HomeMy WebLinkAbout1967
•
CITY OF DENTON, TEXAS
SPECDUCATIONS AND CONTRACT DOC.UbrF.N-3
POR
ELEMIC.U EQUlrl4 "V'T
(ITEM IV SUDERVISORY CONTROL
AND 17EM0,'.:RING EQUIPMEN^. )
FECIF'ICAPIO;V 4573 - E-10A
POVECa' 4573 t O
CTTY OF DENTON - BID No. 67-13-3 d
0
;ON`3FtACT ISSJE
k LACK & VF'.ATCN
C, nsul f.S ng Erigi neers Q
Ysi are City, Micsouri
1967
Contractor: C'01MOL C+.aYCRAT{(A,
DIVISION ')F CONTROL IYX, CORP(O '1;014
718 Central Aveu.i N. F.
1 ~
a}j
s •111 DWI _ _ ~ 1~:~~ i ~L `I.,.'i~ sli~iYl~ 1,
CERTIFICATE OF AUTHORITY
STATE OF MINNESOTA
AFFIDAVIT
COUNTY OF HENNEPIN
Marvin G. Rogers, affisnt, being duly sworn, deposes and says:
that he is the Assistant Secretary for Control Data Corporation;
that he has examined the corporate records of Control Date
Corporation; and that he has determined from such examination;
1. That Control Corporation is a Division of Control Data
Corporation.
2. That F. E, do Monchaux is the duly appointed and acting
General Manager of Control Corporation, the headquarters of which
is located at 718 Central Avenue, N.E., Minneapolis, Minnesota.
Dated arch 24. 1967
rvin G, Rogers
Assistant Secret ry
Subscribed and sworn to before me
this) iday of , 1967
LILA D. DATES
Notary Public, Hennepin County, Minn.
My Commieson `.e;Mee July to, 1968,
CITY OF DENTON, TEXAS
SPECIFICATIONS A*iD CONTRACT DO=WENTS
FOR
ELF'.CTRICAL EQUIPMENT
SPECIFICATION 4573 - E-IOA
PROJECT 4573
ADDENDUM 1
March 1 , 1967
Each bidder shall note these revisions to the contract documents and in-
corporate these revisions in his proposal. Each bidder shall bind a
signed acknowledged copy of this entire addendum in the front of the
specifications submitted with his proposal. This addendum consists of
one page, revised pages PF-1, ED-3, 1-8, 1-10, 1-110 4-2, and new pages
PF-20 2-3 and 4-3.
1. Page PF-1. Delete this page and substitute revised Page PF-1
attached to this addendum.
2. Page PF-2. Add new Page PF-2 issued with this addendum following
Page PF-1.
3. Page ED-3. Delete this page and substitute revised Page ED-3
attached to this addendum.
4. Pages 1-8 1-10 and 1-11. Delete these pages and substitute
revised pages 1-89 1-10 and 1-11 attached to this addendum.
5. Page 2-3. Add new Page 2-3 issued with this adderdim following
Page 2-2.
6. Page 4-22. Delete this page and substitute revised Page 4-2
attached to this addendum.
7• Page 4-3, Add new Page 4-3 issued with this addendum following
Pa-2.
BLACK & VEATCH
Consulting Engineers
rt e e s r s * s s e * e r
ACKNOWLEDGMENT
The undersigned bidder hereby certifies that the revisions set forth in this
• addendum have been incorporated in his bid and ar a part of the contract
documents.
