HomeMy WebLinkAbout1998-089ORDINANCE NO ff—Yd
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF A CONTRACT FOR THE PURCHASE OF A POWER TRANSFORMER IN THE AMOUNT
OF $445,939 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND
PROVIDING AN EFFECTIVE DATE (BID # 2183 — POWER TRANSFORMER IN THE
AMOUNT OF $445,939 00 AWARDED TO WAUKESHA ELECTRIC)
WHEREAS, the City has solicited, received and tabulated competitive 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 responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SEECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" 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
NUMBER CONTRACTOR AMOUNT
2183 WAUKESHA ELECTRIC $445,939.00
SECTION II That the acceptance and approval of the above competitive bids 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
SE TIC ON 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 unprovements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, 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 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 0 day of 0 ` ,1998
JAC f ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
i
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY U era`
2183 CONTRACT ORDINANCE
:.tRA
r
i�
gt
—
bi
•Id
MIME
q�
Ea
�mi
H
•
zi
m
Y.
3
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 7 day of APRIL A.D., 1998, by
and between CITY OF DENTON of the County of DENTON and State of Texas, acting
through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed
"OWNER," and
Waukesha Electric Systems, a Division of General Signal Power Systems, Inc.,
P.O. Box 268
Goldsboro, NC 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 # 2183 — POWER Transformer
in the amount of $445,939.00 and all extra work in connection
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
CITY OF DENTON MUNICIPAL ELECTRIC 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 mjury
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 as amended by Waukesha Electric Systems letter of May
7, 1998 and Waukesha Electric Systems "Vendor Milestone" of May 7, 1998, 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 as amended by Waukesha Electric Systems letter of May 7, 1998 and
Waukesha Electric Systems "Vendor Milestone" of May 7, 1998, 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
_2� l
i1elanie Dobner
Controller
APPROVED AS TO FORM
CA-3
CITY OF DENTON
OWNER
BY
Waukesha Electric Systems
CONTRACTOR
nioicion of General Signal Power Systems,Inc
P 0 Box 268
MAILING ADDRESS
(919) 734-8900
PHONE NUMBER
(919) 580-3244
FAX NUMBER
BY
TLE president
John E Wagner
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems, a
Division of General Signal Power Systems, Inc., whose address is P.O. Box 268,
Goldsboro, NC 27530, hereinafter called Principal, and ,
a corporation organized and existing under the laws of the State of NEW YORK, and fully
authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called Owner, in the penal sum of FOUR HUNDRED FORTY FIVE
THOUSAND NINE HUNDRED THIRTY NINE and no/100 DOLLARS ($445,939.00)
plus ten percent of the stated penal sum as an additional sum of money representing additional
court expenses, attorneys' fees, and liquidated damages arising out of or connected with the
below identified Contract, in lawful money of the United States, to be paid in Denton County,
Texas, for the payment of winch sum well and truly to be made, we hereby bind ourselves, our
heirs, executors, administrators, successors, and assigns, jointly and severally, firmly 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 shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-089, with the City of
Denton, the Owner, dated the 7 day of April A.D 1998, a copy of which is hereto attached
and made a part hereof, for BID # 2183 — POWER TRANSFORMER.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly 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
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
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 repay Owner all outlay and expense winch 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
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 tune, 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 is 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 had 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 WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 7 day of APRIL 1998.
ATTEST PRINCIPAL
RN
SECRETARY BY
ATTEST
m
PRESIDENT
SURETY
BY
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME
STREET ADDRESS
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name)
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems, a
Division of General Signal Power Systems, Inc., whose address is P.O. Box 268,
Goldsboro, NC 27530, hereinafter called Principal, and ,
a corporation organized and existing under the laws of the State of NEW YORK, and fully
authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may
furnish materials for, or perform labor upon, the building or unprovements hereinafter referred
to, in the penal sum of FOUR HUNDRED FORTY FIVE THOUSAND NINE HUNDRED
THIRTY NINE and no/100 DOLLARS ($ 445,939.00) in lawful money of the United 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 heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly 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 shall a Change Order or Supplemental Agreement which reduces the Contract
price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 98-089, with the City of
Denton, the Owner, dated the 7 day of April A.D. 1998, a copy of which is hereto attached
and made a part hereof, for BID # 2183 - POWER TRANSFORMER.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, 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 remain 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 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 is 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 had 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 WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 7 day of APRIL 1998.
ATTEST
I'A
SECRETARY
ATTEST
m
PRINCIPAL
r-V4
PRESIDENT
SURETY
m
ATTORNEY -IN -FACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME
STREET ADDRESS
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
2183 CONTRACT & BONDS
5115/98 REV
.- .
