HomeMy WebLinkAbout1987-1430923L
NO O 7 ��7�'
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING
FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the purchase of necessary materials, equip-
ment, supplies or services in accordance with the procedures of
state law and City ordinances, and
WHEREAS, the City Manager or a designated employee has
reviewed and recommended that the herein described bids are the
lowest responsible bids for the materials, equipment, supplies or
services as shown in the "Bid Proposals" submitted therefor, and
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the
materials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the numbered items in the following numbered
bids for materials, equipment, supplies, or services, shown in
the "Bid Proposals" attached hereto, are hereby accepted and
approved as being the lowest responsible bids for such items
BID
ITEM
NUMBER
NO
VENDOR
AMOUNT
9763
All
Motorola Communications
$1,076,026
18
9766
All
General Electric Cc
303,356
00
9767
All
Central Electric Cc
119,825
00
9771
All
Glass -Steel, Inc
29,748
00
9772
# 1
Van Tran
12,732
00
9772
# 2,3
Temple, Inc
36,301
00
9775
All
Poly American
2 61 per roll
9776
All
Wagner Corporation
25,000
00
SECTION II That by the acceptance and approval of the above
numbered items of the submitted bids, the City accepts the offer
of the persons submitting the bids for such items and agrees to
purchase the materials, equipment, supplies or services in
accordance with the terms, specifications, standards quantities
and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents
SECTION III That should the City and persons submitting
approved and accepted items and of the submitted bids wish to
enter into a formal written agreement as a result of the
acceptance, approval, and awarding of the bids, the City Manager
or his designated representative is hereby authorized to execute
the written contract which shall be attached hereto, provided
that the written contract is in accordance with the terms,
conditions, specifications, standards, quantities and specified
sums contained in the Bid Proposal and related bid documents
herein approved and accepted
SECTION IV That by the acceptance and approval of the above
numbered items of the submitted bids the City Council hereby
authorizes the expenditure of funds therefor in the amount and in
accordance with the approved bids or pursuant to a written
contract made pursuant thereto as authorized herein
SECTION V That this ordinance shall become effective
immediately upon its passage and approval
PASSED AND APPROVED this 18th day of August, 1987
RAY S PHEN , MAYOR
ATTEST
JE10IFER JALTERSr CITY SECRETARY
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
PAGE 2
JATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9763 800 MHZ RADIO SYSTEM
RECOMMENDATION We recommend that the proposal received from Motorola
Communications and Electronics, Inc be approved in the amount of $1,076,026 18
SUMMARY This bid proposal is for the basic 800 MHz Radio System including
installation and materials This expediture is sufficient to place police, fire, and
emergency medical services into full operation Other departments will be added as
funds permit and as need is determined
BACKGROUND Tabulation sheet
Memo from Ray Wells dated 8/4/87
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Police, fire, EMS and Utility
FISCAL IMPACT Certificates of Obligation Series 1987A as approved by City
Council, June 16, 1987
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
e Jdhn J Marshall,
Tjtjg, Purchasing Agent
t-' " f , y r
CITY of DENTON DENTON, rax" 78Z01
v
MEMORANDUM
s a a a a a a a a a
TO Rick Svehla, Deputy City Merge'
FROM Ray D Wells, Superintendent, Metering & Substations
DAZE August 4, 1987
SUR= 800 MHz TKPWING RADIO SYSTEM
--------------------------------------
Sealed bids for the above listed project were opened July 14, 1987, at
2 00 p m in the Purchasing Department for the City of Denton, Texas
We had one bid meeting specifications This was the bid submitted by
Motorola
The total price on the system we requested was $1,295,602 58 This bid
price was $219,576 00 above our budget target figure We have since had
meetings with the Fire and Police Departments and have reduced equipment
quantities originally requested in the bid documents The Utility
Department has also graciously agreed to fund the software training
costs and the stand alone reprogrammer has been incorporated into the
radio maintenance section of the Electric Utility 0253 Division budget
The overall result of equipment reductions and Electric Utility funding
has resulted in the total radio package to be purchased from Motorola
costing a total of $1,076,026 18 Attached is an equipment listing as
to types and pricing We reco®end this package be purchased as listed
This purchase will pay for the complete fixed end or 'backbone system"
and all equipment required to place the Police, Fire, and Emergency
Me Ser�c�:s ipt� operation
�C G� 'Z /C.///J
Attachment
cc R E Nelson, Executive Director, Department of Utilities
E B Tullos, Director of Electric Utilities
CITY OF DEN'TON
PRICING SUMMARY
EQUIPbOU AND SERVICES/SUPPORT
JULY 10, 1987
Eqr JULY 1987
67,447
00
CUMMER
CON U2M ACCESSORIES
REPEATERS
5,760
75,675
41
35
ANr10gM NEM4C K
26,358
50
Sim
86,142
00
SIM ACCESSORIES
SYSTEM MANAGER ACCESSORIES
2,024
1,291
00
35
CANSOIE FURNITURE
18,856
65
CCNSO E ElMMMICS
197,338
14,504
60
98
CONSOLE ACCESSORIES
1,196
75
SAY RACK
DYNAMIC SMARIM CONSME M
8,445
50
PAGING SUBFLW CMrjO ZM
4,222
7,410
75
00
BACKUP CONSOlEPPFS
CM SCEZrIE ACCESSORIES
451
67
RD= DESK=
4,079
40
MOSTAR CCNTRCL STATIONS
16,003
72
FIRE ALARM DECKERS
3,842
2,969
60
90
CONTROL STATIaN ACCESSORIES
140,022
40
34AMMr 97aV'1Cfft 9000E MOBILES
314RM= 1vDBnM - REAR CCIMM
46,750
22
SM PORTABLES
207,784
40,459
85
58
SM ACCESSORIES
TOTAL EQUIPNM
SERVICES/SUPPORT
INSLAI T yTTCK 65,970 00
SYSM M EG LATIM 31,018 00
TOTAL SERVICE/SUPPORT
rdw bw
1RDW080487085
979,038 18
96,988 00
1,076,026 18
DATE August 189 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BIDE 9766 POWER TRANSFORMER
RECOMMENDATION We recommend this bid be awarded to the lowest bid meeting
specification of General Electric Company in the amount of $303,356 00 with delivery in
39 weeks
SUMMARY This bid is for the purchase of a 138KV/13 2KV power transformer to
be used in the duplexing of North Lakes Substation General Electric is the lowest
priced transformer and also has the lowest evaluated total life cost
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Electric Utility -Metering and Substation Department
and Electric Distribution
FISCAL IMPACT 1986/87 Budget Capital Improvement Projects (CIP) Funds
Account # 611-008-0253-9217-5638
Respectfully submitted
Lloyd V Harrell
City Manager
a
i
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
iiV ne o n 7 Marshall, C P M
rit1E. urchasing Agent
s o m m
n m p o
1 1
o x
1 la I
m
m
I I
I I
I I
19
r
m
JmO m
I I
I I
�` N C •O
I T m 1
i m i
m a
m
m
.mac
n�
i 3
n a
I p l
N N a
ti T
1 [.fl 1
it m T
I O I
I a I
I I
I I
1 I
i i
m
i
o m
o
i m
rzri
i
1 1
m
I I
I I
_
I I
I I
w
m i
<< m
N
s
m
i
I 1
m
I I
I I
r I
1 I
p
"tl
i m
RI
z
4i
imi!
rmi
m
®
I I
Is-
m
1 1
1
rpgi
n ms
r
m
i 1
n
o
I I
1 I
w
y
i
m m
z
O0
x
`�
i z i
m s
H
p
p
VmI
I
'F
1 m
p
m
m
1 1
<
m
1 1
1 1
m
1 Oe
p
S
i 1
4
I 1
I I
I I
1 I
p
m
b
I p I
S.IA
oZo
<
O
®
O
1 S 1
O
S
y
m
I 1
I 1
m
I I
1 1
I 1
m i
1 z r
1 p I
1 0 1
I .31 I
I I
I I
DATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9767 METAL CLAD SWITCHGEAR
RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting
specification, Central Electric Co in the amount of $119,825 00 with delivery in 150
days
SUMMARY This bid is for the purchase of metal clad switchgear with 2000 amp
bus duct This is a portion of the North Lakes Substation Duplex Project and will be
utilized along with the power transformer on Bid # 9766
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Electric Utility -Metering and Sub Station Department
FISCAL I1WACT 1986/87 Budget funds for Capital Improvement Projects (CIP)
Account # 611-008-0253-9217
Respectfully submitted
Lloyd V Harrell
City Manager
pared by
\ 1
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
mex hn J Marshall, C M
Title, Purchasing Agent
I 1
a x
1 � 1
_
1
G
a I�
a r'
1 un 1
4L L7
m a
L^ ky
m a
C O
1 1
1 G 1
m a
N NT
y
y
I i
y
5.f!
fmfl
Cyil 19
ti
I 1
T
~ Z
~ S
1 H 1
rN.
V 3
_
I 1
N
a
i m i
m
m
w
m
1 I
N
�
P
V
I G I
R1
m a
IQi1
ayy
m
N
m m
m
N
m
i m
c'jl
__ ___
1 1
_
i
y
1 1
1
1
m
V m
i m i
g
a
m m
1 1
1 1
1 < 1
1 m I
1 Z 1
i
I � I
DATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9771 FIBERGLASS GRATING
RECOMIENDATION We recommend this bid be awarded to the lowest bidder meeting
specifications, Glass -Steel, Inc in the total amount of $29,748 00
SUMMARY This bid is for the purchase of high strength fibergalss grating
to replace several walkways at the Wastewater Treatment Plant the lower price
offered by Fibergrate does not meet the dimension requirements on the five foot
material
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_
Maintenance of Wastewater Treatment Plant
FISCAL I1IPACT 1986/87 Budget Funds
Account # 620-082-0470-8339
Respectfully submitted
Lloyd V Harrell
City Manager
epared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
IN"ie ` dohn J Marshall, C P M
` fjtlei Purchasing Agent
§
§
k
k
k
_14
&
�
\
*
\
4
~
*
*
a
§
§
2
k
k
)
�
s
\
§
)
§
z
=
§
�
�§
9
2
�
9
2
§ §
§
8
8
2
�
)
\
§
\
�§
�
]
�
M
w
�
\
/
>
o
hi
-
G
`
Z >
n
�n
§
\
\
\
8
s
2
2
/
)
\
.
)
E
*
DATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9772 DISTRIBUTION TRANSFORMERS
RECOI411ENDATION We recommend this bid be awarded to the lowest evaluated bidder
for each item as follows
1 150KVA VAN TRAN at $ 3,183 00 ea or $ 12,732 00
2 500 KVA Temple, Inc at 6,488 00 ea or 25,952 00
3 1000 KVA Temple, Inc at 10,349 00 ea or 10,349 00
TOTAL BID $49,033 00
SU14 MRY
This bid is for the purchase of three phase distribution transformers
These items are replacement for inventory stock
The evaluation includes cost of operation in KW losses over the life
expectancy of the transformer
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_
Electric Utility -Electric Distribution Department
FISCAL IMPACT 1986/87 budget funds for purchase of transformers
Account # 611-008-0252-9222
Respectfully submitted
Lloyd V Harrell
City Manager
pared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
N e 6hn J Marshall, P M
i t)B, Purchasing Agent
M
N
N
N
�+
I
I
1
I
__ __ __ _ _ _ :.-
__
a.
s __
_I
m
m
m
I
I
a
a
a
i 10
1 �
a m m m
rni m o e
cm .�. as
2 G y
sr r
m
T
p
� S
(Jl
1 1
`! W +O
�
m
I
S 'J
�
r
qTj
®
®
I
N
N
�
.�
'1.
�S
1 � 1
't1
C
9
L
I T I
9 p
�
�
s
i = i
o
N
N
h)
I ID I
N G
�
�
I 1
g
�1
N
N
[mt)
I C1 I
�
IID
m
i �° i
� a
m
m
m
�
a
i i
I O 1
i z i
T
�
m
I 1
1 I
�
__ _ _� __
_
_ __ __
_ __ _
_
_1 _ __ _
__ _ __ __
y`,
i i
m
s
-I
a
a
m
m
m
e-
m
='
�
i z i
l a l
� m
-. r
z5
m
m
�
-o
i a i
9 z
m
m
I I
� m
�
P
1 1
r
�
o�
s
1 c I
z
m
m
s
i i
-�-1
�1
p
�f.
m
�O
P
1 m I
��
1m'
<
s
�
�
,moo
� a �
a �
m
i
m
m
m
m
In
I
r
w
-mi
i i
1
�
�
c
u� ago
m
a
�
i z i
o m
�
cn
r'
cn
i o i
�"'+
m
a
:
�
m
i
�
a'�
1 I _
__ _ _ _. __
__ _ _. _O_ _�
__ _
__ __
__
_ __ __
_ _
__
T I
T S
T
N
m
9�
W
I
ti
#
a
®
1 O I
�
m
L7
.mp
@
�
I '.mO I
� D
Ip
N
I I
Cl �
/1!
