• "OFFICIAL
IAI SEAL' j
j OIANH F 0R S � �va"��
j Noten PtApe, f9ateeli of INnele
2 MY Cannleslat B*kw oil710 •
My Commission Expires September 17, 2001 Diane Faulkner Notary Public
CERTIFICATE
I Mary A Ribikowskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still In force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the
said corporations this 2nd day of November 1999
CONTINENTAL CASUALTY COMPANY
�.c�<Ty Ms� W NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
coavorurt °� �.t�aattyc �
°u SEAL r t net
test
Mary A Ribikawskis Assistant Secretary
(Rev 1Oil 197)
4008 PRAIRIE AVENUE* WAUKESHA, WI 531 SB-5240 " (41 41 547-01 21 • FAX (41 41 521 - 01 9B
www waukesheelectric com
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS, THAT THE UNDERSIGNED,
WAUKESHA ELECTRIC SYSTEMS, a division of General Signal Power Systems, Inc,
("Waukesha Electric Systems"), does hereby make, constitute and appoint
Steven Harder, who is employed by Waukesha Electric Systems, as its true and lawful
attorney to execute and deliver on behalf of Waukesha Electric Systems any and all
proposals, bids and contracts for the performance of work, sale of goods, and furnishing of
services, and any other instruments in connection therewith and in the ordinary course of
business of Waukesha Electric Systems, provided that no such individual proposal, bid or
contract snail exceed one million dollars ($1,000,000) All such instruments and documents,
when executed by said attorney on behalf of Waukesha Electric Systems, shall be binding as
fully and to the same extent as If executed on behalf of Waukesha Electric Systems by its
Vice President -Finance
This authority does not extend to
a the execution of surety or performance bonds,
b the collection, receipt and recovery of monies due or to become due to
Waukesha Electric Systems and the issuance of receipts, credits and releases for the
payment thereof,
c the signing of any notes, contracts, or any other agreement to borrow money in
the name of Waukesha Electric Systems, and
d the signing, on behalf of Waukesha Electric Systems, of any deeds, abstracts,
offers of purchase, or any other instruments pertaining to the purchase or sale of real
property
This authority shall remain in full force and effect for one year from the date hereof
unless otherwise revoked in writing by an officer of Waukesha Electric Systems
IN WITNESS WHEREOF, the undersigned has executed this Power of Attorney this
25th of March, 1999
WAUKESHA ELECTRIC SYSTEMS, a
division of General Signal Power Systems, Inc
Nancy Dickman
Vice President -Finance
N afiN*kWA dq"mtwa do
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Binder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein ijf' an apparent low bidder furls to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract Upon
bid award, all insurance requirements shall become contractual obligations which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to clamis covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
• Should any of the required insurance be provided under a clanns-made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give rise
to claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS.
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[XI A General Liability Insurance.
General Liability insurance with combined single limits of not less than
$1,000,000 shall be provided and maintained by the Contractor The policy shall
be written on an occurrence basis either in a single policy or in a combination of
underlying and umbrella or excess policies
1XI
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
any auto, or
all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a
$500,000 policy limit for occupational disease The City need not be named as an "Additional
Insured" but the insurer shall agree to waive all rights of subrogation against the City, its
officials, agents, employees and volunteers for any work performed for the City by the Named
Insured For building or construction projects, the Contractor shall comply with the provisions
of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC
110 110 of the Texas Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
nammg the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance company that carries
the Contractor's liability insurance Policy limits will be at least combined bodily injury
and property damage per occurrence with a aggregate
(] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building Limits of not less than
each occurrence are required
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract specifications
ATTACHMENT 1
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner -operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project
C The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project, and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project
F The contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage
I The contractor shall contractually require each person with whom it contracts to
provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401 011(44) for all of
its employees providing services on the project, for the duration of the
project,
(2) provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project,
(4) obtain from each other person with whom it contracts, and provide to the
contractor
(a) a certificate of coverage, prior to the other person beginning work on
the project, and
(b) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project,
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project, and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services
J By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division
of Self -Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions
K The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity
BID PROPOSAL
BID NUMBER
City of Denton, Texas 901 A. Texas St.
