Loading...
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