®
I�
4i
�
1 1
_
_ _ _
I I
ti
1 I
a
'�
'a
I m i
z a
m=
s
m
u
�
1
i a i
� o
in
ra
i
a
®
'
i
c�l
�j
m
cn
W
� m i
m m
�
m
m
�
m
i� i
a
I I
CY
®
m
®
i
1 I
o
z i
e-a m
m
1 d I
o z
c
i
K
I I
i c
1 m I
1 z I
1 C I
I m I
I m 1
I 1
I 1
I
_ _
�_ _
__
_ _
__
__
� _ I_
_ _
fN
N
1 !Y I
� '9 W 19
1 1
I 1
C'! m C1 G
O �Y
__ __ _ _
_ _ _
`+
i
_
i
- - I
1 1
r m r r
Y C ,-+
m
m
m
1 1
1 I
�1 -y
r r
a
a
a
�� i
m
I � 1
I 1
__ __ _
'T
9
UI
r
__ 1
1
w! W *O
m
mp
I^
Q]
4S
®
®
1 I
N S '�J
pi
I I
m N
9
l
D
a
I T 1
m CY
4'
a
I �[ 1
I I
�''
V
v
`
®
1 T I
I � 1
$ a
® -+ m
N
N
I ['f I
® m
m
/il
m
1� 1
�[ .� N
6f
1 'O 1
I ti 1
a
Z
1 1
I O 1
1 s 1
4i
m
0
I 1
3}
I 1
1 I
I I
Z
m
�
__ __ _ __
__
_ __
_ _
_ _ _
1 I
_ __
u�
__ _ _
tr
I I
I 1
�
a
I 1
a
r�'i
ciil
x
w
��
i
i m i
Y
a
a�i
m
�.n
w
i o i
m
-c
+n
m
o
o-
es
m
m
1 3! 1
i i
m
o
�
m
m
I 1
I I
__ __ __ __ __
_
_
_ __
__
_ _
_ _
_ _ __
1 I
__ _ _ _
I I
cn
.-
i c i
-+
1'
V
Fn
•~
P
i
� 1
y_
� �
z
r�i
�
i
m
�
i a i
Cf
m
m
}C
IY
IO
91
I 1
1 I
v+
m
m
•
_ __
_ __
_ __ __
__
__ __
_ _ _ _ _
__ __ __ _
I 1
�1
c
i i
c
�i
m
z
_
o-
w
i m i
z
ZI
i
yiv
.�.
1 4 I
O
4
-�
�
Ui
+tY
m
I O I
a
-i
SJ
Z
Ss�
z
cn
o-
w
i i
z
H
m
�z
m
__ __ __ _ __
_
_ __ __
__
_ __
_
1 I
_ __ _
__ _ __ _ _
1 1
i m
m
1�
m
r
++
'r.�
+
�
-zi
m
w
i o i
+ �
z
'r�9
io
I.Wi
o®-
i a i
m
m
T'
®
m
m
1 1
1 I
_ _ __ __
to
__
_
�o
_ __
m
_ __
_ __
__ _ _
__ _ __ __ _ _
.�
I I
1
I c l
sCn �
��
Im�
m
N
N
m
i m i
r a
a
15
m
®
r9
i i
�
V!
®
m
m
i
1 I
c
o
�=
o-
w
i m i
c
N Ci
phi
I
�
�
r
y.
�
iNO
1 '.GJO
1 I
4 S11
m
�
�
I I
1 1
_
I 1
~
1 I
1 1
r
1� 1
Z
w
Z
r�
,V
W
i Oe
'$
�
N
~
LI
®
m
1
e
S
m
V
T
N
I 1
I 1
'15
w
®
m
4L
m
m
Is
I I
� �
__ __ __ _ __
__ __
__
_ __
__ _
_ _
_ _ _
__ _ _ _ _ __
.O
I 1
I 1
m i
�
�
.�
i
s
�
m
m
�
c��i�l
i 1c i
21 1
c�-i
C
[n
m
m
m
i i
1 1
_ _ _ __
__ __
_
_ _
_ __
_
_ _ _ _
1 1
__ __ _ _
1 I
I 1
i m
I x I
I a I
I C 1
1 9 I
I I
1 I
1
DATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9775 THIRTY GALLON REFUSE BAGS
RECOIMIENDAT�ON We recommend this bid be awarded to the lowest bidder, Poly
american in the amount of $2 61 per roll Total annual estimated expenditure is
$104,400 00 with delivery as requested
SUMMARY This bid is for the annual supply of 30 gallon refuse bags these are
t e ags used by the citizens of Denton for residential refuse collection
This contract has an optional one year extension clause with all
terms and conditions remaining the same
BACKGROUND Tabulation Sheet
PROGRAMS, DIPART14ENTS OR GROUPS AFFECTED
Warehouse Working Capital and Solid Waste Department
FISCAL IMPACT Budget Funds for Warehouse Working Capital Inventory
Account # 710-043-0582-8703
Respectfully submitted
Lloyd V Harrell
City Manager
P ared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
/N to hn Marshall, C P M
jflg, Purchaasing Agent
1 Wi 1
1 1
9 nn
m p p
I 1
a
1 1
ti ti
I � I
I 1
1 I
x
i i
mm ivi
rz-
r
Uf
I m l
1 3 I
v
T
b
I p 1
nl T
i_
a
m
@ 1
1 z 1
y}
I I
1 I
I 1
I 1
i i
i
p
i i
p
Ifi
S
A
N
y
p
fS+l
1 S I
Sl`_f O
vi
1 I
m
1 I
N
1 1
m
V
V
1 I
I I
V]
n
_
1 I
p
�9
1 �C 1
O W
II3+T
INp
p~
Z
1
N
VJ
N
1 O!
19 1
a
ry [n
1 I
@
w
I I
I I
1 I
1 1
I I
q
F2
W
T
r
1 1
a
I I
n
I 1
W
y
1 1
1 1
C11
'L
I I
Te
Z
A
UI
I 1
I 1
1 I
I 1
m
I z 1
I o I
1 0 1
1 W 1
i
n
1
DATE August 18, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9776 ACOUSTICAL SOUND PANELS
RECOM11ENDATION We recommend this bid be awarded to the only bidder for this
requirement, Wenger Corporation in the total amount of $25,000 00
SUMMARY This bid is for the purchase of acoustical sound shell panels for use at
the Denton Civic Center Park Amphitheater
The Wenger Corporation is the only known manfacturer of this type
material Bids were solicited from four possible sources Only one reply was received
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Parks and Recreation Department Program
FISCAL IMPACT 1986/87 Budget Funds
Account # 261-031-0062-9107
Respectfully submitted
Lloyd V Harrell
City Manager
Pr red by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
to ohn J Marshall, C P M
Ti OD, Purchasing Agent
I
m
N
I
_ __ _ __ _ __ _ _ _ e
x.
1
1 I
N m x. •a
r
p
1
Kn
xl
y
1 I
18 N Si
O
x
I 1
1 o I
a
m
1 z 1
1 1
r
Yr
1 I
1 1
i
r
z i
avgim
m
I m l
n m m
p
l o l
i 9 i
o m
n
1 I
1 m 1
I � 1
1 O 1
1 1
1 1
I S 1
I m I
I a 1
I o 1
I O I
1 .� I
CITY OF DENTON
Communications System Agreement
�7-/q3
THIS AGREEMENT, made and entered into this _ .2 q
day of ��,,/_, � , 198 , by and between MOTOROLA
Communications/ and Electronics, qrnc., an Illinios corporation,
hereinafter referred to as "MOTOROLA" and the City of Denton, Texas,
and the City of Denton, Texas, hereinafter referred to as "PURCHASER'.
WITNESSETH•
WHEREAS, the PURCHASER desires to purchase a SMARTNET
communications system; and
WHEREAS, MOTOROLA desires to sell a SMARTNET communications
system; and
THEREFORE, the parties hereby enter into an agreement
pursuant to which MOTOROLA shall perform the work and furnish the
equipment and services as more fully set forth herein and in the
following attachments, which are hereby made a part of th' greement:
I. Appendix A, General Provisions ,
consisting of seven (7) pages and twenty (20)
sections with revisions and addendums.
II. Appendix B, MOTOROLA Proposal and Equipment List.
III. PURCHASER'S Specifications
NOW, THEREFORE for and in consideration of
the mutual promises and covenants contained herein, the parties agree
as follows:
Section 1: STATEMENT OF WORK.
(a) MOTOROLA shall furnish all of the equipment as outlined
in Appendix B, and provide such tools, supplies, labor,
and supervision necessary for the installation for
those items purchased to be installed as detailed in
Appendix B for an 800 MHz Smartnet communications
system.
(b) PURCHASER shall perform the following coincident with
the performance of this Agreement:
(1) Provide a designated Project Director.
(2) Provide Ingress and Egress to PURCHASER'S
facilities and/or sites as requested by MOTOROLA
and have such facilities available for
installation of the equipment to be installed.
- 1 -
CITY OF DENTON
Communications System Agreement
(3) Provide adequate telephone lines for the equipment
installation and operation.
(4) Provide adequate AC power at 117 VAC + 10%, 60 Hz
for the equipment installation and operation.
(5) Provide a designated work area with adequate heat
and light, and a secure storage area for equipment
delivered to the PURCHASER. The PURCHASER shall
be solely liable for loss or damage to equipment
prior to, during, and following installation when
such equipment is on or within PURCHASER'S
facilities and/or vehicles, providing such
equipment is received and accepted in good order.
Section 2: PERIOD OF PERFORMANCE.
(a) MOTOROLA shall complete the work in accordance with the
following schedule:
(1) Delivery date of equipment — On or before 200 days
(2) Completion of installation — On or before 270 days
(3) Final Acceptance Completion of Acceptance Test —
Upon mutual agreement of time schedule
(4) Training — Upon mutual agreement of schedule
(b) Whenever MOTOROLA knows or reasonably should know that
any actual or potential condition is delaying or
threatens to delay the timely performance of the work,
MOTOROLA shall within thirty (30) days give PURCHASER
notice thereof and may request an extension of time to
the work.
Section 3: ACCEPTANCE CRITERIA.
MOTOROLA has guaranteed coverage over ninety—five percent
(95%) of the current operating area ninety—five percent
(95%) of the time. [See Appendix A, Section (20) and
attached Range Coverage Maps.]
MOTOROLA will submit an Acceptance Test Plan (ATP) thirty
(30) days prior to the commencement of the system test. The
PURCHASER will then have fifteen (15) days within which to
approve, conditionally approve, or disapprove the proposed
ATP. Approval of the ATP will be assumed by MOTOROLA in the
absence of notifications otherwise. The successful
completion of the ATP will be the sole criterion for the
system acceptance.
— 2 —
Section 4:
CITY OF DENTON
Communications System Agreement
Should the PURCHASER commence use of the system or any
subsystem thereof for their intended purposes, other than
for the express purposes of training or testing, prior to
system acceptance, final payment for said system or
subsystem shall be due net thirty (30) days. The warranty
or maintenance periods for such equipment put into use,
unless warranty or maintenance has already begun, shall be
deemed to have commenced concurrently with the use of the
equipment for its intended purpose. The use of the
equipment for its intended purpose shall be deemed to have
occurred when the PURCHASER commences to use and rely
primarily on the equipment for its communications.
PAYMENT SCHEDULE.
(a) MOTOROLA agrees to sell all of the equipment and
perform the services as outlined in the Statement of
Work and in Attachment B, and, PURCHASER agrees to buy
the aforementioned equipment and services for the sum
of One Million Seventy Six Thousand Twenty Six and
18/100 Dollars ($1,076,026.18).
(b) The PURCHASER shall make payments to MOTOROLA as
follows:
Based upon a total assumed contract amount of
$1,076,026.18, $600,000.00 will be due and payable
exactly 90 days after contract signing; $345L000.00
will be due and payable exactly 120 days after contract
signing and the remainder of $131,026.18 will be due
and payable upon acceptance of the system. A'crept-ri e
e e-n
Section 5: TRAINING.
MOTOROLA will assist as required in the training of
personnel in the use of the equipment purchased. A training
plan and schedule will be provided thirty (30) days prior to
commencement of training. The PURCHASER will have fifteen
(15) days to accept, accept with exception, or reject the
plan. Acceptance will be assumed by MOTOROLA in the absence
of notification otherwise.
Section 6:
Section 7:
CITY OF DENTON
Communications System Agreement
PROJECT MANAGEMENT.
(a) If the size ok complexity of the project warrants,
MOTOROLA
MOTOROLA will aassign a Project Manager, who is
authorized to exercise technical direction of this
project. MOTOROLA at any time, may designate a new or
alternate Project Manager subject to City of Denton
approval, which shall not be unreasonably withheld.
(b) All matters affecting the terms of this Agreement or
the administration thereof shall be referred to
MOTOROLA's cognizant Contract Administrator who shall
have authority to negotiate changes in or amendments
to this Agreement.
NOTICE ADDRESSES.
(a) MOTOROLA COMMUNICATIONS AND ELECTRONICS, INC.
1301 EAST ALGONQUIN ROAD, SH-4
SCHAUMBURG, ILLINOIS 60196
ATTN: CONTRACT ADMINISTRATION DEPARTMENT
(b) PURCHASER, to complete
CITY OF DENTON
215 EAST MCKINNEY
DENTON, TEXAS 76201
ATTN: LLOYD V. HARRELL, CITY MANAGER
Section 8: ORDER OF PRECEDENCE.
In the event of an inconsistency in this Agreement, the
inconsistency shall be resolved in the following order:
(a) This Agreement
(b) The General Provisions, Appendix A, A86.
(c) MOTOROLA Proposal and Equipment List, Appendix B.
Section 9: SEVERABILITYI
If any portion of this Agreement or any provision hereof is
held to be invalid, such provision shall be considered
severable, and the remainder of this Agreement of any
provision hereof shall not be affected.
— 4 —
CITY OF DENTON
Communications System Agreement
Section 10: FULL AGREEMENT.
This Agreement and Attachments constitute the final
expression of the Agreement of the parties and supersedes
all previous agreements and understandings, whether written
or oral, relating to the work. This Agreement may not bi
altered, amended, or modified except by written instrumenl
signed by the duly authorized representatives of botl
parties.
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed by their duly authorized representatives a
of the last day and year written below.
Citv of Denton, Texas Motorola Communications
Lloyd V. Harrell
Name
City Manager
Title
9/28 l I
Date Signed
— 5 —
David Wooldridge
Name
Vice President
Title
9/22/87
Date Signed
PT.'