CERTIFICATION
I, Janice A Sullivan, Assistant Secretary of General Signal Corporation (the
"Corporation"), a New York corporation, hereby certify that the following is a true
and complete copy of a resolution adopted by the Board of Directors of the
Corporation at a meeting thereof duly called and held on June 16, 1994 and that
said resolution has not been modified or rescinded since its adoption and is in
full force and effect as of the date hereof
RESOLVED, that James H. Doherty, Assistant Treasurer, is hereby
authorized to execute documents relating to applications for, and
obtainment of, surety bonds and insurance contracts, and all
documents relating thereto
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate
seal of the Corporation this /0-717
6// e"/ )ew-,,,t / 2 jr,?
l Q xL-c,c.2�cyzt. ni
/ amce A Sullivan
Assistant Secretary
MAY-28-1998 10 42 WAUKESHA ELECTRIC 414 521 0190 P 03/06
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond # 373455
KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems, a
Division of General Signal Power Systems, Inc., whose address is P.O. Box 2680
Goldsboro, NC 27930, hereinafter called Principal, and Seaboard Surety Company
a corporation organized and existing under the laws of the State -of NEWTM,and fully
authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporatton organized and existing under the laws of the State
of Texas, hereinafter called Owner, in the penal sum of FOUR HUNDRED FORTY FIVE
THOUSAND NINE HUNDRED THIRTY NINE and no/100 DOLLARS OW9939.00)
plus ten percent of the stated penal sum as an additional sum of money representing additional
court expenses, attorneys' fees, and liquidated damages arising out of or connected with the
below identified Contract, in lawful money of the United 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
heirs, executors, administrators, successors, and assigns, jointly and severally, firmly 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 shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows. Whereas, the Principal
entered into a certain Contract, identified by Ordinance Numher 99.089, with the City of
Denton, the Owner, dated the 7 day of April A.D. 1998, a copy of which is hereto attached
and made a part hereof, for BID N 2183 - POWER TRANSFORMER.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly 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
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
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 remiburse and repay 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.
FtFW
MAY-28-1998 10 43 WAUKESHR ELECTRIC 414 521 0190 P 04106
PROVIDED FMTIM, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Demon 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 sane, 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, Drawmgs, 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 is 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 had 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 WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 7 day of APRII.1998.
ATTEST
BY (A -
ASSISTANT S I
A y :`i
Waukesha Electric Systems, A Division of
General Signal Power Systems, Inc
BY, az
James H Doherty, Assistant Treasurer
SURETY
Seaboard Surety Com.
BY
A O
Shirley Dewely
The Resulent Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is:
NAME: N/A
STREET ADDRESS:
(NOTE. Date of Performance Bond must be date of Contract. If Resident Agent is not a
corporarton, give a person's name.)
PB-2
a
e
M
owe by ow okoem4d
aW axtW
of MU AftMW4rv4vM pt� W " aiftft
tsbe awmd by am dno1-
s ...
r
:2 %.
o V3ACOYIOn C me avdtandch;+ o, bile 'ul m w dwrnay you racy cell wllzm, C33-3ha ay0o cnJ ra' lc 'O% mr m «011101 clod, PlauAo Fol-, w uri b,
1, r iw, na%l ulxabCr me allovs ,19411cC iildWILIEl(a) I'91C ClOhalle O, u13 oOM 4 4JnIG1 dlo l.ob°oi to ❑,wcnoc In plo: � "o.'t Plal � ,.1 32/ 5=
ACKNOWLEDGMENT OF ANH4 � k�D INS'1"RtJM[EN"
STATE OF NEWYORE
COUNTY OF NEW YORE
On this 7th day of Apnl , 19.98 before me personally came Shirley Dewely, to me
known who being by me duly sworn, did depose and say that he resides in New York, NY that
he is the Attorney-m-Fact of the SEABOARD SiJR-W, ",v COMPAI`T' , the corporation
described in and which executed the above instrument, that he knows the seal of said
corporation, that it was so affixed to said instrument is such corporate seal, that it was so affixed
by order of the Board of Directors of said corporation, and that he signed his name thereto by
like order; and the affiant did further depose and say that the Superintendent of Insurance of the
State of New York, has pursuant to Section 327 of the Insurance Law of the State of New York,
issued to Seaboard Surety Company lus certificate of qualification, evidencing the qualification
of said Company and its sufficiency under any law of the State of New York as surety and
guarantor, and the propriety of accepting and approving it as such, and that such certificate has
not been revoked
R08YN i1, WALSH
Notary I'tlic oust ofilow Yorh
No oil'Abo� 342t
Our Ili lod in r'e' 'or:, County,
Commission Lxpire� ,d, y 0a i 9 t{
//V 1f�/G
N6fary Public
®F><96tta
�j.�36iDi'i2 G�9 Y�aiT�7i1Rh�'�a4>i�°R
Bonds
$133,983,177
0ther3upwnsgs
SS 113,429
Stocks
11.024,864
Truces, Laconses and lase
6,007
Cash an HondA3eposit
2,481,633
Padcmi & 17owggn late me Tiattea
38c,-m
Short Term Investments
6.490,287
:2a a oz Ar'llsawo
S;0400
Accrued Knterast & Dividends
2,204,391
fty6Mo far Swcuritwou
LSX 1 �BA
Other Asset
Total Ua,bilmus
$1,285,701
^,apstcl Paid Up 5,000,000
Surplus -U%VZM
Surplus u Ragnrds Folicyholdwrs Rjli.@M
Total Assets $�1¢ Total Liabilities do Sutylus 1S� taw
Securities oamad at S8,219,446 In the foregoing statements, ware deposited as mquJM6 by ,QW.