• Sign F.E. de Monchaux
Generg1-j1e.n ,&m
Date~~~~.14bZ ~ _
(DENTON, TEXAS - 4573 )
(ELECTRICAL FgUIPMF.NT - E-10A)
(ADDENDUM 1 ) 1
TABLE OF CONTENTS
Page thru Page
ADVERTISEMENT A-1 A-2
INSTRUCTIONS TO BIDDERS IB-1 IB-4
PROPOSAL PF-1
CONTRACT AGREEMENT CA-1 CA-2
PEF ORMANCE BOND PB-1 PB-2 '
GENERAL CONDITIONS GC-1 GC-14
GENERAL SPECIFICATIONS G-1 G-4
DETAILED SPECIFICATIONS
Item IV SUPERVISORY CONTROL AND TELEMETERING
EQUIPMENT $-1 4-3
+ Control Data Proposal 26166-A
Delete(I for Contract Issue
+ Added for Contract Issue
DEIMN, TEMS - 4573
EIlt:CTRICAL EQUI1111 IT - E-10A
is"J4 IV
it
ADya r mENT
ELECTRICAL EQUIPMENT
FOR
' DENTON, TEXAS
Sealed bids will be received by the City of Denton, Texas, at the office
of the Purchasing Agent, prior to 10:30 a.m. Central Standard Time,
March 30, 1967, then publicly opened for furnishing:
69 Kv OIL CIRCUIT BREAKERS
15 Kv SWITCHGEAR
15 KV BUS DUCT
SUPERVISORY CONTROL A17D TELE4EThRI1,r EQUIFVINT
SUBSTATION STRUCTURES AND EQUIPb1ENT
Prospective bidders may examine copies of the specifications at the office
of Black & Veatch, Consulting Engineers, 1500 Meadow Lake Parkway, Kansas
City, Missouri.
` Specifications will be issued only to those bidders who have been deter-
mined by the City of Denton, Texas, to be qualified to bid. Determination
of a prospective bidder's qualifications will be based entirely on written
evidence submitted by the bidder in duplicate to the City and the EnginFer
not later than twenty-one (21) days before the time set for opening the
bids. Each prospective bidder shall submit evidence that he:
Has adequate plant equipment available to do the work properly
and expeditiously.
Has an adequate financial status to meet financial obligations
incident to this work.
Has adequate technical knowledge and practical experience.
Has no just or proper claims pending against him on other similar
work.
Has designed vnd manufactured three or more units of a similar
type and rating, operating under equal or more severe service
conditions thL+n the equipment specified, and each of which has
been in successful commercial operation for three or more years
in central station power plants within the United States. The
evidence shall consist of a selected listing of the units indi-
cating the Owner's name, location, date of initial operation,
rating, operating conditions and type. The listing shall be
specially prepared for his particular bidding and shall list
only those units falling under the above requirements.
(DENTON, TEXAS - 4573 } A-1
(ELECTRICAL EQUIPMENT - E-l0A)
Qualified prospective bidders may obtain copies of the specifications from
the Consulting Engineers (mailing address - Black & Veatch, P. 0. Box 8405,
Kansas City, Missouri 64114).
All bids must be made on printed contract document fo ms included in the
specifications.
When filed with the Purchasing Agent, each bid shall be accomranied either
on an acceptable bidder's bond, a certified check, or a cashier's check on
any solvent bank, the amount of which shall be not less than 5 per cent of
the amount of the bid. The bid security shall be made payable to the City
Treasurer of the City of Denton, Texas. Bid security of the suepessful
bidders will be returned when their contracts have been signed, filed with,
and approved by the City. Bid security of unsuccessful bidders will be
returned on award of contract or refection of bids. '
No bid may be altered, withdrawn or resubmitted within sixty (60) day, from
and after the date set for the opening of bids.
The City of Denton, Texas, reserves the right to reject any and all bids
and to waive defects in bids.
CITY OF DEIrMN, TEXAS
John Marshall
Purchasing Agent
(DENTON, TEXAS - 4573 )
(ELECTRICAL EQUIPME14T - E-l0A) A-2
INSTRUCTIONS TO BIDDERS
GENERAL. These instructions apply to the preparation of proposals for
equipment, materials, and related work for the City of Denton, Texas,
acting through its Public Utilities Board and City Council, hereinafter
• referred to as the "Owner".
PROPOSALS. Proposals shall be prepared and submitted in duplicate, each
copy containing a complete bound copy of these contract documents. Pro-
posals which are not prepared in accordance with these instructions or
which are submitted without a complete bound copy of these contract docu-
ments will imply that the bidder does not intend to comply with all of the
contract conditions and such proposals will be considered irregular.
Preparation. Each proposal shall be carefully prepared using the proposal
and data forms bound herewith. Entries on the proposal and data forms
shell be typed, using dark black ribbon, or legibly written in black ink.
All prices shall be stated in words and figures except where the forms
provide for figures only.
Conflicts between these contract documents and the bidder's proposal
shall be marked in ink and signed or initialed by the bidder on the
bound copy of these contract documents submitted with the proposal.