�98LT
'F1antT9p 3o aOeTd pug 6ut6eNoed
10 guawdigs ;o poggaw ut sa6uggo 10 INIOM
aq-4 ;o suoiglod ';o suozgaTap 10 'og suozgtppe
;o SUOTSTAa1 og p94TWTT Sou gnq 6utpnTOut
1�1oM aqg 3o adoos Te38u96 aqg utggTm sa6uggo axew
'1ap10 uaggtlM Iq 'awtg Niue ge lAew HSSYHOHfld aqs
XHOM SHS NI SSONYHO
(E)
6 uotgoas
*USSHHDand agg dq auloq aq
TTggs saTOtgle agg og 96pwep pug ssoT 30 Nst1 'uoguaQ
;o Agt0 aqg bq aouegdaooe pug gutod 'g'p'g agg og
dlanzTap 1a4JV 'uoguaQ 3o AITO agg Aq aouegdaooe uodn
pup gutod '6'0'3 agg og A3anTTap uodn HSSKHOHnd agg og
ssed TTggs guawdtnba aq-4 og aTgts 'sguawTTegsut Bons
og se aTgeianas aq TTegs guawaal6v agg pup sguawTTegsut
UT sazlaATTap aNvw og gg6t1 aqg saniasai vgoliOZOW
'uoguaQ 3o A4TO 'H'0',3 axe satlanzTap pug saTes TTV
'SSO'I 30 XSIH QN'd S'ISIZ ONIdms £ uotgoas
'10;939gg aDTOAUT up 3o gdiaoal Jag;e 9XVG (0£) IIHIHS
uggg 1ageT ou uoalagg A-4Tpuad 10 gsalagut Cue pup S,OXpg
qons 3o gunowp agg Vq OHOSOW og Aed og saal6e HSSKHOHOd
aq-4 ;oajagg uapinq aqg leaq 10 pied 0g paltnbal sr
'd'IOHOSOW 10 uoZgJesug3g stgg og aTgeoiTdde pauiwlagap
aip saxeg Cue 3I 'saxeg 1gTtwis 10 uoigedn000
'dgladold 'asn 'Tegual 'aOtnlas awoout sso16 'aseaT
'saTes 'astOxe TeOOI 10 agegS 'Texapag 109 gunowp due
3o antsnToxa eip guawaa16V aqg UT g41o; gas saOTid aqy
'93XvS Z uoTgoas
'aotgoeld
TVTOiawwo0 pooh ggiM a0uppio00e UT aq TTegs 6utxoed
pue 6uT5PNoed TTV UOTITpuo0 6uiX1oM pooh UT pue
Mau aq TTegs guaw9936y sigg iapun paptnold guawd?nba
TTp gegg sguglleM K'IOHOlow 'splppupgs Tguotssa;old
og wlo;uo0 TTegs pug lauuew Teuoissa;oid p ut auop aq
TTegs guawaal6V sigg og guenslnd pup guawaa16v1 stgg ui
pagtlosep x1oM ;o aoupwlo;lad aq-4 gegg seal6e Y'IOHOZOW
*MHOM 30 SQH'dQNVIS T uoTgOas
'ONI ISDINOU10212 QN'd SNOIIVDINnwwO3 YgOHOSOW
v XIQNSdav
guawaal y wags s suotge5zunwwo0
NOSNSQ 30 xSIO
CITY OF DENTON
Communications System Agreement
APPENDIX A
(b) Upon receipt of notice of change, MOTOROLA shall
immediately take all necessary steps to comply
therewith and to minimize the incurrance of costs
allocable to work eliminated or suspended.
(c) If any order under this Section 4 causes an
increase or decrease in the cost of or time
required for the performance of any part of the
work under this Agreement, an equitable adjustment
shall be made in the Agreement price or delivery
schedule, or both, and the Agreement shall be
modified in writing accordingly, MOTOROLA is not
obligated to comply with any order hereunder
unless and until the parties reach agreement as to
the aforementioned equitable adjustment and same
is reflected as an addendum to this Agreement.
Section 5 EXCUSABLE DELAYS.
(a) Neither MOTOROLA nor the PURCHASER shall be
responsible for delays or lack of performance
resulting from acts beyond the reasonable control
of the party or parties. Such acts shall include,
-but not be limited to, acts of God; fire; strikes;
material shortages; compliance with laws or
regulations; riots; acts of war; or any other
conditions beyond the reasonable control of the
party or parties.
(b) Delays as identified herein may cause an impact on
the Period of Performance stated in the
Agreement. Such delays will be subject to an
Agreement addendum as described in Section 4.
Section 6 DEFAULT.
(a) If MOTOROLA is wholly responsible for failure to
make delivery or complete installation under the
agreement, the PURCHASER may consider MOTOROLA to
be in default, unless such failure has been caused
by the conditions set forth in Section 5 of these
General Provisions.
(b) The PURCHASER shall give MOTOROLA written notice
of such default and MOTOROLA shall have THIRTY
(30) DAYS to cure said default. If MOTOROLA fails
to cure said default, the PURCHASER may terminate
any unfulfilled portion of this Agreement or
1786j
- 7 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
complete the system through a third party. In the
event the PURCHASER completes the system through a
third party, MOTOROLA shall be responsible for an
amount in excess of the Agreement price, not to
exceed the value of the terminated portion,
incurred by the PURCHASER in completing the system
to a capability not exceeding that specified in
the Agreement. IN THE EVENT OF DEFAULT, MOTOROLA
SHALL NOT BE LIABLE FOR ANY INCIDENTAL,
LIQUIDATED, SPECIAL OR CONSEQUENTIAL DAMAGES.
Section 7 DELAYS BY PURCHASER.
If the PURCHASER is responsible for delays which cause
the installation and acceptance of this system as
defined in the Agreement, to be rescheduled beyond the
Period of Performance set forth in the Agreement, the
PURCHASER shall be liable for actual costs incurred by
MOTOROLA resulting from these delays. Such charges may
include, but are not limited to, rescheduling charges
by the equipment vendor; storage charges; maintenance
charges; and transportation charges. The PURCHASER
shall, have the option to attempt to minimize actual
costs incurred by storing and transporting equipment at
its own expense.
Section 8 LICENSES/AUTHORIZATIONS.
The PURCHASER is solely reponsible for obtaining any
licenses or other authorizations required by the
Federal Communications Commission (F.C.C.) and for
complying with F.C.C. rules. Neither MOTOROLA nor any
of its employees is an agent or representative of the
PURCHASER in F.C.C. matters or otherwise. MOTOROLA,
however, may assist in the preparation of the license
application at no charge to the PURCHASER. The
PURCHASER acknowledges that project implementation is
predicated on receipt of proper F.C.C. licensing.
Section 9 INDEMNIFICATION.
MOTOROLA agrees to and hereby indemnifies and saves
PURCHASER harmless from all liabilities, judgments,
costs, damages and expenses which may accrue against,
be charged to, or recovered from the PURCHASER by
1786j _ 8
CITY OF DENTON
Communications System Agreement
APPENDIX A
reason of or on account of damage to the property of
the PURCHASER or the property of, injury to, or death
of any person, when such damage or injury is caused by
MOTOROLA'S negligence or that of its employees,
subcontractors, or agents ,with respect to the
performance of this contract. IN NO EVENT WILL
MOTOROLA BE LIABLE FOR INCIDENTAL, SPECIAL OR
CONSEQUENTIAL DAMAGES.
Section 10 EQUIPMENT COMPATIBILITY.
MOTOROLA agrees that the equipment, will perform in
accordance with the specifications and representations
stated in MOTOROLA'S Proposal and Equipment List
included in the Agreement. MOTOROLA further agrees
that all equipment will be compatible with and meet all
F.C.C. licensing and Regulations. This agreement does
not extend to the performance of equipment as a part of
a larger system generally nor specifically to equipment
in combination with products, elements or components
not supplied by MOTOROLA.
Section 11 HARDWARE WARRANTY.
MOTOROLA radio communications products are warranted to
be free from defects in material and workmanship for a
period of ONE (1) YEAR, except for crystals and channel
elements which are warranted for a period of TEN (10)
YEARS from the date of shipment. Parts, including
crystals and channel elements, will be replaced free of
charge for the full warranty period but the labor to
replace defective parts will only be provided for
ONE HUNDRED -TWENTY (120) days from the date of
shipment. Thereafter the Purchaser must pay for the
labor involved in repairing the product or replacing
the parts at the prevailing rates together with any
transportation charges to or from the place where
warranty service is provided. This express warranty is
extended by MOTOROLA Communications and Electronics,
Inc., 1301 E. Algonquin Road, Schaumburg, Illinois
60196, to the original purchaser only, and only to
those purchasing for purpose of leasing or solely for
commercial, industrial, or governmental use.
THIS WARRANTY IS GIVEN IN LIEU OF ALL OTHER WARRANTIES
1786j
- 9 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
EXPRESS OR IMPLIED WHICH ARE SPECIFICALLY EXCLUDED,
INCLUDING WARRANTIES OF MERCHANTABILITY OR FITNESS FOR
A PARTICULAR PURPOSE. IN NO EVEN SHALL MOTOROLA BE
LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES TO THE
FULL EXTENT SUCH MAY BE DISCLAIMED BY LAW.
In the event of a defect, malfunction or failure to
conform to specifications established by MOTOROLA, or
if appropriate, to specifications accepted by MOTOROLA
in writing, during the period shown, MOTOROLA, at its
option, will either repair or replace the product and
such action on the part of MOTOROLA shall be the full
extent of MOTOROLA'S liability hereunder.
This warranty is void if:
(a) the product is used in other than its normal and
customary manner;
(b) the product has been subject to misuse, accident,
neglect or damage;
(c) unauthorized alterations or repairs have been
made, or unapproved parts used in the equipment.
This warranty extends only to individual products;
batteries are excluded but carry their own separate
limited warranty. Because each radio system is unique,
MOTOROLA disclaims liability for range, coverage, or
operation of the system as a whole under this warranty
except by a separate written agreement signed by an
officer of MOTOROLA. Non -Motorola manufactured
products are excluded from this warranty, but subject
to the warranty provided by their manufacturers, a copy
of which will be supplied to the Purchaser on specific
written request.
In order to obtain performance of this warranty, the
Purchaser must contact its MOTOROLA salesperson or
MOTOROLA at the address first above shown attention
Quality Assurance Department.
Section 12 NON-DISCRIMINATION.
It is expressly understood between the parties hereto
that MOTOROLA, in carrying out the provision of this
agreement, covenants and agrees not to discriminate
1786j - 10 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
against any qualified employee or qualified applicant
for employment because of race, creed, color, sex or
national origin, and that similar provisions shall also
be included by said party of the first part in any
subcontract.
Section 13 CONFIDENTIAL INFORMATION.
All MOTOROLA proprietary computer programs and other
material and information of confidential nature marked
MOTOROLA PROPRIETARY and CONFIDENTIAL will be released,
as required under this Agreement, under the following
conditions:
(1) PURCHASER shall exercise reasonable and
prudent measures to keep these items in
confidence.
(2) PURCHASER shall not disclose these items to
third parties without prior written
permission, unless MOTOROLA makes them public
or PURCHASER learns them rightfully from
sources independent of MOTOROLA, or it is
required by law to be disclosed.
(3) MOTOROLA, where necessary, retains the right
to prescribe specific security measures for
the PURCHASER to follow to maintain the
confidentiality.
Section 14 SOFTWARE LICENSE.
MOTOROLA will, in the course of the transaction for the
items of equipment identified in the Agreement, deliver
to PURCHASER, on a licensed basis, one or more computer
programs which run on processors which are in the
Equipment including, without limitation, a revised
substitute for a delivered program and documentation
related to each program ("Product Program"). MOTOROLA
may deliver a Product Program to PURCHASER in a variety
of mediums including, without, limitation, an encoded
machine executable form using media such as magnetic
disc, diskette or tape or in a computer chip form.
Unless otherwise agreed to in a separate written
license agreement signed by an authorized
representative of both parties, delivery of each
Product Program by MOTOROLA and acceptance of same by
1786j
- 11 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
PURCHASER shall be made only under the terms and
conditions that follow.
(a) Product License. MOTOROLA grants to PURCHASER a
nonexclusive license to use each Product Program
delivered to PURCHASER hereunder. Each such
license granted authorizes PURCHASER to use the
Product Program only in its distributed form for
PURCHASER'S own internal use and only in a single
processor which is in a single item of Equipment.
Except as provided for in Paragraph (c) below,
each such license may not be assigned, sublicensed
or otherwise transferred by PURCHASER without
MOTOROLA'S prior written consent. Any prohibited
assignment, sublicense or transfer shall be null
and void. PURCHASER shall pay all sales, use and
excise taxes, and any other assessments in the
nature of taxes however designated, on the Product
Programs, their license or use or on or resulting
from this license agreement, unless PURCHASER
furnishes MOTOROLA with a certificate of exemption
from payment of such taxes in a form reasonably
.acceptable to MOTOROLA.
(b) Title; Security; Copies.
(1) Title to the original of any Product Program
delivered hereunder and any copies made by
PURCHASER in whole or in part is and shall at
all times remain in MOTOROLA.
(2) PURCHASER acknowledges that the Product.
Programs contain valuable proprietary
information and trade secrets and that
unauthorized dissemination of the Product
Programs (including, without limitation,
disassembly, decompiling or reverse
engineering) could cause irreparable harm to
MOTOROLA, and thus PURCHASER agrees not to
make the Product Programs available to any
person unless PURCHASER has taken appropriate
action with such persons permitted access to
the Product Programs so as to satisfy
PURCHASER'S obligations. under this license
agreement.
