Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1967
{ C6iN CITY OF AE?3T0N ~ TEXAS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR POWER TRANSFORMERS SPECIFICATION 6573 - 1;-2dH PROJECT 4573 CITY OF DENTOR BID NO. 67-h-2 Contrsct Issue ,I a SLACK A VBATCH \ Consulting Engineers Kaunas City, Missouri h 19,6'( Coutructur: ALL 8-CHALMERS Wo. CO. 1814 Electric Building r Fort Worth, Texas 76102 k .~Y TABLE OF CONTENTS Page thru Page ADVERTISEMENT A-1 A-2 INSTRUCTIONS TO BIDDERS IB-1 IB-4 PROPOSAL PF-1 EQUIPMENT DATA ED-1 ED-3 CONTRACT AGREEMENT CA-1 CA-2 PERFORMANCE BOND PB-1 PB-2 GENERAL CONDITIONS GC-1 GC-14 GENERAL SPECIFICATIONS 0-1 G-4 DETAILED SPECIFICATIONS DS-1 DS-4 (DEMON, TEXAS - 4573 } (POWER TRANSFORMERS - E-28A) ADVERTISEMENT POWER TRANSFORMERS FOR DENTON, TEXAS • Sealed bids will be received by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 10:30 a.m. Central f;tandard Time, February 23, 1967, then publicly opened for furnishing: TWO POWER TRANSFORMERS Prospective bidders may examine copies of the specifications at the office of Black & Veatch, Consulting Engineers, 1500 Meadow Lake Parkway, Kansas City, Missouri. Specifications will be issued only to those bidders who have been de- termined by the City of Denton, Texas, to be qualified to bid. Determi- nation of a prospective bidder's qualifications will be based entirely on written evidence submitted by the bidder in duplicate to the City and the Engineer not later than twenty-one (21) days before the time set for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment availabi.e to do the work properly and expeditiously. Has an adequate financial status to meet financial obligations incident to this work. Has adequate technical knowledge and practical experience. Has no just or proper claims pending against him on other similar work. Has designed and manufactured three or more units of a similar type and rating, operating under equal or more severe service conditions than the equipment specified, and each of which has been in successful commercial operation for three or more years in central station power plants within the United States. The evidence shall consist of a selected listing of the units indicat- ing the Owner's name, location, date of initial operation, rating, operating conditions and type. The listing shall be specially prepared for this particular bidding and shall list only those units falling under the above requirements. Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black & Veatch, P. 0. Box 8405, Kansas City, Missouri 6`,114). (DENTON, TEXAS - 4573 } A-1 (POWER TRANSFORMS - E-28A) All bids must be made on printed contract document forms included in the specifications. When filed with the Purchasing Agent, each bid shall be accompanied either by an acceptable bidder's bond, a certified check, or a cashier's check on any Solvent bank, the amount of which s)Ai l be not less than • 5 per cent of the amount of the bid. The bid security shall be made payable to the City Treasurer of the City of Denton, Texas. Bid security of the successful bidders will be returned when their contracts have been signed, filed with, and approved by the City. Bid security of unsuccess- ful bidders will be ret,'.iined on award of contract or rejection of bids. No bid may be altered, withdrawn or resubmitted within sixty (60) days from and after the date set for the opening of bids. The City of Denton, Texas, reserves the right to reject any and all bids and to waive defects in bids. CITY OF DENTON, TEXAS John Marshall Purchasing Agent (DENTON, 'iTiAs - x+573 } A-2 (POWER TRANSFORMERS - E-28A) INSTRUCTIONS TO BIDDERS GENERAL. These instructions apply to the preparation of proposals for equipment, materials, and related work for thZ City of Denton, Texas, acting through its Public Utilities Board and City Council, hereinafter referred to as the "Owner". PROPOSALS. Proposals shall be prepared and submitted in duplicate, each copy containing a complete bound copy of these contract documents. Pro- posals which are not prepared in accordance with these instructions or which are submitted without a complete bound copy of these contract docu- ments will imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular. Preparation. Each proposal shall be carefully prepared using the proposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where the forms provide for figures only. Conflicts between these contract documents and the bidder's proposal shall be marked in ink and signed or initialed by the bidder on the bound copy of these contract documents submitted with the proposal. Conflicts shall be marked directly on the pages where they occur by making reference to a particular page or paragraph of the bidder's descriptive information, or by inserting notations describing the conflict. Conflict notations which make reference to the bidder's descriptive information as a whole will not be acceptable. In case of conflicts not marked as directed, these contract documents shall govern. If the bidder alters any part of these contract documents in any way, each such alteration shall be signed or initialed by the bidder. The bidder shall staple or otherwise bind, with each bound copy of contract documents submitted, a signed copy of each addendum issued for these contrae'. documents during the bidding period. The bidder shall assemble all drawings, catalog data, and other supplementary information necessary to thoroughly describe materials and equipment covered by this proposal, and shall attach such supplemental Informa- tion to the bound copy of these contract documents submitted with the proposal. Signatures. Each bidder shall sign the proposal with hiss usual signa- ture and shall give his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. (DENTON, TEXAS) IB-1 012367 Bids by a corporation shall be signed in the name of the corporation, lolloved by the signature and designation of the president, secretary, or other person authorized to bind the corporation. The names of all persons signing should also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president", "secretary", "agent", or other designation, without disclosing his principal, will be rejected. When requested, satisfactory evidence of the authority of the officer signing in behalf of the corporation shall be furnished. Bidding corporations shall designate the state in which they are incorporated and the address of their principal office. Submittal. Proposals shall be submitted in a sealed envelope addressed to the CITY OF DENTON, TEXAS, Attention: Purchasing Agent, and endorsed on the outside of the envelope with the bidder's name and the nave of the work bid upon. Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within sixty (60) days thereafter. PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified check or cashier's check drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorised to do business in the State of Texas in an amount of not less than five per cent (0) of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Denton, Texas, and the amount thereof may be retained by said City of Denton, Texas, as liquidated damages if the bidder's proposal is accepted and the bidder fails to enter into contract in the form prescribed, with legally responsible surety, within ten (10) calendar days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed sixty (60) days pending the execution of the Contract Agreement and Performance Bond by the Successful bidder. INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each princi- pal item of equipment or material he proposes to furnish. He shall also submit therewith drawings and descriptive matter which will show general dimensions, principle of operation, and the materials from which the parts are made. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregu- lar. The above drawings submitted by the successful bidder will be retained by the Owner. Any material departure from these drawings as submitted will not be permitted without written permission from the Owner. (DENTON, TEXAS) IB-2 012367 Verbal statements made by - e bidder at any time regarding quality, quantity or arrangement of equtlmeh4 will not be considered. If alternate equipment or materials are indicated in the Proposal. it shall be understood that the Owner will have the option of selecting any one of the alternates so indicated and such selection shall not be a cause for extra compensation or extension of time. TAXES, PERMITS, AND LICENSES. The bid price stated in the Proposal shall include all taxes, permits, and licenses which might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, use taxes, occupational licenses, and other similar taxes. permits, and licenses applicable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this provision shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he shall state in his proposal whether this item has been included in his bid price and the amount of the applicable tax, permit, or license in question. TIME OF COMPLETION. The time of completion of the work is a basic con- sideration of the contract. The proposal shall be based upon completion of the work in accordance with the specified schedule. It will be neces- sary that the bidder satisfy the Owner of his ability to complete the work within the stipulated time. In this connection, attention is called to the provisions of the attached General Conditions relative to delays and extensions of time. BOND. The contractor to whom the work is awarded will be required to furnish a Performance Bond to the City of Denton, Texas in an amount equal to 100 per cent of the contract amount. The cost of the bond shall be included in the lump sum bid price. The bond shall be executed on the forms provided, copies of which are attached hereto, signed by a surety company authorized to do business in the State of Texas and acceptable as surety to the Owner. With the bond shall be filed copies of "Power of Attorney", certified to include the date of the bond. LOCAL CONDITIONS. If the work includes field construction, furnishing field labor, or furnishing of field supervision, each bidder shall visit the site of the work and thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work and the cost thereof, including the arrangement and conditions of existing or (DXNTON, TEXAS) IB-3 011367 proposed structures affecting or which are affected by the proposed work, the procedure necessary for maintenance of uninterrupted operation, the availability and cost of labor, and facilities for transportation, handl- ing and storage of materials and equipment. It must be understood and agreed that all such factors have been properly investigated and considered in the preparation of every proposal submitted, • as there will be no subsequent financial adjustment, to any contract awarded thereunder, which is based on the lack of such prior information or its effect on the cost of the work. INTERPRETATION OF SPECIFICATIONS. If any prospective bidder is in doubt as to the true meaning of a►,y part of the proposed contract documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt de- livery. Any interpretation of the proposed documents will be made only by addendum duly issued, and a copy of such addendum will be mailed or deliv- ered to each person receiving a set of such documents. The Owner will not be responsible for any other explanations or interpretations of the pro- posed documents. It shall be the responsibility of the bidder to advise the Engineer of conflicting requirements or omissions of information which are necessary to a clear understanding of the work before the date set for opening bids. Those questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept the bid which, in its judgment, is the lowest and beat bid; to reject any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of closing will be returned unopened. (DENTON, TEXAS) IB-4 011367 PROPOSAL BID no. 67-4-2 TO THE CITY OF DENTON, TEXAS Gentlemen: The undersigned hereby proposes to furnish power transformers complete as specified herein fobtDenton, Texas, for the following firm lump sum price: McAR~St RAIL SMINV SRkj Lump sum price for two power transformers as specified, ONE HUNDRED AND FORTY-THREE THOUSAND NINE HUNDRED AND FORTY-EIGHT AND NO 100 DOLLARS ($143,948.00) Price in Words The undersigned hereby agrees that time of delivery is of the essence to the proposed work and that the materials and equipment covered by this Proposal will be delivered not later than APRIL , 196b. Dated at Ft. Worth. Texas this 22 day of February 19L. Bidder ALLIS-CHALMERS MFG. CO. By_ /s/ George M. Fullwood Title Sales Representative Busineas Address of Bidder 1814 Electric Building, Ft. Worth, Texas 76102 State of Incorporation Delaware Address of Principal Office P. 0. Box 512, Milwaukee, Wisconsin 53201 (DENTON, TEXAS - 4573 ) (POWER TRANSFORMERS - E-28A) PY-1 • ALLIS- CHALMkRi DQUIPMEST DATA. Each bidder shall Bidders Name furnish the following date ' describing each of the power transformers he proposes to furnish. A 4LI T - c K At ~~ERS Manufacturer's Name Note: Write entries boldly with ' black ink or type entries using carbon back or special ribbon. Do ' not use blue ink or a ball point ' pen. Class OA _/FA /FA Gallons of oil 373S SONC % Gallons of oil shipped separately "s7? 5 EAtK Total shipping weight, lb 2TvvU EAr- of ' Total weight of assembled ' transformer including oil, lb 9 54o E^crt Weight of tank and fittings, lb 31, 1 40 EAc H Weight of oil, lb g . o Se C- Ac K Weight of largest piece for ' handling during erection, lb ODD a t%H ` Will transformer be shipped ' completely assembled ' N O If not, what parts will require field assembly OIL uSNir+~.1' RAO~~ToRS c~► ' t~1~vS Fans Pumps Total Power requirements of cooling ' equipment at 100% rated load, kw Maximum calculated sound level, at rated 65 C FOA load, decibels IT Z Z A U Approximate dimensions r' Height, inches 1 9 3 Width, inches r y R._- ` Depth, inches 1 G (DENTON, TEXAS - 4573 ) ED-1 (POWER TRA1'SFORMSRS - L-28A) ' l ' LLf Bidder's Name High 7oltage arresters ' Manufacturer and type 01 416 Raa:s Sigh voltage bushings ' Manufacture2 and type bNre 091kzs / Total loss at 75% rated 55 C OA load, kv G 1. 2. No load loss at 110% rated voltage, kv ' 11.5 100% rated voltage, kv 15.1 90% rated voltage, kv 12.11 Guaranteed efficiency at 55 C OA rating . 100% rated load, % )911.9 75% rated load, % 99a it- 50% rated load, % . 25% rated load, % 9.33 Exciting current in % of lull 55 C ' OA rated load current at 110% rated voltage la L4• 100% rated voltage 1.01 90% rated voltage ,f ? Impedance of winding at nameplate ? 5 55 C OA rating, % - - (DENTON, TEXAS 4573 (POWER TRANSFORMER - E-28A) ED-2 • L( M - Bidder's Neale Voltage regulation at 100% 55 C OA rating 100% power factor, % . Y S 8o% lagging power factor, % 80% leading power factor, % • _ - 2.O(, Power requirements for load tap changer, kw .It 5 i I ' (DENTON, TEXAS - 4573 } (PONSR TRANSFORM - E-28A ) ID-3 CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this C/day of 1977, by and between the CITY OF DENTON, TEXAS, Party of the First Part and hereinafter called the "Owner", and ALLIS-CHA4MI33S MANUFACTURING COMPANY a Delaware corporation with its principal office in Milwaukee, Wisconsix, Party 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 Con- tractor 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 succeasors and assigns, or its, his or their executors and administrators, as follows, + ARTICLE I. That the Contractor shall furnish the two power transformers 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 ci.erefor, the sum (subject to adjustments as provided by the contract) of ONE HUNDRED FORTY-THREE THOUSAND NINE HUNDRED FORTY-EIGHT AND N01100 DOLLARS ($143,948,00). (DENTON, TEXAS - 4573 ) (POWER TRANSFORMERS - E-28A) CA-1 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. ARTICLE III. That time of completion, is of the e©nence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shill conform to the following schedule: The power transformers shall be delivered between April 1 and April 30, 1968. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement ae of the day and year first above written. CITY OF DENTON, TEXAS (SEAL) By &moo Attest ALLIS-CHALMERS MANUFACTURING COMPANY • (SEAL) B Attest \ u 1. 11 M M N N M li M IF N M 11 N The foregoing Contract Agreement is in correct form according to law and is hereby approved. Attorney for :weer (DENTON, TEXAS - 4573 ) (POWER TRANSFORMERS - E-28A) CA-2 PERFORMANCE BOND KNOW ALL MEN BY THESE PRLS ENTS that we, ALLIS-CRAI14ERS MANUFACTURING COMPANY of Milwaukee, Wisconsin, hereinafter referred to as "Contractor", and federal Insurance Company a corporation organized under the laws of the Stag; of A/C w JF ~ S t Y and authorized to transact business in the State of Texas, as "Surety", are held and firmly bound unto the CITY OF DENTON, TEXAS hereinafter referred to as "Owner", in the penal sum of ONE HUNDRED FORTY-THREE THOUSAND NINE HUNDRED FORTY-EIGHT AND N01100 DOLLARS 143,948.00), 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 /0" day of M ARC ti , 1967, 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 connec- tion 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 be 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 ever,; covenant, condition, and part of the said contract, and the conditions, specifica- tions, 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 dust 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, I or equipment furnished, used, or consumed vy the Contractor or his sub- contractors in the performance of the uurk, then tn,~- 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. (DENTON, TEXAS - 4$73 ) (POWER TRANSFORMERS - E-28A) PP-1 THE UNDERSTGNED SURETY, for value received,, hereby agrees that no exten- sion of time, change in, addition to, or other wodification of the terms of the contract or work to be performed thereunder, or of the specifica- tions or other contract document, shall in any way affect its obligation on this bond, and the Surety does hereby waive notice of any such exten- sion 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 • f L w,4 u KCE. wI.S c o v 5 i N on this the 10 ro day of dA Rc of, 1967. ALLIS-CHA S MANUFACTURING COMPANY (SEAL) i By R G HEY 1%&S 6TAN'' UREA Federal Insurance Company) • OMP By (SEAL) Co to a rlBtr- -fact 4 R WcGE6 P. p, Box 939 1 r Worth 1, Texa (Accompany this bond with attor- 2n-fact's authority from the Surety Company certified to include the date of the bond.) (DENTON, TEXAS - 4573 ) (POWER TRANSFORMERS - E-28A) PB-2 Certified dw W POWER OF ATTORNEY Kn m vU Mtn bg taper fIrtetnds. That the FEDERAL INSURANCE COMPANY, 90 John Street, New York, New York, a New Jersey Corporstion, has constituted and appointed, and does hereby constitute and appoint M. ii. Hebb, J. R. McGee, B. J. Kalmer, E. F. Fritz of Milwaukee, 9lisoonsin each its true and lawful Attorney-la-Fact to execute - ' ON - - - . - - - ' ft ' - - - de desisnation In Its name and to affix Its corporate seal to and r silver fde suA W ltablAi 4A r~ril>brin wise bonds or obligations on behalf of ALUS-CHAL..:RB MAMWACTURTNG COMPANY OF MILbIAUKCS, I. YISOMSXN 4j is i .W'~` v'L ~'.'d 'j.;1 1."1 :iri"l•j J& jr L r, U,y `Io, ISO, id , j-6&-,'a' 46. - • - - 1161 n olTe~ I, ,R 1. Bonds on bebalf of contractors in connection with bids, proposals or contracts to or with tie United States of America, any State or political subdivision, l3ereo! or any person, firm or corporation. f. Surety Bonds to the United States of America or say agency thereof, inelyding those required or permitted under the laws or regulsdens relating to Custom or iatsrnal 4io"nwl Lice o~e asd R, Co or other indeq;sliy 0psd4 uWsr. )A 41 i1W' ~tilke ~r T , Moard or other ~p p Fpy ~gFyan _tped ,sqail COmel t° bonds, Lease ~ bo bon3e A'pp Cq~S tltrle~N' 1fb~c~ iileIro~l „ t , "ddar ~ drnl , , b! tfotaries Public, Sher!l~Ps;1D 8betiRS i r ' S. Bon(~a*q q r S or }{p ~o ~e 4d In s~ny sul tnahoir of koceed(n~ 1a any Copp61 a StsLl1,'' ! Qd ottleM ~ottYt~ >tirdrf !d dt 111M M'Itb'' a Sheriff or Maglsttkte' 1f1'a f6ir' 1h 'dad if nos de of Ittftbllet epcg4llad !ti neh' Hord or in wbde<t pitldblof tie'tread;ae: isvmar*d vnAer"aaalt =dretak t+t does sot aaeeed with respect to Fiduciary Bonds the sum of nil DdHodYll' """'Nil Ob~fiBOtilll l~Id' >il df'+rr"~ oI& rAt Aj 1:fir,,r -!a )R T brad . fad! biIM19rV(! o tM1l rJ yti~n 6:6a to 4f":IdW 9dJ to qqm evtJ br,A f71171r1 A Vi norsa %11 br;A 11)',led! iA1:171110 -b,Auv9T nw d !on vA 10 I, qg,)'i b;ra J nA7 i ~ 1/1 ttQZ1 A l►, t. I P6, t R°~~~14f11te i Ny-L[►s. ssaMd tiSSaei ~ssesstsi to. be IgASd.