Conflicts shall be marked directly on the pages where they occur by
making reference to a particular page or paragraph of the bidder's
descriptive information, or by inserting notations describing the
conflict. Conflict notations which make reference to the bidder's
descriptive information as a whole will not be acceptable. In case
• of conflicts not marked as directed, these contract documents shall
govern.
If the bidder alters any part of these contract documents in any way,
each such altercation shall be signed or initialed by the bidder.
The bidder shall staple or otherwise bind, with each bound copy of
contract documents submitted, signed copy of each addendum issued
for these contract documents during the bidding period. The bidder
shall assemble all drawinga, catalog data, and other supplementary
information necessary to thoroughly describe materials and equipment
covered by this proposal, and shall attach such supplemental Informa-
tion to the bound copy of these contract documents submitted with the
proposal.
Sianatures. Each bidder shall sign the proposal with his usual signa-
ture and 9611 give his full business address. Bids by partnerships
shall be signed with the partnership name followed by the signature and
designation of one of the partners or other authorised representative.
(UMN 9 TLW) IB-1
012367
Bids by a corporation shall be signed in the name of the corporation,
followed by the signature and designation of the president, secretary,
or other person authorized to bind the corporation. The names of all
persons signing should also be typed or printed below the signature.
A bid by a person who affixes to his signature the word "president",
"secretary", "agent", or other designation, without disclosing his
principal, will be rejected. When requested, satisfactory evidence
of the authority of the officer signing in behalf of the corporation
shall be furnished. Bidding corporations shall designate the state in
v1d ch they are incorporated and the address of their principal office.
Submittal. Proposals shall be submitted in a sealed envelope addressed
to the CITY OF NOTON, TEXAS, Attention: Purchasing Ageut, and endorsed
on the outside of the envelope with the bidder's name and the name of the
work bid upon.
Withdrawal. Proposals may be withdrawn, altered, and resubmitted at
9AW time before the time set for opening the bids. Proposals may not
be withdrawn, altered, or resubmitted within sixty (60) days thereafter.
PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified
check or cashier's check drawn on any solvent bank, or by an acceptable
bidder's bond executed by the bidder and a surety co Wany authorised to
do business in the State of Texas in an amount of not less than five per
cent (0) of tt a total bid.
The proposal guarantee shall be made payable without condition to the
City Treasurer of the City of Denton, Texas, and the amount thereof may
be retained by said City of Denton, Texas, as liquidated damages it the
bidder's proposal is accepted and the bidder fails to enter into contract
in the form prescribed, with legally responsible surety, within ten (10)
calendar days after the date he is awarded the contract.
The proposal guarantee of each unsuccessful bidder will be returned after
award of contract or when his proposal is rejected. The proposal guarantee
of the bidder to whom the contract is awarded will be returned when said
bidder executes the Contract Agreement and tiles a satisfactory Performance
Bond. The proposal deposit of the second lowest responsible bidder may
be retained for a period not to exceed sixty (60) days pending the execution
of the Contract Agreement and Performance Bond by the successful bidder.
INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with
his proposal the name of manufacturer and the type or model of each princi-
pal item of equipment or material be proposes to furnish. He shall also
submit therewith drawings and descriptive matter which will show general
dimensions, principle of operation, and the materials from which the parts
are made. Any bid not having sufficient descriptive matter to describe
accurately the equipment or materials bid upon will be rejected as irregu-
lar. The above drawings submitted by the successful bidder will be retained
by the Owner. Any material departure from these drawings as submitted will
not be permitted without written permission from the Owner.
(10TON, TEXAS) IR-2
012367
Verbal statements made by the bidder at any time regarding quality, quantity
or• arrangement of egvipment will not be considered.
If alternate equipment or materials are indicated in the Proposal, it shall
be understood that the Owner will have the option of selecting any one of
the alternates so indicated and such selection shall not be a cause for
extra compensation or extension of time.
TAXES, PERMITS, AND LICENSES. The bid price stated in the Proposal shall
include all taxes, permits, and licenses which might be lawfully assessed
against the Owner or the bidder on the date of the Proposal. This shall
include Federal, State, and local taxes, use taxes, occupational licenses,
and other similar taxes, permits, and licenses applicablft to the specified
work.
The successful bidder will be compensated for any increase in tax rates,
license feen, and permit fees or any new taxes, licenses, or permits imposed
after the dente of the Proposal; provided however, that this provision shall
be limited to sales, use, excise, and other ad valorem taxes assessed against
the completed work and to licenses and permits required specifically for
the prope,..ed work.