Purchasing Department Denton, Texas 76201
Power Transformer 15/20/25 MVA, 138 kV Delta-13 2 kV Wye with
Load Tap Changer
Page 2 of 3Q
e:
We quote the above f o b delivered to Denton, Texas Shipment an be made in 3IiS days from receipt of order
otherwise indicated
d¢8,82_'1,00
Terms net/30 umess
In submitting the above bid the vendor agrees that acceptance of any or all bid items by the City of Demon Texas within a reasonable period of time
constitutes a contract The complete Bid Proposal must be properly priced signed and returned
Mading Address
�o�-DSO r14L 2"1534
City State Zip
919 S9C) 3,23E 919- Sso• 32s-9-
Telephone Fax Number
W a. T-e'0- SysTt=►"1S
r /company
Signature
Em a , A ^ita LQ
Pnm/Type Name
AcPV-"UCA-ruo/�I E:46f4met,
Title
Rep- Keasler Associates Regional Mgr: Rensi
Fax No. (972) 669-4060
Date- 08/30/99
Please refer to the "Q" number when corresponding or placing an order
Quotation No F0516-SH
To- City of Denton
901-B Texas St.
Denton, TX 76201
Attn- Mr Tom D Shaw
Subj- Bid Number 2408 - Power Transformer
We are pleased to offer our quotation for the following-
1 TYPE Outdoor, oil immersed, 2 wmdmg transformer with LTC 1 $ 448,827 (N)
KVA RATING 15000 / 20000 / 25000 / 28000
COOKING CL OA / FA / FA, 55°C / 65°C Rise
PRI VOLTAGE 138000 Delta 550 KV-BIL
SEC VOLTAGE 13200 GrdY / 7620 110 KV-BIL
2 DEDUCT Agreeing to the terms of the attached Maintenance Warranty
Addendum as it applies to the performance bond Per Unit $ 6,950 00
3 ADDER Short Circuit Test Per Test $ 220,000 00
Steven D Harder
Application Engineer
Page 1
WAUKESHA ELECTRIC SYSTEMS
GS P O BOX 268 • GOLDSBORO, NC 27533 QUOTATION
Page 2
NOTES/COMMENTS/EXCEPTIONS
1) Sales/Use taxes are not included in the quoted price(s)
2) Payment terms are net 30 days from date of invoice
3) Transformer quoted will be manufactured and shipped from Goldsboro, NC
4) This quotation is submitted in accordance with your specification and/or request with the following
comments
Page 13 - The drawing submittal schedule shall be as stated herein
Page 25 - Short circuit test, if required, must be purchased per the adder shown on page 1 of this
quotation
Page CA-2 -Under no circumstances will the contractor be liable for special or consequential
damages
WAUKESHA ELECTRIC PRICE POLICY
Prices quoted herein are m based upon the following conditions
1) Factory acceptance of a written purchase order or contract, which must be received at Waukesha Electric
by October 30, 1999
2) For orders requiring drawing approval, a release to immediately proceed with production must be
returned to Waukesha Electric within 14 days after drawing submittal in order to maintain scheduling
dates
DRAWING SUBMITTAL & SHIPMENT
1) Upon acceptance of an order, Waukesha Electric will purchase major materials for the transformer as
specified in the purchase order and our acknowledgment Changes made by the customer to the
specifications after order placement may result in price adjustments and delay in shipment
2) Please allow 16 to 20 weeks for outline and nameplate submittal
3) Final drawings and instruction books will be submitted prior to shipment
4) A production slot has been reserved for shipment of this unit between September 15 and October 15, 2000
as specified This includes drawing submittal, review and return, and manufacturing lead time
TERMS & CONDITIONS
Refer to the attached Terms & Conditions WES Terms & Conditions are an integral part of this quote and
can not be changed unless agreed upon by WES
WARRANTY
Refer to the attached warranty offered with this bid proposal
WAUKESHA ELECTRIC SYSTEMS
GS P O BOX 268 f GOLDSBORO, NC 27533 QUOTATION
Page 3
TRANSFORMER ACCESSORIES
The following is a list of features and accessories furnished with the transformer(s) quoted, Listing is for
items that are notregmred per Applicable ANSI standards "NOTE, All gauges are Weiss or equal'
All gauges and accessories as specified
Current transformers as specified
Ground bus
Inert gas system/regulator for constant pressure, w/mtrogen bottle
Sudden pressure relay w/seal-m panel
Surge arresters (shipped separately)
Pressure relief device w/contacts
External core ground connection
De -energized tap changer
The Load Tap Changer quoted is a Waukesha Electric UZD Resistive type in the secondary winding, KVA
and voltage ratings per ANSI C57 12 10 The Waukesha Electric UZD type LTC is equipped with a
Maintenance Free Dehydrating Breather, WES type Oil Filtratton System, and Viewing Ports The
addition of theses features will reduce maintenance cost and extend the life of the LTC
Special LTC controls & accessories as specified
Detachable radiators (shipped detached)
Complete two stage forced air cooling
Copper windings
Fnush and paint requirements as specified
Undercoating
The external tank bracing members will be used to route all control wiring and capillary tubing unless
specifically disapproved.
