Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1964
TABU OF CONTBITPS PUrS~ i;l~ru Pn(;e: ADWIR'PTf3ENENT A-1 A-2 INfITIUCTION 'PO BIDDI!1RS IB-1 ID-4 PROPOSAL PIS'-1. EQUIPMT DATA ED-1 ED-3 CON7MOT AGREITENT CA-1 CA-2 PERFORMANCE BOND PD-1 PB-2 OEMBMAL CONDITION,3 GC-1 GC-111 GENERAL SPLCIP7CATIONS G-1 O-1t DETAMD SPECIVICATIONS Item I - 6,16 KV SIIITCMEAR 1-1 1.-8 Itom II - 1t,A KV BUi DUCT 2-1. 2-2 I (DENTON) 'IUKAS - V25 ((fAlXTt' GPN% I,IID DUO DUCT - E-22A /1DVERIJS' 4E IJT SWITCl10LAli AND BUG UJC`l' • l'Oli DENTON) TEXAS Scaled bi.da will. be roceivrd by the City of Denton, Texan, at the, office of the Director of Uti.litica, prior to 10;00 n.m. Cuntrul Standard. 'l`imo, May 28, 1964) then publicly openarl For furnishin,,, SWITCHONAR AND BU) DUCT Proapectivo bidderf; may axamine copier, of the apecil'ications at the office of Black & Veatch, Consulting Lnt;ineora, 1.500 Meadow Luke Parkway, Kansas City, Mi.saouri. Specifications will be issued only to those bidders who have been d(:- temined by the City of Denton, Texas, to be qualified to bid. Determi.- nation of a prospective bidder's qualifications will be bated entirely on written evidence aubtnitted by the biddor in duplicate to the City and the Engineer not later than twenty-one (21) days before the time sot fur opening the bids, bath proopec:tive bidder nho].l, aubmit evidence that he; Ilan ndoqutite plant oquipment availabl.o to do the work properly and expeditioualy. ifaa an adequate financial status to meet financial obligations incident to this work. lfas adequate technical knowledge and practical e;gicri.enco, Has no just or propel, claims rending ngminat hill) on othor al.r.,llor work. lfas designed and immufactured three or more units of a si.rnilov type and rating, operutiu{; under equal or more severe servir,e conditions than the equipment specified, Unci erieh of which hha been in 3uccoa4ful cotmnerci.al, operation for three or more, years in central station power plants within the United States. The evidence uliall consi.at o.l' o selected listing of the units indicat- ing the Owner's name, location, date of initial operation, rating, operating aonditionn and typo. The listing shall be apecial.ly prepared for thin particular bidding and.rshull list only thono units fullin;, under the above requirementa. (qualified prospective bidders may obtain copier, of the upecifi.cutions from the Consulting rngineers (mailing uddvesa - Black & Veatch, P. 0. Box 81,05) Kansan City, Missouri 641.114). (DEVY011, 111DWS - 3'(25 (SWITCHak:Ali AND BU113 DUCT,' - r-22A A-l. All bide muot be made on printed contract docurrnent 1•'r,rmu included in the upecifiaations, Iflien filed with the Director of Utilitivu, each birl uhull. be; accompanied either by an acceptabl.o bidderte bond, a cortif'Sri(] r±hoc)c, or a otc 611ier'e chock on tiny solvent bank, the amount of which nhul.J. be not less than 5 per cent of the amount of tho bid. The bi(-, sov:uri.ty shall be made payable to the City Trmouver of the City of Ponton) Terua, )iid security of the successful biddere will be returned whc,n Choir contracts have been aignad, filed with, and approved by the City, 3314 uocurity of uneucceoo- ful bidders will be returned on award of contract or rejection of bido. No bid may be altered, withdrawn or rouubmitted wi•tliin uixty (6o) clayrj from and after the date set for the opening of' bidu, The City of Denton, Texas, reuorves the rifilrt to rojoct any and all bids and to waive defects in bide. CITY Or DEN'TCN1 MAC N EN'TOIJ, TSXA,1 - 3725 ) NI'TCEIGRAn AND BIR; DUCT - r,-?2A) A-2 INSTRUCTIONS Lb BlDf)ERU L,IIQPWALS, Proposals shall be oubmitted in duplicate) each copy containing n bound copy of these contract documents with the Propoaul and requontod data t'orms properly f'il.lod In. Proposals oubmittod without a bound copy of thcwoc contract documents or without all requested data and information will Imply that tho bidder does not intend to comply with all of the contract conditions and ouch proposals will be considered Irregular. The bound copy of theso con- Wact documents submitted with the proposal ohnl.l include all contract docu- mentu contained therein when roecived by the bidder. Entries made: by the bidder on the contract document furors shall be typed or legibly written in ink, All prices shall, be stated in words and figures, except where forme provide for prices to be stated In fir;uros only, Data forms to be filled In by the bidder shall be boldly written with black ink or shall be typed with carbon back or ozalid ribbon so that suitable reproduc- Lion of tho forms may be made by direct diazo printing, Conflicts between these contract documents and the biddor'o proposal including contract terms, scope of the work, details of dosign, materials, performance 8unrantoes, touts, conditions of service and methods of work shall be marked in Ink and signed or initialed by the bidder on the bound copy of thenc apeci- fications and documentu submitted with the propoeul. Conflicts shall be marked directly on the pages whore they occur by making reference to u partic- ular page or paragraph number of the bidder's descriptive information, or by inserting notations describing the conflict. Conflict notations which male reference to the bidder's descriptive information us a whole will not be uceeptablo. In ease of conflicts between those contract documents and any attached ,proposal information not marked as directed these bound contract documents shall govern. If the bidder alters any part of these contract documents by eraoures, delo- tiono, interpolations, or by any other way such ouch altaration shall be signed or Initialed by the bidder. Proposala shall be submitted In a sealed envelope addressed to the CITY 01-1 D1 TON, TEXAS and to the attention of the Director of Utilities, The envelope shall be endorsed on the outoide with the bidder's name and the name of the work bid upon. A single proprietary interest shall not submit multiple proposals; for the name, work even though the individual proposals may be submitted under different names, The Owner renerven the right to reject all proposals so submitted., Propoeals 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 60 days thereafter. (1')TIN'J.'ON) 'i'I XA{i - VP5) ino963 IIS~I. PRO1105AL WA11AN'17N. Duch gropoval uhul.l, ttlt to guora.it,t:o of good faith on the priri, of the bidder, be ncoompanied by cithor a cortiflrxl !,heck oil cnshier'n clioclc drawn on any 807.vent bank, or an acceptable bi-)rl , r ' u bond executed by the bidder and u ouroty conpany authorized to do buni.rinna in the State of Toxar> In sin umoturL o1' not ;Levu than rive per cent (5j) of Uio LoWl bid. 'l'lic proposal guarantee shall be mado payable without r;r,ndl.tl.on to the City Tceaaurer of the City ell Denton, Texas and the amount of the chach or bond may be rctalned by and 1'orfaited to the paid City of Denton, Texna as liquidated 6arnages if ouch propoual i.y accepted and the contract in awarded and the bidder fail.a to enter into a contrract in the form proscribed, with legally reaponoibl.e oureties, within ten (10) clays after ouch award is made, Proposal guarantee checks or bonds will be returnou to all unsucceaafu.l biddora, after award of contract or when their propovals are r(l,jsctod and to the uuc- coaaful bidder or bidders after they snti.afactorily execute and file with the Owner the Contract Agrooment and required bonclu, SIGNATURES OF IlIDI)BRS. Each bidder oha'.ll sign the proposal., using his usual signature, and giving his full bueinosa addroaa. Dida by partnerships; ahal.l be signed with the partnership name by one of the membern of the partnerahip or by an authorized repro oontaLive) followed by the designation of the portion cign- Ing, Ilidn by a corporation shall be signed with the name of the corporution, followed by the signuture and designation of the provident, nocrotary, or other person authorized -to execute ouch ocumentn, The names of all persona r;ifrning should also be typos or printed bes,ow the signature. A bid by a portion who affixes to hia signature the word "providont", "vecreta.ry", "agent", or other dcairMnLion, without disclosing his principal., will be rejected. Whon ro- quested by the Owner, satisfactory oviQonce of tho authority of the officer uigni,ng In behalf of the corporation shall be furnished, YAMS) PI IIM TB AND I,ICLNIM I EE.13. Tho bid price atated in the propoual shall include all tuxes (Federal) state and local), penilita and licenses which might be lawfully ussoseod againat the Owner oi' Contractor for or in connuction with the propoual work. It Shull be the bidder's responsibility to determine tho, applicable taxut;, pormitu, and .licenuca. If the bidder iri in doubt as to whether or not any tax, permit, or liuonae is applicable, lie shall eta Le in hint proposal whether or not thin item has been included in his bid prico and the amount of the appli- cable tar., permit, or license in question. IN'i'L111RETATION OF SPLC1MATION6. If any person who contomplutet3 submitting u Urd for the propoposcd contract is in doubt au to the true meaning of any part of the plans, specifications, or other propuaed contract documents, he may sub- mit to the Engineer a written request for an interpretation thereof. The per uon submitting the request will be responsible for ita prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued and a copy of ouch addendum will be mailed or delivered to each person rocoiving a act of such documenta. The Owner will, not be resporniiblo for any other explanationa or intorpretationa of blip proposed document!;. . (DENTON) 1EXAS - 3725) !20)63 lz3 ~7 It shall. be the responsibility of the bidder to advise the Engineav of coni•lict. Ing requirements or omissions of information which are necessary to a e:l.aar understanding of the work before the (late set for opening bids. Those ques- lions not resolved by addenda shell be listed in the Proposal, together with statements of the basis upon which the Proposal is made rrs affected by ocach question, TIM OF COM3s"PION. The timo of completion of the work is a basic considera- tion of the-~contr ot, The proposal shall be based upon commpletion of t)1o work in accordance with the specified schedule, It will. be necessary that thr, bidder satisfy the owner of his ability to complete the work witnin the stipu- lated time, In this connection, attention is called to the provisions of the attached Ocneral Conditions relative to delays and extensions of time, ACC TANC) BIND REJECTION Or SIDS, The owner reserves the right to accept the bid w ioh, in its ,judgment, is the lowest and beat bid; to award the contract by sections; to reject any and all bids; and to waive irregularities and infov- malities in any bid that is submitted, Bids received after specified time of closing will be returned unopened, Award of contract may be contingent upon authorization of they financing for the utility expansion program by the qual.i- find electorate of the City of Denton, Texas, IIVF'ORMATION TO BE SUBMITTVID VITH PROP08AT„ Each bidder shall submit with Iris proposal the name of manufacturer and •the typo or model of each principal item of equipment or material he proposes to furnish. He shall also submit there- with drawings and descriptive matter which will show genara'l dimensions, principle of operation and the materials from which the parts are made. Any bid not having sufficient descriptive matter to dencribe accurately the equip- ment or materials bid upon, will be recjected as irregular, The above drawing: submitted by the successful bidder will. be retained by the Owner. Any material departure from these drawings no submitted will not be permitted without written porinission from the Owner. Verbal statements made by the bidder at any time regarding quality, quantity or arrangement of equipment 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 no indicated and such selection shall not be n cause for extra com- pensation or expansion of time, G_OCQ1 20NDI_TION5, 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 relative to construction hazards and procedure, .labor, and all other conditions and factors, local and otherwise, which would affect the prosecution and completion of the work and the cost necessary for maintenance of uninterrupted operation, the availability and cost of labor, and facilities for transportation, handling and storage of materials and equipment, i NTH, TEXAG - 3725? -3 l IA snucsL Lr, tu;dcratood artd +.t(vc(+d that al.l. such nictovi; F,orrt- been propun,i-y inter tjggitl~e(j and cowtidercd in the preparation of every propose,] f;ubmiLted, au bituru W1,:1.J. be no uubncquent Vinrancin). adjuntmentr to any contriwL awarded thereunder, whk!h Io baeed on the crack of ouch prior information or 1 1,n ai'foeL or the Coat of the work. BID PI(7:CE'S, Propoualu which contain a I.unn) sum bid pr ere for it combinid,101, cif' oilulpmen itema or orection work items ahull also incl.uiln un initividual bid price fell each Item included in the combination. flickiuru `rho tare bidding, tho furniulsing of equipment or muterialu for which a septurute price for erection of the equipment or material. its uhown on the Propoua•l form t;hall also bid a soparate price for the er(.