It shall be the bidder's responsibility to determine the applicable taxes,
permits, and licenses. If the bidder is in doubt as to whether or not a
tax, permit, or license is applicable, he shall state in his proposal
whether this item has been included in his bid price and the amount of the
applicable tax, permit, or license in question.
TIME OF COMPLETION. The time of completion of the work is a basic con-
sideration of the contract. The proposal shall be based upon completion
of the work in accordance with the specified scbedu}.e. It will be neces-
sary that the bidder satisfy the Owner of his ability to complete the work
within the stipulated time.
In this connection, attention is called to the provisions of the attached
General Conditions relative to delays and extensions of time.
BOND. The contractor to whom the work is awarded will be required to
furnish a Performance Bond to the City of Denton, Texas in an amount
equal to 100 per cent of the contract amount. The cost of the bond shall
be included in the lump sum bid price. The bond shall be executed on the
forms provided, copies of which are attached hereto, signed by a surety
company authorized to do business in the State of Texas and acceptable
as surety to the Owner. With the bond shall be filed copies of "Power
of Attorney", certified to include the date of the bond.
LOCAL CONDITIONS. If the work includes field construction, furnishing
field labor, or furnishing of field supervision, each bidder shall visit
the site of the work and thoroughly inform himself of all conditions and
factors which would affect the prosecution and completion of the work and
the cost thereof, including the arrangement and conditions of existing or
(DENTON, TEXAS) IB-3
011367
proposed structures affecting or which are affected by the proposed work,
the procedure necessary for maintenance of uninterrupted operation, the
availability and cost of labor, and facilities for transportation, handl-
ing tad storage of materials and equipment.
It must be understood and agreed that all such factors have been properly
investigated and considered in the preparation of every proposal submitted,
as there will be no subsequent financial adjustment, to any contract awarded
thereunder, which is based on the lack of such prior information or its
effect on the cost of the work.
INTERPRETATION OF SPECIFICATIONS. If any prospective bidder is in doubt
as to the true meaning of any part of the proposed contract documents, he
may submit to the Engineer a written request for an interpretation thereof.
The person submitting the request will be responsible for its prompt de-
livery. Any interpretation of the proposed documents will be made only by
addendum duly issued, and a copy of such addendum will be mailed or deliv-
ered to each person receiving a set of such documents. The Owner will not
be responsible for any other explanations or interpretations of the pro-
posed documents.
It shall be the responsibility of the bidder to advise the Engineer of
conflicting requirements or omissions of information which are necessary
to a clear understanding of thq work before the date set for opening bids.
Those questions not resolved by addenda shall be listed in the bidder's
proposal, together with statements of the basis upon which the proposal
it made as affected by each question.
ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept
the bid which, in its judgment, is the lowest and best bid; to reject and
and all bids; and to waive irregularities and informalities in any bid
that is submitted. Bids received after specified time of closing will be
returned unopened.
(DENTON, TEXAS) IB-4
011367
'PROPOSAL ,
BID N0. 67-13-3
TO THE CITY OF DENTON, TEXAS
Gentlemen:
The undersigned hereby prohoses.to furnish electrical equipment complete as
specified herein fob Denton, Texas, for the following firm lump sum price:
Lump aum price for Items I, II, 111, and V, as specified,
N BID }
Price in Words)
Lump s2m price for Item IV, as specified,
Thirty Nine ThouRand Three Hundred Seventy
Nine and no/100 39,379.00 }
Price in Words
Lump sum pric? for furnishing Items I, II, III,
IV, and V. as specified
NO BID
Price in Words
Price deduction to the lump sum price for fur-
nishing single ratio current transformers in
lieu of multiratio current transformers speci-
fied in Item I and Item 11.
NO BID }
Price in Words)
Price dedv*;,,n to the lump sum price for
furnishing cable bus duct in lieu of non-
segregated phase bus ducts specified in
Item II
NO BID _ )
Price in Words
(DIM-ON, TEXAS - L 57 3 }
(ELECTRICAL EQUIPMENT - E-10A)
(ADDENDLR4 1 ) PF-1
Price deduction to the lump sum price for fur-
nishing single tank oil circuit breakers in
lieu of three tank oil circuit breakers speci-
fied in Item I:?.