Sound level periNEMA Standard
Standard ANSI tests
Temperature test results from a thermally duplicate unit
Frequency Response Analysis
WAUKESHA ELECTRIC SYSTEMS
GS P O BOX 268 • GOLDSBORO, NC 27533 QUOTATION
Page 4
SHIPMENT
Shipment will be via truck, FOB destination, freight prepaid and allowed NOTE There must be no
unusual conditions that prevent access to the job site or pad by the tractor/trailer If access cannot be
accomplished due to inaccessibility or unsafe conditions, all costs involved in delays or return traps will be
the responsibility of the customer
OIL DELIVERY
Oil will be delivered via tanker truck Delivery and/or installation of oil must be coordinated through our
Field Service Manager, Rick Braswell - Telephone 919-580-3219, Fax 919-580-3254
Oil is tested at the refinery for PCB's per ASTM, D4059 The reported limit of sensitivity is less than
2PPM
CRANE SERVICE
Crane service for placing the transformer onto the pad or designated unloading spot will be contracted and
paid for by Waukesha Electric Clear, safe access to the unloading site must be available
ASSEMBLY SERVICE
The following will be provided by Waukesha Electric as part of our assembly service
Installation of items removed for shipment
Processing and filling the unit with oil
Field tests as specified or required to verify that the unit is ready to energize
NOTES-
1 Assembly Service must be scheduled through our Field Service Manager after delivery of the unit
Contact Rick Braswell, Telephone 919-580-3219, Fax 919-580-3254 A scheduled start date will be
provided dependent on current workload and weather conditions at your location
2 There must be no unusual circumstances that prevent access to the job site or pad by the tractor/trailer If
access cannot be accomplished due to improper or unsafe site conditions, all costs involved for delays or
return trips will be the responsibility of the customer
Removal of any wooden skuls/crates from the job site after unit assembly will be by others
WAUKESHA ELECTRIC SYSTEMS
GS
P O BOX 268 • GOLDSBORO, NC 27533 QUOTATION
Page 5
CIRCULAR CORE AND COIL CONSTRUCTION
A core type transformer is quoted herein with circular core and coil construction The stacked cruciform core
and circular winding assembly is securely braced using rigid box type clamping This construction is superior
to wound core or non -circular shaped cores with non -circular windings when subjected to short-circuit
conditions Non -circular wound transformers are intended for less critical applications and small distribution
class units
THROUGH FAULT CAPABILITY
All Waukesha Electric transformers are designed and manufactured to meet short circuit requirements as
outlined in ANSI C57 12 00, Section 7
LOADING CAPABILITY
Our transformers are designed to carry short tune emergency overloads in accordance with ANSI C57 92
Keep in mind that this standard is a guideline for emergency conditions only and should not be used to
determine continuous overloads
MEASUREMENT OF LOSSES
Waukesha Electric utilizes a loss measurement system that is traceable to the National Institute of Standards
and Technology and is in complete compliance with NBS Technical Note 1204 Waukesha Electric
guarantees the lughest degree of accuracy for both load loss and no load loss measurement through the
utilization of state of the art equipment which incorporates zero flux current transformers, SF6 filled
capacitor dividers, and a self calibrating computerized control system
Typical System loss measurement error, No Load Losses = 0 30%, Load Losses = 0 60%
Performance Specification
For DENTON MUNICIPAL ELECTRIC
Quotation No 516 Item No I Project Name South Substation Transformers
PERCENT IMPEDANCE VOLTS
% Windings At MVA
70 H-X 15000
O8/26/99 4 10 PM Central Time
AUXILIARY LOSSES AND SOUND LEVEL
MVA
Class Aux Loss (Watts) Sound Level dB
150
200
250
OA 00
FA 540
FA 1,080
72
74
75
PERFORMANCE BASED ON A LOADING OF
HV Winding
XV Winding
138,000 Volts @ 150
13,200 Volts @ 150
MVA
MVA
EFFICIENCIES Base MVA = 100%
Load
100% 75% 50% 25%
Percent
9963 9966 9966 9953
Y
ZZ
6ZLu
�
Z
On
4
R o
5>
W Jo
IL
Q�4.�Os�i
O
amC�O
N H 4 to t0 h 00
S
Fi
O
CUSTO R
YEAR
KVA
PRIMARY
SECONDARY
SIGN
PASSED/
kV
kV
FAILED
Carolina Power & Light
1970
3750
23
4 80 Y
Rectangular
Failed