1786j - 12 -
(c)
(d)
CITY OF DENTON
Communications System Agreement
APPENDIX A
(3) PURCHASER shall not make copies of the
Product Program except that a single reserve
copy of a magnetically recorded Product
Program that is delivered on tape or magnetic
disk media may be -made to protect against
Product Program destruction. PURCHASER will
reproduce and include all copyright and other
proprietary notices on any copies made in
accordance with MOTOROLA'S or its suppliers'
instructions. PURCHASER shall not adapt or
merge the Product Programs with other
programs.
License Transfers.
(1) In the event PURCHASER transfers an item of
Equipment to a third party, PURCHASER may
also transfer to the third party the license
for each Product Program which runs on a
processor in such item of Equipment provided
that PURCHASER transfers its entire interest
in each such item of Equipment and Product
Program to the transferee and further
provided that prior to such transfer, the
transferee agrees in writing to be bound by
the terms and conditions of this License.
(2) MOTOROLA may, in the course of the
transaction for the products identified in
the Agreement, agree to transfer to PURCHASER
certain programs supplied to MOTOROLA by its
suppliers for use with such products. For
any such program transfer PURCHASER agrees to
accept the terms and conditions of the
program supplier's license agreement for such
programs.
Term; Termination.
(1) Any license granted hereunder may be
terminated by PURCHASER upon one (1) month's
prior written notice. If PURCHASER is in
default of any of the terms and conditions
hereof, any license affected thereby is
automatically revoked and MOTOROLA, in
1786j
- 13 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
addition to its other rights and remedies at
law or in equity, may terminate each such
license and repossess the affected Product
Programs.
(2) Within one (1) month after termination of any
license, PURCHASER will furnish to MOTOROLA a
document certifying with respect to each
Product Program affected by such termination
that through its best efforts the original
and all copies, in whole or in part, in any
form, have been destroyed.
(e) Product Program Warranty. For one hundred twenty
(120) days from the date of shipment, MOTOROLA
warrants that a Product Program shall be free from
reproducible defects that cause the Product
Program to fail to conform in a material fashion
to MOTOROLA published specifications for the
Product Program. MOTOROLA does not warrant that
the operation of a Product Program will be
uninterrupted or error free or that each defect in
a Product Program will be corrected. This express
warranty is extended by MOTOROLA Communications
and Electronics, 1301 E. Algonquin Road,
Schaumburg, Illinois 60196 to the original
PURCHASER only, and only to those acquiring the
Product Program for commercial, industrial or
governmental use. THIS WARRANTY IS GIVEN IN LIEU
OF ALL OTHER WARRANTIES FOR THE PRODUCT PROGRAMS
EXPRESS OR IMPLIED WHICH ARE SPECIFICALLY EXCLUDED
INCLUDING, WITHOUT LIMITATION, THE WARRANTIES OF
MERCHANTABILITY OR FITNESS FOR A PARTICULAR
PURPOSE.
In the event of a defect during the applicable
period stated above, MOTOROLA, at its option, will
either repair or replace the Product Program or
refund that purchase price of the single item of
Equipment identified in the contract that is
affected by the Product Program defect, and such
action on the part of MOTOROLA shall be the full
extent of MOTOROLA'S liability, and PURCHASER'S
exclusive remedy, for breach of the Product
Program warranty. All warranty service will be
1786j
- 14 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
performed at service locations designated by
MOTOROLA. Travel and associated expenses of the
PURCHASER or such expenses incurred by MOTOROLA
for visits to PURCHASER'S location by MOTOROLA
Personnel are not covered -by this warranty. This
warranty does not cover Product Programs (i) being
used in other than its normal and customary
manner; (ii) being subjected to misuse; (iii)
being subjected to modifications by PURCHASER or
by any party other than MOTOROLA without the prior
written consent of MOTOROLA. Non-MOTOROLA owned
programs are excluded from this warranty but such
programs are subject to the warranty provided by
their manufacturers, a copy of which will be
supplied to PURCHASER on specific written
request. Any claim for breach of this warranty
shall be waived unless PURCHASER notifies MOTOROLA
at the above address, Attention: Quality
Assurance Department, within the applicable
warranty period. This warranty applies only to
the original PURCHASER and only within the 50
United States.
(f) Patent and Copyright Indemnity. MOTOROLA agrees
to defend, at its expense, any suits against
PURCHASER based upon a claim that any Product
Program furnished hereunder directly infringes a
U.S. patent or copyright and to pay costs and
damages finally awarded in any such suit, provided
that MOTOROLA is notified promptly in writing of
the suit and at MOTOROLA'S request and at its
expense is given control of said suit and all
requested assistance for defense of same. If the
use of any Product Program furnished hereunder is
enjoined as a result of such suit, MOTOROLA, at
its option and at no expense to PURCHASER shall
obtain for PURCHASER the right to use said Product
Program or shall substitute an equivalent Product
Program reasonably acceptable to PURCHASER and
extend this indemnity thereto or, if the foregoing
alternatives are not, in MOTOROLA'S opinion,
reasonably available, MOTOROLA may terminate the
license for and accept the return of the affected
Product Program. This indemnity does not extend
to any suit based upon any infringement or
1786j - 15 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
alleged infringement of any patent or copyright by
gram
nished
the
MOTOROLAtand other elementsion of any tnor odoes it extend
byextend
to any product(s) of PURCHASER'S design or
formula. The foregoing states the entire
liability of MOTOROLA for patent or copyright
infringement related to the Product Programs.
(g) Limitation of Liability. The entire MOTOROLA
liability to PURCHASER for damages concerning
performance or nonperformance by MOTOROLA under
this License or in any way related to the subject
matter of this license, regardless of whether the
claim for such damages is based in contract, tort
or otherwise, and PURCHASER'S sole and elusive
remedy shall be limited to the payment by xc
TOROLA
of actual damages not to exceed 15 percent of all
sums paid to MOTOROLA under the Agreement.
IN NO EVENT SHALL MOTOROLA BE LIABLE FOR ANY LOSS
OF PROFITS OR SAVINGS OR SPECIAL, INCIDENTAL OR
CONSEQUENTIAL DAMAGES TO THE FULL EXTENT SUCH MAY
BE DISCLAIMED UNDER THE LAW.
(h) General. The terms of this section shall prevail
notwithstanding any variance with the terms and
conditions of any order submitted by PURCHASER.
MOTOROLA shall not be liable for any failure to
perform due to causes beyond its reasonable
control. This license agreement does not include
Product Program source code. If any provision of
this license agreement is contrary to, prohibited
by, or deemed invalid under applicable laws, rules
or regulations, such provision shall be deemed
omitted, to the extent so contrary, prohibited or
invalid, but the remainder shall not be invalid
and should be given effect insofar as possible.
This license section supersedes in full all prior
discussions and agreements between the parties
relating to the subject matter of this license
section and constitutes theentireagreement
aerograms
between the parties relating to
and may be modified or supplemented only by
a
written document signed by
representative of both parties.
1786j - 16 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
Section 15 NON-COLLUSION/CONFLICT OF INTEREST.
(a) MOTOROLA warrants that, to the best of its
knowledge and belief, no person, except bona fide
employees of MOTOROLA, -has been employed or
retained to solicit or secure this Agreement.
(b) MOTOROLA agrees that if, after award, it discovers
conflicts of interest with respect to this
Agreement, it shall make an immediate and full
disclosure in writing to PURCHASER which shall
include a description of the action which MOTOROLA
has taken or proposes to take to avoid or mitigate
such conflicts.
Section 16 NOTICES.
(a) All notices to the parties under this Agreement
shall be in writing and sent to the names and
addresses stated in the Agreement.
(b) Either party may change such name and address by
notice to the other in accordance herewith, and
any such change shall take effect immediately upon
receipt of such notice.
Section 17 PATENT INDEMNIFICATION.
MOTOROLA agrees to defend, at its expense, any suits
against PURCHASER based upon a claim that any products
furnished hereunder directly infringes a U.S. patent or
copyright, and to pay costs and damages finally awarded
in any such suit, provided that MOTOROLA is notified
promptly in writing and at MOTOROLA'S request and
expense is given control of said suit and all requested
assistance for defense of same. This indemnity does
not extend to any suit based upon any infringement or
alleged infringement of any patent or copyright by the
combination of any product(s) furnished by MOTOROLA and
other elements nor does it extend to any product(s) of
PURCHASER'S design or formula.
Section 18 GOVERNING LAW.
This Agreement shall be governed by and construed in
accordance with the laws of the State of Texas.
1786j
- 17 -
CITY OF DENTON
Communications System Agreement
APPENDIX A
Section 19 ASSIGNABILITY.
The Agreement may not be assigned by either party
hereto other than MOTOROLA may assign this order to
one of its Subsidiaries as in,the normal course of
business.
Section 20 RADIO RANGE COVERAGE.
Attached are Radio Range Coverage Maps included in
the Proposal submitted in response to the City of
Denton's request for sealed Bid Proposals, Bid Number
9763, Dated June 23, 1987. The Maps describe graphi-
cally the coverage predictions. This prediction is
based on the frequency, transmitter power, antenna
heights, transmission.line, cavity, isolator, and
other losses, effective receiver sensitivity and
antenna gain as indicated on the attached.
END OF GENERAL PROVISIONS
17861 - 16 -
1�
gk�_ L�,t
., --�u M2
dl '^' NRjr a,!L
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER:
70 WATTS
BASE TX ANTENNA HEIGHT:
190 FEET
BASE RX ANTENNA HEIGHT:
250 FEET
BASE RX SENSITIVITY:
0.3 MICROVOLTS
BASE ANTENNA TYPE:
OMNI
MOBILE TRANSMIT POWER:
35 WATTS
MOBILE ANTENNA HEIGHT:
5 FEET
MOBILE RX SENSITIVITY:
0.4 MICROVOLTS
TALKOUT PARAMETERS
BASE TRANSMIT POWER 18.5 DB
BASE TX COMBINER LOSS -5.0 DB
COAX TX 250 FT-7/8 FOAM -3.2 DB
BASE TX ANTENNA RAIN (MAX) 10.0 DB
MOBILE RX SENSITIVITY 1461 DB
DB
TREES/BLD65 .