NO BID _ )
Price in Words
The undersigned hereby agrees that time of delivery is of the essence to
the proposed work and that the materials and equipment covered by this
Proposal will be delivered not later than the following dates.
Item I N/A
19!
Item II NIA 19
Item III N/A l9
Item IV January 8, 1968
Item V N/A l9_,_,
Dated at Minneapolis, Minnesota this 28 day of March 1967.
Control Corporation, Division of
Bidder.'Control Da 'a Corporation
F4 de Mofichaux
~Title_ General Mana er
Business Addsess of Biddsr 718 Central Avenue N.E.-Minneapolis, Minnesota 55414
State of Incorporation Minnesota
Address of Principal Office 8100-34th Avenue South -Minneapolis, Minnesota 55420
NOTE- Lump sum price for alternate system (Super-Trol II)
For Item IV, as specified
Forty Nine Thousand, Eight Hundred Ninety Dollars and no/00 $49,890.00
(DENTON, TEXAS - 4573 )
(ELECTRICAL EQUiPMEn - E-10A)
(ADDENDUM 1 ) PF-2
I "17
April 6, 1967
Department of Public Utilities
City of Denton
Denton, Texas
Attention: Mr. George Reich
Subject: Response t-1 Black & Veatch Specification
4573-E-10A
Gentlemen:
This letter is intended to clarify specific points brought
forth by Black & Veatch Consulting Engineers April 51 1967.
This is in regard to Control Corporation's quotation
26166-A dated March 28, 1967, in response to the afore-
mentioned specification.
• Control Corporation's bid directly to the City of Denton
was a lump sum bid including all necessary transducers.
ReRlizing that these transducers mutt be supplied to the
electrical manufacturer for installation in their
equipment, the cost of these transducers may be deducted
from our total price in the amount of $21.25. The
successful. electrical manufacturer must procure these
transducers from Control Corporation for the aforementioned
amount as part of their contract.
• The remote stations covered by our alternate bid for
Super-Trol II will be suitable for rack mounting in
the same space(s) as presently utilized by the existing
Super-Trol I remote stations. Mounting bolts shall
match existing mounting holes.
i
ICI
Mr. George Reich
Page 2
April 6, 1967
• All necessary logic and associated timers for automatic
• print out of data logging quantities at predetermined
intervals of time are included in our proposal.
• • Deletion of data logging of 13.2 KV voltage from 6
points to 2 points per substation is permissible at a
reduction of our proposed price in the amount of $260.
• Individual selectric data logging typewriters will be
provided for each remote station. Included with the
typewriter 0.11 be an appropriate control unit that
will contain necessary typewriter logic and data
logging forms.
Space will be provided in the master station for our
supervisory control and telemetering for the future
Forth substation. This space will be approximately
the same size as that required for control and tele-
metering of the contemplated West substation.
A carbon copy of this letter has been forwarded to Black &
Veatch for their review and records. If there are any
questions as a result of this letter or the points brought
forth, please contact me directly.
Very truly yours,
CONTROL CO PORATION
Z -
Charles E. Dean
District Sales Engineer
CID : Jkc
CC: Black & Veatch
CONTRACT AGREEMENT
THIS CONTRACT AGREEMENT, made.and entered into this day of
l7, by and between the CITY OF DENTON, TEXAS, Party of the First rt
and hereinafter called the "Owner", and CONTROL CORPORATION, DIVISION OF
CONTROL DATA CORPORATION, a Minnesota corporation with its principal office
in Minneapolis, Minnesota, Party of the Second Part and hereinafter called
the "Contractor",
WITNESSETH:
THAT WHEREAS, the Owner has caused to be prepared, in accordance with law,
specifications, plans and other contract documents for the work as herein
specified; and
WHEREAS, the said Contractor has submitted to the Owner a Proposal in
accordance with the terms of this Contract Agreement; and
WHEREAS, the Owner, in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest and beat bidder for the
said work and has duly awarded to the said Contractor a contract therefor,
for the sum or sums named in the Contractor's Proposal, a copy thereof being
attached to and made a part of this Contract Agreement;
NOW, THEREFORE. in consideration of the compensation to be paid to the Con-
tractor and of the mutual agreements herein contained, the parties to these
presents have agreed and hereby agree, the Owner for itself and its successors,
and the Contractor for itself, himself, or themselves, or its, his or their
successors and assigns, or its, his or their executors and administrators, as
follows.