Piedmont EMC
1975
7500
115
13 20 Y
Round
Passed
Memphis Light Gas & Power
1976
7500
23
12 47 Y
Auto*
Failed**
Developmental
1979
1000
1247
4 80 Y
Rectangular
Failed
Central Maine
1979
5000
344
1247
Round LTC
Passed
Utah Power & Light
1979
10000
43 8
24 9 X 12 47 Y
Round
Passed
Developmental
1981
5000
69
1247
Elliptical
Passed
TESTS WERE PERFORMED PER APPLICABLE
IEEE AND ANSI
STANDARDS
* This design was auto with external tap range and low impedance
** Failed twice Customer accepted
This document is the property of Waukesha Electric Systems, and is loaned subject to
return upon demand its contents are confidential and must not
be copied or submlued to outside parties for use or examination
All rights to design or invention are reserved by Waukesha Electric Systems
Terms and Conditions of Sale
ACCEPTANCE, GOVERNING PROVISIONS, AND CANCEL-
LATIONS No orders shall be binding upon Seller until
accepted in writing by the Seller at Its headquarters office
or at its plant handling and processing such orders The Seller's
acceptance of the Buyer's order Is conditioned upon the
Buyer's assent that the terms and conditions set forth herein
shall be deemed as part of such order No modified or other
conditions will be recognized by the Seller unless specifically
agreed to in writing, and failure of the Seller to object to pro-
visions contained in any purchase order or other communi-
cation from a Buyer shall not be construed as a waiver of
these conditions nor an acceptance of any such provisions
No order accepted by the Seller may be altered or modified
by the Buyer unless agreed to In writing by the Seller and
no such order may be cancelled or terminated by the Buyer
except with the written consent of the Seller and upon payment
of the Seller's loss, damage and expense arising from such
cancellation or termination Any agreement of purchase or sale
shall be construed in accordance with the laws of the State
of Wisconsin
2 PRICE POLICY Unless otherwise stated prices only shall be
firm for shipment within the quoted leadtime
3 TERMS OF PAYMENT Unless otherwise specified, terms of
payment are net 30 days from date of shipment There will
be a 1-1/2% charge per month of the total invoice price
beginning 30 days after date of Invoice but the amount shall
not be in excess of the applicable usurious rate
4 TAXES Price does not Include sales, use, excise or other
taxes for which Buyer assumes liability wherever applicable
to this contract
5 FREIGHT Prices are FOB jobsite or nearest accessible
railsiding freight prepaid and allowed Sellur retains risk of
loss until delivery provided Buyer agrees to Inspect the
equipment within 72 hours of arrival and advise Seller and
carrier of any observable damage or irregularity pursuant to
Sellers Receiving Instructions Any detention charges by the
carrier are the Buyer's responsibility
8 DELIVERY AND DELAY Seller shall not be liable for any loss
or damage as a result of any delay in delivery or Installation
due to any pause beyond the Seller a reasonable control
including without limitation, an act of God, act of Buyer
embargo or other governmental act or authority regulation or
request fire theft, accident strike, slowdown, war, riot, delay
in transportation, Inability to obtain necessary labor, materials
or manufacturing facilities In the event of any such delay, the
date of delivery shall be extended for a period equal to the
time lost by reason of delay If shipping or progress of work
is delayed or interrupted for any cause for which the Buyer
is directly or Indirectly responsible, and additional coats
(including storage costa) are Incurred by the Seller due to such
delays, the Buyer shall reimburse the Seller for such added
costs plus reasonable profit thereon
7 INSTALLATION All equipment shall be installed by and at the
expense of Buyer unless otherwise stipulated Assistance in
initial operation of certain equipment and instruction of
operators may be given as normally required Additional
assistance requested by the Buyer shall be chargeable at
standard rates plus living and travel expenses, unless
otherwise stipulated
8 WARRANTIES Seller warrants the equipment to be free from
defects in material and workmanship for a period of one year
after delivery by the Seller If within such period any such