-r,Lion work, BON1) The Contractor to whom the work ie awarded shaJ.l. furniuh a performar-o bond to the City of Denton, 'T'exas in an amount equal, to 1.00 por cent of the contract amount. 'T'he coot of the bond uhal.l be included in the bill price, The bond shall be executed on the forma provided, cc. ice;; ef' which two nttachrc3 hereto, and signed by a nurety company authorized tc, des buninonu in the ;hate of 'texas and aceoptabl.e as surety to tho Owner, With the hone, shall be filed copies of a "Power of Attorney", certified to inc).udo the date of the bond, (l~cr1'ft~ri, ~1'D):A£1 37~_'S) rog63 13i • t; MPWAL TO THE CYTY OF Dam", TEXAS • Gentlomenr The undersigned hereby proposes to furnish the switchgour and bua duct complete as specified heroin fob at the City's electric generating station site for the, following firm lump sum price; Price in or e Dated at <G q., thisI trM day of lhl , 1964. Orr- gY Title _/11,'i~, Business Address of Aidder State of Incorporation cam,, wN Address of Principal Office ~DEN'i`OK, TEXAS - 3795 tSWITCHMAR AND BM DUCT - E.M PF"' i i rI' ImT-E CIi2CUlT BREAKER GOMPANY',1 , 1 •UTLtR A LAND, (NC, 1046, VIER 1110f1 • goal Vvvr Ht DALLA/ Il TINA1 4 i r• XW 10m MM r.'ly 3wo Zmk Sao owe athx1tilM t r may- ~ r `T I 1 1''' '1 ~wtl opWitieatiO~q ~?~d•lt»~ w~ 1 1 13~Mltdl~dx~ Aad 1+~W1 U+Wt: ; f ' li~t~ttal l~3+~w4~1 ' ~tl~~~ . J r r Durk tla VISA op"i y"t+rr"I't U66Y 26tho at SIVIlmimately 110 ten AM No life rd PAios of h x4ak le Vextah ad the abom bid sUtmlttod by the I*Vwl 01 MIS Oftakear Cooymys quad l duetted a prmw bt $U1431030 !or US slurs utdo peat Pr-i. Car pri4,Q i OUW*d U TOX0 r StMts la*164 *ad Ulm+a xax to bo P*14 by the Clay 4t Votatio Too"* Ma W" poted by rvj "t'erjak ~ 4= QUX' btd~ A009 WUsg to the Texas Walked Gaza riaalfre A aiz• Tfix mdonted AttivAt, a, 1001p ft%o O, Pang VA V. muTa P.tUpaph 4, .AS^y Coooty►,o Cityo Spaoisl pistlrA t or other p UtIca?l sodivieiaa al WA Mato I" ex"Ot frm t6o 0am"tou" of Us tONWA of taxes uvo"A by this oup"Ife bwma ► ao tb" Ali 8k%UW V&X is Wt 1Rppi. ftb3* this should b* dsw 1 Am ted from a w As" AS4 >m"oe ftU 1101 U *U* qt' b" prim ' i Win rm eat rWp~o rtti gr 014 iko wm* o tw 0% State Tox" am ~ ftm Ww Ud Maim of bids tbiw rroald' wilts 1a tbs low blddor for this ti4 ,''!~rfpMlr a" Mw OU" 00's A I* Q* sra~aasd Irp~i~• 1 Tory t. I mmm A o MA 'A~1riltoltt"w oil 1 10 1 I 1 1 i t ! , 1, 1 I ! /I 111 1 1 ' I I I 1 ♦lwM1.aJ,r «a ✓.Ii .ir ~ a ~'.rrl rLl ~ f:+ J ,,:ti. f,l'~«tL lily , a «.,_L,xr.. .1 r. r ar ....I. w..... ..j.~...a.., .t.. f '1 11 rb 105'. 1.... 1 E UII'F Nf iaAxA. Lash bidder shall 7 n1-.~s.L furnie thee following data (Bidder Is Name } describing the nwitchgear and bug , duct he proposes to furnish.wj,A., Qri ' ~ ~ n~'ax a ~ama~ ` Notes Write entries boldly with black ink or type entries using carbon back or spacial ribbov, Do not use blue ink or a ball point pen. , Item T, 4.16 KV 2►itett~eeu , Type of circuit brrakeru Make and type of current transformers Make and type of current trans.. formers for zero sequence overcurrent relaying Make and type of potential trans formers Type of bus insulation 1 Type of bus supportij Type of insulation on connections Type and size of wire used in y B • small wiring Circuit breaker f Current rating, cu«pares ~l O Voltage rating, volts Interrupting calmity kv 0 kva amp Short-time onr, second rating) orperas Short-time four second rating) amparea~ (MIMN) TMAS - 3'x25 (SWITCHMA AD BUS DUCT ~ &22A E,D-I ~ . •"~CF~......-. ..:...--,r... ~_-•~--7nrq-,^ f ,t f`;': r)~~I ~"iT'jC~l'P1Fn"y'MYL•Tii~.' - (lei ttidae~, ~ a we Type of cl.oning mochaniom Oporatllig current to clone a", 125 volts d-c, mnixwetl . Operating Cuz'rrnL to trip at 1.25 volts d-e, nmpernn Make and typo of aontral nwitcheo Make and type of ovoreurrent relays Make and type of ovcrcurrcnt j ground relays 0 Make and type of undorvoltage relays Make and typo of zero nequance overcurrent relays,C size of completely Ravelitbled Evitchgoar La ngoh i Width C-V Height . - _ .___0.. _ _ _ .....r _ _ 'Total, voight of uwi('01gear, pounds Ohippin,g piacen No. We Ifi)) ( rare n Unit adjuntiDg prlao for the addition or dolction of one unit,'. motor or LCUO feedar b.reakor to Sfl L/ r.► 6 0 p the 4.16 kv nwitchgear TammN, T XAG - 3715 ~SWITC}{MAtt AND DUB DUCT N-22A; " .l .1 k;~ (-r(, tit T `t.c.:1 ;f `fi•" ~F~ (Mild"t~(r3 had.) 7.$t~Irl II., II IEi KV M I II --I f" It~eUd 1hta ffi1ci. _ Mtku nrnl tylir Nmibar cvid rtir,o of I,uq 1;) i3,n N"Anning k 0 • Tu~loc,i~ thrL.rEt~cn- W10111) irtc;lieri r,' R3 Lj41 , fi /tU Depth; tnc bll o 1 W01-Ah pier 3-rho_rir fciu4, peril O Unit rtd,jur ing pri.ct3 pur ;i Thrtncs drr's 31tcu11jurcd 10,011, 4143 l~uq centerlino for WAR= or de'lutions to the buo riyei;omo) Including i.';itl,lnkri l d /f1 f'7 , I`!, f I1 E+ e 3wli.`Pt'1t41F~1i? Atll) I111c' i IC"P i?,-PA ° CON`T'RAC'T' AGREWN'T' THIa CONTRACT AGREIMUT, made and entered into this 8th day of June, 1964 by rtivt between the CI'T'Y OF DENTON, TOCAS, Party o!' the 14rut Part and hereinafter called the "Owner", and I-T-E CIRCUrP IIREAECER COMPANY, a Pennsylvania corporation with its principal office in Philadelphia, Pennsylvania, Party of the Second Part and horeinafter called the "Con- tractor", W ITNE,S ACTH THAT WHEREAS, the Owner has caused to be prepared, in accordance with :Law, specifications, plans and other contract doouments for the work an herein specified; and WHEREAS, the said Contractor has submitted to the Owner a proposal in accordance with the terms of thin Contract Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has determined and doclared the aforesaid Contractor to be the lowest and bent bidder for the said work and has duly awarded to the said Contru•~tor 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; NO6l, THEREFORE, in consideration of the compensation to be paid to the 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 i.ts, his or their execu- tors and administrators, an follows. AgPICLE I. That the Contractor sliall furnish fob the City'n electric genevating station site the switchgear and bus duct, complete as npcai- fi.ed and required in accordance with the provinions of the contract docurneertn, which are attached and made a part hereof, and shall rxecute and complete all. work included in and covered by the Owner's official award of thin Contract Agreement to the field Contractor. ARTICLE :I1. That the Owner shall, pay to the Contractor for the work and mn l erials embraced in thin Contract Agreomerd',, and the Contractor will cu:ceT,i, an full cond)Gnsabion therefor, the sum of F114TY431 WEN THOUSAND 'JHREE+, HUNDRED FIVE AND 110/100 DOUAR;i ($57,305,00) for all work covered by uncl included in the contract award, designated in the foregoing Article I; payment to be made in cash ov its equivalent in the mariner provided in the npecifications attached hereto (DEN'CON) TTT/,AS - 3725 ) (C)WITCHOBAR AND I3UO DUCT - L-22A) CA-l ARTICLE III, That time of completion in of the essence of the Contract Agrcemontaand that the Contractor shall proceed with the speeiflcd work and shall conform to the following schedule; The switchgear and bun duct shall be delivered between July I and J111Y 31, 1965. :[N WITNLSC WHE'RTCYj the parties hereto have exccutcd thls Contract Agree- ment as of the day and year first above written. CITY OF DBP1TON, TEXAS attest I.T-L CIRCUIT BI KIM COMPANY rQ6 O'eal ) HGI. , .Y. .H. .K. .K. Y. Y Y, N The contract iii in eorrcot form according to 1%i and s hereby, apprr,veel, Attorney Sbr owner l~ (DR-H1'ON, T1 XAG - 37'(•5 } ( F,IRCllf}1',t R AND BUS DUG"' - C-22A) CA-P ['LIiMWNCL BOND KNO14 ALL Mr 5N BY TIME PRESI;N'SS that wo, the underslr!nod I-T-B CIIICU:CP BRE:OM COMIANY of Philadelphia, Pennnylvania, hereinafter referred to as "Contractor", and a corporation organized and existing under the lawn of the 0tate of sf- and authorized to transact business in the State of 'Texas, as &urcty , are held and firndy bound unto the City of Denton, Toxus hereinafter referred to as "Owner", in the penal sum of FHTY-SEVEN THOUSAND T11RRE HUNDRED E'IVB AND N01100 DOL L,ARI3 R-57,305.00)) lawful, money of the United States of America, 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., WIICR)AS, on the 8th day of June, 19611, the Contractor entered into a written contraot with the Owner for furnishing materials, supplies, and equipment not furnished by the (Mier) construction tools, equipment, and plant, and the porformance of all necessary labor, 'or and in connection with the construction of certain Improvements designated, defined, and described in the said contraot and the conditions thereof, and in accordance with the contract drawings and specificationn therefor; a copy of the Bald contract being attached hereto and made a part hereof'; and WNLRCIAS, it was a condition of the contract award by the Owner that these presents be executed by the Contractor and 'Surety; NOW `PMR RUE, if the nald Contractor shall) in all partioularn, well, duly, and faithfully observe, perform, and abide by each and every covo- nant, condition, and part of the said contract, and tho conditions, 0p00ifications, drawings, and other contract documents thereto attached or, by reference, made a part thoreof, according to the true intent and .,Meaning in each case, then this obligation shall be null and void; othcr- wine it .,Ball remain in full farce and efroct. PROVIDI3D E'Uli'P111li, that if' the Contractor shall fall to pay all ;Just clraimn find demands by, or In behalf.' of, any e.,nployee or other person, ov any firm, nssocint,ion, or corporation; for labor performed or materials, ruppli.rn or equipment furnished, used or consumed by the Contractor or his, U MAX or ltri Mubcn.,itractor or subcontractors in the perfortwanee r,f' the work, then the 13urety will pay the full. value of ul..l such o1 trns or demandn in any total amowft not exceeding the amount of this obligation, together with interest as provided by law. . (DLIFY0I11) Tt;XAS 3725 ) (t;,r.ITC11(11;AR AND SMI DUCT - E-22A) PI?-l. TUB' UIJUIaEtSICN3~l) 'WRETY, for value received, hereby agiv,er; that no ex- tension of time, change in, addition to, or other rmoall"Ication of the terms of the contract or work to be performed thcrcun(jur, or of the OPOcificutionu or other contract document, chall in u,ny way nfi'cct .tts obligation on this bond and the Surety does hereby waive notice of any such extension of time, change) addition, or modirianti.ons. 114 TESTIMONY 1AIEREOF) the Contractor has hcrcunto out his hand and the Surety has cauued these presentu to be executed in its naive and its corporate ueal to be affixed by its attorney- in- fact thereunto duly authorized so to do, at 1 r Iw/1 4 , tom' L t r A/ L/A--, on this the day of 1964 I-T-P: CIRCUIT A KER COW-ANY (SUAL) (CONTRACTOR) By ~ y ~a , MGR. SWIMil ,:,'n1 i' BURLY COMPANY By ~ (uI.AL ) At toi nay-in-Fuca I3y , nbc Rc:,pronentutive (Accompany thin bond with attorney-in-facb's authority from the fiuroty Company certifiod to include the date of the bond.) (llELG'ON, 'PiMj - W,25 ) { ;7;':l'1",31c}. Alt AND YUt~ UUC'.i' - S- Pia-2 INSURANCE COMPANY OF NORTH AMERICA PHILAAIi;LPMAs PA. I+"inaraclal Statement---December 3T, 1963. I AUMPI°Ph'D ASSIOVI,5 LIAIII LI'1'IRS Cash Ili Office and Bunks . . . . 