STATE OF MINNESOTA
SS
COUNTY OF RAMSEY
Sohn Treacy, Vice President of the Seaboard Surety Company, ;awing duly awo,m, degseaws "ad asya mat
no is the above described offlew of said' company; that send company is s corporation duly organ ,
existing and mpSing Het busln®sa as a surety company Lander and by vil2uo of the laws of than 3t61t, a)C
New York. and has duly compiled with all requirements of the Imm of said state applaeabie to ®cad
company and In daly qualified to got as surety undar auch WWA, that 64%0 above Is a true a&tdmnotnt OTT%U
assetb and liabilities of said company of the 3lst day of Do wmbm, 1997.
Subsonbed and cwoesl to before me this 3M day of
John rsacy, Financial i, porting ilia r —
M M W13018 a
Afa1'MY OiA
a ��'R1p.w.bA. At, A000
p
MAY-28-1yyb 10 43 WHUKLbHH tL.LU1K1U 414 D41 ul1 u r UDI Wb
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond # 373455
KNOW ALL MEN BY THESE PRESENTS: That 'Waukesha Electric Systems, a
Division of General Signal Power Systems, Inc., whose address is P.O. Box 268,
Goldsboro, NO 27530, heremaftet' called Principal, and se o
a corporation organized and existing under the laws of the State of , and fULY
authorized to transact business in the State of Texas, as Surety, are held and firmly bound now
the CityI of Denton, a municipal corporation organized and exmdmg under the laws of the State
of Texas, hereinafter called Owner, and unto all parsons, firms, and corporations who may
furnish materials for, or perform labor upon, the budding or improvements hereinafter refatred
to 'penal
inpenalof FOUR HUNDRED FORTY FIVE THOUSAND NINE HUNDRED
TNINE and no/100 DOLLAM ($ 448,939.00) In lawful money of the United States,
to m Denton, County, Texas, for the payment of which sum well and truly to be made,
we hereby bind ourselves, our hm, executors, administrators, successors, and assigns, aomtlY
and severally, firmly by these presents. This Bond shall automatically be mareased by the
amount of any Change Order or Supplemental Agreement which iacreases the Contract prier,
but in no event shall a Change Order or Supplemental Agreement which reduces the Contract
price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas. the PrmcVal
entered I mto a certain Contract, identified by Ordinance Number 98-089, with the City of
Denton, the Owner, dated the 7 day of Apra A.D. 1998, a copy of winch is hereto attached
and made a part hereof, for BID # 2183 — POWER TRANSFORMER.
NOW, THEREFORE, If the Principal shall well, truly and fatthMy perform its dnUes
and mske prompt payment to all persons, firms, subcontractors, corporations and claimants
it labor and/or material in the prosecution of the Work provided for m said Conn=
and an and ail duly authorized modifications of said Contract that may hereafter be made.
notice of which codifications to the Surety being hereby expressly waived, then this obligation
shall be void: otherwise it shall retrain In full force and effect
PROVIDED FURTHER, that if any legal action be fled on this Bond, exclusive venue
shall lip in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value reeetved, hereby
stipulates and agrees that no change, extension of time, alteration or additton 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 m anywtse affect its obligation on this Bolin,
and it does hereby waive notice of any such change, extenswn of time, alteration or additton to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specificanons, Drawings, etc.
PB-3
MAY-28-1998 10 43 WAUKESHA ELECTRIC 414 bdi 01`J0 H bb/bb
This Boras is given pursuant to the provisions of Chapter 2259 of the Texas
Governnieat 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 an
whom service of process may be had in matters artsing 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 WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 7 day of APRIL 1998.
ATTEST' PMCIPAL
Waukesha Electric Systems a Division of
QGeneral Signal Power Systems, Inc
BY 0
FSSISIANT,,WRETARY Bjorn
AWJISWMT
James H Doherty, Assistant Treasurer
ATTEST:
SURETY
Seaboa d Surety Company
A
BY.
A RNEY-IN AC
Shirley Dewily
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME N/A
STREET ADDRESS
(NOTE. Date of Payment Bond must be date of Contract. If Resident Agent is not a
corporation, give a person Is name )
2113 CONTRACT A BONDS
SnSM REV
TOTAL P 06
q(y°11
ACKNOWLEDGMENT OF ANNEXED INSTRUMENT
STATE OF NEW YORK
COUNTY OF NEW YORK
On this _7t day of April , 19 98 before me personally came Shirley Dewely, to me
known who being by me duly sworn, did depose and say that he resides in New York, NY that
he is the Attorney-m-Fact of the SEABOARD SURETY COMPANY, the corporation
described in and which executed the above instrument, that he knows the seal of said
corporation, that it was so affixed to said instrument is such corporate seal, that it was so affixed
by order of the Board of Directors of said corporation, and that he signed his name thereto by
like order, and the affiant did further depose and say that the Superintendent of Insurance of the
State of New York, has pursuant to Section 327 of the Insurance Law of the State of New York,
issued to Seaboard Surety Company his certificate of qualification, evidencing the qualification
of said Company and its sufficiency under any law of the State of New York as surety and
guarantor, and the propriety of accepting and approving it as such, and that such certificate has
not been revoked
ROBYN M WALSH
Notary Public, State of New York
No 01WAS043427
Qualified In New Yor6 County,
('nmmission Expires May OB 1922
Notar Public
Asseta
Bonds
$135,993,177
1ilabllltfes. eernglar& Other
OtherMvenses
Funds
S 115,429
Stocks
11.824,864
Taxes. License& and Face
6,007
Cash on Hand/Deposit
2,481,633
Pedeml & Foreign Income Taxes
388,752
Short Tenn Investments
6.490,287
Due to Affiliates
618,380
Accrued Interest & Dividends
2,204.391
Payable for Securities
1,5,7.139
Other Asset,
1,2 854
Total Liabilities
$1,285,701
Capital Paid Up 51000,000
surplus 153.917 05
Surplus as Regards Policyholders 1$H-917,5005
Total Assets $160-20,7gfi Total Liabilities & Surplus $Q203�?D
Securities carried at $8,219.446 in the foregoing statements, taro deposited as required by law
STATE OF MINNESOTA
SS
COUNTY OF RAMSEY
John Treacy. Vice President of the Seaboard Surety Company, being duly sworn, deposes and says, that
he is the above described officer of said' company; that said company is a corporation duly organized,
existing and engaging in business as a surety company under and by virtue of the laws of the State of
New York, and has duly complied with all requirements of the laws of said state applicable to said
company and' is duly qualified to sot as surety under such laws, that the above is a true statement of the
assets and liabilities of said company of the 31st day of December, 1997
Subscribed and mom to before me this 3rd day of Merob- 1998-
John Tmacy, Financial portliig kifficir
M
awe e,. M M DUBOIS
Normyru lie. UNN1160TA
Wtst,Me
M
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder'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. If an apparent low bidder faits 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 s
• 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
AAA00350
REVISED 1011=4 Cl - 1
Insurance Requirements
Page 2
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 claims 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 provide thirty(30) days prior written notice
of cancellation, non -renewal or reduction in coverage.