TRANSFORMER
r TERMS AND
CONDITIONS
v
J' Page 1 of 1
equipment or parts shall be proved to Seller satisfaction to
be defective such equipment or parts shall be repaired or
replaced at the Seller's option removal and installation to be
at Buyers expense Seller's obligation hereunder shall be
limited to such repair and replacement F O B Its factory, and
shall be conditioned upon Seller's receiving written notice of
any alleged defect within ten (10) days after its discovery and,
at Sellers option return of such equipment or parts prepaid
to its factory This warranty shall not apply to equipment or
parts which have been subjected to negligence, accident
damage by circumstances beyond Seller's reasonable control
or improper operation maintenance or storage, or modification
by Buyer
The foregoing warranty shall be void and not apply if the
equipment in question has not been fully protected by properly
installed and coordinated voltage surge suppressors current
overload, and other current protective devices These devices
must be rated set and adjusted to protect the equipment in
accordance with up-to-date commonly accepted industry
standards and practices
Under no circumstances will Seller be responsible for damage
in excess of the sale price to Buyer for the goods and/or
services for which damages are claimed
THE FOREGOING WARRANTIES ARE IN LIEU OF ALL OTHER
EXPRESS OR IMPLIED WARRANTIES (EXCEPT TITLE)
INCLUDING WITHOUT LIMITATION WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR PURPOSE AND
STATES SELLERS ENTIRE AND EXCLUSIVE LIABILITY AND
BUYER'S EXCLUSIVE REMEDY
CONSEQUENTIAL DAMAGES SELLER SHALL NOT BE
LIABLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES
WHATSOEVER
9 PATENTS Seller will indemnity Buyer for alleged infringement
of any patent relating to the equipment furnished by the Seller
hereunder provided such alleged infringement shall consist
of the use of said equipment or parts thereof in Buyer's business
for any of the purposes for which the some were sold and
provided Buyer shall give to Seller immediate notice in writing
of any such suit Seller within a reasonable time will at its
own expense, replace such equipment with non -infringing
equipment or remove the said enjoined equipment and refund
the sums paid therefore These provisions however shall not
apply to any patented equipment or device or part specified
by the Buyer
10 SUBSTITUTES, CHANGES AND IMPROVEMENTS Factors
beyond the Seller's control and the need for continuing
improvement of products may require changes in products
from time to time The Seller reserves the right to make
reasonable changes of products of any kind without notice
and to deliver revised designs or models of products against
any order unless the right is specifically waived in writing
The Seller shall have no responsibility whatever with respect
to changes made by the manufacturer of products sold but
not manufactured by the Seller
11 RETURNS Goods may not be returned for credit until and
unless the Seiler has given consent in writing to accept them
Materiels not normally stocked by Seller will not be accepted
for credit allowance except at the Seller's option Materials
returned without Sellers approval will be credited at Seller's
evaluation A minimum 15% restocking charge, plus freight
charge, will be Imposed on the return of stock items when
such returns are authorized by Seller
TC06 196A
ul
LU
VN,
h
Ott 10
m
a
m
3
12/15/99 14 35 RON RON-GRAND RAPIDS -> 940 349 7302
NO 125 P002/005
""' � - DevuMMroanvl
PRODUCER
Aon Risk Services, Inc.
171 Monroe Avenue N N
suite 525
Oland Rapids BEI 49503
616-336-0416 _
INBURCn
Waukesha Electric Systems
SPX COAPaaation
700 Terrace Point Drive
Muskegon MI 49443-3301
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURAR
tAytrommF,ow
EXCLUSIONS AND CONDITIONSOF SUCH POLICIESLIARS SHOV
TYPE Of INSURANCE POLICY NUMBER
ML YASILIYY
nFNFR�AL'ABILITY DR82314068980
CLAIMS MADE l J OCCUR
OWNER a A CONTRACTOR K PROT
AUTOMOBILE UABIWTV
A E ANY AU I
PILL OWNED AUT05
A SCHEDULED AUTOS
E HIRED AUTOS
A X NON OWNCD AUT06
USE LIABILITY
ANY AUTO
EXCESS LIABILITY
UMBRELLA FORM
OYNEA THAN I IMRRFL�FC
WORKERS COMPEMAYION AND
EMPLOVERB LIABILITY
INCL
DRR2314071981
DR1E8314070909
XM8230020
fA
Q aHideliSy Co.