213,317,725 110aorvo for Unpaid Ie)mvii , , . , , , . , , $ 315,3e3,H52 10overurnent 12onde (nmortimorl vnl us) , , , 184,120,00e 11c8erve for unearned Prornhum; , , 387,178,033 •Misedlanuous Benda (nmorlinel valuos) 2D3,077,008 M orve for'1'ox(.s and Flxl)«t1Hrs , , 10,172,830 *Stocks (nssocintion markel value) , , , . , . 700,013,711 Olhor 1.1ab11111ps . . 0,052,206 Accrual In(urest . 3,072,204 Itdomorance hr Non-AdndUed Companies 21,230.037 [2081 Fl9641e . . . . . . . . . 14,135,352 12cscrvu for Opmeml l'rurniums in Courxu of Collection , : 15D,172,425 Contingenclell 4,100,561,572 All Other Assets , , , . 27,808,337 12cinsurance Vunrl 23,000,472 Capital fiS,OO-I,H85 $1,477,0213,787 Surplus , , I60. 4Y),00(1 Hurphis ns regards 11olleyholdere 728,325,020 $1,477,023,787 'Oh Iho basis of Dovonber 31, 1003, rlcUurl market 11uo1111i0114 for 1111 stoclo and bands, Ow lofal essels would liv:$1,477,4DH,4H1 nnl the rasurw, for yaaernl conlingenelm $4110,430,200, STATE, OF PF;NNsYLVANIA ss. COUNTY OF I'll ILADWHIA yr..R,,..11QP.KINS,,.rlit. .........being duty sworn, says; That he iv Assistant Socretary of tho Itimminee Conlnnny of North Amerieal that said company is a collyoratiou duly organized, existing and engaged In bushless Its a surety by virtuo of the laws of tho Commonwealth of Pennsylvania and has duly cempliod with all the requirements of Cho lmV8 of sold Comnlollwealth and of the lams of the State of...... m, NNSYLVANIA applicablo to said Company and is dilly qualllled to act as surety (older such laws; that said Com• pony has also complied with and is duly qualified to ar}, as surety under the Act of August 13, 1894, entitled, "An Act Relative to TtEteognizauces, stipulations, Bonds and UndelUkings, and to Allow Certain Corporatlons to be accoptod an surety 'I'll oroon as amended by the Act of Congress of March 28, 1910. That Om forelfoing is n fltll, i.rue and correct staiement of file 11111(neial comIffloll of 14111d Compluly on the 81f,t day of ltecomher, 196.1 Sworn to borom me tliis (Illy of MAY 19 64-- , i 14 it, ^ fs/ . s$11., o s J 5, 1966 RAI ;rvela)"It v n+ y N r, c „ y to ro~1 b +tGt y o~ 4) o ss w Y av'. 'V y bp v (1r r •j 'D p O ~I:f d U, '~'7 I ' lun J O y~ ,A c; o ~EJi r + ro y U tCj '~.I m o j }(i av1 iRi W A' i^' ~.y r-p y N C~rY l,.4 Y ~ W ~ ~ S7 ~J°, ~ •a~'S~ ~f e4t73 it fr. N h 'y"' 1 N 1 { 1" uJ .r L. N G , 1.~J N +,iji Iryp ^7 Hu I {N{ ,pp guy r' ct ,C Q) 'rY ~ d U; ^0 44 7: r~7 ;q g VI 3ypj f1 } ' O O 00, 11 4 y N N N J A' 4~ o 0 '6 U d js FM~i 't J G f 7 „ a ~t ro " r v ° U Q+ v. ro g i r' 7 25 5 1 v. o 0 0 J7 tf d U~; ~,3w aw ~v' W Lcn a ~i c cOPLa .i1 N10 0 .9 •tt//~~ a ' Liy V!~' V 4.' W V ~r; y r(j q f l'~ y ,'n :J rA 6) ppp~ y Q~ W t i 't pO cl ~',q °i 4H }1 u/Rj I44- J Vr N IJ~ f ~M Y r d u fy v LL c~ ' a .r1 J'~. yh O Vl_ n~ 61 j 1+ f O n d N .I~ .r~ U6 I J 04 f !/7 Ojf i!j r 1!~yf ih 16 W ai J t: o ' ✓r M o 'O' F 1~ rFO Ian C J, G b ,4 J bs 'r N N N of Gl !fed Jt ( t~. " H ~y y E_, l~~J ry° o °4 t' qL :i~; q ~ V y r sr~ I 1 ~q° .n ai .+ppi ~f a+ W n~f l~Fj: C a7 a k'' r, ° b ,r y W a L LO ri: d 4 d 01 ° v. H K; h 8 F ry p +1 ~'i o l !t' 'y VJ d " v H 0 7! ~ A J C 'r~ U .A W t o j~ r~ Et~ A P4 a p, Pot 0 y ^~dt1 ro5"avv ° 4y~ o Y ° °y ppY~ I PI ~.r rte. p (~~o va gU° ~Npo.~j ICI p p Std'!1 1"' l+q O►~~j,t5 ryy~~ E=li ~c ~u. w~ n:C ;1~ w .4a~~ 44 Nyy!pi~N0~ ~e ~r ~~d1I,iVpil~Q v O .+s bM~ IL ' C ' d e'^ Lf♦ p ;:S N O v 7 /1 Z r YI 44 W O 0°'$ w rare' 4N d 1+ o 49 o~w 'C ° f 7 p N ;J 'I irJ {~5 y'u , ~4 G M Tt, Y+ 11 W I(aj , (Q,1' MM 'V:y p 9QHrlq O If. j 0 41 4~ 44 Ar It- 4) 1+01 ,q Prd /i ~p0OyI O'pr(p',( ti 1; o ffr u'( C.a 4~-4y Vj ~a ¢~11 y ro~{,.ery~ ~~q!" O d O n v 3 .:J tE, a? v JJ Q' .r7 'C ~ F/ '{tlj JC R .Q 6 `C' 'y, O RR p ' y.} t00'OU V6 1/ N cd b m 4 ° ,a p Fl , V° r p a roqq I~ r'' 0 A V P e? N t?A ' c J,'u b, 'd o tl ~,ri p Q p d'o f' ° of ro a a u IS .0 re H yro~ tp O r,f w t'' p' 14 O yro H t4 a.a ~rro M 9 l~ Op itl ° fs ' Pu IN o 4, Iu rl ~ N tq~ ~i y. rop s p r. j Na o O ✓a O d ;y rq M q yr p' 'V C N ,va C) ~ j.1 p , C3 0 44 d ro `y' a4 V ti W a ~ .l . ~ vl v ~ r O ~~N ~ri P. b .rE~etiK 'A bg ^op CL 1 19 10 fin V [7 d W 4A to mu a. ,r ti a O pp i' z! I+ f U] '~j ggp 44 e' r~ u a O n a. 'f ~ 6 G7 a` 0 v y v by 14 " t, Wgg~~'t9rdo+~ r w'gJdos~ 4~~q Oc~ {{~q q.t. ~iJ'sO~ c M~ z W+~r ~ O tl ~ y i ~ ~ ° u " r ~ ttl O ~ ~ O O' ~ ~ ~ f4 Cofl $2, y~ ro ~ + a Ua+w vp~ au ~Nr'.'1 at'; v~' Al k, 44' ^'W `A o o y a y v y r r bC~1. vi a~ q r ,p n~3 N cV C7 m 'r'l w 1 {qW ' tl (~i .pj' T ~ pl7 N ~ 1 ' b ~ ~ ~ 61 d ~ ~ E•yj .r' t7 ~ v 'gyfi .~]N ~ ~'j' A. ~ v' ,1-l~ W O .rl c"i k F Y u' r7 tl rr r Li ~tl t: vq p tS b 1+' tj ~~I FGG~ R7 VV •VII rJ D M O viy'•a ' 'N ro ° o . .i-F'' ~C 5' O v UI u R ;5 ~r 'y OBNERAL CONDITION;) (iC-1, CON'T'RACT IMUMENTS, ;[t in underotood And ugrood that Llie Ady<,'I. tfnemtnt, Instructions to Bid.dorv, Proposal, l,gs.sipment Data, Contract Agreement, Performance Bond, General Conditions, 6peollIcatione, Plano, Addenda, and Change Orders issued by the Owner or the Cnginoe.r And spoc. ficutlona And engineering data furnished by the Contractor and approved by the Owner, are ouch included in this contract and the work shall be done in accordance therewith. UC-2, DNIV NITION`3', Words, phrases, or other oxpvounions used In thcne contract documento shall have meanings as follows, I.. "Contract" or "contract documents" shall fuclude thr items enumerated above under COPTIVal' DOCUMENTS. P "Owner" shall mean the City of Denton, '.Paxau named And dosig- nutod in the Contract Agreement an "Marty of tho F'irat fart", acting through its Board oi' Public Worho and City Council and their duly authorized agents, All "otieos, letters and other communication diraetod to the Owner shall be addreaved and delivered to City Hall, Denton, 'i'o= 3. "Contractor" or "manufacturer" shall mean tho corporation, company, partnership, firm or individual, n,amod and din nuLeu in the Contract Atireomont us the "Party of the Second Part", wh has ontcy6d into this contract for the, performance of tho work coverod'thereby, and its, his, or their duly authorizoil repronentutivoo. "Subcontractor" shall Henn and refer only to a corpOrnt,ion, partnerohip, or individual. having a' throat; contract with the Cont,roeUoi, Por performing work covered by those contract deco., menu. "Engineer" shall mean the firm of Black & Veatch, Cattault.ing Agincere, 1500 Moadow Lake Parkway, mailing address K O Box 8408 Kansas City,,Mlnnouri AM, or i.to duly authorized agents, such agonto noting within the Anupe of the particular duties entruo ted to them in onch oase, 6. "Date of contract", or equivalent wo;Aa , shall mean the dutr. written in bhe first parugraph of tho Contract AgroomenK r, "Day" or, Maya", unless hercin o6eirwrioc expressly definad, shall mean u calendar day or days of twenty-four hours each, 8. "'T'he work" Wall mean the equipment, supp.liea, matcria.'ls, labor, and norvieco to be furnished under the contract and the carryinrl out of nil duties and obltgationa imposod by the contract docu- mento (D1 UTON) TEXAS) 120963 GC-1 91 "Plasm" or "drawings'" uhall moan all (t) drawings 1'urniethud by the (hater as a basio for proposals, (b) supp.'Lomenbury drawings furnished by the Owner to clarify and to Wine in greater detail the intent of the contract planet and speci- ficatiohs, (c) drawings submitted by the suonesaful bidder with his proposal and by they Contractor to the Owner, as approved by the Engineer, and (d) drawings aubmitted by the Owner to the Contractor during the progress of the work an provided for herein, 10. W 10 henever in these contract documents the words "as ordered", as directed", as required", as permitted", as allowed", 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 terms of the oontraut; none of these terms shall imply the Owner or the Engineer has any authority or responsibility for supervision of the' Con. traotbr's forces or construction operations, such 'su'pervision and tho sole' responsibility therefor being strictly rogerved £or the Contractor, L1. Similarly the words "approved", "reasonable", "'suitable", "acceptable", "properly", "satisfactory", or words of, like Meet and import, unless otherwise particularly specified herein, shall mean approved, reasonable', suitable, acceptably, proper, or satisfactory in the ;judgment of the Owner or Engineer, to the extent provided in "10" above'. 2.• Whenever in these contract documents the expression "K is understood and agreed", or an expression of like import Is "ood) ouch expression means the mututal understanding and agreement of the parties executing the contract agreement, ac-3, V8RDAL 5TA'1'S NOT bINDINS It is understood and agreed that the wrl.iter► t'cr7uu and provisions of Chia agreement shall, supcruoda all verbal ttatemonts of representatives of the Owner, and verbal, utatomentu Phall not be el,'£ootive or be construed an being to part of this cont ruM (JIG-4, STANDAkiD 8PBOIFICA'1'IONS, (reference to standard specifications of any "technical society, organization) or association, or Ko rodan of local or state authoritW, shall `Was the latest standard, code, speelfication, or tentative specification adopted and publinhod at W elate of taking Bids, unless specifically stated otherwise, 050163 rob 002 ' 00-5, EXECUTION OF CONTRACT DOCUMENTS. Four (b) copies of the contract documents will be prepared by the Engineer. Capies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be r;uppliod. 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 bond forma shall be left blank for filling in by the Owner. The Ownev will execute all copies, insert the date of contrast on the bonds and lower of Attorney, retain one copy, and forward one copy each to the Contractor, Engineer and surety company. QC-G. SCOEE<, NATUFi , AND, UMENT 1 SPECrFICATION9 AND EMS, The speci- t cations and plans are intended to supplement, but not hecesearily dupli.dpte.eaah o4her;. Any work exhibited in the one and not in the other shall be.executed ae 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,omittee from the specifications and plans, or should it' appear that various instructions axe in conflict, the Contractor `shall'secure written inotruciions from the, Engineer before proceeding with the construction affected by such omissions or diucrepsneies. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. aC»'(. APPROVAL OV ENaMRINC DATA, Engineering data covering All egW,pmen~nd fabricated materials; to be furnished under this contract sl)ull be submitted to the Engineer for approval, These data nhall include drawings and doscriptivo information in sufficient detail to show the kind, size, arrangement and operation 'of co,npohent materials and devices; the external connections, anchorages and supports required; performance characteristics; and dimensions needed fox, installation and correlation with other materials and equipment. Data submitted shall include drawings shoring essential details of any changes proposed by the Contractor and all required wiring and piping layouts. No work shall be performed in uonneotion with the fabrication or manufac- ture of materials and equipment, nor shall tiny acsryosbry or 'zppuvtonanee be. purchased until the drawings and data therefor have 'been approved, except at the Contractor's own risk and rosponaibility, Four (4) ropiec of each drawing and necoashry data shall be oubmitted to the Engineer, o5o163 Fos GO-3 When the drawings and data are returned marked "APPROVED" or "RECEIVED FOR DTSTRIDUTION", additional copies shah be.-Submitted to the Engineer. 