• Should any of the required insurance be provided under a clalms-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.
AAA00350
REVISED 101IM4 Cl - 2
Insurance Requirements
Pago 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All Insurance policies proposed or obtained in satisfaction of this Contract shail
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:
14 A. General Uability Insurance:
General Liability Insurance with combined single limits of not less than
$1,000,000,00 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.
If the Commercial General Uability 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 Uability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) Is used, It shall include at least:
• Bodily injury and Property Damage Uability 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.
AAA00350
REVISED 10/12/94 Cl - 3
Insurance Requirements
Pago 4
ISI Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability Insurance with
Combined Single Limits (CSL) of not less thanf1.000,000.00 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.
M 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 11406.096 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 naming 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
atviaeb ionsrea
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be Issued by the some 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.
[ l 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
[ l 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.
[ l 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.
[ l 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.
AAA00350
REVEW 10112194 Cl - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[ ] 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 1406 096) -
Includes all persons or entitles 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 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
AAA00350
REVISE] 10/12/94 Cl - 6
Insurance Requirements
Page 7
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.
AAAM350
IWVMW IOil =4 Cl - 7
Insurance Requirements
Page 8
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, anew
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
Annooas0
FEwaeo 10112194 CI - a
Insurance Requirements
Page 9
(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 entities 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.
AAAWOBo
F&VISEo 101121" Cl - 9
QUOTATION
To: CITY OF DENTON, TEXAS
rnqutry. 2183
Quote. L-21027
Representative Syd Kessler
Kessler Associates
Prepared By Mary Schopper
Application Engineer
Regional Manager* Randy Rensi
Houston, Texas
03/10/98
Phone 972-669-4000
Fax 972-669-4060
Phone 800-835-2732
Fax 414-521-0198
Phone 713-682-7974
Fax 713-682-8014
E,iCLLi!
`WAUKUMMA macTmic 8Y8TBM8
u, ^ ur,l r i„ r4. ,J,_ ,,,,,,,,,
03/10/99
City of Denton, Texas
901-B Texas St
Denton TX 76201
Attu. Purchasing
Quotation le21027
We we pleased to offer our quotation for your transformer requirements
AbSD1,
IThM N0.:911 OUAN I ITV• + N T A.-- -aid aov nei gp
SHIPMENT: 42-44 weeks after receipt of a written purchase order In our office
Item 01 will be manufactured in our Waukesha WI facility
Page I
Transformer, 1540125 MVA, OA/FA/FA . 3 phase, 60 117-, 65/65 Degree C rise, 138 x 69 kV
Delta to 13.2 kV Wye with high Voltage do-onergirxd tap•c, low voltage load tap cllangmg old
accessories in accordance with your Vw1fieations, with exceptiom listed below, plus ANSI and
NEMA standards. This transformer has been designed with continuous disc type HV windings.
helical typo r.V windings and separate regulating windings to fully distribute ampere turns for the
load tap hanger All windings will be copper
ITEM N0 QL A 0Ij"TiTY; I NET PRICE t 445,939.110 PA.
SI IM&NT. 42-0 weeks after receipt of a written purchase order in our of1ke
Item 01-A will be manufactured In our Goldsboro NC facility.
Transformer, IS/20/25 MVA, OA/FA/FA , 3 phase, 60 TT7, 55/65 Degree C use, 138 x 69 kV
Dolts to 13.2 kV Wye with high voltage de -energised taps, low voltage load tap changing and
accessories in accordance with your specifications, with exceptions listed below, plus ANSI and
NEKA Ichr-4l type windings aanndfsoep� reg�ng windiingsed ith LontinuOM disc type HV to fully divtribute ainpete tum�fornthe
load tap changer. All windings will be wpptr
The Waukesha Load Tap Changer Oft Filter System m included wiN the transformer This
system will reduce your maintcnnucc costs. extend contact hfe, and enhance the already proven
reliability of our road Tap Changer by filtering the oil white the traasjorn+er renwins In serwce/
PleasQ ref to the enclosed brochure for more information
4092 B PRAIRIE AVENUE • WAUKESHA. WI 6WOM-584n
14141 047-0121 . FAX (4141 ma1.C198 e-01eo tPURCMASINeil .019E [TRANSFORMERS!!