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ION OF ANY ('ONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
ORDER BY THE POLIC166 DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
HAVE BEEN REDUCED BY PAID CLAIMS
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE IAIMIDOMVI DATE IMMIODIYVI
GENERAL AGGREGATE - 1 SODOOOO
11/15/98 1/01/00 PRODUCTSGG 1
_COMPIOPA5000000-
PERSONAL AAOVINJURY 1 5000000
CACH OCCURRENCE _ F 3000000
FIRE DAMAGE IAny ORE IIMI 1 2000000
ME PI YFRR' 1 25000
COMBINED 51N&B LIMIT 1 „LAR000
il/15/98 1/01/nn _ J�.Y_L�'LL
BODILY INJURY 1
11/15/98 1/01/00 (Pr pMfonl
BODILY INJURY 1
11/15/90 1/01/00 IPEI A1CNEl11
PROPERTY DAMAGE 1
THAN AUTO ONLY
El,LMJ.I BJ - —
ACCIOENT
Cc onN Iry I IMIY 1
a
EBCMP110N OP OPBMTIONBM14CATICNSMNICIFBaPECUI ITEMS
REF City of Denton Did 82408 - power Transformer
**This certificate VOIDS & replaces certificates dated 11/17/99 and 12/7/99••
sae aEtsohad a s for additional insosalstion „..,<
1311114
SHOULD ANY OF THE ABOVE DEECPJKD POLICIES BE CANCEUJiO BEFONE IHE
CITY Of D$RTO3P EXRflATION DAME THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
ATTNN TOM BH'A9/ 3_� DAYS WRITTEN NOTICE TO THE CKR7IPICATE MOLDER MAMBO TO THE LEFT
901-n THE%La eTaaRa' PI(� (NWY3 TO MNL EVCN NM16. iNNA IYMEE NO OWOATIRN ON YII.INTY
90NTON TX 76201 OF ANY KIND UPON THE COMPANY In ENTB OR RBBREEENTATIVEE
.Inun.iim&AFRfA6MTATNE _ 04556600
�r� w
12/15/99 14 35 PON PON-GRAND RAPIDS 4 940 349 7302 NO 125 P003/005
Attachment to ACORD Certificate for. Waukesha Electric Systems, SPX Corporation
e terms fftions and rherebyLud below are eo icete as
addiiinnal
ion of
the 6uvnage aorded by the inaueriarib lThiattachmntdoes not contain Twmnanditmnscoverages at exclusions
contolnod in tho Policy
CERTIFICATE -HOLDER I COMPANIES AFFORDING COvERAGE
CITY of DENTON
ATTN Tom Shaw
901-B Texas Street
76201
A U S Fidelity A SiaAranty Company
a
c
E
The cancellation provision on this Certificate of Insurance is amended as follows
Said policy shall not be cancelled, nonrenewed or materially changed' without 30 days
advanced written notlt,e being given to the owner (city) except when the policy is being
cancelled for nonpayment of premium in which case 10 days advance written notice is required
"Material Change means a slgniNcant redaction in the provisions of the poNay or the
Afmit of coverage for the polhy In place today.
Additiuiial Inzsuied. City of Denton, its Officials, Agents, Employees and Volunteers
Aurhodynd Representative
Aon Risk Servlcas
12/1 s199
12/15/99 14 35 RON RON-GRAND RRPIDS 4 940 349 7302 NO 125 P004/005
DATE IN
aRoouceR THIS CERTIFICATE IS 1813 AS A MATTER H INFO)
ONLY AND CONFEREE NO PIIQHTS UPON TB [•PR
ATDa Risk Sarvicsa, Ino ALTER THEHCOVERAGE AFFORDED BYTTHE POLICIES
171 xoaros Avenge W N COMPANIES AFPORDIq C0VFR6ft--
Suits 525
Grand Rapids MI 4OB03 COMPANY
Grand-
616-336-0415 _ II 9 Fidelit�a auarant Ca.