'l'ife )lumber of additional copies will be determined by the Engineer but will. not exceed eight When the drawings and data are returned marked "APPROVED AS NOTED", the changes shall be made as noted thereon and corrected copies shall be sul)glitted to the Engineer. The number of corrected copies will be determined by the Engineer but will not exceed twelve (12), When the drawings ac,d data are returned marked "RETURNED FOR CORRECTION", the corrections shall be made as noted thereon and as inatruoted 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, ex,Lernal oowiections and dimensions which affect the plant arrange- ment, . fihe. Engineer's approval of drawings r'tturt ad' marked "kPPWOM" or APPROVED AS NOTED" Will not constitute 'a blsnkdt Approval af kl dimo"..ons, quantities j and details' of the, 4 ,,anal, equtipfiibnt', 'deb ce, or item shown and does not relieve the Contractor from any r'ebpb`ns'ibility for errors or deviations from the contract regiUrements. 411 drawings and WA) after final proeese'ing by the Lnginee'r,' shall become a party of', the contract documents and the work shown' or described th#pby.ohall be Performed in conformity therewith unless othd'M66 ,required by the Owner or the-Hngineer. GC-$. LEGAL ADDRESS. The business address of the Contractor"given in the Proposal is hereby designatbd as the place to which all notices, 1;etturs, and other communication to'thtl. Contractor Will; be ftA,led ox, delivered., Tile, address of the Owner appearing on Nge`'GC-1 is hereby den,i,pated as the place to which all notices) letters and other cam- muniaatlon tQ the Owner shall be mailed or delivered, Zither;party may ctlanao tile. said address at any time by an instrument in writing delivered to the Engineer and to the other party. GC 9• UT '.CS, Royalties, and fees for patento covering matotiaxs, articles) apparatus, devices, or equipment (as distinguished fron, processes) used in the kork, shall be included In the contract amount, The Contractor shall satisfy all demands that may be made at any time for such royalties and ;fees) and he shall be liable for any damaged orelai,mci for patent infringements, The Contractor dhull', at `his own cool; and expense, defend al.l sums or prouoedings that may be instituted c8ain6t the Owner for infringemont or alleged infringement of ahy patents involved in the work and, in case of an award of damaged, the Contractor shall pay such award. Final payment to the Contractor by the Owher'wll.l not be made while any such nuit or claim remhina unnettled.,The don- tractor, however, will not be hold liable for the defense of any suit or other proceeding, nor for the payment of any damages or other cost-is, 05o163 FOB Go-4 for the infringement of any patented process required by the plane and specifications for the contract; OC-10, INDEPENDENT CONTRACTOR. The relation of the Contractor to the Owner shall be that of an independent contractor. GC-11. AUTHOPITY OF THE ENGINEEf2. To prevent delays and disputes', and to discourage litigation, it is agreed by the parties to this contract that the Engineer shall in all cases determine the quantities of the several kinds o.f work which are to be paid for under 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' within the allotted time will be considered as acceptance of the Engineer's decision and the decision shall become final and corielusive. The Engineer's decisions and the filing of the written objection tkiereto shall be a condition precedent to the right to request arbitration or to start action in court., It is the intent of this agreement that there shall be no dell it! the execution of the work, and the decision of tht~ Engineer shall tis promptly observed GC-12. ENGINEERING:INSPECTIM The Owner may appoint '(either directly or through the Engineer such inspoctors as he deems proper, to inspect the work performed'' for compliance with the Plana and speaMoationso The Contractor shall furnish all reasonable assistance required by the Engineer, or inspectors, for the proper inopect1on and examination of the work The Contractor shall obey the directions and instructions of the Engineer or inspector when they are consistent with tha'obligations of this con- tract. Should the Contractor object to any order given by an inspector, the Contractor may. make written appeal to the Engineer for his decision. 'inspectors and other properly authorized representatives of the Owner or >ngi.neer shall be free at all times to perform their dution) and any attempted, intimidation of one of them by the Contractor or his otq)loyees shall be sufficient reason to terminato the'cou tract`if the Owner so' decides. Such inspection shall not relieve the.Contractor from any obligation to perform the work strictly in accordance with the plans and bpecifica- tione. Work not so constructed sha11 be removed and replaced by the Contractor at his own expense, o5ol63 FOB tsC-' GO-13• No w,AivER OF RIGHTS, Neither the inspection by the Owner or Engineer or any f their officials, employees, or agents, nor any order by the Owner or Engineer for payment of money, or any payment for, or acceptance of, the whole or any part oJ' the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its e or of mployees, shall operate as a waiver of rnny provision of this contract, pideiwor any dwaivereof any) breach any in right this t contract abe held to be a waiver of any other or subsequent breach. CC-14. 0D71CftjoX8, The Cont;raotor shall modify the work whenever so ordered by the Owner, 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. M cept for minok, changes or adj ustmento which involve no contract price adJustment or other mmetary consideration, all,modificattons shall be made under the? authority. of;dulyiexecuted change orders 'issued and signed by the Owner and accepted and signed by the Contractor. 00-14,01, MLta w if a,modiflcati.on im.,reases the mount of the work, and the added work or any part thereof is of a type and oharaeter which can properly and fairly be classified under one or more unit price items of .the Propoual, then the added work or part thereof shall be paid for ac^ording to the. amount agtually done end at the applicable unit price er prices, Otherwlse, such work shall be paid for an hereinafter provided, Claims for extra work w1.11 not be paid unless the work covered by such claims was authorized In writing by; tho Owner and the Contractor shall not have `the right to' prosecute or maintain either an arbitration proceeding or an action in court to recover for extra work unl.esn his claim is bamod upon a written order from the Owner, Payments for extra work shall be based on agreed Urnp auras or agreed unit prices whenever the Owner and the Contractor agree upon ouch prices before the extra work is started; otherwise paymonts for extra work ohall. be based on the actual direct Cost of tilo work pl un a Poroontuge allowance, The percentage 'allowance shalt include the Contr4gtQ r'a extra profit and extra ov©rhead and, unless otherwise agreed by tha.Contractor and the Owner, the percentage allowance shall be fifteen (15) per cent of the total direct cost. For'the purpose of determining whether prupbsed extra work will be authorizedt or for determining the payment method ,t'or ext Contraetor shall sunmit to the t ra work, the ngineer, upon request, a detailed cost ustimate for proposed extra work. The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allowance to cover extra profit and"extra overhoad,' Unleoo otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen (1g) per cent of the total direct coats, 050163 Noll hC6 (X-th.Oe, Decreased Work, If a rnodifioation decrouooti the amount: of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affoctod by such de- crouse, Where the value of omitted work is not covcrna by applicable unit pricoo, the Nngincor shall determine on an equitublo basis the amount of (a) credit due the Owner for contract work riot done as a ronult of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the pureha3sr, delivery and aubaoquont diapoaal of materials or equipment requirod 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 ad,iustmont of the contract amount whoro the method to be used in making such adjustmont its not clearly dofined in the contract documents. OC-1.5, ARBITRATION. Before bringing any action in court pertaining to u decision of the Engineer) the objector (hovoinaftor referred to as Party A) to the decision altall first offer to arbitrate the question with the other party to t:he contract (hereinafter refor,red to us Party 11) by notifying him in wriLing and setting forth in such notice the question to be arbitratod. Party B can uloct to arbitrate or not, It' Party D u~,rceri to arbitrate he nhall ao advlae Party A in writing, within ten (10) days after roceipt of Party A'rs notico. Netioo by Party 13 that he does not w1rili to arbi« trato or failuro of'.Par.L,y B to notify Party A within the ton (10) day per:locd will gives Party A tho right to Eiturt action In (:ourL, ri' Party 13 agrees to arbitrato, Party A shall chooso un arbitrator and ahul.l notify Party B of the name of the arbitrator 'w thin ton (10) clays after recoJdrL of' Party Lila nolJxe. Party 13 ultall rioW.fy Parry A in writing within ten (lo) dayu after receipt of the saidnoLie4 that the arbi'rrrtor named by ParL,y A rshtzll act rza rsolo arbitrator, or rhall names iu3 udaltlllriul arbitrr.ti;ur. 111' Panty 13 rtumea lit) addItional arbitrator, Ux!n the arbitrator rinmod by Ptirty A and the tarbitrutc,r nrimoil by parity 13 shall. chuot3c a Uiircl arbitratot'. The arbitrator or arb,i.i;raLora Hhall act with promptnens, in the case of three urbiLila tors, the docitUon of any two shall be binding on both pµVtior to ~tho con1XaUG, all ahu,H that of a single arbiL,Mtor if the dirrpteLr> 1.r3 rMb1Tl1i;1&,r1 tlscrot.o un herci,oforo provided. The decision oil thu nrbitru.Lor or urlAtraturs may he filed in court Lo curry it into cJ'i'er L„ J1' theyconoidar that the caae so demands, the arbitrator or arbitrators are authorized to award the party whom contention is suntainod such [awn Or awns ri13 they may deem proper for tho. Lime) expenne and trouble i.hci- dent, to tho appeal., and If the appeal was taken without reasonable cause, they may award damagon for any deloy occariioned thereby. The arbitrators altall receive reasonable compontsa,ti.on for Lheir cervices, The arbitrators shall. raosetrn tho corit,a and chargra of' the arbitration upon either or both parties, The aocia.lon of the arbitrators3 must be. made in writings anti ,sliall not be open to objection on account of the form of proceedings or award. oso163 POD Mw( If fov any roatson, after the suid notices nave t,eeri uui.y gives by Party A and Party i3, the arbitrators appointed shall. be unable or shall tail to act with reasonable promptness in appointing a third arbitrator, Party A (or, if lie does not do so within a reasonabl.o time, Party B) may request a ,judge of the United Mates Matrict 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 reasonable promptness in appointing a third arbitrator, he inay, aj)roint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were no unable or failed to act with reasonable promptness and, if the said judge acted at the request of Party D, that Party A did not make such request within a reasonable Limo. If for any reason after the urbitrator or arbitrators have been duly appointed) the arbitrator or arbitrators shall be unable or shall fail, to abt with reasonable promptness in reaching a decision regarding the question submitted to arbitration{ Party A (ors if he does not do so within a reasonable time, Party B1 may request a judge of the United Htateo 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 tb aet'hereunaer, 'Ir it appears to suah 3udge'that tho arbitrator or arbitratoro originally appointed were unable or failed to act with reasonable promptness in reaching a decision 'rbgtirding the question sur,rhittad to arbitration, he hiay appoint three new arbitrators to act here.uider, and auch an appointment shall constitute a conclusive dotermination that the arbi-brator or arbitrators originally appointed' were 'so 'unable or failed to not with reasonable promptness arid, if the said Jud6,;e anted aL request of Party B) that Party A'did not make such rerluent within a reasonable b1mo If for any reanon n third arbitrator or three now arbitrators ahall not be appointed by a JLIaVr of the United'£9tateb Dintriot Court under the circumstances heroinabove