1.. WAUKESHA ELECTRIC SYSTEMS
A JNIT .-F 3ENEAAl. SIG, I .-
03/10/98
Quotation L-21027
Page
In accordance with the current ANSI Standard C57 12 00-1993 Section 5 9, No-load (core) loss
guarantee on the enclosed performance specification(s) is based on the standard reference
temperature of 200C Load (winding) loss guarantee is at the standard reference temperature of 85°C
on 650C rise rated transformers (or 75°C on 55/65°C rise rated transformers)
The above transformer is quoted with the Waukesha Electric Five Year Warranty The quoted
price includes our field serviceman for dress out of the transformer To qualify for the Waukesha
Electric Five Year Warranty, a Waukesha Electric service technician must be present at the time the
transformer is dressed out
Approval drawings will be sent 12-16 weeks after receipt of a written purchase order in our
Waukesha Office and final drawings and instruction books will be sent before shipment
(Drawings which show details required by the Owner for design of structures associated with the
installation of the equipment will be submitted within 60 days after award of contract )
The enclosed Waukesha Electric Systems Transformer Terms and Conditions of Sale are an
integral part of this offer Neither modification of the aforementioned terms and conditions nor
substitution of other terms and conditions shall apply to any contract resulting from this offer, unless
agreed to in writing by an authorized employee of Waukesha Electric Systems in our Waukesha.
Wisconsin office
Seller agrees to indemnify Buyer to the degree the Seller is negligent Seller will not be liable in anv
event for special indirect, or consequential damages
CGJTT7ftl'
The transformer and LTC will be designed to withstand full voltage short circuit conditions The
transformer will be designed to withstand short circuit forces assuming an infinite bus, however, the
specified application of six short circuit tests is not included in the quoted price, but is given as an
adder on the second page of the proposal data sheets, in the space provided
Page 12, Detailed Specification, OA/FA/FA At 15/20/25 MVA, the average winding temperature
rise will not exceed 55°C. At 16.8/22 4/28 MVA, the average winding temperature rise will not
exceed 65°C The winding hottest spot temperature rise will not exceed 80°C
Per IEEE C57 12 00-1993 - "The average winding temperature rise above ambient temperature shall
not exceed 65°C when measured by resistance The winding hottest -spot temperature rise shall not
exceed 80°C "
400 S PRAIRIE AVENUE - WAUKESHA WI 53188-5940
[4141 847-0121 - FAX (414) 531-0198 (-0190 (PURCHASING] -0188 (TRANSFORMERS)]
WAUKESHA ELECTRIC SYSTEMS
A JNi- =F ZE JEAAL BIu,JA-
03/10/98 Quotation L-21027 Page
Panel wiring will be SIS or FEP
Alternate designs with internal series parallel terminal board instead of external dual voltage switch
are available at the same price and shipment as quoted above
Excep ons:
Para IA 9 and lC 4 Instruction manuals furmshed prior to shipment will not be complete and final
copies The certified test data and other information will not be available at that time
eeeaeooeeoeeooeeeeeeeeeeeeeesoeoee
Performance specifications, outline dmwmg, Five Year Warranty, Waukesha Load Tap Changer Oil
Filter System brochure, Short -Circuit Test List, User List, Bid Bond, and product information are
enclosed with this proposal
0000 e00e 0000000040000000e000000000
The above quoted prices arefirm for shipment shown Payment terms are net 30 days from date of
shipment Tlus proposal will remain in effect for 60 days, unless changed in the interim by written
notice
Sincerely,
Waukesha Electric Systems
Division of General Signal Power Systems, Inc
Mary Schopper
Application Engineer
MLS/mis
ENCLOSURES
400 8 PRAIRIE AVENUE • WAUKESHA, WI 6318E-E940
(414) E47-0121 - FAX (4141 E21-0198 (-0180 (PURCHASING) -019E (TRANSFORMERS))
PROPOSAL FOR POWER TRANSFORMER
City of Denton, Electric Utility Department, 9019 Texas Street, Denton, Taxes 76201
ATTENTION Mr Tom Shaw, Purchasing Agent
PROPOSAL FOR Power Transformer
BID NUMBER 0 2183
GENTLEMEN
The undersigned bidder having read and examined these specifications and associated
contract documents for the above designated equipment does hereby propose to
furnish the equipment and provide the service set forth in this Proposal All prices
stated herein are firm and shall not be subject to escalation provided this Proposal is
accepted within sixty (60) days
The undersigned hereby declared that the following list states any and all variations
from, and exceptions to, the requirements of the contract documents and that,
otherwise, it is the intent of this Proposal that the work be performed in strict
accordance with the contract documents
The undersigned bidder hereby proposes to furnish one Power Transformer complete
FOB, Denton, Texas, in accordance with these specifications and associated contract
documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price