►'r. >1t+: Viset i'~iiil/ef n>td lMldi~ilk 4+sri.lwq it! a415RW" AW lA k ORIO rr,ilivu~'T adhod'd&N!f,,b ff bnar &U0 hijL0,3 'so 1 aiJ,p.c~~~,A! c:harn J 1, noinlrn,(T Aj 10 .a.~laJr F>9. all ri(! 1, h-/al 991 3d b'll UT•11 7k• b'~11tr*: i• ~p n II~ ~ cum": is 9"'VA 1u '(u!._. _-JUDI.- - _aid! ..Y .u 7iloY M'9Yi 1rt ['ac rl ~r fir, 10 fn+r 111A }.,:Ad [In r.l„ru s•~el;l .RANf^F Frederick O. Gardner ,e'r, srolnrnwh VW Frald/nt A, y* EWJE~S~ ~r---~ AsQI Beeretaeyr STATZ OF NEW YORK Coanty of New York On this 27th day of April 19 before me~Uppersonally came Davis Quinn, to me known and by me known be Assistant Secretary of the ERAL 1NSBANCE COMPANY, the cor. poration described in and which executed the foregoing Power of Attorney and the Bald Davis Quinn beingg by in* duly sworn, did depose and say that be resides in the CI of New York, in the State of New York; that be is Assistant Secretary of the FEDERAL INSURANCE COM~ANY and knows the corporate seal thereof; that the seal afted to the foregoing Power, of Attorney is such corporate seal and was thereto afiyed by authority of the By-Laws of said Company and that he signed said Power of Attorney as Assistant 8(,cretarr of said Company by like authority; that he is acquainted with Frederick C. Gardner and knows bim to be Vice President of Bald Company, and that the of ature of said Frederick C. Gardner subscribed to said Power of Attorney Is in the genuine bandwrlu ins of said Frederick C. Gardner and was thereto Subscribed by authority of said By-Laws and in deponant's yreseme. Acknowledped and Swore to be/ore and ore date above written. o to ax,~ / a f t%A%pTAI¢Y •e• Z Notary Pablo AV B tote * MARION J. McGRATII NOTARY PUBLIC, State of New York In Rings ~_Q f e,009 No. 244F.178W Qualified la Kings Cone~r Certificate died in Now York f`.oaaty Commlasioa Expires March 30, 1968 Foes 12160E (Rev. 1.61% 144410M) is tta~ beai)I~J ~ 'r:'rnsr6rr°rA io ifur (i '1..'tO 0 3 /.1,4 PlI,IAAA(1A'4 t;f) )ArfT ,f ill-ji.914 iwid1 i;d nFft !tar ❑I(Wh ) tlf 1~ r )~i rt !rh { ..fr,!,,.yq/ bn„ (,hrhtn [ er, ri ,tlvfffi,;q rr'. (a'i'L wv~! E .az, 1 ~r ti: ,~7c/ !i, i:,,. 1~ IrY} rZ: E'11 . 'H'1 R`~ ,'.1 ,A!. .1', ,Qr1 f•;, W .M ,t,„ ,.t t n''. r I rlrl i rn ~,u rl : d~6, Ol'I''~' ~A?~D ~GOpliTll 4P,:~i~1P,IT0~trnt , , ~,+y:r , ~ ~ v r ,ti ~,_,,..,b L the undersigned, Au,istant Secretary of the 1' URRAL INSURANCE COMPANY, do beYr1*.4tetitd that the following Is a true esceipt from the B7-Laws of the said Company N "opted by ,i B Marra 11 lobs and amsadei4 January 1964 and that this B!-Law la !a ~1` etN lhd ~~t J :I, vb , ,'1 .f eeftldM t. All be , nndertattno ebnOutl, Powers; of ytbrwri and etiar lottranMtlR1 atLeris la+ i~1` j6•~, Cott,and CI behl~i trl Oonm irl{iea it 4~ wblplted by law bi'ltr b8ittele'I , l t! d a1at1 b. 1 I, Chairman or the Vice -Chairman or the Fre~WspL pt l► Vijkl%val" !►~4}a ` . r 1 o~r/ ~A~4~Assistant a. under e1>< n dad tipas~ e:oe t at 1137 70 or >i Rd r r Q f A7" [ ' Pj ?'Y t Ir i n or ~~tPm e "9•/! • 1.4,14 d , $s •e Gb~saoJGtle, or 61 4' "I pff r MT I6~ viv t ,141, ;l. I. wAy 'ME F s my, ssub boodr' undsiumaw cc *I obllsatior' as Wovided is mob >»tolapos oe. n n f IInp*1of f . . . Itit 1...,w94) e1,1:.41~Ini,,,t,,do! And 11ftrur aarft that-1 base camp" .tM,(pwMgc%X. pW 10'<►~~1R, W; OFI ~{,vIth the original thereof and the same is a correct and true *W of the whale of seta or~~s>nar 03 tto ri and that said Powee of Attorney has not been rr~~e(v~oked. 1~+ t~~lj lt~{~ e:r 6 I. r i r ' r 1 f1QL1L 7 r~~.~~~ry~ lt~a ' i as i) &LGAS!"'iiVht*Kftk ~ytAJ! ■ Y ~ f~lti'00/Owf M trwwxt MgWifid W&O urcuer~ht~fias/ I4 i3tCi 1I~`BlilA/`tlt'N 00,,8&but'6fsiA>k.WAa*WBtw'fd-ea&led10a Provinces of the Dominion of Canada e61ro thme6osption of Edward ImIUdjAW ~ law dwy obdndflto become soli W* +p,~0p~, ,U ft t perdtted or by the laws of the Staten. Qiveo under m7 hand and seal of said 7 at New York, N. T., th', 10th dal of Iv-,SssJ .7 >i,iltb)ti Aseiet«'! S tn~+L1aI'i K,i'I ' LLL t r A ;:.T`^.. .,may.: `N rall[~! rtlaU ( AAOY W,4X '40 3TAT8 ,Y IivoY Wqx tr) r,aoo0 rrtn:r.r,) niv,,rl ,mal Z!EraII-,1 ~:r, y1 ,1)~! US jtIQA Io ~6b liJj`i 6+d) a0 l :A'ilf.ti l I%F.r1~18N,1 ,1Allat i a:I! 1n glsfns,i )ntJa:rr1 i,l ,I~r,u'A am Yi brt,t wiva, 1 ',nt oS %r~,,l nr'uSJ .ila~i b'ut~ .[{f bns ~Omnt}h to f,rri i Xai :r,rnI nd! L~tu,~.:, ,1,rf„ bn6 nl bx`il~eeb noi)6I0I ~t Irr;(l hoY ,;1,'/ 1,. s1, 1'>, j{t ni ,ji,,Y wt1 l V, VC) -tr<j nt erl,u'n eif 1eeA I,rt.t ~n• ryb bfb'wlv'n, '1fuL rim ~r,rfr jl[I.' ".('1rl,'1 v,f+ 4'qI,s14 h"n YV.f.'ll1,p'1 ;q')y1,)Iti„rl .I P,JI'dr!'!"I •,rft :n rss),I» )nAt~i~ol. ,I is :I },iIA I:I ,!tl'Ir,,l;.r, ~•:J~, 11111/. 1 r) Ir)f(116 jdi,, j,l w.6r~ . hj6a jv',f ~r )n:,) ;->l, 'j~r:,,ff! 1• t', ,:o'j h!r,I. he;ryle 101t i 'it :','6 lu+o'1 h!e'.• 10 aqu.'- d ,inn ;u,„' bjr.e 2u ,:i,,,,r.i,'I ~'1 ••.i I I„}rf mnuo,l brt r, I~ttbtn~, .'I ,I'.jl,h1A dttU 1"'If; ;,ll,-'A Pi 'Id )Arl.l ;'t)rrAILID 7.;ji 11 WbnAll ~.'tl [10'•7 ,i{1 I it ''j,ii 11/ j"l,ro'I bbul n) b', 17 ~.1.rU~ S71~,18a! ~I !OhAjS'1 I.lt3C ~O '1 N116 r7',yltl Ptil it !f) VaA .ft9a n.',1 t . Ilt.4f1'.,,, i ITf Ion t'-r A.I -f, fl bt>•q 7n V)17u~.1U/'('f I:'.~f n'x1,lh OL)I~AI got?, t)172 Ip.'bls;I ) IIitNee[•9lri blwa fit) y41 X1,1 'r u,~', bt It"~, FiP ? It l~!t' it'L,RJ.'I J. 7AT Iv! ~n,'d +rvN ~t+.~r. ,J1,irIU4 ~t'RJ,Tnr {)nnn7 ►•~njA rtl M,ftii6n;~ ) {IRUO'.1 A10Y '+vIVr, (71 bAi1 'owA pj."'P'.1 ,08 in"aft setigra 0016airnmo;) 11a)~,);1 1. GENERAL CONDITIONS GC-l. OONTRACT DOCUMENTS. It is understood and agreed that the Advertise- ment, Instructions to Bidders, Proposal, Equipment Data, Contract Agree- ment, Performance Bond, General Conditions, Specifications, Plans, Addenda, e,d Change Orders, all as issued by the Owner, and specifications and c. -fneering data furnished by the Contracts and approved by the Owner, are each included in this contract and the work shall be done in accord- ance therewith, GC-2. DEFINITIONS. Words, phrases, or other expressions used in these contract documents shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCIMNTS. 2. "Owner" shall mean the City of Denton, Texas, named and desig- nated in the Contract Agreement as "Party of the First Part% acting through its Public Utilities Board and City Council and their duly authorised agents. All notices', letters, and other communication directed to the Owner shall be addressed and delivered to City Hallti Denton, Texas. 3. "Contractor" shall mean'the corporation, eompanr, partnership, first or individual; named and designated in the Contract Agree- ment as the "Party of the Second Part% who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized representatives. 46 "Subcontractor" shall mean and refer only to a corporation, partnership, or individual having a direot contract with the Contractor for performing work covered by these contract docu- ments. 5. '"Engineer" shall mean the firm of Black i Veatch', Consulting' Engineers, 1500 Meadow Lake Parkway, Kansas City, Missouri: ("iling'addresa"- P.O. Box'84059 Kansas Citr'','Missouri 64114) or its duly authorized agents, such agents acting within the scope of the particular duties entrusted to the% in each case. 6. "Dste'of contract", br equivalent Words, obbll mbah the date' vritten in the' first paragraph of the Contract Agreement'. 7. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 80 "The work" shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying out of all duties and obligations imposed by the contract documents. (DEBTOR , TEXAS) (FOB 012367 GC-1 9. "Plans" or "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) supplementary drawings furnished by the Owner to clarity and to define in greater detail the intent of the contract plans and speci- fications, (c) drawings submitted by the successful bidder with his Proposal and by the Contractor to the Owner, as approved by the Engineer, and (d) drawings submitted by the Owner to the Contractor during the progress of the work as provided for herein. 10. Whenever in these contract documents the words "as ordered", "as directed", "as required", "as permitted". "as alloyed". or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permission, or allowance of the Owner or Engineer is intended only to the extent of judging compliance with the terns of the contract; none of these terms shall imply the Owner or the Engineer has any authority or responsibility for supervision of the Con- tractor's forces or construction operations, such supervision and the sole responsibility therefor being strictly reserved for the Contractor. 11. Similarly the words "approved", "reasonable", "suitable"s "acceptable", "proper". "satisfactory", or words of like effect and imports unless otherwise pnAiculariy specf.Yied herein, shall skean approved, reasonable, suitable, acceptable, proper, or satisfactory in the Judgment of the owner or Engineer, to the extent provided in "10" above. 