described, or if three new arbitrator" are Ho appolnLod and are wiablo or fail to act with reasonable promptness in reaching a decision rr;garding the question submitted to arbitration, then the arbitration r,rocedure shall be deemed to have failed and the parti.os shall be free to aaaort their rights in the same manner as it they had not agreed to r,ubmit the question to arbitration, If the above a£,rcemenL to submit questions of dispute to arbitration is not enforceable under the law of applicable jurisdiction, each ouch question after i.t hag arisen may by agreement of both parties hereto be submitted: to arbittution ilk the manner set Pbrth above, The Contractor ohal]•'not cause a delay a' the work during any arbitration proceedings, except by agreement with the Orman. It is 'understood and agreed by the parties to the (!oatiract that, no roquireltmnt or 'otal;" nt heroin shall. be l,nterprottd as curtailitig thA power of the ngincer to datormine the amount) quality, anLI 66oe1)tability of work and materials, otiof.63 F013 ad-8 GO-i.6, RIGN2' OF OWNER TO TERMINATE CONTRACT, If the work to be done under this contract is andoned by the Contractor; or if thi$ contract It) assigned by him without tlse written consent of the Owner; or if the Contractor is adjudged bankrupt; or it a general anaignmetit of his imin=ts'is made for the benefit of his creditoral or If a receiver is uppointed for the Contractor or any of Ilia property; or if at any time the Bnginoer certition in writing to the Owner that tho performance of the work under thins contract is being unneceaaari.ly delayed, that the Contractor its violating any of the conditions of this contract, or that lie is executing the name in bad faith or othecwiae not in accord- ance with tho terma of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which Much completion date may be.extendedi then the Owner may a6rve written notice upon the Contractor and his surety of said Ownax'a inten- tion to torminato thin contract. Unloan'within five (5) days after file serving of ouch notice a sa'tisfac'tory arrangement in made for Cohtin- uance, this eonLraob shall torminate. In the event of such termination, the auroty shall have the r~'glit to take over and complete the. work,-,' pio- viderl, that if the surety does not commence performance within thirty (30) days, the Owner may take over and prosecute, the work to, completion) by coobraot or otherwise, ta $pptractor and hi.a surety pha1 be liable to hire; 0 ner for alb' excess cost' suet, a by. the ownep by reason 4 such rosoalst'ion and complet;i n, The Owner may. take posaeasion of, sine,- utilia,o ~0 completinOhe work) All materi.aaa, equipment, tooa.a, and p~mb on the alto bt `the work, GC-1.7, BUMM ION OF WORK, The Owner reserves the right to nuapen& and reinstate oxocution of the whole or,any part of the work without invali- dating t,l e provia;lono of the contract, Orders for auaponsi.on or reinstatement of the work will be inoued by, the Owzier to Lhe Contractor in writing. Tile time for completion of the work will be Utended for a period equal to the time lost by mason or the suapenai.Un, Changes In Contractor,lo price or delivery achodules which oaour during a period or.auopension ordered, by tho Owner shall not affooL,thia contract "capt„oe agreed by, the owner and tho Contraotor, If the Contractor proposes to apply such changes to this contract, ho shall present his proposal. co tile Owner in writing. During the 30-day period from and Fir Ler the receipt by the Owner o#', aueh:Written proposals tho Owner tahall be permitted to rei.nntuto t)le work without change, If the work ire not rei.na La ;od (111ring this 30-clay period) the Owner and tho Contractor ohall agroe upon roaaonftblo and ;proper ohangea or tlse Owner may Cancel. 'the urtnhippad portion of 1110. work. Ghan,gas in dalivory achodgla ahall moan exten9ion of the acheduled time of delivery boyond the number of days o` the auepennion period, 050163 FOB ao•y oC- & DELX(D SHIPMINT, The Owner reserves the rig0t, to order the Contractor to delay shipment of equipment and materials herein con- tracted, In the event each a delay is ordered by the Owner in writing, the Owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Ouch extra charges shall include storage charges) handling charges, insurance, interest on Investmont, end transportation charges to the storago facility, 00-190 2ANCEbLA`PION OF 7K, The Owner reserves thu 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. OC-20 LAWS AND ORDINANCES. The Contractor shall obeurve and comply with W. ordinances, awp, and regulations, and shall protect and indemni.f'y the Owner and the Owner's officers and agents against any claim or liability arising, from or basod 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 Contraotor, d ATO , t Opg ANn'D q S. In executing the Contract Agroomeht,' the Contractor expressly covenants that, in Undertaking to complete the work 61 thin'th® time therein fixed, he has taken into cohoideration and made allowances for all hindrances and delays inuidont to the work. No claim 'shall be madi'by the Contract& for hindrances or delays from any cause during the progress of the work, except an provided in the paragraph on "Suspennion of Work". GO-p21 &ISINSIONS or T31m, Should the Contractor be delayed in the final completion of tli work by strikes) fire, or other cause beyond the control of the Contractor and which, in the opinion of the Engineer, could have been noithor anticipated nor avoided, than an extension of time sufficient to compensate for the delay, no determined by the Enginoer, shall be granted by the Owner; provided, that the Contractor shall give the Owner and the Engineer prompt notion, in writing of the cause of delay in each case and shall demonstrate that he hag used all reasonable means to minimize the 'delay, Extensions of time will not be grunted for'dolaye cauood by unfavorehlo heather, inadequate working force, or the failure of the Contractor to place orders for equipment or materials 'sufficiently in advance to hours delivery when needed, OCL23- MATERIALS AND UI MENTs Unless specifically provided other- wino in OSHA , all materials and dopipment furnished for jormanont installation in the work shall oonform to Applicable standard specifi- cations and shall be new, unused, and undamaged when installed or otherwise incorporated in the work, No ouch material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless ouch uno in specifivIly authorized by the 090oor in cash case 050163 FOB 00-10 G(J-i'li UUAMNIJ.104, The Contractor g iarantees that, the material tinci rqktipment horain contracted will be as upeelfied and will be fray frou defectn in denign, woriumanship and maLerlalu. l' wJ.thi.n the guerrnntee period the material or equipment ME to meet the proviatono of Chin guaranLoo, the Contractor nho.l,l promptly corroct nny dei'eets, lnc:t.u(linl, nonoonformance with the specifications, by aQ10tmcnL) repair or ~ replacement of all deYectivo parts or materinlr. Unteso othoivrlse specified, the guarantee period shall begin on the elate of final payment or the date of initial oporation, whichever lr; later, and the guarantee period shall end l.t' montho later except. that under no cirnumotancea ahall the warranty period exhond beyond Ali moicthu after the date the delivery of the equipmorcl. and mnterialo wan, complete. If manui'acturor's field cuperviaoro are incluuod in the contract, such euperviaion ohall be furninhod by tbo Contractor without cunt for the correction of arty (defeats. The Contractor wi.l..l. be given an opportunity to confirm the exintonce of tha defect; but he shall not delay the correction while making such determination, . The Contractor ahall extend the proviod.onu of this, guarantee to cover all ropulrod and replacement par Lo furtniahod under the guarantoo, pro- vioionu for a period of one year from the (late of Lhoir inatal1r.Gion. If wlthirn Lon days after the Owner givoti the Contraotor notice of it defoct, the Contractor neglects to make) or undcrtako with clue diligence to mako, the necoaaary correetionu, the Ratter in hereby authorized to make the corractionn himocl,i', or order the work to be done by a third party, and the coat of the corpou l.ono rJiutl]. be ]raid by the Contractor In the ovent of an amor6ohey where in the judgment of the Owner the dolay reuulting from giving; formal notice would cause rerloun, loss or damage which could be prov©nted by immediate action, dol'ocin may be corrocLed by the owner) or a third, party chonon by Lho Owner without giving prior notice to the Contractor and the coot of the corrections shall be paid by the Contractor. In the evens; sur.h notion its taken by the Owner, the Contractor will be notified protmp'tJy and shall auoit;t wherever poooiblo In making the neceouary correcti.ortu. CI0-25PI ` I9 LOOP AALI)) ! '1'1It AW.. Thu Contractor Mitt),) iniior+u;.l.l,y and nave harmlonn the Owner from all claims for tabor and maLoriolu fur- niched under Chia conLraut. When requeuted by the Owner, the Conl,raufor ohail submit oatiopactory evidence that nll per130110, L'irt s, or carp(>ra- t;iono who have done work or furn.iahexl materials undev this; contract., for which the Owner may, beesome Mule widor the Inwri of' isht ataLe, heave been t'u.t.ly puid or aati.nfactori.l,y necurud. In cano t.uch ovi,dt+nco in not, PuNiahod or is not natinfactory, an amount g11[.il.l be retained Nom monoyn Clue tho' Contractor which, In addittioh Lo any other uumn that may be ro- tal.ned, will be bufi'iciont) in the opinion of the Owner, tv meet a.L:l. e.t.ait; of the nnroont, firmtl (Intl corporations ab aforouvid. 'Such u"m or atuoa shall be retained until the MUMS, as aforosai(1 are fully diachnrttoci or oati.,factorily secure(]. 050163 POD Owl OC-26. irf,LlLr% OTC, LIABILITY, 'T'ile acceptance by thr, Contra(jo of the last payiiient. slial1. be a rel.eaue to the owner and every officer and (1f,,ent thereof from all claims and liability hereunder for anything done or furnitihed for, or relating to the work, or for any ant or neglect of the Owner or of Tiny person relating to or affecting the work, aC-27. llEPIJNS OF OUIT8. In case Lilly action in court, is brought ag;ainee the Owner or Lnginoor or any officer or agent of ci.tlfor of them, for the fal.lurti, omtaaion, or neglect of the Contractor to perform any of the covenants, acts, malAcru) or things by this contract undertaken; or for injury ,o), daina(le eauned by the allegod negligence of Clio Contractor or his agents; the Contractor ahal.l. indemnify and save harmless the Owner and Engineer and their officers and agents from al.l..lonsea, damages) costa, expenson, ,judlSmonta, or decraea whatever arir,ing out of such action. 00-2b. I;i,STMICL. The Contractor shall. 'oocure and maintain inourance of the ty iao amain the amounts necessary to prohoct hi.mcelf and the interests of the Otrner against all hazards or risks of loss as herein- after specified. The form :Ind litaita of the insurance, together with the undeawrritev then-.:f in sac!: naaa, shall be 'approved by the Owner but, regardloaa of such approval, it shall be tho ronponoibi,llty'of the Contractor to raaintiain adequate insurance coverage, Failure of the Contractor to maintain addquato coverage shall. not rolievo hits of any contractual rouponuibIli.ty or obligation. For :insurance purposes, the title of ownership of equipment and mate- ri.tcla shall remain with the Contmator until the Owner raeeivas such equipment and matertala at tho job bite. If tlie. Contractol' deco not furnish eupervieion of eractlon or testing of tho equipment, the rorknlen's compensation comprolicnaive automobile liability and eomprehonoivo gonora;l liability Insurance opecifiod herain cony bo outiitted. 