ARTICLE.1. That the Contractor shall furnish (Item IV) Supervisory Control
and Telemetering Equipment, described as the alternate system (Super-Trol II)
in the Contractor's Proposal and Quotation 26166-A dated March 280 1967 and
letter of clarification dated April 6f 1967, as specified and required in
accordance with the provisions of the zontract documents, which are attached
and made a part hereof, and shall execute and complete all work included in
and covered by the Owner's official sward of this Contract Agreement to the
said Contractor.
ARTICLE II. That the Owner shall pay to the Contractor for the work and mate-
rials embraced in this Contract Agreement, and the Contractor will accept as
full co ensation therefor, the sum (subject to adjustments as provided by the
contract of FORTY-SEVEN THOUSAND FIVE HUNDRED FIVE AND N01100 DOLLARS
($1+7)505.00) for all work covered by and included in the contract award,
designated in the foregoing Article r; payment to be made in cash or its
equivalent in the manner provided in the specifications attached hereto.
DENTON, TEXAS - 4513 }
ELECTRICAL EQUIPMENT - E-10A)
ITEM IV ) CA-1
ARTICLE III. T,vat time of completion is of the essence of the Contract
Agreement,.and that the Contractor shall proceed with the ^pecified work
and shall conform to the following schedule:
The supervisory control and telemetering equipment shall be
delivered not later than January 8, 1968.
IN WITNESS WHEREOF, the parties hereto have executed thin Contract Agreement
as of the day and year first above written.
CITY
(seal)
2 '0 ze-'I DE N S
BY
At st
CONTROL CORPORATION, DIVISION
OF CONTRO DATA CORPORATION
(seal)
~ I
1 Z6~'
f7 .4 Attest
'K * •k 'IF # 'li 'K' 'IE ~ IF iF #
The foregoing Contract Agreement is in correct form according to law and is
hereby approved.
6
Attorney Tor Owner
V
DENTON, TEXAS 4573 )
ELECTRICAL EQUIPMENT - E-10A)
ITEK IV ) CA-2
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS that we, CONTROL CORPORATION, DIVISION OF
CONTROL DATA CORPORATION of Minneapolis, Minnesota, hereinafter referred to
as "Contractor", and ST. PAUL FIRE AND MARINE INSURANCE COMPANY ,
a corporation organized under the laws of the State of and authorized to transact business in the State of Texas, as "Surety "o are
held and firmly bound unto the City of Denton, Texas hereinafter referred to
as "Owner", in the penal sum of FORTY-`ZVEN THOUSAND FIVE HUNDRED FIVE AND
NO/100 D00ARS 447505-00), for the payment of which sum, well and truly to
be made to the Owner, we bind ourselves and our teirs, executors, administrators,
successors, and assigns, jointly and severally, by these presents:
WHEREAS, on the_2Z_day of_g4fe1_ , 1967, the Contractor entered
into a written contract with the Owner f^r furnishing materials, supplies,
and equipment not furnished by tle Owner, construction tools, equipment,
and plant, and the performance of all necessary labor, for and in connection
with the construction of certain improvements described in the attached
contract documents; and
WHEREAS, it was a condition of the contract award by the Owner that these
presents be executed by the Contractor and Surety;
NOW,THE WORE, if the Contractor shall, in all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions, specifica-
tions, drawings, and other contract documents thereto attached or, by
reference made a part thereof, according to the true intent and meaning
in each case, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just claims
and demands by, or in behalf of, any employee or other person, or any firm,
association, or corporation, for labor performed or materials, supplies,
or equipment furnished, used, or consumed by the Contractor or his sub-
contractors in the performance of the work, then the Surety will pay the
full value of all such claims or demands in any total amount not exceeding
the amount of this obligation, together with interest as provided by law.
DENTON, TEXAS - 4573 )
ELECTRICAL EQUIPMENT - E-10A)
ITEM IV ) PB-1
THE UNDERSIGNED SURETY, for value received, hereby agrees that no exten-
sion of time, change in, addition to, or other modification of the terms
of the contract or work to be performed thereunder, or of the specifica-
tions or other contract document, shall in any way affect its obligation
on this bond, and the Surety does hereby waive notice of any such exten-
sion of time, change, addition, or modification.