12. Whenever in these contract documents the expression "it is understood and agreed". or an expression of like import is used, such expression means the mutual understanding and agreement of the parties executing the contract agreement. GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that the written terms and provisions of this agreement shall supersede all verbal statements of representatives of the Owner, and verbal statements shall not be effective or be construed as being a part of this contract. GC-M+. BT~AV" SPECIPIC TIONS. Reference to standard specifications of any technical society, organisation, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 100165 FOB GC-2 . s, GC-5. MCU:'":ON OF OORTBACT DOC[HNTSS- Your (4) copies of the contract documents will be prepared by the Engineer. Copies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and submit all copies to the Owner. The date of contract on the Contract Agreement and bold forms shall be left blank for filling in by the Owner. The Owner will exei:ute all copies, insert the date of contract on the bonds and Power of Attorney, retain one copy, and forward one copy each to the Contractor, Engineer and surety company. GC-6. SLOP , NATURE, AND INTENT QF SPRCIFTCATIONS AND PLANS. The speci- fications and plans are intended to supplement, but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be,completed according to the complete design as determined by the Engineer. Should anything which is necessary for a clear understanding of the work be oaittgd from.the aPe'oifications and plans, or should it appear that :various instructions are, in conflict, the Contractor shall secure Witton instructions from the Enginesr.before,proceedid4 with t4oy co'asiructidr, affected by such omissions or diserepanctetr. it 10 utsderstpd abd'e'greed that the work shall be performed according to the true intent of the ROntract documents. Eagintering data Covering all GC-T- AP R2 QF EIGI 8100 tk, equipaent,and fabricated paterl tq.be,t4rgished under t~tb eontri t sha,11 be.submi,tted to. the Engineer fora royal, 1'heee data'e~afl include drawings end degcriptive,info,rpagtUq in,aufficient ;detsll'Jo " show,tbe tipd+,siser arrangement and operation of cpmponent materidiei' and devices; the external connegtions, anchpraigea,snd supports rtquired; performance characteristics; and dimensions needed for installatidn'ahd correlatton with other msterials and eggpapeat, Data submitted shall include drawings showing essential details of,any cbanfeq pr6posed by` the Contractor and all required wiring Ana piping,leyg4a No work shall, be,perfOXVed in copnec0 oa witb„the fob Ca or MMU ac- ture of materials and:equipment1 nor shall, any acc004 of a4ui-~enk1ce be purchased.,ugtil iha drawlv6s and data theXetop•bave been'appi'ovqd ~,,oxce0.,at-the CoaLrp4tor's own risk qqd Xes nstb$litf,. . Four, (4) copies of, each, drawing "41 gecessfry'Oats gball be submitted'to the Engineer Each .dra«li.n8,or data $bi4 sha,l be clesr1y► msirked'Vr it the now, of the project, t,4# CogtrActpr S, n,~qi anD rdferepces .to dpplita le spseificattoa parag;aph0,• ; ~ ~ .J ~ . , 100165 FOB GC-3 When the drawings, and data are returned marked "APPROVED" or "RECEIVED FOR DISTSIBU'1'ION", additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not exceed eight (8). When the drawings and data are returned marked "APPROVED AS NOTED", the changes shall be made as noted thereon and corrected copies shall be submitted to the Engineer. The number of corrected copies will be determined by the Engineer but will not exceed twelve (12)• When the drawings and data are returned marked "RETURNED FOR CORRECTI02j"9 the corrections shall be made as noted thereon and as instructed by the Engineer and four (4) corrected copies shall be submitted. The Engineer's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect the plant arrange- ment. The Engineer's approval of drawings returned marked "APPROVED" or "APPROVED AS NOTED" will not constitute a blanket approval of all dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer,'shall become' q part'60 tKe contract documents and the'work shown or described thereby shall be perloz*ed In' conformity therewith unload otherviso required by the Omer or the Engineer. GC-8. LEGAL ADDRESS. The business address of the Contractor jived in the P;opospl is hereby designated as the place to which all notices, letters, and other communication to the Contractor will be mailed-or delivered. The addrei4 of the Owner appearing on-Page 0C-l id hereby designated, ae' th6 'place `to vhich `all noticed,' letters and 'other `coca.: mugicetion to the'Ovner shall be mailed 6i deliVered. 'Either'party *,#y change.the'eaid address at any time by an 'instrument in writing deii~ered to the Engineer and to,the other party: GC-9, PATENTS. Royalties and'fees'for patents covering materials{ articles, apparatus, de'Vices, or'equipment (as distinguished from processes) used iA'the'*Odrk,'shall -be`included ie the contract'smount. The Contractor shall sa~isty all demands that may be made at any time for such royalties"and ees;'and'he shall be' liable for any damages or cItUW for patent infringements. `The Contractor shall, at his own sd exponie, d , iinfragefats or probeedinge that logy' be instituted again , t the Owner fbr nt or' hleged infringement bf'anp,patents inyokved in the work and, in case of an award of damages, the Contractor 4441"Ray aueh'suaird. t$ad pj.ytent to the Contractor by the Owner will „ pot; "dq w~ft6' Y sli h s+at `6r eiaim'renain# unsettled► Tho' Con-' tracer`, h~ iiis `~li hOt be held lieble'fdr the defease of'ariy suit or other proceeding, nor for the payment of any WAge* or other boots, 050163 FOB GC-L for the infringement of any patented process required by the contract documents; except it the Contractor has information that the process so required is an infringement of a patent, the Contractor shall be liable for my damages or claims in connection therewith unless he promptly notifies the Owner and Engineer of such infringement. GC-10. INDEPENDENT CONTRACTOR. The relation of the Contractor to the Owner shall be that of an independent contractor. GC-11. AUTHORITY OF THE ENGINEER. To prevent delays and disputes, and to discourage litigation, it is agreed by the parties to this con- tract that the Engineer shall in all cases determine the quantities of the several kinds of work which are to be paid for t.nder the contract and shall determine all questions in relation to the work. If, in the opinion of the Contractor or the Owner, a decision made by the Engineer is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file an,objection with- in the allotted time will be considered as acceptance of the Engineer's decision and the decision shall become final and conclusive. The Engineer's decisions and the filing of the vritten objection there- to shall be a condition precedent to ihe,right to request arbitration or to start action in court. It is the intent of this agreement that there shall be no delay in the execution of,the work, and the decision of the Engineer shall be promptly observed "-12. ENGIN a IMS ECTI N. The Owner may appoint (either directly and peeiflcAtions. P- twO work performed, orrcomplian 4qemp s the The. Contractor. shall furnish all reasonable assistance required by thi Engineer.or inspectors for the proper inspection and examinattoh of the work.: .The Contractor shoal obey the directions ana instructions of the Engineer or inspector when. they, are.consiatent with tbe,obligations of this Oohtract. Should the Contractor object to any order given by an inape6t6r, the Contractor w #LOP, mitten appeal to the Engineer for his decision. Inspectors and, other properly authprised,represeptativeo of tti~ Owner" or Engineer shall be free at, all times to perform their dutile~ sia arn► attsRpted intimidation, of one of, thels, by, the Contractor of bid kA= 'ployees shall be suffictept reason to terpiaote the contract if th'e' Owner so. decides.: Such inspection shall not relieve the Contractor from any'bbightbn to perform the work strictly in accordance with the plans and specifica- tions. Work not so constructed shall be removed and replaced by the Con- tractor at his own expense. o9o964 FOB aC-5 GCNO WAIVER OF RIGHTS. Neither the inspection by the Owner or Engineer or any of their officials, employees, or agents, nor any order by the owner or Engineer for payment of money, or any payment tor, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Owner, or my right to damages, herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. GC-14. MODIFICATIONS. The Contractor shall modify the work whenever so ' ordered by the Omer, and such modifications shall not affect the validity of the contract. Modifications may involve increases or decreases in the amount of the work for which an appropriate contract price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made under the authority of duly executed change orders issued and signed by the Owner and accepted and signed by the Contractor. GC-14.01. Extra Work. If a modification increases the amount of the work, and the added work or any part thereof is of a type and character which can properly and fair4 be classified under one or score unit price items of the'pioposal, then the added work or part'thereof shall be paid for according to the amount actually done and at the applicable' unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. Claims for extra work will not be paid unless the work covered by such claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecute or maintain either an arbitration proceeding or an action ;.n court to recover for extra work unless his claim is based upon a writteL,'brder from the Owner. Payments for extra work shall be baslid on agreed 'ump sum's or agreed unit prices whenever the Owner and the Contractor agree upon such prices before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percentage allowance shall inClnde the Contractor's extra profit and extra overhead and, unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15x) of the total direct cost. For the purpoae of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor *hall submit to the Engineer, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemised quant ti~b ana,chargep for all elements of direct cost and is percentage allowance to cover extra profit and extra overhead. Unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the total direct costs. lool65 FoB ac-6 GC-lho . Decreased Xk. If a modification decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipAted profits on work affected by such de- crease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of (a) credit due the Owner for contract work not done as a result of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work as planned and which could not be used in any part of the work as actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjustment is not clearly defined in the contract documents. GC-15. ARBITRATION. Before bringing any actioa in court pertaining to a decision of the Engineer, the objector (hereinafter referred to as Party A) to the decision shall first offer to arbitrate the question with the other party to the contract (hereinafter referred to as Party B) by notifying him in writing and setting forth in such notice the question to be arbitrated. Party B ,can elect to arbitrate or not. If Party B agrees to arbitrate he shall so advise Party A in writing within tea (:.n) deye:after receipt of Party A's notice. Notice by Party B. that he does not wish, to,yrbi- trate.or.failure of Party B to notiry,Party A vithia the tea (10)*der. period will give Party A the right to start action in covert. If Party.B agrees to arbitrate, Party A shall~cboose an arbitrator and, shall notify Party B of the name, of the arbitrator within ten (10) days after receipt of Party B's notice. Party P shall notify 44y.A In , , writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act~as pole arbitrator, or A4;LU,new an additional arbitrator, It, Party. B, names an additiopal•8*b raior,. then the arbitrator, named by Party A and the arbitrator named by Party B shall choose a third 6il4 trator. The arbitrator or arbitrators shall Oct with prosVtneas•, In the case of three arbitrators, the decision, of. aryr two shall be binding on both parties to the contract, as-shall that of a single arbitrator.if the dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators may be filed in court to, carry, it into effect. If they consider that the case so, demands,, the arbf,trptpr or;arPA r,tors are authorised to award the party whose contention is sustained such sum or sums as they may dens proper for the time, expense.and,trouble inci- dent to the appeal, and if the appeal was taken without reasoalLble cause, they may award damages for any delsy occasioned thereby.. 'eop arb pAtors shall, receive reasonable, compensation, for their servApes., The. arbitraators sha11. assess the coated and charges of the arbitratioq Won ;V$thpr,. pr. both parties. The decision of the arbitrators must be made in writing, and shall not be open to objection on account of the form of proceedings or award. 050163 FOB QC•T i If for any reason after the said notices have been duly give: `ay Party A and Party B, the arbitrators appointed shall be unable or shall fail to act with reasonable promptness in appointing a third arbitrator, Party A (or, if he does not do so within a reasonable time, Party B) my request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, Is located, to appoint the third arbitrator. If it appears to the judge that the two arbitrators originally appointed were unable or failed to act with reason- able promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at the request of Party B, that Party A did not make such request within a reasonable time. If for any reason afte:• the arbitrator or arbitrators have been duly appointed, the arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a reasonable time, Party S) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. 'If it appears to such judge that'the arbitrator or arbitrators'origitally appointed were unable or failed to act irith reasonable promptness in reaching a decision regarding the question' submitted to arbitration, he may appoint three new arbitrators to act hereunder, and such an~appointment shall constitute a conclusive determination that the arbitrator or arbitrators originally appointed were so'uhable or failed to act with reasonable promptness and,.if the said judge deted-it request of Party B, that, Party A did not make such request within *,'reasonable time. If for aa~r reason'a third arbitrator or three new arbitrators shall not be 606iated`by 'a- edge of the United States District Court under the, c taneei hei" habove desbribedi of' if three new arbitrators are. to appointed and are unable or fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, then the arbitration, procedure shall be deemed tb have failed and the partied'shill, be 'free 'to assert their rights in'the saw manner as If they'hid not'agreed'to submit the' question to arbitration. If the above agreemebt'to submit questions. of dispute to arbitration is not enforceable under the law of applicable jurisdiction, each sueh'st1, question after it has arisen may by agreement of both parties hereto be 'iubmittel tb arbitration ih' the! matter set forth' above. The Contractor shall not caus'e'a delay of the work during any arbitration proc4eding6'"ekcept'by agreement with the Owner. It is understood and agreed 1* the partieM`to the contract that no requirement or statement' herein shall be interpreted as curtailing the pourer of the &ginser to deterodhe' the amoutff,` quality, and acceptability, of work and materials. 050163 FOR ~-g oC-16. RIGHT OF OWNER TO TERMINATE CONTRACT. If the work to be done under this contract is abandoned by the Contractor; or if this contract is assigned by him without the written consent of the Owner; or if the Contractor is adjudged bankrupt; or if a general assignment of his assets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his property; or if at any time the Engineer certifies in writing to the Owner that the performance of the work under this contract is being unnecessarily delayed, that the Contractor is violating any of the conditions of this contract, or that he is executing the same in bad faith or otherwise not in accord- ance with the terms of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which such completion date mPy be extended; then the Owner may serve written notice upon the Contractor and Me surety of said Owner's inten- tion to terminate this contract. Unless within five (5) days after the serving of such notice a satisfactory arrangement io made for contin- uance, this contract shall terminate. In the event of such termination, the surety shall have the right to take over and complete the work, pro- vided, that if the surety does not commence performance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completion. The Owner may take possession of, and utilize in completing the work, all materials, equipment, tools, and plant on the site of the work. I GC-17. SUSPENSION OF WORK. The Owner reserves the right to suspend and reinstate execution of the whole or any part of the work without invali- dating the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the owner to the Contractor in writing. The time for completion of the work will be extended for a period equal to the time lost by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the Owner shall not affect this contract except as agreed by the Owner and the Contractor. If the Contractor proposes to apply such changes to this contract, he shall present, his proposal to the Owner in writing. During the 30 day period from and. after the receipt by the Owner of such written proposal, the Owner shall be permitted to reinstate the work without change, If the work is not keinstated during this 30 day period, the Owner and the Contractor shall agrde upon reasonable and proper changes or the Owner may cancel the unshipped portion of the work. i Changes in delivery schedule shall mean exten,jion of the scheduled time of delivery beyond the number of days of the suspension period. I i I 050163 Fos OC-g I GC-18. DELAYED SHIPMENT. The Owner reserves the right to order the Contractor to delay shipment of equipment and materials herein con- tracted. In the event such a delay is ordered by the Owner in writing, the Omer will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Such extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELLATION OF WORK. The Owner reserves the right to cancel the unshipped portion of the work. In the event of cancellation, the Owner will pay the Contractor reasonable and proper cancellation charges. GC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply with all ordinances, lave, and regulations, and shall protect and indemnify the Owner and the Owner's officers and agents against any claim or liability arising from or based on any violation of the same. All permits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS. In executing the r4mtraet Agreement, the Contractor expressly covenants that, in undertaking to complete the work vithin the time therein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to the work. No claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on "SUSPENSION OF WORK". GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in the.. final completion of the work by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Engineer, could have been neither anticipated nor avoided, then an extension of time suffiolent to compensate for the delay, as determined by the Engineer, shall be granted by the Owner; provided, that the Cantruitor ahal! give the Owner and the Engineer prompt notice in writing of the cause of delay in each case and shall demonstrate that he has.used all reasonable means to minimize the delay. Extensions of time will not be granted for delays caused by unfavorable weather, inadequate working force; or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed.„ GC-23. MATERIALS AND EQUIPMENT. Unless specifically provided other vise in each case, all materials sud equipment furnished for permanent installation in the York shall conform to applicable.staodard speaifir cations and shall be new, unused, and undamaged vt,en :nstslled or, otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other then that iatended or specified, unless such use is specifically authorised by t;he Engineer in each case. 050163 FOB GC-10 GC-24. CUARANTE. The Contractor guarantees that the material and equipment herein contracted will be as specified and will be free from defects in design, workmanship and materials. If within the guarantee period the material or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct any defects, including nonennformance with the specifications, by adjustment, repair or re- }Ir int of all defective parts or materials. • Unless otherwise s ecified the p , guarantee period shall begin on the date of final payment or the date of initial operation, whichever is later, and the guarantee period shall end 12 months later. If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correction while making such determination. The Contractor shall extend the provisions o.)f this guarantee to cover all repaired and replacement parts furnished under the guarantee pro- visions for a period of one year from the date of their installation. If within ten' -dayb' "after the Owner gives the Contractor notice 'of 'a defect, the Contractor neglects to mate, or undertake with due dili- gence to make, the necessary corrections, the Owner is hereby author- ited to make the corrections himself, Gr order the work to be done by a third party, and the cost'of the corrections shall be paid by the Contractor. In the 'event rich cof an ould be rrevdenfor%1 ere judgment se the Owner the delay, regnlting from givi lortaAl' in notice the vouid'esuae 'seriousloeA or, damag p by Immediate' ~action, defects may be corrected by the Owner, or a third party chosen by the owner without giving prior notice to the Contractor and the cost of the corrections shall' be 'paid by the Contractor. In the event such action is, Laken, `by the' Owner,''the ;Contractor viii be notified promptly and sll assist wherever possible in making the necessary, corrections. W&25.' CLAIM Ft LABOR AND MATERIAtS. The Contractor shali indem= Wiry' and 'sA~►e harmless theOwner all elailia for labor erid mute rial's'furnished under this contract. When' requested by the Owner, the Contractor shall sliWt sstisfa'ctory evidence that all persons,' ft tsis;` or corporations who have done work or furnished materials' under thief contract, for which the Owner may become liable under the laws of the state, have been fully paid or satisfactorily secured. In case such evidence is not furnished or'ie not satiefactory, an amount shall be retained from moneys'due'the'Contractor which, in addition to any other' suns that maybe retained, will be 'sufficient, in the opinion of the Owner, to meet all claims 'of the persons,, firm and corpora- tions as aforesaid:` Such Sum or sums shall be retained until the liabilities as aforesaid are fully discharged or satisfactorily secured. 090964 FOB GC-11 GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the last payment shall be a release to the owner and every officer and agent thereof froo all claims and liability hereunder for anything done or furnished in connection with the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GC-27. DEFENSE OF SUITS. In case any action in court is brought against the Owner or Engineer or any officer or agent of either of them, for the failure, omission, or neglect of the Contractor to perform any of the covenants, arts, matters or things by this contract undertaken; or for injury or damage caused by the alleged negligence of the Contractor or his agents; the Contractor shall indemnify and save harmless the Owner and Engineer and their officers and agents from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action. GC-28. INSURANCE. The Contractor shall secure and maintain insurance of the types and in the amounts necessary to protect himself and the interests of the Owner against all hazards or risks of loss as herein- after specified. The form and limits of the insurance, together with the underwriter thereof.in each case, shall be approved by the Owner but, regardless of such approval, it shall be the responsibility of the contractor to maintain adequate insurance coverage. Failure of the Ointractor to maintain adequate coverage shall not relieve him of any contractual responsibility or obligation. For insurance purposes, the title of ownership of equipment and mate- rials shall remain with the Contractor until the Owner receives such equipment and materials at the job site. If the Qontractor.does not furnish su;ervision of erection or testing of the equipment, the workmen's compensation, comprehensive automobile liability. and comprehensive general: liability insurance specified herein may be omitted, The Contractor shall submit a copy of the transportation insurance policy to the`Otmpr it least thirty (30) days before the scheduled shipping date. The policy shall quote tie insuring agreement aAd all exclusions. The Contractor shall submit a certificate for each of the other insurance policies to the Owner not less than thirty (30) days prior to the date the manufacturer's supervisor or eupervisore are expected.to arrive 4t the job ,site. Each certificate shall state that ten (10) days written noti 4 will be given the Owner before any policy covered thereby is changed.or canceled. GC-28.01. a kme 's Compensation a,Ad Employer's Liabil t . Workmen's compensation and employer's liability insurance shall protect the Con- tractor against all claims under applicable state workmen's compensation " laws ah4 against claims for injury, disease, or death of employees which, for any reason, may not fall xitbia the provisions of the applicable, workmen's compensation law. This workmen's compensation and employer's ' liability insurance policy shall include an "all states" endorsement. 100165 FOB GC-12 The liability limits shall not be less than the following: Workmen's compensation Statutory Employer's liability $100,000 each person GC-28.02. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles, and shall cover the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than the following: Bodily injury $2509000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03. Comprehensive General Liability. This insurance shall *t:e written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or dams to property of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In addition, this policy shall specifically insure the contractual liability assumed by the con- tractor under the foregoing paragraph entitled "Defense of Suits". The liability limits shall not be less than the following: „ Bodily injury $250,000 each person , $500000 each occurrence Property damage $500,000 each occurrence $500,000 aggregate GC-28.04. Transportation. This insurance shall be of the "all risks" type and shall protect the Contractor and the Owner from all insurable risks of physical loss or damage to equipment and materials in transit to the job site and until the Owner receives the equipment and materials at the job site. The coverage amount shall be not less than the full amount of the contract. Transportation insurance shall provide for losses to be payable to the Contractor and the Owner as their interests may appear. 053166 FOB OC-13 GC-29. ESTIMATES AND PAYMENTS. Payments will be made each month in the amount of ninety (970per cent of the estimated value of the equipment and materials delivered at the job site during the previous calendar month, providing the shipments were reasonably complete and integral units of equipment or reasonably complete lots of materials. After official approval and acceptance of the work by the Owner, the Engineer will be authorized to prepare a final estimate of the work done under this contract. The final estimate will be submitted to the Owner within ten (10) days after its preparation has been authorized. The Owner will, within thirty (30) days thereafter, pay the entire sum found to be due after deducting all amounts to be retained under sir provision of this contract. O SRO If for a cause beyond the control of the Contractor the %I r does not give official approval and acceptance of the work within stays after shipment of equipment and materials is completed, the final payment will be made as stipulated above providing the equipment and materials are in accordance with the specifications as far as can be determined. GC-30. TAXES, PERMITS, AND LICENSES. Unless otherwise specified in these contract documents, the Contractor shall pay all salest use, excise, and other taxes that are lawfully assessed against the Owner or Contractor in eocnection with the work under this contract and shall obtain and pay for all licenses and perisits required for the work. The Contractor vi..l be compensated for a y increase in tax rates; :license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the ft Tosal; provided however, that this provision shall be limited to sales, ise, and excise taxes assessed against the completed work and to license* and permits required specifically for the proposed work. 053166 Frig GC-14 GENERAL SPECIFICATIONS FOR ELECTRICAL EQUIPMENT GENERAL. These specifications cover the furnishing of electrical equip- ment and accessories for the City of Denton, Texas. The equipment will be installed by the Owner. . All correspondence, documents, bills of material, shipping notices, draw- ings, payment requests, etc., sba11 be sent to the Engineer and shall be marked to include the following information for identification: Denton, Texas 69-13.2 KV Substation Additions BW Project 4573 The lump sum price stated in the Proposal shall include all costa for furnishing the specified equipment and accessories fob Denton, Texas, and for providing erection supervision and other services required to complete the work in accordance with the contract documents. DELIVERY SCHEDULE. The electrical equipment shall be delivered according to the dates specified undo the detailed specifications. CODES AND STANDARDS. Exer?t where specifically stated otherwise, all equipment furnished under these specifications shall conform to the latest applicable standards of UBAS, NEKA, EEI, IEEE, and UL as to rating, tests, construction and operation. Any conflict between standards shall be re- ferred to the Engineer who will determine which standard shall govern. DRAWIKUS. Preliminary drawings and data shall be submitted with the Proposal xhich adequately show the general arrangement of the equipment, principles of operation, sizes, and materials of construction. All outline drawings, one-line diagrams, control schematic diagrams for operating mechanisms and other drawings which show details required by the Engineer for design of structures and wiring associated with the in- stallation of the equipment shall be submitted within 20 ender-dayw after award of the contract. 