'I'lls Contractor shall submit to copy of the trarieportation' insurance policy to the Owner at least thirty (30) days before the ocholulod ahipping date, The policy shall quote the lnauring agreement and all exclusions The Contractor shall oubmit a certii'inabo for each of the other insurance pol.ieica to the Owner not loos than thirty (30) days pvior to the date thr, imullufactlararla (.uporvie.or or ouporviuors tiro expected to arrive at the job site. Loch certificate shall state that, L,sn (10) days written notice will be givon the Owner before tiny policy mover ld thoreby is changed or cance.lad. 0418.0I, WorYjnnet~ Com7eifl 0 (%no nil)ll__oyor'p Liabiliu. Workmeri'n compensation( (and Ornployer'a liability insurance [hall. protect the Con- tractor against U11. claitio under appllcabla state workman's compensation lawn and against olal.mu for injury) dinanae, or death of` employees which, for any rcaaon, may not fail vithi.n Ole prdvisioha of tine applicabla worltmen's cornpenoation law. Thio workman'o computination and ompl,oyer'a liability insurance policy ul ol.l inciude an "all. utatoo" ondoramont, o50163 FOD GC-1P The liability limits shall not be less than the fo.l..lowing: Workmon's Compensation Statutory Zmployor's Liability - ;x,.1,00)000 each parson GC-28,02, Comp;ohrsnsiye Automobile Liabilit, Corrq)rehensive automobile liability insurance shall be written in corapreh©nsive form and shall pro- toct the Contractor agai.not all alaimo for injurien to members of the pub.l.i,e 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 vehioles licensed for highway use whether they are owned, non- owned, or hired, The liability limits t;hal.l nrrt bo lose than the following: Bodily :injury ;20,000 each person . 500,000 each accident Property Damage . ;100,000 each accident 00-28,034 Compreheneive General Iiabilijy, Comprehensive general lia- bility insurance ohall be trritten yin comprehensive form and shall protect the Contractor against all claims arising from injurien to members of the public or damage to property of others arising out of any act or omission of the Contractor or hits agents, employees, or subcontractors, In addi- Lion, this genovul. liability insurance policy shall ripoclfically insure the contractual liability of the Contractor ussurned under bite foregoing paragraph entitled "Defense of ,qults". The property damage liability coverage shall contain no exclusion rela- tive to blasting, explosion, collapso of buildings, or damage to under- grourld property. The liability limiLe shall not be loss than tho f'oI Lowi.hg; 130dily Injury „250)000 each parson - 1500^0 each accident iropcrty Damage - ,y00,000 each occident V00t000 aggregate 00.28,06, If'vaml oztatlon, ',vanuhur•tation inuuruncc nhall be of the "all riskn" tylie and shall protect the Contractor and the Owner from all 1.nourable riolto of physicu3 loan or damage to equipment and, materials in trattnit to bile Job site artd until the Owner recoivoc the equipment anc mntorial.n aL the job nito, 'file covorag(11 amount shtrll be not less tha the full amount of the contract. lilvanuportation innuranee shall also provide for lossos to be payable to Lhe ContracLov and the Owner as their intorestA may appear, 0-29, EG'i'IMA'1'h5 AND PAY x'_'118. Payments will be made each month in the tunorntL of ninety (`)p) por cent of the value of the equipment and mater.ialn delivered at the job site during the previous calendar month) providing the shipments were reasonably complete and integral units of equipment oi, reasonably complete lots of materials. o5o163 POD W-13 J i After offlolul approval and acceptance of the work by the Owner, the Engineer will be authorized to prepare a final estimate of' the work done under thin contract;. The final estimate will be 7ubmMed to the Owner within ton (10) days after its preparation lian been authorized. The Owner will, within thirty (30) days thereafter, pay the entire cum found to bo due, aftor deducting all amounts to be retained uhdor any pro- vision of this contract, In tho event the Owner does not give official approval and acceptance of th, work within 365 days after the date the shipment of equipment and materialo was complete because of any cause which in boyond the Con- Motor's control., the final payment will be made as stipulated above providing the equipment and materials are in accordance with the speci- fications an far are can be determined, o5o163 MB 00-111 GENERAL SPECIFICATION`) FOR E I CTHT.CAI, EQU:I1 N901NIP GENFRAL, 'Cheep specifications cover thm furnishing of electrical equip- ment for the City of Denton, Texas, The equipment will be installed by the owner. The lump sum price stated in the Proposal shall include all costs for furnishing the specified equipment and accessories rob Denton, 'T'exas, and for providing erection supervision and other services roquired to complete the work in accordance with the contract documents. CODEB AND STANDARU9, Except where specifically stated otherwise, all equipment furnished under thoda specifications shall. conform to the latest applicable standards of NEMA, ABA, IBM,' and ENJ as to rating, tests, construction, and operation. Any conflict between standards shall be referred to the Engineer who will determine which standard shall govern. DHAWIMOS, Preliminary drawings and data shall be submitted with the proposal which adequately show the general arrangement of the equipment, principles of operation, sizes and materials of construction. Certified drawings of all equipment shall be submitted on a time schedule to coordinate with the equipment delivery ochedule and in no case later than 60 calendar days after the award of the cuntracb. The drawings shall show all, details required by the Engineer for design of structuros and wiring associated with the installation of the equipment. When changes in the wiring and equipment are, made in the field to correct shop construction errors or to adapt tho equipment to the Ownor's rcqui.rc- monto) the Contractor shall prepare and submit 9 copies of record druwint!o to the Engineer to show the equipment as finally installed in the Owner's plant, IN",IMUCTION MANUAW. The Contractor shall furninh twelve complete and final copies of instruction manuals not later than ;i0 days prior to ship- ment of the equipment. One copy shall, be sent W the Engineer and upon approval thereof, the remaining eleven uopi.es shall be delivered to the Owner, The i.noGr uction manuals shall, cover complete installation, opera- Ling and maintonanco instructionfs, drawings and parts lists for each item of equ'.ipmenL furniahcd, The Instruction manuals shall be bound with Buchan Loose Leaf Records Co, Typo RTj or approved equal binders covered with pyroxylin irapregnatsd buckram covers, The front covers shall be stamped with lettering indicating the Owner's name, unit number, name of power plant, name of equipment, name of manufacturer and name of the Consulting Engineers, O„l (DENTON) TBXM - SM) f TECT11TCAI, EQUIPI,%NT) 032764 Tho backboncs cC the covert; shall be stamped wlAj Lettorfng Indicating the Owner'r3 name, name of power plant] unit nrunhrr, and name of equip- 111011t, Drawing P-802.02 Lncl.uded in this ucotfon shows the format and Letter size which ehnl.1 be used for the sturnpinfr, of the covert;. A aampl.e of the type of covers to be used and copy of tho cover legends altal.l be submitted to the Miginoor for approval before the, covers are stamped. A list of reconuneaded spare parts and the pricy, of each item shall be included in the instruction manuals. The inatriz:tion ma11lla16 shall show all nameplate information and shop order numbers for each :item of equipment and component part thereof', PAC`!'ORY ASSk_ MBLY. AU equipment shall be whipped completely ausrmble1 except when the physical sire, configuration of the equipment, or shipping and handling limitations make shi.pmont of completely t>.ascmbled equipment impractical. When sectional shipment of the equipment is to be made, other than required or permitted as fjubsequently instructed by the Engineer, each bidder shall state the number, dimensions, and weighte of each section together with the quantity of field work required to join the sections, When proposals arc submitted without utatements describing sectional shipment, it will be understood that no field assembly of the equipment will be required. The Contractor alrall be rose nnible for all costs encountered in asuembling equipment not shipped in accordance with the assembly approved by the Engineer. N,AIM ACT IS SUPEIIVISION. The Contractor shall. i'uruish a competent factory trained field ropresentative who shall provide such aid au is required for the proper installation of the equipment, AmIla tane@ shall be given to the Owner's oroction contractor in the form of confcrenaeu prior to (%r during the inntallation of the equipment. The field representative shall inspect the equipment after inatallal,i.on and shall checlt the wiring) equipment operation, and other devices, to inoure proper and satisfactory performance of the equipment. lie shall also supervise any changes in the wiring which are necessary for tho proper operation of the equipment, shall be present when the equipment is placed in operation, and shall instruct thy, (homer's personnel in the operation and care of the equ,lpment, Al.l changes alterations, and rewiring necessary as a result of the manufacturer's erroneous desi(zn, faulty workmanship or damage in shipment shall be directed by the field representative and the resulting costs, including labor) rriaterial, supervision, and enginaerim shall be paid by the contractor. MTON~ tMiXAS 3'('5 RDLECTRICAT, EgUITIONT G"2 03,'164 1AWT'ING. Except as otherwi.Sc spf:~Ified, cmgalvaniZed iron and Oteel flurfacos of all, equipment shall be completely factory painted before shipment to the job site. This includes painting of the inside and out- side surfaces of n1J. equipment. The j,aintint, shall, consiat of application of suitable primers and two or more finish coats of alkyd resin machinery enamol or lacquer as required to prrluce a smooth, hard, durable finish. The color of the finish costa shall be APIA 61, for indoor equipment and ASA 24 for outdoor equip- ment. Before application of paint, all. aurf+aces shall, be carefully cleaned of all dirt, moisture, rust, scale, lubricants and other substances. z,ubri.- canto shall be removed by suitable solvents. Bust and scale shall be removed by sandblasting, power sanding, power grinding or power wire brushing. Shafts, pins, bushings, and other operating mechanism parts whose opora- tion would be impaired by painting shall not be painted. m',ese surfaces shall be protected by application of an easily removable ast prevent- ative compound. Tho Contractor shall include touch-up paint with each Ltem of equipment he is furnishing, Touch-up paint shall, be of tho same type and color as the finiah paint used in the factory applied painting and shall be care.- fully boxed or crated to prevent damage during shipment. The quantity of touch-up paint furnished shall be adequate for th3 :ield application or one complete finiah coat on all exterior factory painted surfaces. Complete painting instructions shall accompany the touch-up paint. Paint films which dhow sage, chocks, blisters, teardrops, or fat edges will not be accepbable and if any such defects appear, they ahal.l be repaired by and at the exponae of the Contractor, PROTECTTON DURING gllll'_MLNT. All equipment shall be, suitably boxed, era'ed, wrappnd or covered to prevent damage during, ahiprlont to the job site. In addition, all control panels on Indoor switchgear and switchboarda, including blank panels for future controls, shall, be coated with a protective film applied to the outside surfaces. This coating shall, be, appli.rd 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 Hurface without damage to the paint finish. 