INBUMO COMPANY
Waukesha electric Systems
sox corporation OOh"AN°
c
700 Terrace Point Drive -- '
Nuskegon NI 4944d-3301 COMPANY
D
W x ' . ; I
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INIJILAI
MAY)BESISSUED 00 MAYS PERTAIN THE INSURANCECONDITION AFFORDED BY THE POL CIES DESCRIBED HEREIN N 5 SUBJECT TOT WITH T L� HEWHICH
CERTIFICATE TERMS
LUSIONS AR,Ip CONDITIONS OP SUCH POLICIES LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS
00 POLICY NUMB{R POUOY EFFECTIVE POLICY EXPIRATION UNITS
LTA TYPE OF INSURANCE _- DATE IMMODIYY) DATE IMMAIDNYI
GENERAL_ AGGREGATE 1 _
GENERAL LIABILITY
PRODUCTS COMPIOP AGO 1
COMMERCIAL GENERAL LIABILITY PERSONAL A RON INJUR P _
CLAIMS MADE a OCCUR
EACH OCCURRENCE
_ GWrNER 9 & CONTRACTOMD PROT FIRE OAMAOE IARY nno Flrsl 1 _
MID 6PP IAIH NO
II 1
)MOBILE UASIUTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUT05
NON OWNED AUTOS
LOS UAIPLITY
ANY AUTO
EkgFPA I IARII YFY
UMBRELLA FOAM
WORRIES COMPENSATION AND
A EMPLOYERS LIABILITY
A THE PROPRIETOPI
PAATNERSIHXECUTIVE
UFMGUHA Aft
OTHER
DRR2314063988
INCL I DR62314066982
COMBINED SINGLE UMIT 1
BODILY INJURY 1
SM) DKMPI _
BODILY INJURY I
IPA'.mdEA11
PROPERTY DAMAGE I
AUTO ONLY EA ACCIDENT 1
OTHER THAN AUTO ONLY
11/15/99 1/01/00 j 61. EACH ACCIDENT
11/15/98 1/01/00 SDI6@ASE POLICY LIMIT 1
s
IEICMPTION OF OPERATIONSBACAyIQNSFAISCMAPECHAL. ITEMS
RRI City of Denton Did #2408 - Power TraneEOrmar
—Thin certificate VOIDS a replaces certificates dated 11/17/99 and 12/3/99•R
CITY Of DBNTON
ATTNI TON 9KhW
901-11 TEXAS STRRRT
DENTON Tx 76201
SHOULD ANY OF THE ABOVE DESCRIBED POU01E6 11 CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 GAYS WaTT6H NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
WY O.WAE TO MAIL SUCH NOVICE SHALL IMPOEF NO OSMOATION OR MAI MTV
45566000
12/15/99 14 35 AON RON-GRAND RAPIDS 4 940 349 7302
NO 125 P005/005
Attachment to ACORD Certificate for Waukesha Electric Systems. SPX Corporation
herebyThe terms, conditions and provisions noted below ArA
cate as addit
al
the coverage a torrind by the insurarlsi This attchm attachment tnot contain terms, cll conditions, coverages lorrexclusionaion of
CERTIFICATE -HOLDER
CITY of DENTON
ATTN Tom Shaw
1 sin 1.9 Texas Street
COMPANIEb AhhORDING COVERAGE
ADDITIONAL POLICIES It a policy below does not include limit Information, rotor to the Corresponding pollrN uii
the ACURD canITlpete corm Ter
uvvwy
Policy
Co Type of Insurance Policy Number
rollry
xpir
Limits
to
Lt
A orkers' Compensation & DRE2314066081
11/15/9R
1/1/00
6
Employe: s Liability
A nrknre' Compensation & DRE2314064984
11/15/98
1/1100
A
moloyer's Liability
A orkers' Compensation & DRE2300002900
1/1199
1/1/00
i
mployers' Liability
All Workers' Compensation polirina described on this Certificate of Insurance are subject to a Self Insured Retention of
6350 000 - Each Claim - Workers' Compensation - Coverage A
$360,000 - Each Claim - Employer's Liability - Coverage 6
$350 000 - Disease Each Employee - Employer s Liability - Coverage B
Limits of Liability shown for all Workers Lorhpensatlon policies oescrlbed on ties Cut ufwats of Insurenea are in axcoca of the
Self insured Hetention limits shown above
The cancellation provision an this Certificate of Insurance is amandad as follows
Said nnliry shall not be cancelled nonfenowed or materially changed' without 30 days advanced written notice being given to
the owner icity) except when the policy is being cancelled for nonpayment of premium in which case 10 days advanc written
notice is required
o *MaleAd Change manta a significant roductlon In the pruwalurrs of the poNGy or the Nmlf of aovarage for this poicy
in piece today.
Waiver of Subrogation is included in Wnrknrs' Compensation policies described hereon
Authorized Representative
Aon Risk Services
1