TOTAL GAIN 161.4 DB
01437-14
11/23/86 - BPS
4
MOBILE TRANSMIT POWER 15.4 DB
BASE RX ANTENNA GAIN (MAX) 10.0 DB
BASE RX SENSITIVITY 149.0 DB
COAX RX 265 FT-7/8 FOAM 0.0 DB
0 DB
TREES/BLDGS
TOTAL BAIN 169.5 DB
JOB PARAMETERS FOR J1437 -14
89 CUSTOMER NAME CITY OF DENTON
95 SITE NAME DENTON
93 USER'S INITIALS SPG
SITE COORDINATES 33 11 53 N, 097 06 23 W
86 SITE ELEVATION SPECIFIED 643 FEET
RADIUS TO BE EVALUATED 40 MILES
90 AREA/MARKET/REGION 3406
SYSTEM PARAMETERS
44 MOBILE ANTENNA HEIGHT 5.0 FEET
40 TREE LOSS (MAX) 0.0 DB
51 FREQUENCY 860.0 MHZ
64 RELIABILITY fOKUM RA ONLY) 95.0 %
91 BUILDING DENSITY (OKUMURA) SUBURBAN
92 PROPAGATION MODEL OKUMURA
41 SYSTEM SPECIAL.LOSS *1 5.0 DB
79 SYSTEM SPECIAL LOSS •1 NAME TREES/BLDGS
FORMAT PARAMETERS
57 OVERLAY MAP SCALE 8.0 MILES
58 RADIUS TO BE PLOTTED 40.0 MILES
55 HORIZONTAL CHARACTERS PER INCH 10.0
56 VERTICAL LINES PER INCH 6.0
59 PRINTING WIDTH 7.8 INCHES
87 COVERAGE SYMBOL •
88 BACKGROUND SYMBOL ,
TALKOUT PARAMETERS
1
BASE
TRANSMIT POWER
70.0
WATTS
3
BASE
TX COMBINER LOSS
5.0
DB
B
BASE
TX LINE LOSS
3.2
DB
47
BASE
TX LINE LENGTH
250.0
FEET
83
BASE
TX TRANSMISSION LINE TYPE
7/8
FOAM
81
BASE
TX ANTENNA TYPE
OMNI
9
BASE
TX ANTENNA GAIN (MAX)
10.0
DB
45
BASE
TX ANTENNA HEIGHT
190.0
FEET
11
MOBILE RX ANTENNA GAIN
0.0
DBD
16
MOBILE RX SENSITIVITY
0.4
MICROVOLTS
TALKBACK PARAMETERS
20
MOBILE TRANSMIT POWER
35.0
WATTS
25
MOBILE TX ANTENNA GAIN
0.0
DBD
82
BASE
RX
ANTENNA TYPE
OMNI
C 26
BASE
RX
ANTENNA GAIN (MAX)
10.0
DB
46
BASE
RX
ANTENNA HEIGHT
250.0
FEET
34
BASE
RX
SENSITIVITY
0.3
MICROVOLTS
36
BASE
RX
LINE LOSS
0.0
DB
48
BASE
RX
LINE LENGTH
0.0
FEET
84
BASE
RX
TRANSMISSION LINE TYPE
7/8
FOAM
11/23/66 - BPS
MOTOROLA Communications and Electronics
SITE NAME:
LOCATION:
FREQUENCY:
RADIUS:
TERRAIN:
RELIABILITY:
MOBILE RADIO COVERAGE PREDICTION
f�ii•`3�,�:ii�:Zl
DENTON
33 11 53 N, 097 06 23 W
860 MHZ
35 MILES ARE SHOWN
SUBURBAN
95 %
3W PORTABLE
J '
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER:
BASE TX ANTENNA HEIGHT:
BASE I(X ANTENNA HEIGHT:
BASE RX SENSITIVITY:
BASE ANTENNA TYPE:
MOBILE TRANSMIT POWER:
MOBILE ANTENNA HEIGHT:
MOBILE RX SENSITIVITY:
70 WATTS
190 FEET
250 FEET
0.3 MICROVOLTS
OMNI
3 WATTS
5 FEET
0.4 MICROVOLTS
BASE TRANSMIT POWER
18.5
DB
MOBILE TRANSMIT POWER
4.8
DB
BASE TX COMBINER LOSS
-5.0
DB
MOBILE TX ANTENNA GAIN
-2.0
DB
COAX TX 250 FT-7/8 FOAM
-3.2
DB
BASE RX ANTENNA GAIN (MAX)
10.0
DB
BASE TX ANTENNA GAIN (MAX)
10.0
DB
BASE RX SENSITIVITY
149.0
DB
MOBILE RX ANTENNA GAIN
-11.0
DB
COAX RX 265 FT-7/8 FOAM
0.0
DB
MOBILE RX SENSITIVITY
146.1
DB
TREES/BLDGS
-5.0
DB
TREES/BLDGS
-5.0
DB
TOTAL GAIN
150.4
DB
TOTAL GAIN
156.8
DB
J1437-19
11/24/86 - SPG
JOB PARAMETERS FOR 31437 -19
89
CUSTOMER NAME
CITY OF DENTON
95
SITE NAME
DENTON
93
USER'S INITIALS
Bps
SITE gbORDINATES
33 11 53 N. 097 06 23 W
86
SITE ELEVATION SPECIFIED
643 FEET
SITE ELEVATION FROM DATABASE
606 FEET
SITE ELEVATION USED BY MRCP
643 FEET
TRANSMITTER ANTENNA HART
214 FEET(2-10 MILES)
RADIAL INCREMENT
5 DEGREES
RADIUS TO BE EVALUATED
40 MILES
90
AREA/MARKET/RESION
3406
SYSTEM PARAMETERS
44
MOBILE ANTENNA HEIGHT
5.0 FEET
40
TREE LOSS (MAX)
0.0 DB
51
FREQUENCY
860.0 MHz
64
RELIABILITY (OKUMURA ONLY)
95.0 %
91
BUILDING DENSITY (OKUMURA)
SUBURBAN
92
PROPAGATION MODEL
OKUMURA
41
SYSTEM SPECIAL LOSS •1
5.0 DB
79
SYSTEM SPECIAL LOSS M1 NAME
TREES/BLDGS
FORMAT PARAMETERS
57 OVERLAY MAP SCALE 8.0 MILES
58 RADIUS TO BE PLOTTED 35.0 MILES
55 HORIZONTAL CHARACTERS PER INCH 10.0
56 VERTICAL LINES PER INCH 6.0
59 PRINTING WIDTH 7.8 INCHES
87 COVERAGE SYMBOL •
88 BACKGROUND SYMBOL
TALKOUT PARAMETERS
1
BASE
TRANSMIT POWER
70.0
WATTS
3
BASE
TX
COMBINER LOSS
5.0
DB
8
BASE
TX
LINE LOSS
3.2
DB
47
BASE
TX
LINE LENGTH
250.0
FEET
83
BASE
TX
TRANSMISSION LINE TYPE
7/8
FOAM
81
BASE
TX
ANTENNA TYPE
OMNI
9
BASE
TX
ANTENNA BAIN (MAX)
10.0
DB
45
BASE
TX
ANTENNA HEIGHT
190.0
FEET
11
MOBILE
RX ANTENNA GAIN
-11.0
DBD
16
MOBILE
RX SENSITIVITY
0.4
MICROVOLTS
TALKBACK PARAMETERS
20
MOBILE TRANSMIT POWER
3.0
WATTS
25
MOBILE TX ANTENNA BAIN
.-2.0
DBD
82
BASE
RX
ANTENNA TYPE
OMNI
C 26
BASE
RX
ANTENNA BAIN (MAX)
10.0
DB
46
BASE
RX
ANTENNA HEIGHT
250.0
FEET
34
BASE
RX
SENSITIVITY
0.3
MICROVOLTS
36
BASE
RX
LINE LOSS
0.0
DB
48
BASE
RX
LINE LENGTH
0.0
FEET
84
BASE
RX
TRANSMISSION LINE TYPE
7/8
FOAM
1/24/86 - BPS
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER: 70 WATTS
BASE TX ANTENNA HEIGHT: 190 FEET
BASE RX ANTENNA HEIGHT: 250 FEET
( BASE RX SENSITIVITY: 0.3 MICROVOLTS
BASE ANTENNA TYPE: OMNI
MOBILE TRANSMIT POWER: 15 WATTS
MOBILE ANTENNA HEIGHT: 5 FEET
MOBILE RX SENSITIVITY: 0.4 MICROVOLTS
TALKOUT PARAMETERS
BASE
TRANSMIT POWER
18.5
DB
BASE
TX COMBINER LOSS
-5.0
DB
COAX
TX 250 FT-7/8 FOAM
-3.2
DB
BASE
TX ANTENNA GAIN (MAX)
10.0
DB
MOBILE RX SENSITIVITY
146.1
DB
TREES/BLDGS
-5.0
DB
TOTAL GAIN 161.4 DB
J1437-16
11/23/86 - BPS
MOBILE TRANSMIT POWER 11.8 DB
BASE RX ANTENNA GAIN (MAX) 10.0 DB
BASE RX SENSITIVITY 149.0 DB
COAX RX 265 FT-7/8 FOAM 0.0 DB
TREES/BLDGS -5.0 DB
TOTAL GAIN 165.8 DB
JOB PARAMETERS FOR J1437 -16
89
CUSTOMER NAME
CITY OF DENTON
95
SITE NAME
DENTON
93
USER'S INITIALS
SPG
SITE COORDINATES
33 11 53 N. 097 06 23 W
66
SITE ELEVATION SPECIFIED
643 FEET
SITE ELEVATION FROM DATABASE
606 FEET
SITE ELEVATION USED BY MRCP
643 FEET
TRANSMITTER ANTENNA HAAT
214 FEET(2-10 MILES)
RADIAL INCREMENT
5 DEGREES
RADIUS TO BE EVALUATED
40 MILES
90
AREA/MARKET/RESION
3406
SYSTEM PARAMETERS
44 MOBILE ANTENNA HEIGHT 5.0 FEET
40 TREE LOSS (MAX) 0.0 DB
51 FREQUENCY 860.0 MHZ
64 RELIABILITY (OKUMURA ONLY) 95.0 %
91 BUILDING DENSITY (OKUMURA) SUBURBAN
92 PROPAGATION MODEL OKUMURA
41 SYSTEM SPECIAL LOSS •1 5.0 DB
79 SYSTEM SPECIAL LOSS N1 NAME TREES/BLDGS
FORMAT PARAMETERS
57
OVERLAY MAP SCALE
8.0 MILES
5B
RADIUS TO BE PLOTTED
35.0 MILES
55
HORIZONTAL CHARACTERS PER INCH
10.0
56
VERTICAL LINES PER INCH
6.0
59
PRINTING WIDTH
7.8 INCHES
87
COVERAGE SYMBOL
•
BB
BACKGROUND SYMBOL
TALKOUT PARAMETERS
1
BASE
TRANSMIT POWER
70.0
WATTS
3
BASE
TX
COMBINER LOSS
5.0
DB
8
BASE
TX
LINE LOSS
3.2
DB
47
BASE
TX
LINE LENGTH
250.0
FEET
83
BASE
TX
TRANSMISSION LINE TYPE
7/8
FOAM
81
BASE
TX
ANTENNA TYPE
OMNI
9
BASE
TX
ANTENNA GAIN (MAX)
10.0
DB
45
BASE
TX
ANTENNA HEIGHT
190.0
FEET
11
MOBILE
RX ANTENNA GAIN
0.0
DBD
16
MOBILE
RX SENSITIVITY
0.4
MICROVOLTS
TALKSACK PARAMETERS
20
MOBILE TRANSMIT POWER
15.0
WATTS
25
MOBILE TX ANTENNA GAIN
0.0
DBD
82
BASE
RX
ANTENNA TYPE
OMNI
C 26
BASE
RX
ANTENNA GAIN (MAX)
10.0
DB
46
BASE
RX
ANTENNA HEIGHT
250.0
FEET
34
BASE
RX
SENSITIVITY
0.3
MICROVOLTS
36
BASE
RX
LINE LOSS
0.0
DB
48
BASE
RX
LINE LENGTH
0.0
FEET
84
BASE
RX
TRANSMISSION LINE TYPE
7/8
FOAM
i
11/23/86 - SPG
MOTOROLA Communications and Electronics
,
r
1 Ir
i
0
iIsm
M�
SITE NAME:
LOCATION:
FREQUENCY:
TERRAIN:
RELIABILITY:
MOBILE RADIO COVERAGE PREDICTION
DENTON
33 11 53 N,
860 MHZ
SUBURBAN
95 Y.
PREPARED FOR
CITY OF DENTON
097 06 23 W
35W MOBILE
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER: 70 WATTS
BASE TX ANTENNA HEIGHT: 190 FEET
BASE RX ANTENNA HEIGHT: 250 FEET
BASE RX SENSITIVITY: 0.3 MICROVOLTS
BASE ANTENNA TYPE: OMNI
MOBILE TRANSMIT POWER: 35 WATTS
MOBILE ANTENNA HEIGHT: 5 FEET
MOBILE RX SENSITIVITY: 0.4 MICROVOLTS
TALKOUT PARAMETERS
BASE
TRANSMIT POWER
18.5
DB
BASE
TX COMBINER LOSS
-5.0
DB
COAX
TX 250 FT-7/8 FOAM
-3.2
DB
BASE
TX ANTENNA GAIN (MAX)
10.0
DB
MOBILE RX SENSITIVITY
146.1
DB
TREES/BLDGS
-5.0
DB
TOTAL GAIN 161.4 DB
J1437-14
11/23/86 - SPG
TALKBACK PARAMETERS
MOBILE TRANSMIT POWER 15.4 DB
BASE RX ANTENNA GAIN (MAX) 10.0 DB
BASE RX SENSITIVITY 149.0 DB
COAX RX 265 FT-7/8 FOAM 0.0 DB
TREES/BLDGS -5.0 DB
TOTAL GAIN 169.5 DB
JOB PARAMETERS FOR J1437 -14
89 CUSTOMER NAME
95 SITE NAME
93 USER'S INITIALS
SITE COORDINATES
86 SITE ELEVATION SPECIFIED
RADIUS TO BE EVALUATED
90 AREA/MARKET/REGION
SYSTEM PARAMETERS
44 MOBILE ANTENNA HEIGHT
40 TREE LOSS (MAX)
51 FREQUENCY
64 RELIABILITY (OKUMURA ONLY)
91 BUILDING DENSITY (OKUMURA)
92 PROPAGATION MODEL
41 SYSTEM SPECIAL LOSS •1
79 SYSTEM SPECIAL LOSS N1 NAME
FORMAT PARAMETERS
57 OVERLAY MAP SCALE
58 RADIUS TO BE PLOTTED
55 HORIZONTAL CHARACTERS PER INCH
56 VERTICAL LINES PER INCH
59 PRINTING WIDTH
87 COVERAGE SYMBOL
88 BACKGROUND SYMBOL
TALKOUT PARAMETERS
CITY OF DENTON
DENTON
SPG
33 11 53 N, 097 06 23 W
643 FEET
40 MILES
3406
5.0 FEET
0.0 DB
860.0 MHZ
95.0 %
SUBURBAN
OKUMURA
5.0 DB
TREES/BLDSS
8.0 MILES
40.0 MILES
10.0
6.0
7.8 INCHES
1
BASE
TRANSMIT POWER
70.0
WATTS
3
BASE
TX
COMBINER LOSS
5.0
DB
8
BASE
TX
LINE LOSS
3.2
DB
47
BASE
TX
LINE LENGTH
250.0
FEET
83
BASE
TX
TRANSMISSION LINE TYPE
7/8
FOAM
81
BASE
TX
ANTENNA TYPE
OMNI
9
BASE
TX
ANTENNA GAIN (MAX)
10.0
DB
45
BASE
TX
ANTENNA HEIGHT
190.0
FEET
11
MOBILE
RX ANTENNA GAIN
0.0
DBD
16
MOBILE
RX SENSITIVITY
0.4
MICROVOLTS
TALKBACK PARAMETERS
20
MOBILE
TRANSMIT POWER
35.0
WATTS
25
MOBILE
TX ANTENNA BAIN
0.0
DBD
82
BASE
RX
ANTENNA TYPE
OMNI
C 26
BASE
RX
ANTENNA GAIN (MAX)
10.0
DB
46
BASE
RX
ANTENNA HEIGHT
250.0
FEET
34
BASE
RX
SENSITIVITY
0.3
MICROVOLTS
36
BASE
RX
LINE LOSS
0.0
DB
48
BASE
RX
LINE LENGTH
0.0
FEET
84
BASE
RX
TRANSMISSION LINE TYPE
7/8
FOAM
11/23/86 - BPS
MOTOROLA Communications and Electronics
r!\V
l
All
MOBILE RADIO COVERAGE PREDICTION
SITE NAME: DENTON
LOCATION:
33 11 53
FREQUENCY:
860 MHZ
RADIUS:
35 MILES
TERRAIN:
SUBURBAN
RELIABILITY:
95 %
PREPARED FOR
CITY OF DENTON
N, 097 06 23 W
ARE SHOWN
3W PORTABLE
1 '
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER:
BASE TX ANTENNA HEIGHT:
BASE (rX ANTENNA HEIGHT:
BASE RX SENSITIVITY:
BASE ANTENNA TYPE:
MOBILE TRANSMIT POWER:
MOBILE ANTENNA HEIGHT:
MOBILE RX SENSITIVITY:
TALKOUT PARAMETERS
70 WATTS
190 FEET
250 FEET
0.3 MICROVOLTS
OMNI
3 WATTS
5 FEET
0.4 MICROVOLTS
BASE TRANSMIT POWER 18.5 DB
BASE TX COMBINER LOSS -5.0 DB
COAX TX 250 FT-7/8 FOAM -3.2 DB
BASE TX ANTENNA GAIN (MAX) 10.0 DB
MOBILE RX ANTENNA GAIN -11.0 DB
MOBILE RX SENSITIVITY 146.1 DB
TREES/BLDGS -5.0 DB
TOTAL GAIN 150.4 DB
J1437-19
11/24/B6 - SPG