5111PP_-PINO NOTICE. The contractor shall send two copies of a shipping notice describing each shipment of material or equipment. The shipping notice ahal.l be mailed on a schedule so that the notice will arrive approximately three days ahead of the estimated arrival, time of the shipment. . DENTCON, TEYAS - 3725 BLE2VICAL NQUIPMNT; 0-3 Shipping notice shall be identified with the Owner'n name, specification number and name of the item of equipment or material., The addressees for the shipping notice will be determined later. HILT, 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 ship- ment. The bill of material shall be itemized 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. VOLTAOE RATINGS. All direct current devices specifies herein shall be nuitabl.e fo ontinuous operation on a nominal 125 volt d-c System, It shall, be the responsibility of the Contractor to provide suitable equip- ment and to guarantee satisfactory operation when continuously energized by any voltage from 100 to 140 volts d-c, and with an ambient temperature of 50 C. Unless otherwise specified, all. alternating current devices in these specifications shall be suitable for operation on a nominal 120 volt a-c system. It shall. be the responsibility of the Contractor to provide suitable equipment and to guarantee satisfactory operation of 120 volt a-c equipment when eontint,ouoly energized at any voltage from 105 to 125 volts a-c with an ambient temperature of 50 C and to guarantee satig- factory operation of other voltage equipment under proportionate variations, (DMTON, TMAS - 3725) ELECTRICAL E4,UIPMFN7! a-4 037&4 CITY OF CENTON, TEXAS z MUNICIPAL ELECTRIC GENERATING STATION E UNIT 4 a 0 w W O E INSTRUCTION ROOK z FOR NAME OF EQUIPMENT x 0 O MANUFACTURER'S NAME w Z MANUFACTURER'S ADDRESS r < 1Y Z u, ch Z w u n IL r J w BLACK & VEATCH w CONSULTING ENGINHIlS u < KANSAS CITY, MISSOURI a u 7 E I!latMUOnaI Now HaavI Irby nhAI, Un 54 boin lari lieav~ tonJCnsed 411 oRCr 1~6C SL.611 ! i~ poMl Cuppaiolala rJioR4 u` TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK & VEATCH CONSULTING ENOINEEAS Ir ~T17 ~2 KANSAS CITY, MISSOURI Item T 11.16 KV SWITCHGEAR SC01% Til LS i tam covers the furnishing of hnavy (ji t y irurta) e, (ad switch- gcar°. The swltchgr~ar r;hall. be complete with all accessories and designed for use on a 111.60/21100 volts, 3-Phase, grounded wye, 60 cycle system with the neutral. grounded through resistors at the supplying trarnnformers. All loads will. be 11.160 volts three wire. Power for the eleel is opera:-,ion of the breakers will be supplied from a 125 volt <l-c Station battery which will be furnished by the Owner. DELIVERY SOMMULE. The switchgear shall. be delivered between July I and July 30, 19 5- ARRANGE WNT. The arrangement of -the switchgear will, be determined later. Infoxmuttion regrardJng the arrangement will be given to and worked out with the Contractor following award of the c~ntraf~t,. DETAILS' OF CONSW(UCTION. Metal-Clad Switch cyar. The switchgear shale be of the "vertical. lift" or horizontal drawout' type metal-r..lnr) construction. The breakorn shall be removable from the front. Power Circuit Breakers . The powc r (ircui t, breakers shall be of the vertical-lift; or horizontal.-drawoLv. type designed for usre with metal- clad switchgear and shall. have ratings fA,r given it, Lhc fu73cwi.ng parugraphs. Each circuiL br ukcr :+hula. bo it 'j - pole single Urow unit; F1nr1. aiv.i t;•- equipped with are r lacer ir.uliy ,tnd mecifanicoral.ly trlp~i'rer, rrpr•r'fd,Jnfl mcchanism with it d-•r ;,c~3enoid closing coil or a Ell.ored frnergy rrwcri,,)'using; it d-c motor rand o-c trip coil. Auxi.l.inry ~sr;l.f;chew ;hall. bf, itrr•n .shed wJ l.tr rc sufficient. number of coritaetr to prr,vldf~ [All of r•r r% Y inthr"lock'; I'm prr.hr,r rrpnrati.on of thra equipm(,nt,. T,dr) r,pr;r,, "n" seal tv,) sprtre "b" auxillary f:vrl 1.rrh contacts nhtal.1 br furniaherl on each breaker. III addition, r;tationary uuxiliary switches with four spare "a" and four apa,re "b" contacts N1ial:I be muunted on the switchgear housings. The awiitehc a ahall be mechani.cal.l.y operated by the breaker mechanism. These contacts will be allocated 'to control circuits where dravrout contacts cannot be used. All auxiliary switch contacts shall be wired to terminal blocks . The circuit breakers shall have an interrupting capacity of not less than 250 mva at h.3.6 kv on the standard CO-15 second-CO duty cycle, a momentary current rating of not less than 60,000 rms amperes, a 4 second rating of DENTON, %tYA:; - 3(25 SWITCHOZAR AND Wkm) DUCT - E-M? .1 -l. not less than 37000 rms amperes, and interrupting riil,ing at rated voltage of not lo-3n than 35,000 Ms amperes. The circuit brer_ikern shall be capable of carrying their rated full load current continuously without exceeding the temperature rise specified in IEEE and NEMA atandarda, and shall be able to successfully withstand the 60-cycle and ing)ul.rje high potential test voltages of 1.9 kv and 60 kv (1-1/2 x )+0 micro-ar,c) full. wave reapec- ti.vely. The circuit breaker insulation shall be coordi.natvd with that of the swI1,chgear structure. All circuit breakers shall have an operating time of not more than eight cycles on a 60 cycle basis from. 25 per cent of interrupting rating to full interrupting rating. The breaker main contact surfaces shall be silver-to-silver and the ma- terials of which the contact is composed shall be suitable for the particular service for which it is used; the arcing contacts shall be designed to resist burning and deterioration. Some suitable arc-quenching; or arc-extinguishing device shall be provided such are de-ionizing grids, magnetic arc chutes and baffles, or the equivalent. Materials shall be nonhygroscopic. Secondary device surfaces shall be silver-to-silver. All removable breaker unitri of the same type and ampere capacity shall be wired alike and shall be mechanically and electrically interchangeable. All. stages of the auxiliary awi.tches shall be wired to terminal blocks witbin the hour.ings so that they can be used with spare control, circuits 11' needed . Mahn Bus. The switchgear main bus shall be made of copper and rated not less than 1?_00 amperes at 11.16 kv and carry rated current continuously without exceeding the temperature rise specified in 1EET-3 and NINA standards, The bus shall be installed with nonuhatterable insulating supportr, (;rspable of withstanding the magnetic forces :ucposed by short-eircuit currentri equal to the short-time current rating of the circuit breakers. The burl shall, be supplied. in unit lengths which 1111.1 perrait the reassembling of the uni:ta In the field if dt!nired. Al.l.,joints shall have silver-to-silver contact, surfaces, shall not have con• tact resistance of such magnitude as to pr)duoo excessive heating, and ahall be Insulated with removable insulating fittings which will. provide an insu- lation at least equal to that of the bus bar insulation. Pr,)visions shall be made for bus expansion without setting up undesirable or destructive mechanical strains in the bus supports or connections through a full, ambient temperature range from -30 C to •+50 C with a 30 C temperature increase above maximum ambient due to electrical losses. Expansion joints shall be supplied where required. The awitchgear shall be divided into two bus sections. (DBNTON~ TEXAS - 3725 (OWITCkIMAE1 AND DUG DUCT - 1 -2211 I.1 Bus Connections and 'T'erminals. All materials required for making the con nectiony botween the main buses and disconnecting devices, instrument transformers and circuit breakers shall be furnished and installed with an insulating cover equal to the insulation of the main bus, All main current carrying connections shall be made by bolting flat copper har, Insulated bus or cable connections sho.l.l be furnii;hecl For the potential. transformers. Current transformer primary connections s xsl..l. be such that 1.17o, transformers may be removed and changed without damage 1,o the i.rmncctior , Ground BUB, An uninsulated copper ground bur; with a momentaz - and shc,r,t- time rating at least equal to the momentary and ohorr.-time rai.ing of I're largest circuit breaker shall be furnished through thc; entire length of'thc switchgear. All of the switchgear equipment requiring grounding :shall be connected to this ground bus. Provisions shall be made for the attucli- ment of a stranded copper cable to each end of the ground bins for exte+,naa connection to the station ground grid; size .later. Instrument Transformers. Tho ourrent transformers shall be suitabl Nr use with meters and relays. All current transformers .mall have ar: accuracy of not less than NFMA stand,=;'da. All current transformf-ra shall have tl, mal. and mechanical limits coordinated with the short-time; rating of thc~ circuit breakers with which they are used. The ampere ratio of r~urrent transformers will. be i.urniahed later, The current transformers for, zr~,ro-sequence overcurront relaying shall be window type, and shall be designed for use in a coordinated system with vero-sequence ovcrcurrent relayn. The potential transformers shall have a rating of not lose than 1400 volt- amperes on a thermal basin and shall bt; designed to withstand a secondary o-short-circuit for at least one second. The rating of these potential trane•- formers shall he as spee:ifi.ed and they shall be suitable for use on a nominal 14160 volt wye, 60 cycle system, with the neutral grounded through ft resistor, The accuracy of these i;ransformertt shall be not less than ASA standards accuracy ela,rrsif'i. al,ion 0.3 with burdens of W, X, and X, and 1..2 with burden; 1. All potential trrtnsformern shall. be provided with current litnltLne, primary fttsoc and sAvill. be mounted on withdrawal units so designed (v, to lr;ol!tto and ground the potential circuits when the removable elan.-nG Ls in the fully withdrawn position. Al.l potential. transformer secor-lary clrouit;; j shall. be fU:sect, The i.nstrtiment transformer secondary connections shall be carried to terminal blocks suitably located for the connection of external circuits, All six leads of current transformers shall be brought out so that they may be con- nected in either wye or delta at the terminal board, Shorting type terminal blocks shall be used for current transformer leads. } 0 NTON, ITWAS - 3725 ITCHGEAH AND BUS DUCT F; NA 1.3 taunt:rol. 41iri.n AIA 1.a~r voltage control and lrrstrument wlrint{ rtoed wlthisr the r3wi.tc ig-car shall cont'orm to NEC and the NFMA atauclrarclrs, shall be No. 14 AWO, or larger, and shrtl.l, be installed and teat(.id at the factory. All. Interior wiring sha.l.l bo neatly and carefully instalJ.cd in sult,rrble wiring fnri;terr; or conduit and shall be terminated at ouitablc i:c rmilvi 1. blocks. ;Sufficient cluaranc,e ahall be rovJsdod afortall. control r'ndti+nmtrumentoleadts and U11 incoming and outgoing nuitubly loeaLed for connecting external circui ,s, SL,L1.cr..: will not be permitted in control. wiring or instrument loadn. The Caritractor ahall provide the internal wiring as chown by the schematic (oo.vmcntary) diagram and interconnection diagrams which will be furni.cshccJ by the Engineer. After receiving these diagrams, the Contractor shall prepare hi.s schematic and wiring diagrema, both of which shall show the same terminal designations and, as far as feasible, the Sarno terminal. arrangement as shown on the Engineer's; drawings. As far as applicable, ithe Enginerr'a drawings will be prepared using terminal designations as set forth in N2,19A SO-4 Dart 3 and SG-5 Part 5. When the Contractor's standard terminal designations differ from those re- quired by the schemati.