Of
Pve
V /r (Price in Words) A
�NYAn r P• M�x�/s% tOr7`+,- ry-v0' 141JA, ,I, 71i,4s-Awtha 7lri� - Aixe Apses
The undersigned hereby declares that only the persons or firms interested in the
Proposal as principal or principals are named herein, and that no other persons or firms
that herein mentioned have any interest in this Proposal or in the Contract Agreement
to be entered into, that this Proposal is made without connection with any other person,
company, or parties likewise submitting a bid or proposal, and that it is in all respects
for and in good faith, without collusion or fraud If this Proposal is accepted, the
undersigned bidder agrees to submit drawings and engineering data in accordance
with Section 1 C and to complete delivery of equipment and materials in accordance
with the shipping schedule specified The undersigned fully understands that the time
of drawings and data submittal and equipment and materials delivery is of the essence
Dated at u/aA&kesL W I this /D:!j day of MA'r&z , 199or
By
Title
Attest ;F(4
Business Address of Bidder 4t'0o .S. /�ra�rir /ore
State of Incorporation Ccuny��:�u
Address of Principal Office Sa,,.,,,6
.,,a7 e Zf�t o / —
,4 �r�orrnwicce SFe
PROPOSAL NUMBER Q CITY OF DENTON 30-Sop-97
RATING
TYPE OISC CLASS It WINDING
X WINDING
PHASE 3 130000 X 69000
13200Y/7620
HERTZ 60 CA 15000 XVA
15000 KVA
TEMP RISE 55/65 FA 20000 XVA
20000 XVA
INSUL LIQUID OIL FA 25000 EVA
25000 KVA
FA 28000 RVA
28000 EVA
TAP VOLTAGES
H WINDING 144900 141450 138000 134550
131100
H WINDING 72490 70725 69000 67273
65550
X WINDING 16 STEPS PLUS OR MINUS AT 5/8 Is PER STEP
PERFORMANCE BASED DIELECTRIC TESTS
BASIC IMPULSF LEVEL
ON A LOADING OF
KV XVA APPLIED VOLTS H
WDG 230 KV H LINE 550 KV
H WINDING 138.000 15000 (TO OTHER WDOS X
WDG 34 KV
X WINDING 13.200 15000 AND GROUND)
X LINE 110 KV
INDUCED VOLTS (L-0) 1
HOUR 125 KV X NEUTRAL 110 KV
INDUCED VOLTS (L-G) ENHANCED 145 KV XV
PERFORMANCE DATA 40 19000 KVA
LOSSES AND EXCITING CURRENT
REGULATION
20 C 75 C 75 C
EXCITATION %BX I NO LOAD LOAD LOSS TOTAL LOSS POWER FACTOR t REGULATION
100 k 0 16 14636 36910 53+40
1 00 0 49
105 % 0 22 16640
0.90 3 40
110 t 0 39 20440
0.80 4 46
AUXILIARY LOSSES
MECHANICAL DATA - DIMENSIONS
TRANSFORMER EVA CLASS WATTS AUX
NOT FOR CONSTRUCTION PURPOSES
(APPROXIMATE INCHES)
15000 OA --
OVERALL HEIGHT A) 224
20000 FA 540
OVERALL WIDTH B) 201
25000 FA 2080 TOTAL
OVERALL DEPTH C) 140
28000 FA 1080 TOTAL
HEIGHT OVER COVER (D) 163
UNTANKING HEIGHT (E) 307
AVERAGE SOUND LEVEL 72 DB
SHIPPING HEIGHT 169
SASE DIMENSIONS 163W X 770
PERCENT IMPEDANCE VOLTS
MECHANICAL DATA - WEIGHTS
F IZ BETWEEN AT
(APPROXIMATE POUNDS)
WINDINGS RVA
CORE AND COILS 61-185
7 00 H TO X 15000
TANK AND FITTINGS 28294
OIL (6401 GALLONS) 40007
TOTAL WEIGHT 137786
SHIPPING WEIGHT 84745
EFFICIENCIES SHIPPING INFORMATION
LOAD FULL 3/4 1/2 1/4
LOAD LOAD LOAD LOAD SHIP BY TRUCK WITHOUT OIL
4 99 65 99 68 99 66 99 96
,g/ nape PROPOSAL DATA =/ eM 0�
1 0 GENERAL. A complete description of all proposed equipment and materials -shall
be submitted with the Proposal
2 0 SPARE PARTS Bidders shall submit a list of recommended spare parts which the
Owner should stock for normal maintenance purposes The spare parts list shall be
organized in the following format
Item No required Unit price
3 0 EQUIPMENT DATA The Information required an the following pages is to assist
the Owner in evaluation of the Proposal
The data listed herein shall not relieve the Contractor of his responsibility for meeting
the requirements of the detailed specifications
Note Write entries boldly with black ink or type entries using carbon black ribbon
I POWER TRANSFORMER
W A v iL%S-lA EL E'Ti21C aSTEI"tS
(bidders Name)
Class
Gallons of oil
Gallons of oil shipped external to
transformer
Total shipping weight, lb
Total weight of assembled transformer
including oil, lb
Weight, of tank and fittings, lb
Weight of oil, lb
Weight of largest piece for handling
during erections, lb
Will transformer be shipped completely
assembled
IL
IEEEENCMM
B4 7 44,S"
If not, what parts wdl require field
assembly
Power requirements of cooling
equipment at 100°% rated load, kw
Maximum calculated sound level, at
rated 650 C FOA or FA load, decibels
Approximate dimensions
Height, inches
Width, inches
Depth, inches
Unit Price for each additional
identicat Power Transformer
Last date an identical Power
Transformer unit could be cancelled
without penalty if ordered
Price adder for the short circuit
tests
No load lose at 55° C OA rating, kw
110% rated voltage, kw
100% rated voltage, kw
90% rated voltage, kw
75°% rated voltage, kw
50% rated voltage, kw
25°% rated voltage, kw
Total loss at 550 C CIA rating, kw
110% rated KVA, kw
L2 -� �a �'a # - l- W�'
C. 30
O, is'
100°% rated KVA, kw
S 3 `h 4
90% rated KVA, kw
4(c . OI S
. 75% rated KVA, kw
50% rated KVA, kw
25% rated KVA, kw
�p
Total loss at 55" C FA/FA or FOA rating, kw
110% rated KVA, kw
% 73� , 2S;9
100°% rated KVA, kw
/ 3•S .