TALKBACK PARAMETERS
MOBILE TRANSMIT POWER 4.8 DB
MOBILE TX ANTENNA GAIN -2.0 DB
BASE RX ANTENNA GAIN (MAX) 10.0 DB
BASE RX SENSITIVITY 149.0 DB
COAX RX 265 FT-7/8 FOAM 0.0 DB
TREES/BLDGS -5.0 DB
TOTAL GAIN 156.8 DB
JOB PARAMETERS FOR J1437 -19
89 CUSTOMER NAME CITY OF DENTON
95 SITE NAME DENTON
93 USER'S INITIALS SPG
SITE W30RDINATES 33 11 53 N, 097 06 23 W
86 SITE ELEVATION SPECIFIED 643 FEET
SITE ELEVATION FROM DATABASE 606 FEET
SITE ELEVATION USED BY MRCP 643 FEET
TRANSMITTER ANTENNA HAAT 214 FEET(2-10 MILES)
RADIAL INCREMENT 5 DEGREES
RADIUS TO BE EVALUATED 40 MILES
90 AREA/MARKET/REGION 3406
SYSTEM PARAMETERS
44 MOBILE ANTENNA HEIGHT 5.0 FEET
40 TREE LOSS (MAX) 0.0 DB
51 FREQUENCY 860.0 MHZ
64 RELIABILITY (OKUMURA ONLY) 95.0 %
91 BUILDING DENSITY (OKUMURA) SUBURBAN
92 PROPAGATION MODEL OKUMURA
41 SYSTEM SPECIAL LOSS Al 5.0 DB
79 SYSTEM SPECIAL LOSS 81 NAME TREES/BLDGS
FORMAT PARAMETERS
57
OVERLAY MAP SCALE
8.0 MILES
58
RADIUS TO BE PLOTTED
35.0 MILES
55
HORIZONTAL CHARACTERS PER INCH
10.0
56
VERTICAL LINES PER INCH
6.0
59
PRINTING WIDTH
7.8 INCHES
87
COVERAGE SYMBOL
88
BACKGROUND SYMBOL
TALKDUT PARAMETERS
1
BASE
TRANSMIT POWER
70.0
WATTS
3
BASE
TX
COMBINER LOSS
5.0
DB
8
BASE
TX
LINE LOSS
3.2
DB
47
BASE
TX
LINE LENGTH
250.0
FEET
83
BASE
TX
TRANSMISSION LINE TYPE
7/8
FOAM
81
BASE
TX
ANTENNA TYPE
OMNI
9
BASE
TX
ANTENNA GAIN (MAX)
10.0
DB
45
BASE
TX
ANTENNA HEIGHT
190.0
FEET
11
MOBILE
RX ANTENNA GAIN
-11.0
DBD
16
MOBILE
RX SENSITIVITY
0.4
MICROVOLTS
TALKBACK PARAMETERS
20
MOBILE
TRANSMIT POWER
3.0
WATTS
25
MOBILE
TX ANTENNA GAIN
-2.0
DBD
82
BASE
RX
ANTENNA TYPE
OMNI
C 26
BASE
RX
ANTENNA GAIN (MAX)
10.0
DB
46
BASE
RX
ANTENNA HEIGHT
250.0
FEET
34
BASE
RX
SENSITIVITY
0.3
MICROVOLTS
36
BASE
RX
LINE LOSS
0.0
DB
48
BASE
RX
LINE LENGTH
0.0
FEET
84
BASE
RX
TRANSMISSION LINE TYPE
7/8
FOAM
1/24/86 - BPS
MOTOROLA Communications and Electronics
SITE NAME:
LOCATION:
FREQUENCY:
RADIUS:
TERRAIN:
RELIARiLITvt
MOBILE RADIO COVERAGE PREDICTION
DENTON
33 11 53 No
860 MHZ
PREPARED FOR
CITY OF DENTON
097 06 23 W
35 MILES ARE SHOWN
SUBURBAN
95 X
15W MOBILE
SYSTEM PARAMETERS:
BASE TRANSMITTER POWER:
70 WATTS
BASE TX ANTENNA HEIGHT:
190
FEET
BASE RX ANTENNA HEIGHT:
250
FEET
( BASE RX SENSITIVITY:
0.3
MICROVOLTS
BASE ANTENNA TYPE:
OMNI
MOBILE TRANSMIT POWER:
15 WATTS
MOBILE ANTENNA HEIGHT:
5 FEET
MOBILE RX SENSITIVITY:
0.4
MICROVOLTS
TALKOUT PARAMETERS
TALKBACK PARAMETERS
BASE TRANSMIT POWER
18.5
DB
MOBILE TRANSMIT POWER
11.B DB
BASE TX COMBINER LOSS
-5.0
DB
BASE RX ANTENNA GAIN (MAX)
10.0 DB
COAX TX 250 FT-7/8 FOAM
-3.2
DB
BASE RX SENSITIVITY
149.0 DB
BASE TX ANTENNA GAIN (MAX)
10.0
DB
COAX RX 265 FT-7/B FOAM
0.0 DB
MOBILE RX SENSITIVITY
146.1
DB
TREES/BLDGS
-5.0 DB
TREES/BLDGS
-5.0
DB
TOTAL GAIN
161.4
DB
TOTAL BAIN
165.8 DB
J1437-16
11/23/86 - BPS
JOB PARAMETERS FOR J1437 -16
89 CUSTOMER NAME
95 SITE NAME
93 USER'S INITIALS
SITE COORDINATES
86 SITE ELEVATION SPECIFIED
SITE ELEVATION FROM DATABASE
SITE ELEVATION USED BY MRCP
TRANSMITTER ANTENNA HAAT
RADIAL INCREMENT
RADIUS TO BE EVALUATED
90 AREA/MARKET/REGION
SYSTEM PARAMETERS
44 MOBILE ANTENNA HEIGHT
40 TREE LOSS (MAX)
51 FREQUENCY
64 RELIABILITY (OKUMURA ONLY)
91 BUILDING DENSITY (OKUMURA)
92 PROPAGATION MODEL
41 SYSTEM SPECIAL LOSS 01
79 SYSTEM SPECIAL LOSS M1 NAME
FORMAT PARAMETERS
57 OVERLAY MAP SCALE
58 RADIUS TO BE PLOTTED
55 HORIZONTAL CHARACTERS PER
56 VERTICAL LINES PER INCH
59 PRINTING WIDTH
87 COVERAGE SYMBOL
88 BACKGROUND SYMBOL
CITY OF DENTON
DENTON
SPG
33 11 53 N, 097 06 23 W
643 FEET
606 FEET
643 FEET
214 FEET(2-10 MILES)
5 DEGREES
40 MILES
3406
5.0 FEET
0.0 DB
860.0 MHZ
95.0 %
SUBURBAN
OKUMURA
5.0 DB
TREES/BLDGS
8.0 MILES
35.0 MILES
INCH 10.0
6.0
7.8 INCHES
w
TALKOUT PARAMETERS
1 BASE TRANSMIT POWER
3 BASE TX COMBINER LOSS
8 BASE TX LINE LOSS
47 BASE TX LINE LENGTH
83 BASE TX TRANSMISSION LINE TYPE
81 BASE TX ANTENNA TYPE
9 BASE TX ANTENNA GAIN (MAX)
45 BASE TX ANTENNA HEIGHT
11 MOBILE RX ANTENNA GAIN
16 MOBILE RX SENSITIVITY
TALKBACK PARAMETERS
20 MOBILE TRANSMIT POWER
25 MOBILE TX ANTENNA GAIN
82 BASE RX ANTENNA TYPE
C 26 BASE RX ANTENNA GAIN (MAX)
46 BASE RX ANTENNA HEIGHT
34 BASE RX SENSITIVITY
36 BASE RX LINE LOSS
48 BASE RX LINE LENGTH
84 BASE RX TRANSMISSION LINE TYPE
11/23/86 - SPG
70.0 WATTS
5.0 DB
3.2 DB
250.0 FEET
7/B FOAM
OMNI
10.0 DB
190.0 FEET
0.0 DBD
0.4 MICROVOLTS
15.0 WATTS
0.0 DBD
OMNI
10.0 DB
250.0 FEET
0.3 MICROVOLTS
0.0 DB
0.0 FEET
7/8 FOAM
'•BID NUMBER 9766
Y-14g3
C CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT, made and entered into this 18 day of
August 1g87, by and between the CITY OF DENTON, TEXAS, Party
of the First Part and hereinafter called the "Owner", and
General Electric Co., 8101 Stermnons Freeway, Dallas, Texas 752
of the Second Part and hereinafter called the "Contractor",
WITNESSETH:.
THAT WHEREAS, The Owner has caused to be prepared, in accordance with
law, specifications, plans and other contract documents for the work as
herein specified; and
WHEREAS, the said Contractor has submitted to the Owner a Proposal in
accordance with the terms of this Contract Agreement; and
WHEREAS, the Owner, in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest and best bidder for
the said work and has duly awarded to the said Contractor a contract
therefor, for the sum or sums named in the Contractor's Proposal, a copy
thereof being attached to and made a part of this Contract Agreement;
NOW, THEREFORE, in consideration of the compensation to be paid to the
C Contractor and of the mutual agreements herein contained, the parties to
these presents have agreed and hereby agree, the Owner for itself and
its successors, and the Contractor for itself, himself, or themselves,
or its, his or their successors and assigns, or its, his or their
executors and administrators, as follows.
ARTICLE I. That the Contractor shall furnish fob, Denton, Texas,
substation transformer complete as specified and required in accordance
with the provisions of the contract documents which are -attached and
made a part hereof, and shall execute and complete all work included in
and covered by the Owner's official award of this Contract Agreement to
the said Contractor.
ARTICLE II. That the Owner shall pay to the Contractor for the work and
materials embraced in this Contract Agreement, and the Contractor will
accept as full compensation therefor, the sum $303,356.00
for all work covered by and included in the contract award, designated
in the foregoing Article I; payment to be made in cash or its equivalent
in the manner provided in the specifications attached hereto.
CA-1
BID NUMBER 9766
ARTICLE III. That time of completion is of the essence of the Contract
Agreement, and that the Contractor shall proceed with the specified work
and shall conform to the following schedule:
(Guaranteed delivery date as shown in proposal data)
BID # 9766 as per proposal attached
IN WITNESS WHEREOF, the parties hereto have executed this Contract
Agreement as of the day and year first above written.
CITY OF DENTON, TEXAS �+J f — (SEAL)
Attes
General Electric { v (SEAL)By -J( l , �
Attest
The foregoing Contract Agreement is im correct
is hereby approved .c?L6 {'o -Po f f'YJ.
Attorney f&r Owner
CA-2
BID NUMBER 9766 BID PROPOSALS Page I of 3
TEM
DESCRIPTION
OUAN.
PRICE
AMOUN
Power Transformer:
l_v
69 x 138KV/13.2KV as per specifications
1
$303,356.
0
Sub —section 2A of Detailed Specifications
See quotation letter that follows Page C-1
I
at
TOTALS
We quote the above f.o.b. Demon, Texas. Shipment can be made in days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitues a contract.
M1Ylling Address
City state ZIP
TINpmWe
Bidder
Signature
TWO
PROPOSAL
City of Denton, Texas
901 B Texas St.
Denton, Texas 76201
ATTENTION: Mr. John Marshall, Purchasing Agent
PROPOSAL FOR: I. POWER TRANSFORMER
BID NUMBER: 9766
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 declares 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 will be performed in strict accordance with the contract
documents.
See "Comments & Exceptions to Contract Documents & Specifications"
in quotationletter that fnllrmrs.
C71
GENERAL ELECTRIC
UTILITY AND INDUSTRIAL SALES DIVISION
GENERAL ELECTRIC COMPANY • 8101 STEMMONS FREEWAY • P.O. BOX 225821 • DALLAS, TEXAS 75265
July 28, 1987
CITY OF DENTON, TEXAS
901 A Texas Street
Denton, Texas 76201
Attention: Mr. John Marshall, Purchasing Agent
PROPOSAL FOR: POWER TRANSFORMER EQUIPMENT
BID NUMBER: 9766
GE PROPOSAL NO: 170-44C31
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,
and shipment is not delayed by the Purchaser.
Shipment is F.O.B. destination with transportation allowed to nearest
common carrier delivery point. Note that this is F.O.B. common carrier
delivery point, not F.O.B. pad.
Price is quoted firm for June, 1988 shipment based on receiving an order
at the factory by September 29, 1967. Our shipping estimate is 39 weeks
after receipt of order in the factory which includes 4 weeks for
drawing approval. Drawings will be available for mailing 17 weeks after
receipt of order. An improved shipping date may be possible if order is
received earlier than September 29, 1987.
Actual shipment will depend on factory backlog at the time the order is
received at the factory. If the customer elects to delay shipment
beyond June, 1988, our price will need to be adjusted upwards by 3/42
per month or fraction thereof for a maximum of six months. If shipment
is delayed longer than six months, a new selling price must be
negotiated.
continued
' CITY OF DENTON, TEXAS
GE Prop. 170-44C31
July 28, 1987
Page 2
The undersigned hereby declares 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 will be performed in strict accordance with the
contract documents.
COMMENTS & EXCEPTIONS TO CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS
INSTRUCTIONS TO BIDDERS
Page B-2 Item B.4: No taxes are included in our bid price.
