Loading...
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.