90% rated KVA, kw
75% rated KVA, kw
90
50% rated KVA, kw
25% rated KVA, kw
Z3,
Guaranteed efficiency at 550 C OA
FA or FOA rating
100% rated load, % 9
p9, c01
78 % rated load, % � 1 • loS
50% rated load, %
25% rated load, %
Exciting current in % of full
55° C OA rated load current at
110% rated voltage C. 105 1
100°% rated voltage Q , XO
90% rated voltage _ ) , (® O
Impedance of winding at nameplate
550 C OA rating
-1 oo70
100% power factor, %
809b lagging power factor, a/c
80% leading power factor, %
High voltage bushing manufacturer
and type
Guaranteed data of delivery
4 A -�
L.A-TEO�
s zPacir--nED
TOTPL P 06
3
6-14-1998 10 09AM FROM P 3
_.7
WAUKESHA ELECTRIC SYSTEMS
O tJ V I T - f 4. f� I' 9 1 C I I I
May 7, 1998
Mr Ray Wells
City of Denton
901-A Texas Street
Denton, Texas 70201
RE Your Contract
Waukesha Electric No GM981520
Dear Mr. Wells
The team at Waukesha Electric would like to thank you for your purchase order and we look forward to the
opportunity of serving you.
Waukesha Electric has a team designed to follow your order These are the key Individuals who will be
directly involved with your order, and as such are the key communication links for the proper flow of
information
The team members Involved with your order are as follows.
1 Sue Beat, Order Administrator, I have the responsibility for administrative and schedule follow-up, and
expediting, Including coordination of shipment You can reach me at my direct line 919-68"239
2 Rick Braswell, is our Field Service Manager, and is responsible for field service requirements on the
transformer after it leaves the factory He will coordinate any field activities required for your order
An advance notice of 30 to 45 days is required for scheduling field service His direct line is 919.580-
3219,
3 Kessler Associates, our Manufacturer's Representative, calling on City of Denton Their office is
located in Richardson, Texas, and you can reach them at 972-689-4000 or fax number 972-869-4060
Please include the representative for oopies of all correspondence
Based on our quotation and order/production scheduling, the following are our anticipated dates for key
points in the order cycle
Approval drawings
08/14/98
Anticipated return of approval drawings
08/28198
core/con inspection
11/08198
Start final tasting
11/13/98
Anticipated shipping date
11/19/98
Record drawings
At Shipment
The above anticipated dates are based on your prompt review and return of approval drawings (maximum
of two (2) weeks) along with a written release for Immediate manufacture and shipment
AO. BOX a®® • 9701 Ua FWY 117 eDUTM • OOL MMOFW3. NQKrH CAM LINA 27530 • W O-734-BBOC)
6-14-1998 10 09AM FROM P 4
City of Denton
May 7, 1998
Page 2
Waukesha Electric Is proud of Its people and facilities We Inds you to visit with us stony time during the
design ands manufacture of your order
Again, we appreciate the opportunity of serving City of Denton
Sincerely,
WAUKESHA ELECTRIC SYSTEMS
�VLL
sus east
Order Administrator
w D Scott - City of Denton
8 Kessler • Keasler Associates
R Rani
5-14-1998 10 08AM FROM
�,. WAUKESHA rmk6CTRIC SYSTEMS ^
A DIVISION OF k£PAL SICANAL POAICR SvS'F1Sb
P O 80t 2G4 •00L 5S= N0M 0AFKIWNA 973330
REMIT TO P 0 BOX 277322, ATLANTA, GA 303847322
04" OFM P4 mSN CR06RWG anmooN "Ralf Tema �=
SALESOM981520 1 04/24/98 04/29/98 FOR DEBT PREPY ALLOW
rim cromm w amsNrim"
ORDER HDT/COMMON CARRIER NET 30
CONTRACT .
su 70
CITY OF DENTON, TEXAS
ACCOUNTS PAYABLE
903 -B TEXAS ST.
11
DENTON, TX 76201-4299
USA
W. tooumhot lio 050497
M3543 11/19/9e 1.,
3PH SIATION LTC 10001-20000KV
KVA 15000/20000/25000/28000 :�)
HV 138000 X 69000 DELTA,
BIL $50 KV
LV 13200Y/7620p BIL 110 KV R w dO
WAUKESHA GUOTE NO.