Page B-3 Item 8.5: Exception to "guaranteed date of delivery"
PROPOSAL
Page C-2 Exception to "delivery is of the essence".
CONTRACT AGREEMENT
Page CA-2 Article IIi: Exception to "time of completion is of
the essence of the contract".
GENERAL CONDITIONS
Page GC-5 Items GC-13, GC-14 and GC-14.01: Exception - Any
modification may result in an increase in the contract
price and delay shipment.
Page GC-8 Item GC-17 & GC-18: If work is suspended or shipment
is delayed, our price will need to be adjusted upwards
as mentioned above.
Page GC-9 Item GC-19: We are quoting GE HB Section 5521, Page 2
"Cancellation of Order".
Page GC-9 Item GC-21 & GC-22: Exception - We are quoting GE HB
Section 98, Page 11 "Excusable Delays". Note that actual
shipment will depend on factory backlog at the time the
order is received at the factory.
Page GC-10 Item GC-24: The warranty as quoted is one (1) year from
energization or eighteen (18) months from date of ship-
ment whichever occurs first.
continued
CITY OF DENTON, TEXAS
GE Prop. 170-44C31
July 28, 1987
Page 3
COMMENTS & EXCEPTIONS TO CONTRACT DOCUMENTS .& TECHNICAL SPECIFICATIONS
GENERAL CONDITIONS
(continued)
Page GC-11
Item GC-25: Exception - we are quoting GE HB 98, Page
12 "Limitations of Liability and Indemnities".
Page GC-13
Item GC-28.04: Exception - "All risks" type insurance
will not be provided. GE will, however, secure
"adequate" insurance for coverage to common carrier
delivery point nearest destination.
Page GC-13
Item GC-29: Our quoted prices are based on payment as
follows: 90% of net price due 30 days from date of
shipment followed occurs the remaining 10% within 180
days from date of shipment.
General
Any terms & conditions of sale not covered by Bid
Document 49766 or this quotation letter will be cover-
ed by the following GE Conditions of Sale.
Handbook Section 98, Pages 11 & 12
Handbook Section 5521, Pages 1 & 2
Handbook Section 9996, Pages 3 & 4
SCOPE OF THE WORK
SECTION 1A
Page 1
Item 1A.2: This proposal only includes the price of one
power transformer, no other items or services are in-
cluded. Insurance will be as stated above.
Page 2
Item 1A.5: We are proposing shipment in June, 1988.
Page 2
Item 1A.6.2: The services of a field representative are
not included in the quoted price. Should such services
be required, they are available on a per diem basis at
the rates in effect at the time the service is actually
rendered. See GE HB Section 9996, Page 4, for present
rates.
continued
CITY OF DENTON, TEXAS
GE Prop. 170-44C31
July 28, 1987
Page 4
COMMENTS & EXCEPTIONS TO CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS
SCOPE OF THE WORK
(continued)
SECTION 1B
Page 5 Item 1.B.9: Exception - The paint primer for all
surfaces will be our standard.
Page 6 Item 1B.12: Exception - We will guarantee satisfactory
operation when the equipment is continuously energized at
any voltage from 216/108 to 264/132 volts A.C.
Page 7 Item 1B.15: Exception - Impact recorders will only be
used if the transformer is shipped by rail. When rail
shipment is used, only one (1) two-way impact recorder
will be used.
Page 8 Item 1C.4: Exception - Drawings will be available as
outlined earlier.
DETAILED SPECIFICATIONS FOR POWER TRANSFORMER
SECTION I
Page 9 Rating: We are quoting on OA/FA/FOA design with an
impedance of 7.25%.
Page 9 Bushings: We are providing 1200 amp bushings with 800
amp connection.
Page 10 OA/FA/FOA: Exception - Winding temperature rise by
resistance will not exceed 55 degree C, top oil
temperature rise will not exceed 65 degree C and
hottest spot winding temperature rise will not exceed
80 degree C.
Page 12 Current Transformers: HV BCT's will be of C800 accuracy
class. A 600/5 multi -ratio BCT will be used on the
neutral bushing.
Page 12 Lightning Arresters: We are quoting GE "TRANQUELL" surge
arresters.
Page 16 Transformer Loss Evaluation: If the sum of tested core
loss times $4,072/KW, the tested load loss (at 15 MVA)
times $4,072 exceeds $223,960, the excess dollars will
be credited to the City of Denton.
Page 16. Shipping Requirements: Exception - See above comment
1B.15.
The undersigned bidder hereby proposes to furnish the one Power
Transformer and/or Substation Package complete fob, Denton, Texas, in
accordance with these specifications and associated contract doucuments
listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price
of
THREE HUNDRED THREE .THOUSAND, THREE HUNDRED
FIFTY-SIX DOLLARS ($303,356.00)
(Price in Words)
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 1C 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 Dallas, Texas this 28th day of July , 1987
Bidder GE Company
By ,I
MY COiMMISSION EXPIRES THE R. P. Peterson
141h DAY OF MARCH, 1988 Title Sales Engineer
- Attes
A-
Business Address of Bidder P. 0. Box 225821
Dallas, Texas 75265-5821
State of Incorporation New York
Address of Principal Office 8101.Stemmons Freeway
Dallas, Texas 75247
C-2
CERTIFICATION OF AUTHORITY
TO EXECUTE CONTRACTS AND OTHER DOCUMENTS
I, G.M. Reisman, Attesting Secretary of the General Electric Company, a
corporation organized and existing under the laws of the State of New York, do
hereby certify that the following is a true and correct excerpt of a
resolution adopted at a meeting of the Board of Directors of -said Company,
duly convened and held on June 28, 1985 and that said resolution is presently
in full force and effect:
"RESOLVED, that
"(C) Each Vice President, . . , of the Company is hereby authorized to
delegate to others authority to execute on behalf of the Company the following
types of contracts and other instruments which relate to the function or
.component for which such Vice President is responsible:
Sales, purchase and consignment contracts, bids therefor,
(including contracts providing for or relating to a franchise for
the distribution or resale of this Company's products) and
documents in connection therewith, including bids to and
contracts with any Municipal, County or State Government, or with
the Government of the United States or a foreign country, or with
any agency or department of any such Government and bonds to
secure the performance of such bids and contracts.
I further certify that pursuant to the above authority, HENRY J. SINGER,
Vice President and General Manager, Utility and Industrial Sales Division, has
made the following delegations, and that such delegations are presently in
full force and effect:
1. To any Department Manager, Sales Operation Manager, District
Manager or Headquarters Operation Manager of the Utility and
Industrial Sales Division, but only with respect to products and
services sold by such Division; and with respect to products and
services of the Electric Utility Systems Engineering Department,
to the Manager, Electric Utility Systems Engineering Department
and to the Manager-EUSED Planning and Operations,
the authority to execute sales, purchase and
consignment contracts, bids therefor, and docu-
ments in connection therewith, including bids
to and contracts with any Municipal, County or
State Government, or with the Government of the
United States or a foreign country, or with any
agency or department of any such Government,
and bonds to secure the performance of such
bids and contracts.
-2-
2. To the Manager -Utility Distributor Sales Operation of the Utility
and Industrial Sales Division, and to any District Manager of the
Utility Distributor Sales Operation of the Utility and Industrial
Sales Division, but only with respect to products sold by such
operation,
the authority to execute contracts, agreements,
or franchises providing for or relating to the
sale, purchase, or consignment for wholesale or
retail distribution of products, including
changes, modifications, extensions, renewals,
ratifications, rescissions, terminations, no-
tices of termination, discharges, abandonments
or waivers thereof.
WITNESS my hand and the seal of General Electric op�pany thi� 21 day' of
January, 1986. /
GENERAL ELECTRIC COMPANY
PROPOSAL DATA
1.0 GENERAL. The following information on the proposed equipment and
materials shall be submitted with the Proposal:
A complete description of all proposed equipment.
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
None Required
3.0 EQUIPHENT DATA. The information required on 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.
n
" 1
Section 2A - Power Transformer
Class
Gallons of oil
Gallons of oil shipped separately
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 erection, lb
Will transformer be shipped
completely assembled
If not, what parts will require
field assembly
Power requirements of cooling
equipment at loot rated load, kw
Maximum calculated sound level,
at rated 65 C FOA or FA load,
decibels
Approximate dimensions
Height, inches
Width, inches
Depth, inches
GE Company
(Bidder's Name)
OA/FA/FOA
7200
151800
30100
53600
146000
Radiators, Bushings, Surge Arresters
Fans Pumps Total
1.5 0.5 2.0
72/74/75 DB
234
244
136
D-2
GE Company
(Bidder's Name)
Unit Price for each additional
T
identical
Power Transformer.
R
$303,356.00
I
Last date
an identical Power
M
Transformer unit could be
cancelled
if ordered without
L
Upon receipt of approval
penalty.
I
drawings at the factory
adder
for
N
Price
the
E
short circuit tests.
$71,400.00
No load loss at
110%
rated voltage, kw
21.1
100%
rated voltage, kw
15.3
90%
rated voltage, kw
11.1
75%
rated voltage, kw
-
50%
rated voltage, kw
-
258
rated voltage, kw
-
Total loss
at 55 C OA rating, kw
110%
rated -VAe, kw
63.3
1008
rated AFe4t-age, kw
55.0
KVA
90%
rated voltage, kw
47.5
KVA
75%
rated r& tage, kw
37.6
50%
KVA
rated rootage, kw
25.2
258
KVA
rated vuttage, kw
17.8
Total loss
at 55 C FA or FOA rating,
kw
KVA
110%
rated voltage, kw
149_7
100%
KVA
rated voltage, kw (25
MVA)
125.6
KVA
90%
rated voltage, kw
104.7
KVA
75%
rated voltage; kw
77-3
KVA
-- 50%
rated voltage, kw
42g
258
KVA
rated voltage, kw
22 2
D-3
Guaranteed efficiency at 55 C OA
FA or FOA rating
100% rated load, %
75% rated load, 9
50% rated load, %
25% rated load, %
Exciting current in % of full
55 C OA rated load current at
110% rated voltage
100% rated voltage
90% rated voltage
GE Company
(Bidder's Name)
OA
99.635
FA
99.573
FOA
99.500
99.667
99.635
99.590
99.665
99,672
99.659
99.529
99.608
99.647
1.9
0.8
0.5
Impedance of winding at nameplate
55 C OA rating, a 7.25
Voltage regulation at 100%
55 C OA rating
100% power factor, 8 0.5
80% lagging power factor, B T 4.7
R
60% leading power factor, % I - 4.0
M
High voltage bushing
L
Manufacturer and type I Westinghouse or Lapp
N
Guaranteed date of delivery E See Quotation Letter
D-4
.BID NUMBER 9766 Power Transformer Bond No: 8112-00-13
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS that we,
hereinafter referred to as "Contractor",
7
and
a corporation organized under the laws of the State of
and authorized to transact business in the State of Texas, as "Surety"—,
and held and firmly bound unto the CITY OF DENTON, TEXAS hereinafter
referred to as "Owner", in the penal sum of $303,356.00
Three Hundred Three Thousand Three Hundred Fifty Six and N01100 Dollars
for the payment of which sum, well and truly to be made to the Owner,
we bind ourselves and our heirs, executors, administrators, successors,
and assigns, jointly and severally, by these presents:
WHEREAS, on the 18 day of August , 19 87, the Contractor
entered into a written contract with the Owner for furnishing materials,
supplies, and equipment not furnished by the Owner, construction tools,
equipment, and plant, and the performance of all necessary labor, for
and in connection with the construction of certain improvements
described in the attached contract documents; and
WHEREAS, it was a condition of the contract award by the Owner that
these presents by executed by the Contractor and Surety;
NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions,
specifications, drawings and other contract documents thereto attached
or, by reference made a part thereof, according to the true intent and
meaning in each case, then this obligation shall be null and void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just
claims and demands by, or in behalf of, any employee or other person, or
any firm, association, or corporation, for labor performed or materials,
supplies, or equipment furnished, used, or consumed by the Contractor or
his subcontractors in the performance of the work, then the Surety will
pay the full value of all such claims or demands in any total amount not
exceeding the amount of this obligation, together with interest as
provided by law.
PB-1
! BID NUMBER 9766 Power Transformer
THE UNDERSIGNED SURETY, for value received, hereby agrees that no
extension of time, change in, addition to, or other modification of the
terms of the contract or work to be performed thereunder, or of the
specifications or other contract document, shall in any way affect its
obligation on this bond, and the Surety does hereby waive notice of any
such extension of time, change, addition, or modification.
IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the
Surety has caused these presents to be executed in its name and its
corporate seal to be affixed by its attorney -in -fact at
Dallas, Texas on this the 26th day of
August , 19 87.
By.
General Electric Company (SEAL)
Federal Insurance Company
(SURETY COMPANY)
By (SEAL)
(Attorne in -fact
bhiH►1d1ebsit gp
f Texas
By- Rv
y—By
(Staasn )
(Accompany this bond with attorney-in-fact's authority from the Surety
Company certified to include the date of the bond.)
COMPLAINT NOTICE TEXAS
;i SHOULD ANY DISPUTE ARISE ABOUT YOUR
PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED,
CONTACT THE AGENT OR WRITE TO THE COMPANY
THAT ISSUED THE POLICY, BOND OR CERTIFICATE. IF
THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO
WRITE THE STATE BOARD OF INSURANCE, DEPART-
MENT C, 1110 SAN JACINTO, AUSTIN, TEXAS 78786.
THIS NOTICE OF COMPLAINT PROCEDURE IS FOR IN-
FORMATION ONLY AND DOES NOT BECOME A PART OR
CONDITION OF THIS POLICY, BOND OR CERTIFICATE.