- and interconnection diagrams furnished by the Engineer or from those marked on the Contractor'a connection dr^wingrs submitted for approval and returned by the Engineer, the Contractor may ahow two sets of terminal. designations; one set in accordance with the inanufn.aturer's standard and ono not complying with the Engineer's requirements. At the time the Contractor's connection drawnga arcs ,submitted for approval, the Engineer will mark thereon all external circuit and wire designationrs required, and such designations shall be added to the connection drawings by the manufacturer. Except as marked on the drawings aubmitted by the Con- tractor and returned to him by the ingineer, no external circuit and wire designation shall be shown on the Contractor's drawings. Reba a. Semifluah mounted relays of the type specified "hall. be supplied and mounted on the owitchgear panels. All protective ruluys shall be of the in- duction or static drawout type wi.t;h built-in test switches, shal.l, be equipped with oporatlon indicators, aha.ll be suitablefor uric with 5 am erc:ttlurTent tripping and 1.20-volt potential transformers and 125 and shall. be calibrated before shipment. Control. Devices. Control switches shall be of the mu.ltiatage, rotary type with black handles. The handles shall he the fixed modern pistol grip type. Each switchgear section shall have a four=stage cell interlocking rswitch. All circuit breaker control switches mounted on the front instrument panel shall be equipped with red and green indicating lights. Each electrically operated breaker shall be provided with a 2-pole control power disconnecting and protective device consisting of a plastic case cir- cuit breaker or an enclosed fuse pull-out in the closing circuit and in V,,e tripping circuit. . DEN'1'0N, TEXAS ° 3"125 1E ~aW1TOUGEAR AND BUS DUCT - E-22A 1- Terminals. suitable bolted or clamp type terminals uhall be supplied for all • incoming Lind outgoing circuits. Solder type terminals are not acceptable: The size and type of conductors will be given later.. Name~lates. Engraved nameplates shall be furnished for the front of each awitchgear unit. The nameplates shall. be made of laminated black and white plastic with the black on the outside. The lettering shall be engraved through the black outside layer no that the letters appeal- white. Nume- plate engraving will be determined later. Control Bus. control and potential buses as required shall be installed at the rear of the instrument and control compartment and shall be of No. .l2 AW(i switchboard wire or larger as required. Cable Connections. Provisions shall be made at the bottom of the awitchgear units for making up tormi.nationa and stress eones on the outgoing shielded rubber insulated single conductor cables: Bus Duct_ Connections. Provisions shall be made at the main and reserve breaker units for connection of the 1200 ampere nonsegregated phase bus duct described in Item 11 of -these specifications. The bus duct will enter from above. Control Connections. The awitchgear shall. be shipped with all instrument, transformer, and control connections and wiring between unit-3 and sections in place. All small wiring connections ohal..l be brought to numbered torminal blocks suitably placed formaking connections from below. EQUIPMENT AbD MATERTA M INCLUDED. The following equipment shall be fltrninhed in the, awitchgear. Two Units, Main and Reserve Breakera. Each Iini.t shall consist of tho following I - Metal-clad awitchgear compartment with the following equipment supplied Lind mounted within the unit; 1. - Removable air circuit breakort 3 prat, 1e-00 amperes; 4160 volts, 60 cycles . I !3Q U a inf;uDJx-d copper buc of 1200 ampere capacity. 1 fist; of primary tli.aronneet;ing +hvinrs. I - Set of secondary disconnecting devices. 3 - Current transformers, single secondary, relaying type, mounted on the bus side of the breaker. DBUTONp 9.'EXAS - 3725 ~SWITCS{CHAR AND WS DUCT - S-2PA 1-5 3 - current transformers, single secondary, metering type, mounted on the incoming line side of the breaker. I - Sob of provisions for connection to the bus duct described in Item 11. The following shall be mounted on the front Instrument panel; 3 - Overcurrent relays, inverse time, with approximately 11-15 ampere range, 1 - Overcurrent ground relay, 0,5-2.0 airgserc range. 1 - Circuit breaker control switch, complete with red and green indicating lamps, and connected to operate the breaker in the test position only. Two Units, LCUS Feeder Breakers, Each unit shall consist of the following: 1. - Metal-clad switchgear compartment with the following equipment supplied and wounted within the unit; 1 - Removable air circuit breaker, 3 pst, 1200 amperea, 4160 volts, 60 cycles. 1. - Srt of insulated copper bus of 1200 ampere capacity. 1 - set of primary disconnecting devices. 1. - Set of secondary disconnecting devices. 3 - Current transformers, single secondary, relaying type. l - Set of clamp type terminals for use with the load center fcodc;r cables. 1 - Current transformer, vtindow type, for zero-sequence over- currcn't relaying. The following shall be supplied and mounted on the front panel; 3 - Overcurrent relays, very inverse Wine, approximately 4-15 ampere range, comij.lctc with 20-80 ampere instantaneous trip attachim nLs. 1 - Zero-sequence overcurrent relay, instantaneous type. I - Circuit breaker control switch, complete with red and green indicating lamps, and connected to operate the breaker in the teat position only. DWON, TEXAS - 3725 ) ~BWITCHWAR AND BUS DUCT - E-22A) 1-6 Units, Motor Feeder Breakers. Each unit shall, coniaiut of the followlng: I - Metal-clad switchgear compartment with the following equipment supplied and mounted within the unit; 1 - Removable air circuit breaker, 3 pat) 100 amperes) 4160 volts) 00 cycles. 1.. Set of insulated copper bus of 1200 ampere capacity. 1 - Set of primary disconnecting; devices, l - Oct of secondary disconnectlnG devices. 1 - Set of clamp type terminals for use with the motor feeder cables. 3 - Current transformers, single secondary, relaying type. 1 Current transformor, window type, for Toro-sequence over- current relaying. The following shall be supplied and mounted on the front instrument panel of each unit: 3 - Overcurrent relays, :inverse long time, approximately 2-1/2-5 ampere range, with 20-80 amj.)ove instantaneous trip attachments. 1 - Zero-sequence overcurrent relay, inaWntancous type. 1 Circuit breaker control switch, complete with red and green indicating lumps) and connected to operate the breaker in the test position only. qnc Unit, kus Tie BreaRer. This unit shall consist of the i'ollowi,ngr: 1. - 14(An.l-clad switchgear compartment with the :following equipment- supplied and mounted within the unit; 1 - Removable air circuit breaker, 3 pot, 1,'.00 amperes) 4160 volts, 60 cycles. 1. - Set of 1200 ampere bus. I - Set of prin:ary diuconnectin6 deviceu. l - Set of secondary disconnecting devise:„ 3 - Current transformers, single secondary) relaying type. (U.;~iPON, TEXAS - 3'T25 (11 'l'CHOKAii AND BUS DUCT - '-221) 1-7 Th(c following shall. be suppliedl and mounted on tho front instrument panel. 3 - Overeurrent relays, very inverse time, vll,h approximately 4-15 ampere range. 1 - Circuit breaker control switch complete with red and green indicating lamps, and connected to operatf, the breaker in the test position only. One Unit, Bus 'Pie Compartment. This unit shall consist, of tho, following: 1. - Metal-clad switchgear compartment with the following equipment, supplied and mounted with the unit; 1 - Set of 1200 ampere bus with bus tie connection to bus tie breaker compartment. The following uhall be supplied and mounted on the front instrument panel: 2 - Undervoltage rel.c,ya) 3,20 volt, for detecting loss of bus voltage. The relays shall be suitable for operating in the Owner's scheme for transferring the plant auxiliary power between main ai;d reserve sources. 'Phe following shall be mounted in drawout carriageiu; Potential transformers, 4200-120 volts, two connected to each bus, ACCESSOREG . The following list of accessories shall be supplied with the metal-clad switchgear: 1 Breaker transfer truck, if required, for moving the circuit breaker Into and out of the breaker housing. 1 - Maintenance closing lever for closing the circuit broakers, 1 - Manual operating lever for moving the breaker element into and out of the operating position. 1. Set of test plugs suitable for testing the relays, 100 per cent; replacemont on fuses. 100 p(3r cent replacement on indicating Lamps. 100 per cent replacement on color caps. FACTORY TESTS. After the switcbgear kn ructures have been fabricates' and all parts a5 embled, the complete gear including instruments, relays, an,?, dovieeo, shall be given standard shop tests to determine general assembly and operation, high potential test, and other standard tests. REMA and IEEE test atundards . shall be employed au far au they are applicable. (DENTON, TEXAS - 3725 (5WITCHGEAR AND BUB DUCT - E-22A 1-8 Item II 4.16 xv DUS DUCT sColl. niis item covers two runs of 4.16 kv, 1200 ornpere, metal-enclosed, nonsegregated grout-phase On duct with teru3nala and germinal enclosures. lfhe bus duct will connect the 4.1.6 kv metal-clad switchgear specified under Item I to the Cwner'n main and reserve auxiliary transformers. The but duct will be installed in both indoor and outdoor areas. DELIVELY SCHEDULE. 'i'hc bus duct shall be delivered between July 1 and July 30, 19 65. ARRANGEMENT. The arrangement of the bus duct will be determined later. Information regarding the arrangement will be given to and worked out with the Contractor following award of the contract. DETAILS OF CONS'T`RUCTION. All bus duct shall be three phase and shall have the same momentary current, insulation and temperature rise ratings as the bus in the 4.16 kv metal-clad switchgear specified under Item I and shall be self-supporting. The but shall consist of rigidly supported copper bars of suitable design and cross-sectional area to satisfactorily carry the rated current without exceed- ing the temperature rice specified in IESE and NE19A standards, The current carrying capacity shall be based on sonvice conditions, including skin and proximity effect, insulation, steel enclosure, and an ambient temperature of 40 C. 'Me bus duct shall be shipped complo tely assembled in approximately 10-foot sections. All mints shall have silver-to silver contact surfaees,shal not have con- tact resistance of such magnitude as to produce excessive heating, and shall be insulated with removable insulating fittings which will provide, an insula- tion at least equal to that of the bun insulation. The bus insulation shall be molded material, designed for 4.16 kv service, and shall cover the entire bun, 'Jise scolded Insulation shall have a high resistance conducting surface in contact with the bus: to eliminate corona Mange to the bus infjsaution, 'Ihr burs shall be installed with nonshatterable insulating support,: capable of withstanding the, magnetic forces imposed by short-circuit currents r;ciur3,l. to the shore-time current; rating of the circuit breakurs. Provisions shall be made J.or taking care of bus expansion without setting up undesirable or destructive mechanical strains in the bus supports or connec- tions through a full ambient temperature range from -30 C to +50 C with a 30 C temperature increase above maximum ambient due to electrical looses, Expansion joints shall be supplied where required. (DENTOW) TEW - 3725 (SWITCHGEAR AND EUS DUCT - E-82A 2-1 EQU1114E1NT INCLUDED. 11he Contractor shall uuppiy .he complete bus duct sysi as specified including all parts required to make to,-fA,unisa'l and eloctri.ca., connections between the bus duct and the equipment to which the bud is to be connected, cfhir, !"hall. include all fixed and flexible vntine,'~toru required for connecting the bLL, to the equipment including the tor,_ .,FJr; in the metal-clad switchgear, connections to the switchgear enclosures, te=inals for the auxiliary transformers, and connection to the junction box at the transformer terminals. 'Mc Contractor uhall coordinate the ter7nina,tion at the trans- former with the transformer manufacturer, The name of the transformer manu- facturer will. be furnished, later. The bus run between the switchgear and the main auxiliary transformer shall be rated 1200 amperes and shall be 35 feet long (15 feel; indoor, 20 feet out- door). The contract shall be adjusted based on actiurl quantities required and the unit prices included under EQU11"M DATA. All necessary fittings shall be furnished. The bus run betwer,sr the switchgear and the reserve auxiliary transformer shall be rated 1200 amperes and shall be 30 feet long; (15 feet indoor, 15 feet outdoor). The contract shall be ad,juated based on actual quantities requir.:3 and the unit prices included under EWIP14ENT DATA. All necessary fittings shall be furnished. The outdoor portions of the bus runs shall be self-supporting. The indoor portions shall have provisions on all sections for the attachment of the owner's hangers. Wall flanges shall bo included at the transitions from indoors to outdoors. I . DZ NTON, 11CXAS - 3725 SWITCROMM AND BUt3 DUCT - E-22A; 2.2