3cs e~yeF QT'&Z APfanJaLJ 5R~ All detailed wiring diagrams and other drawings shall be submitted within 60-4W& afte award of the co tract. 3•. wrocKS rQ^ AL? t46VA4_) ZA11 Reproducible mylar transparencies of all manufacturers drawings of ache- matics, wiring, one-line and three-line diagrams, and arrangements and views of all control or relay panels shall be furnished. The transpar- encies shall include all field changes and modifications made prior to final acceptance. (DEM I , TEXAS - 4573) 0-1 011067 _MWq I When changes in the equipment are made in the field to correct shop con- struction errors or to adapt the equipment to the Owner's requirements, the Contractor shall prepare and submit 8 ccpies of record drawings to the Engineer to show the equipment as finally installed in the Owner's substations. INSTRUCTION MANUALS. The Contractor shall furnish twelve complete and final copies of instruction manuals not later than 30 days prior to ship- ment of the equipment. One copy shall be sent to the Engineer and upon approval thereof, the remaining eleven copies shall be delivered to the Owner. The instruction manuals shall cover complete installation, operat- ing and maintenance instructione, drawings and parts lists for each item of equipment furnished. The instruction manuals shall be bound with Buchan Loose Leaf Records Co. Type RL or approved equal binders covered with pyroxylin impregnated buckram covers. The front covers shall be stamped with lettering indi- cating the Owner's name and location, substation name, name of equipment basic capacity rating of equipment, name of manufacturer and name of the Consulting Engineers. The backbones of the covers shall be stamped with lettering indicating the Owner's name, name of substation and name of equipment. Drawing P-802.02 included in this section above the format and letter size which shall be used for the stamping of the covers. A sample of the type of covers to be used and copy of the cover legends shall be submitted to the Engineers for approval before the covers are stamped. A list of recommended spare parts and the price of each item shall be included in the instruction manuals. The instruction manuals shall show all nameplate information and shop order numbers for each item of equipment and component part thereof. FACTORY ASSEMBLY. All equipment shall be shipped completely factory assembled except when the physical size, arrangement and configuration of the equipment or shipping and handling limitations make shipment completely assembled impracticable. When sectional shipment of the equipment is to be made, other than required or permitted as subsequently instructed by the Engineer, each bidder shall state the number, dimensions, and veights of each section together with the quantity of field work required to join the sections. When proposals are submitted without statements describing sectional shipment, it will be understood that no field assembly of the equipment will be required. The Contractor shall be responsible for all coats encountered in assembling equipment not shipped in accordance with the assembly approved by the Engineer. (DFdITON, TEXAS - 4573) G-2 011067 MANUFACTURER'S SUPERVISION. The Contractor shall furnish a co:petent factory trained field representative who shall provide such aid as is required for the proper installation of the equipment. Assistance shall be given to the Owner's erection contractor in the form of conferences prior to or during the installation of the equipment. Twekd 00,rS rk0%%1hjh LOI -rN A C►1hR66 tnA Awl ePLIKA DAYS. Vtf The field representative shall inspect the equipment after installation and shall check the wiring, equipment operation, and other devices, to insure proper and satisfactory performance of the equipment. He shall also supervise any changes in the wiring which are necessary for the proper operation of the equipment, shall be present when the equipment is placed in operation, and shall instruct the Owner's personnel in the operation and care of the equipment. All changes, alterations, and rewiring necessary as a result of the manufacturer's erroneous design, faulty vorkmanship or damage in ship- ment shall be directed by the field representative and the resulting costs, including labor, material, supervision, and engineering shall be paid by the Contractor. If this work is performed by the Owner the cost of all such corrections shall be deducted from the contract price. PROTECTION DURING SHIPMENT. All equipment shall be securely boxed, crated, wrapped and covered as required to prevent entrance of dirt or moisture and damage during shipment to and during storage at the job site. All accessory items shall be shipped with the equipment. Boxes and crates containing accessory items shall be marked so that they are identified with the main equipment. The contents of the boxes and crates shall also be indicated. In addition, all control panels on indoor switchgear and switchboards, including blank panels for future contrcls, shall be coated with a protective film applied to the outside surfaces. This coating shall be applied prior to crating and it shall be adequate to prevent the surfaces from being marred during shipment and to keep the surfaces clean during installation. The protective film shall be tough and shall adhere to the painted surface during normal handling and yet shall be capable of being readily stripped from the surface without damage to the paint finish. SHOP PAINTING. Except as otherwise specified, ungalvanized iron and steel surfaces of all equipment shall be completely factory painted before shipment to the fob site. This includes painting of the inside and outside surfaces of all equipment. The painting shall consist of application of suitable primers and two or more finish coats of alkyd resin machinery enamel or lacquer as re- quired to produce a smooth, hard, durable finish. The color of the finish coats shall be USAS 61 for indoor equipment and WAS 24 for out- door equipment. (DMMNj TEXAS - 4573) G-3 011067 Before application of paint, all surfaces shall be carefully cleaned of all dirt, moisture, rust, scale, lubricants and other substances. Lubricants shall be removed by suitable solvents. Rust and scale shall be removed by sandblasting, power sanding, power grinding or power wire brushing. Shafts, pins, bushings, and other operating mechanism parts whose operation would be impaired by painting shall not be painted. These surfaces shall be protected by application of an easily removable rust preventative compound. The Contractor shall include touch-up paint with each item of equ.&pment he is furnishing. Touch-up paint shall be of the same type and color as the finish paint used in the factory applied painting and shall be carefully boxed or crated to prevent damage during shipment. The quantity of touch- up paint furnished shall be adequate for the field application of one complete finish cost on all exterior factory painted surfaces. Complete painting instructions shall accompany the touch-up paint. Paint films which show sags, checks, blisters, teardrops, or fat edges will not be acceptable and if any such defects appear, they shall be repaired by and at the expense of the Contractor. SHIPPING NOTICES. The Contractor shall send two copies of a shipping notice describing each shipment of material or equipment. The shipping notice shall be mailed to arrive approximately three days ahead of the estimated arrival time of the shipment. Shipping notices shall be identified with the Owner's name and purchase order number, specification number and new of the item of equipment or material. The addressees for the shipping notice will be determined later. BILL OF MATERIAL. The Contractor shall prepare and submit two copies of a bill of material covering all material and equipment furnished under these specifications. The bill of material shall be submitted approxi- mately three days before the scheduled arrival time of the first shipment. The bill of material shall be itemised in sufficient detail to permit an accurate determination of the completion of shipment of the material and equipment furnished under these specifications. The addressees for the bill of material will be determined later. VOLTAGE RATINGS. Unless specified otherwise all direct current devices specified herein shall be suitable for continuous operation by any d-c voltage from 100 volts to 137 volts as furnished from a system with a nominal rating of 125 volts d-c, and with an ambient temperature of 50 C. Unless otherwise specified all alternating current devices specified herein shall be suitable for continuous operation at any voltage from 105 volts to 126 volts as furnished from a system with a nominal rating of 120 volts a-c, and with an ambient temperature of 50 C. (EENTON, TEXAS - 4573) 0-4 oil.W CITY Of DENTON, TEXAS ~ 69 KV TRANSMISSION SYSTEM EQUIPMENT a PHASE II i w U. 0 w INSTRUCTION BOOK z FOR NAME OF EQUIPMENT N A MANUFACTURER'S NAME r m° MANUFACTURER'S ADDRESS f- s W Z y LL IA O r, F z~ BLACK 8 VEATCH CONSULTING ENGINEERS KANSAS CITY, MISSOURI a ~o ree~~°0ee (Front Cover) Mote: Large type shall be 30 point Tempo Heavy Condensed All other type still be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK VEATCH CONSULTING ENGINEERS P-802.02 KANSAS CITY, MISSOURI DETAILED SPECIFICATIONS FOR POWER TRANSFORMERS SCOPE. This specification covers two power transformers for substation use on systems with nominal ratings of 69,000 volts and 13,200 volts. DELIVERY SCHEDULE. Delivery of these transformers Is desired as soon as possible after January 1, 1968. Bidders Shall indicate their propo3ed delivery schedule in the Proposal. RATING. Each transformer shall be rated according to the following: Number of phases Three Capacity at 55 C temp rise 12,000/16,000/20,000 Capacity at 65 C temp rise 22,400 kva Class OA/FA/FOA, OA/FA/FA, or OA/FOA/FOA Coolant 011 Frequency 60 cycles per second Nigh voltage 67,200 volts, delta Basic impulse level (BIL) 350 kv Low voltage 13,200Y/7620 volts, wye Basic impulse level (BIL) 110 kv Neutral Brought out through a 110 kv BIL cover mounted neutral bu3hing Full capacity taps Two approximately 2-1/2 per cent taps above and two approximately 2-1/2 per cent taps below rated high voltage Vector relationship Low voltage ;hall lag high voltage by 30 degrees Impedance The transformers shall be designed with suitable impedance to operate in parallel with the Owners existing transformers having an impedance of 7.58 per cent at 12 mva. Efficiency at rated load shall be as high as possible. (DENTON, TEXAS - 4573 ) DS-1 (POWER TRANSFORMER - E-28A) CONSTRUCTION DE'T'AILS. Bushings. High voltage bushings shall be 1200 ampere, 350 kv BIL, cover mounted in Segment 3* and shall be of a type interchangeable with circuit breaker bushings of the same ampere and voltage class and shall have provision for power factor testing. L.v voltage bushings shall be 110 kv BIL, wall mounted in Segment 4*. Flanges suitable for direct connection to the Owner's group phase bus duct shall be provided around these low voltage bushings. Load Tap, Changer. The transformer shall be complete with a load tap changer having a range of 10 per cent above and 10 per cent 1~ilow normal voltage in 32 equal 5/8 per cent steps. The tap changer shall have full rated kva on taps above normal and a current rating corres- ponding to the full load current of rated voltage on the taps below normal. The tap changer shall be complete with all voltage relays, current transformers, line drop compensator, "Remote-Local-Off", "Auto-Manual", and "Raise and Lower" control switches, connections brought to terminal blocks for a remote control switch, a selsyn tap position transmitter, and any additional equipment which is re- quired for either manual or automatic operation of the tap changer by means of supervisory circuits. A selsyn tap position indicator (O.E. Type AB-16 or Keati.nghouse Type K-24) shall be supplied for remote mounting. Parallel Operation, The transformer shall be suitable for operation in parallel with the Owner's existing transformers, serial numbers 2-0124-30483-2 and 2-0124-30483-1 which were furnished by Allis-Chalmers Manufacturing Company in 1965 on their S.O. No. 48-4500-30063 and wh1.,2h have the same voltage and capacity ratings as the transformers being specified, e All equipment required for parallel operation of the load tap changers using the current balance method shall be furnished. Potential for use with the tap changers shall be obtained from potential transformers furnished as part of the Owner's switchgear. Cooling Equipment and Controls. Equipment shall be furnished to proviie the required cooling capacity to maintain the specified transformer rating. Temperature control shall be provided by a top oil temperature sensing, well mounted, bimetallic type device arrange to automatically operate the cooling equipment capacity proportionate to the transformer load. Cooling equipment motors shall be rated for service on 120/240 volt, single phase power. Control circuit devices shall be rated for 120 volts single phase. Alarm circuit devices shall be rated for 125 volts d-c. Manual control switches shall be provided in the control cabinet to allow testing and maintenance of the coding fans and pumps. *USAS Standard C57,12 (DENTON, TEXAS - 4573 ) (PORTER TRANSFORMERS - E-28A) DS-2 Mechanical Construction. The tank, base, radiators, covers and junction box be fabricated from steel with sufficier strength to withstand normal service stresses without distortion or damage, and to withstand an internal pressure 125 per cent of the normal operating pressure resulting from the expansion and contraction of the oil and gas in the sealed tank. All joints in the tank and radiators shall be made oil- tight and gastight by welding. Valves and flanges shall be provided as required to allow the removal and replacement of radiator units without taking the transformer out of service. The transformer shall be equipped with skids, pulling eyes, jack bosses, and lifting lugs. • Insulating Liquid. A sufficient quantity of insulating liquid shall be furnished with the transformer and, where possible, the transformer shall be shipped filled to the 25 C oil level. The initial filling of the trans- former shall be made under approved methods designed to eliminate entrained fir from within the tank and windings. If it is necessary to dry out the transformer insulating liquid in the field, it shall be done by and at the expense of the Contractor who shall furnish all labor, material, equipment, instruments, and apparatus required. The insulating liquid shall meet all requirements as defined by NEKA standards, shall be chemically etable, free from acidity or other corrosive ingredients, shall possess high dielectric strength, and shall test at least 26 kv. Core and Coils. Core and coils shall be in accordance with USAS C57.12 in all respects and shall be braced to withstand normal moving and handling without the use of special shipping braces. Auxiliary Power and Control Circuits. All auxiliary power and control circuits which are supplied for connection to external circuits shall be brought to suitable terminal blocks located in a common weatherproof con- trol cabinet. Terminal blocks shall be equipped with washer head binding screws. Terminal blocks shall be provided with covers and white circuit identification marking strips. Shorting type terminal blocks shall be used on current transformer leads. Single phase, 120/240 volt auxiliary power for operation of control circuits, and cooling equipment shall be served from an external circuit at one point in the control cabinet. 011 Preservation System. An automatically maintained dry nitrogen gas pressure system including the nitrogen cylinder shall be furnished to provide an inert gas atmosphere above the'oil. The complete gas system shall include an alarm device with alarm contacts arranged for remote indication of low gas supply. There shall also be included an adequate amount of bottled nitrogen gas to place the transformer in service. Nitrogen control equipment including the nitrogen cylinders shall be mounted in an easily accessible weatherproof enclosure mounted on the transformer tank. (DENTON, TEXAS - 4573 ) DS-3 (POWER TRANSFORMERS - Fe-28A) Undercoating. A protective undercoating shall be applied to the bottom surfaces of the transformer tank and base. Lightning Arresters. There shall be provided 'tree station type trans- former-mounted _i0-kv lightning arresters mounted near and connected to the high voltage bushings. Ground Bus. The transformer shall be equipped with a ground bus from each lightning arrester and the neutral bushing to the transformer ground pads at the base level. Terminals. One bolted clamp type ground connector for 1/0 AWC to 300 Mcm copper conductor shall be provided for each tank grounding pad. Accessories. Standard accessories shall be provided according to USAS C57.12 except that there shall be included at least one set of spdt alarm contacts for the following devices: Magnetic liquid level indicator Liquid temperatiure indicator Pressure relief device There shall also be included one fault pressure relay system sensitive to the rate of pressure increase and consisting of a spat primary element controlling an auxiliary seal-in relay and reset switch arranged and connected to provide manually resettable lockout function on operation of the primary element. The auxiliary relay shall include two normally open and two normally closed contacts. All rate of pressure rise relay equipment shall be housed in a weatherproof enclosure and shall be wired to identified terminal points in the main control cabinet. FACTORY TESTS. All standard routine factory tests, including quality control, resistance, ratios polarity and phase relation, excitation loss, excitation current, impedance, load lose, applied-potential, induced-potential and corona teats shall be made on the transformer. Four certified copies of these tests shall be delivered to the Engineer. Temperature tests will not 'be required on this transformer, but calculated temperature rise based on tests of similar units of previous manufacture shall be furnished. The transformer shall be designed to meet the standard impulse tests, but actual impulse tests are not required on this transformer. These tests shall be witnessed by the Owner or the Engines-. The Con- tractor shall pay all expenses for travel and living of the Owner or the Engineer which are incurred during the testing period including air travel to and from the site of the tests. If more than one testing period is required, additional travel and living expenses shall be provided by the the contractor for each testing period. (DENTON, TEXAS - 4573 ) (POWER TRANSFORMERS - E-28A) DS-s