GU258 UNIFORM PRINTING h SUPPLY
PB-2
POWER OF ATTORNEY
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey Corpora-
tion, has constituted and appointed, and does hereby constitute and appoint Laqueta Moore, Candace L. Elk, Estelle
Armstrong, Steven E. Wilson, Albert H. Hayes, Robert V. Arnold and Andrew G. Kanelos of
Dallas, Texas --------------------------------------------------------------------------------
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as
surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and any instruments amending or altering the same, and con-
sents to the modification or alteration of any instruments referred to in said bonds or obligations.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to Its B, Laws, caused these presents to be signed by its Assistant Vice President and Assistant Secretary and its
corporate seal to be hereto affixed this 24th day of October 19 86
FEDERAL INS ANCE COMPANY
By
George McClellan --
Assistant Vice -President
STATE OF NEW JERSEY Ss.
ICounty of Somerset
On this 24 th paint October 19 86 before me personally came Richard 0. O'Connor to me known and by me known to be Assistant Secretary of the FEDERAL IN-
SURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Richard 0. O'Connor being by me duty sworn, did pelican, and say that he is Assistant Secretary
of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof: that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By Laws
of said Company, and that me signed said Power of Attorney as Assistant Secretary of said Company by like authority, and that he is acquainted with George McClellan and kr:aws him tp be the Assistant Vice President
of said Company, and that the signature of said George McClellan subscribed to said Power of Attorney Is in the genuine handwriting of said George McClellan and was thereto subscribed by authority of said
By Laws and In deponents presence.
Notedal5 LEO
`G6
� No>:Aa,r c
Ixl18LIG
et a
FW JEPS�
STATE OF NEW JERSEY 1 Ss.
County of Somerset I
Acknowledged and Sworn to before me
on the date aboUve written.
ALICE LEONARD Notary Public
CERTIFICATION NOTARY PUBLIC OF NEW JERSEY
My Commission Expires June 28, 1988
I. the undersigned, Assistant Secrelary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By Laws of the said Company as adopted by Its Board of Directors
on March I1, 1953 and most recently amended March 11, 1983 and that this By Law is in lull lords and effect.
'ARTICLE XVIII.
Section 2. All bonds, unaenallmgs, contracts and other instruments other than as above for and on behalf of the Company which it is authorised by law or its Chaner to execute, may
and shall be predawn In the name and on behalf of the Company either by the Chairman or the Vice -Chairman or the President or a Vice President. lointlywith the Secrelary or an Assistant
Secretaryunder their respective designations, except that any one or more officers or attorneys -in -fact designated In any resolution of the Board of Directors or the Executive Committee,
or In any power of attorney executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice Chairman or the President
or a Vice4'residem or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed
or lithographed."
I further candy that said FEDERAL INSURANCE COMPANY Is duly licensed to transact Ldellty and surety business in each of the States of the United Stales of America, Dialect of Columbia, Puerto Rico, and each of the
Provinces of Canada wlin the exception of Prince Edward Island', and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or required bylaw
I. the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is In full force and effect.
Given under my hand and the seal of said Company at Warren. N.J.,
26th day of August 19 87
Assistant Secretary
PRINNTED
VSA
Form2l 100340(Ed 783)CONSENT
BID NUMBER 9767
rS-7-IY3
CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT, made and entered into this i8 day of
August. , 1 , by and between the CITY OF DENTON, TEXAS, Party
of the First Part and hereinafter called the "Owner", and
Central Electric Co., P.O. Box 621, Fulton, Missouri 65251
of the Second Part and hereinafter called the "Contractor",
WITNESSETH:.
THAT WHEREAS, The Owner has caused to be prepared, in accordance with
law, specifications, plans and other contract documents for the work as
herein specified; and
WHEREAS, the said Contractor has submitted to the Owner a Proposal in
accordance with the terms of this Contract Agreement; and
WHEREAS, the Owner, in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest and best bidder for
the said work and has duly awarded to the said Contractor a contract
therefor, for the sum or sums named in the Contractor's Proposal, a copy
thereof being attached to and made a part of this Contract Agreement;
NOW, THEREFORE, in consideration of the compensation to be paid to the
C Contractor and of the mutual agreements herein contained, the parties to
these presents have agreed and hereby agree, the Owner for itself and
its successors, and the Contractor for itself, himself, or themselves,
or its, his or their successors and assigns, or its, his or their
executors and administrators, as follows.
ARTICLE I. That the Contractor shall furnish fob, Denton, Texas,
metal -clad switchgear- complete as specified and required in accordance
with the provisions of the contract documents which are attached and
made a part hereof, and shall execute and complete all work included in
and covered by the Owner's official award of this Contract Agreement to
the said Contractor.
ARTICLE II. That the Owner shall pay to the Contractor for the work and
materials embraced in this Contract Agreement, and the Contractor will
accept as full compensation therefor, the sum $119,825.00.
for all work covered by and included in the contract award, designated
in the foregoing Article I; payment to be made in cash or its equivalent
in the manner provided in the specifications attached hereto.
rug GNM 11
,i
SEP 1 81987!
CA-1
BID NUMBER 9767
ARTICLE III. That time of completion is of the essence of the Contract
Agreement, and that the Contractor shall proceed with the specified work
and shall conform to the following schedule:
(Guaranteed delivery date as shown in proposal data)
BID # 9767 as per proposal attached
IN WITNESS WHEREOF, the parties hereto have executed this Co tract
Agreement as of the day and year first above written.
CITY OF DEYTON, TEXAS (SEAL)
V V (SEAL)
B, n� lectri Inc.
Attest,(,,., 0 %/%1-/
The foregoing Contract Agreement is
0
is hereby approved a576 -t6YM.
Atney for Owner
CA-2
BID NUMBER
ITEM
IA.
113.
I '�,
9767 BID PROPOSALS Page . 1 Of s
City of Denton, Texas 901•8 Texas St.
Purchasing Department Denton, Texas 70201
DESCRIPTION QUAN. PRICE AMOUNT
METAL -CLAD SWITCHGEAR, 2000 Amperes
METAL -ENCLOSED BUS DUCT
METAL -CLAD
METAL-ENCLI
TOTALS
$ 119,825
We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made In 150 days from receipt of order. Terms neU30
unless otherwise Indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a
reasonable period of time conalitues a contract. The completed Bid Proposal must be properly priced, signed and returned.
P. 0. Box 621
Melling Address
Fulton, MO 65251
city state Zip
(314) 642-6811
Central Electric Company
Bidder
Lr/
�g°"Ore (;parVes W. James
Resident
Teteprr V
feZ7
PROPOSAL - lA
City of Denton, Texas
g01 B Texas St.
Denton, Texas 76201
ATTENTION: Mr. John Marshall, Purchasing Agent
PROPOSAL FOR: METAL -CLAD SWITCHGEAR, 2000 Amperes
METAL -ENCLOSED BUS DUCT
BID NUMBER: # 9767
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 declares 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 will be performed in strict accordance with the contract
documents.
C-1
The undersigned bidder hereby proposes to furnish the one Power
Transformer and/or Substation Package complete fob, Denton, Texas, in
accordance with these specifications and associated contract doucuments
listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price
of
One Hundred Nineteen Thousand -
Eight Hundred Twenty -Five and 00/100 Dollars
(Price in Words)
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 1C 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 Fulton. MO this 27th day of July 1987
Bidder Central Electric Company
By /
iar es W. Jamat
Title President
Attest:
Business Address of Bidder P. 0. Box 621
Fulton, MO 65251
State of Incorporation Miecnuri
Address of Principal office Highway 54 South & Route BB, Fulton,MO 65251
C-2
PROPOSAL DATA
1.0 GENERAL. The following information on the proposed equipment and
materials shall be submitted with the proposal:
A complete description of all proposed equipment
Plan and elevation drawings showing proposed dimensions
2.0 BUS DUCT/CABLE BUS. shall be quoted in section 2B under the
following conditions:
Proposal-lA 2000 Amperes Bus rating
3.0 EQUIPMENT DATA. The information required on the following pages is
to assist the Owner in evaluating the Proposal.
The data listed herin 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.
10H
Section 2A, 1S KV Switchgear ,
Manufacturer Central Electric Company
Type of Circuit breakers Westinghouse VCP-W
Make and type of current
transformers Westinghouse SCV
Make and type of potential
transformers Westinghouse VIZ-11
Make and type of aux. power
transformers Isoreg
Type
of
bus
insulation
Noryl
Type
of
bus
supports
Porcelain
Type of insulation
Type of supports
Type
of insulation on connections
Boots
' Type
and size of wire used in
small
wiring
S1S N14
Circuit breaker
Westinghouse
Current rating,'amperes
1200
Voltage rating, volts
15KV
Interrupting capability, max.
23KA
Closing and latching
capability, amperes
37KA
Short time three second
capability, amperes
23KA
Type of closing mechanism
Stored Energy
Operating current to close
at 12S volts d-e, amperes
7
Operating current to trip
,
at 125 volts d-c, amperes
7
Doke
and type of ammeters
4 •
Crompton 077
Make
and type of voltmeters
•M .
Crompton 077
Make and type of control switches
Make and type of indicating lights
Make and type of lightning arresters
Make and type of overcurrent relays
Make and type of watt/var recorder
Make and type of transformer
differential relays
Make and type of 13.2 KV reclosing
relays
Make and type of lockout relays
Size of completely assembled
switchgear
Width
Depth See Attached Layout
Height
Total weight of switchgear
pounds
Shipping pieces See Attached Layout
Central Electric Company
(Bidder's Name)
G.E. SB-1
Westinghouse EZC
Westinghouse CO
Sangamo CCW/CCVAR
Westinghouse HU
Westinghouse RC
Electrogwitch LOR
No. Weight (ea) Part
D-3
Section 2B, 15KV metal -enclosed Bus Duct/Cable Bus
Proposal-1A
Bus Duct Cable bus
Central
Manufacture
Electric
Non-Seg.
Type
Phase
One -
Number and size of
112 X 6 Cu
bus bars or
cables
Noryl
Type of insulation
Porcelain Supports
Enclosing metal, type
11 gauge steel
Width, inches
26
Depth, inches
18
Weight per 3 phase
80
foot, lbs.
Unit adjusting price
$393.00
per 3 phase foot
measured along the bus
centerline for additions
or deletions to the bus
systems, including
fittings.
Maximum temperature
withstand of
insulation
Space heaters
Quantity
3
Rating, volts
240
Rating, kilowatts
.250
Guaranteed date of
150 days ARO
delivery
1
Bus Duct
Ce tral
E1 tric
2 X 3
Noryl
Porcel in Su
11 gau a ste
26
18
65
$313.00
250
D-4
BID NUMBER 9767
PERFORMANCE BOND #5238109
KNOW ALL MEN BY THESE PRESENTS that we,
hereinafter referred to as "Contractor",
and (ion}„pl Flcn}rin T P (1 Bay621 Fulton h 65P51
,
a corporation organized under the laws of the State of
and authorized to transact business in the State of Texas, as Surety ,
and held and firmly bound unto the CITY OF DENTON, TEXAS hereinafter
referred to as "Owner", in the penal sum of $119,825.00
One Hundred Nineteen Thousand Eight Hundred Twenty Five and N01100 Dollars
for the payment of which sum, well and truly to be made to the Owner,
we bind ourselves and our heirs, executors, administrators, successors,
and assigns, jointly and severally, by these presents:
WHEREAS, on the 18 day of August , 19 87, the Contractor
entered into a written contract with the Owner for furnishing materials,
supplies, and equipment not furnished by the Owner, construction tools,
equipment, and plant, and the performance of all necessary labor, for
and in connection with the construction of certain improvements
described in the attached contract documents; and
WHEREAS, it was a condition of the contract award by the Owner that
these presents by executed by the Contractor and Surety;
NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions,
specifications, drawings and other contract documents thereto attached
or, by reference made a part thereof, according to the true intent and
meaning in each case, then this obligation shall be null and void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just
claims and demands by, or in behalf of, any employee or other person, or
any firm, association, or corporation, for labor performed or materials,
supplies, or equipment furnished, used, or consumed by the Contractor or
his subcontractors in the performance of the work, then the Surety will
pay the full value of all such claims or demands in any total amount not
exceeding the amount of this obligation, together with interest as
provided by law.
pB-1
BID NUMBER 9767
THE UNDERSIGNED SURETY, for value received, hereby agrees that no
Cextension of time, change in, addition to, or other modification of the
terms of the contract or work to be performed thereunder, or of the
specifications or other contract document, shall in any way affect its
obligation on this bond, and the Surety does hereby waive notice of any
such extension of time, change, addition, or modification.
IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the
Surety has caused these presents to be executed in its name and its
corporate seal to be affixed by its attorney -in -fact at
St. Louis. Missouri on this the 26th day of
A ngust , 19 87
(:� ..e7d, �, (SEAL)
Safeco Insurance Company.
(SURETY COMPANJY-'')
By M Y, a inta Walsh-
Attorney -in -fact). =
By
(State Representative)
Countersigned By: ulu (0.�//.(,S.up/[�
D vid 0. Turner
(Accompany this bond with attorney-in-fact's authority rom the Surety
Company certified to include the date of the bond.)
PB-2
POWER SAFECO INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE SAFECO PLAZA
SEATTLE, WASHINGTON 98185
SAFECO
No. 7388
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
----------HAROLD L. FRICK; MICHELLE HARRINGTON; MARY JACINTA WALSH; CRYSTAL GOINGS,
Clayton, Missouri ------------------------------------------------------------------
its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its
regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
Boh A. Dickey, Secretary
18th day of September 19_86 .
CERTIFICATE
J. W. Cannon, President
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of -attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing
extracts of the -By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full
force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
jkl?E,), Gr
SEA1953
�F OF WAS"o
this 26th day of August , 19 87
L=-. �,�
Boh A. Dickey, Secretary
5-13W R5 3/86 PRINTED IN U.S.A.