Q-31898-SH/L-21027 NIINrt ......
DATED 03/10/98
CUSTOMER SPEC NO. PHONE -
BID f 2183
EXCEPTIONS: NONE
WARRANTY FIVE YEARS PER QUOT
TERMS
WAUKESHA RVPRESENTATIVE(S)
KEASLER ASSOCIATES INC.
RICHARDSONf TEXAS
PHONE NO. 9721669-4000
FAX NO. 972/669-4060
APPLICATION ENGINEER:
STEVEN D. HARDER
REP 566
swm
CITY OF DENTON
***REST LATER
DENTONy TX
USA
1
P 2
sw mwsmL'm ► 050487-1
EA 445939.0
SUBTOTAL:
445939.00
-------------
445939.00
TAX" 0.00 Q 0.0001 I I I 0.00
=s=www==w.mmw
445939.00
low
CS WAUKESHA ELECTRIC SYSTEMS
4L UNIT OF GMMRAL SXGNAL
VENDOR MILESTONE
CITY OF DENTON TEXAS
PURCHASE ORDER NUMBER CONTRACT
DOCUMENTATION
1. DRAWINGS FOR APPROVAL
2. APPROVAL44&A*4N6Sal-SUBMIM*--- —
3. FINAL DRAWINGS
4. CERTIFIED TEST DATA
S. INSTRUCTION MANUAL
MANUFACTURING
1. CORE AND COIL - START
2. CORE AND COIL - FINISH
3. TANK FAB - START
4. TANK FAR - FINISH
& PREWHtE - START
& PREWDIE - FlNw
7. INSPECT CORE AND COILS
& TANK CORE AND CQILS
9. FINAL ASSEMBLY - START
I0. TEST- START
11. TEST - FINISH
12. FINAL ASSEMBLY - FINISH
13. SHIPMENT
MAY 79199E
WAUKESHA NUMBER: GM981520
1
11
SCHEDULED DATES ARE APPROXIMATE. ACTUAL DATES FOR INSPECTION PRIOR TO
TANKING AND DATES FOR WPCNESSING TEST, WELL BE SUPPLIED APPROXIMATELY
TEN DAYS IN ADVANCE.
SUE BEST -i ORDER ADMINISTRATOR PHONE 9191580.3239
cc: Rep# 566 Kessler Associates Richardson, Texas
MR. DAN SCOT1'
File: OM991520
F=
5 d "ObA HV50 0l 8661-0L-5
MAY-12-1998 17 33 FROM WAUKESHA ELECTRIC TO 919403497302 P 02/02
J&8 Marsh & McLennan CT, Inc.
301 Treeser Boulevard
PO Box 10120
Stamford, CT 06904
Waukesha Electric
A Division of General signal
Power Systems Inc.
400 South Prairie Avenue
Waukesha, WI 83186
POLM NUMBER
OWNERS CONTRAOI'ORS PROT
TE" OERTNICATi IS MRUNDAN A MATTER OF INPORMATIONONLYAND CONPERR
NO RIONTR UPONTRECRRTUICATE BOLDER UTRER TRANTNDSE FROMM Be TPOLICY TDS CERTRICATE DOn NOT AMEND. EXTEND OR ALTER TIM
COWRAOBRRANPORDED NYTUT fOLXUM LW= IDIRRIN.
COMPANIES AFFORDING COVERAGE
00AAP11NY LETTER A TRAVELBRS INDEMNITY OF ILL.
DOW
mm B TRAVELERS INDEMNITY CO OF CT
Ism C
COMPANY D
Uffm
TRACT OR OTHER DOCUMENT WITH RESPS& TI
LISTED HEREIN IS SUBJECT TD ALL THE TERMS,
uue
ART AUTO TC2ECAP165T462198 1 4%01%98-
ALL OWNED AUTOR
SO1EDUED AUTOS
MIRED AUTOS
NON -OWNED AUTOS
ART AUTO
UMBRELLA FORM
OTHER THAN UMI
TDRJUB-165T4690-98 4/01/98
TC2JIIB-202T6638-98 4/01/28
BXC WORK COMB ITWXOUB-22
City of Denton, Texas
901-B Texas Street
Denton, TX 76201
TEAMS
1 01 OENeRAL AGORFMTe
PRODIIOTB•WLP/OPAGO
PBRHONAL S ADV KLW
EACH DOCU NWM
FIRE OAAVIOE ft RAe NN(
LIHD. EIS+ENSe (AM we penes
MOT
1/0 1 COMBN W ENAEE LRAB
GODLY PLAIRY der I,,"
BODLY INJURY (per R.HA
PROPERTY DAIAABE
AUTO OM,Y • EA ACOIOENT
OTHER THAN AUTO ONLY
1
4/01/011Ezoesst $300,000 SIR
T IAGazed AA11 Aµtomobilea Owned or used
s ell be an additional insured.
SHOULD ANY OF THE POLICIES
THBREop THE INSURm AFPOR
MEN
uo . ca. nenCll'r eM UANCELLED EEPORE �PIMTON DATE
DING COVERAGE WILL SNOEAVOR TD 9 0 DAYS wRrriEN
gLOERJNAIAM HEREIN RUT FAILUR MAIL SUCN NGTICE
'R68�R�9 VfiB%M U�88UB�1 THIS OER�'1'Ii FORDING
E 1 OF 1