' IN TESTIMONY WHEREOF) the Contractor has hereunto set his hand and the
Surety has caused these presents to be executed in its name and its
corporate seal to be affixed by its attorney-in-fact at
on this the_day of
f~&1A 1967-
CONTROL CORPORATION, DIVISION OF
CONTRO =CTION (SEAL)
ST. PAUL FIRtANo MARINE INSURANCE COMPANY
BURETY COMPANY
By (SEAL)
A. L. F. Attorney-in- ct
n 0 Ad J
By
fate Representative
(Accompany this bond with attorney-in-fact's authority from the Surety
Company certified to include the date of the bond.)
DIEN N, TExAs - 4573 )
RIZOTRICAL EQUIPMUT - E-10A)
ITEM IV ) PB-2
0000000
u
w ~ W ,Q
N $ O O N 04
¢ w1L O k rib 4 O 4
N " Q 0 4 91 " O
T wd 4 N W a0 O z
.P4. C ~i v u u a
4 O a a O a
to 0) v A "q
a A u 1'e 41 4
N o
N 2L a+ +f v NN¢
V a 44 93
w 44
O 4 4 1+ U \
Y wO O
Y N Q 4 0"
a a► a uror d f
W V M 9 w b H Y
"4 rf M O
p a a .C 4 C V N rj M
IMO V N~ U
w rC V S a 41 IV
°
° a d 4w a "
" a 4j °:°A zxt
P4 a
03 N 0
4 4) to 0
N M
40 :3 0 .4 M
Y v1 0 :3 a 4 00
S H N 01 a 4 a a J
01 a L c
i ° C A w a M xxi
a G .r $ O 4 O N
a M N a M b " b a
U a 42 M •f
~ 0 M
p •4 O UI
4 'd C4 CID 44 ~4
4 to HZ a A K
O at
O N 91 a
.7C y4 aD W a N 01 ,4
$4 61 OD 0
to r4
Ok O $ O 0 a a o0 0 N
°yL~•, of d a 0 V4 ~ a s
14 $a &J 0
V 44 O ~ a a a "4
4 a a w u A
N ~ as ~ b •wt .a O 4 'J.'
r8 ~di c
Z1 01 ~ gg A w
gg~g 5 0
tu$
'F tL
E:
z z•
LA J
a °
Q Z s 'd o I~0 a
43
LL. ° p I~ o E a
G~ S~d Q
a11 0 w..
gg~
West Tat
~N E G A~
P4 t 2°2 a $ ado II ~
y
3 14
C13 $
407.3 1
y
V Z a i 0 8 s~ H yr
all a 0
° w 0 (7 w
Oz A :0
a I ell
z 11 ski 0
a 4 w a3 a
PAD P'Sel 914.1
0 All
yl S~ : X 1S
0
ti
V 4 4 ~ 1 all 40~ ,Ell
GENERAL CONDITIONS
GC-l. CONTRACT DOCLUMIS. It is understood and agreed that the Advertise-
ment, Instructions to Bidders, Proposal, Equipment Data, Contract Agree-
ment, Performance Bond, General Conditions, Specifications, Plans, Addenda,
and Change Orders, all as issu>>d by the Owner, and specifications and
engineering data furnished by the Contractor and approved by the Owner,
are each included in this contract and the work shall be done in accord-
anee therewith.
GC-2. DEFINITIONS. Words, phrases, or other expressions used in these
contract documents shall rave meanings as follows:
1. "Contract" or "contract documents" shall include the items
enumerated above under CONTRACT DOCtNMPM.
2. "Owner" shall mean the City of Denton, Texas, named and desig-
nated in the Contract Agreement as "Party of the First Part",
acting through its Public Utilities Board and City Council
and their duly authorised agents. All notices', letters, and
other communication directed to the Owner shall be addressed
and delivered to City Hall, Dentono Texas.
30 "Contractor" shall mem the corporation, company, partnership,
fift* or individual, named and designated in the, Contract Agree-
ment a►'the nParty of the Second Part" ;who has, entered into
this aontraet for the performance of the'vork covered thereby,
and its, his, or their duly authorized representatives.
4. "Subcontractor" shall mean and refer only to a corporation,
partnership, or Individual having a direct contract with the
Contractor for performing work covered by these contract docu-
ments.
u
5. "Engineer" shall rowan the firm of Black b Veatch, Consulting-
Bngineere, 1500 Meadow Lake Parkway, Kansas City ,,Miasourll,,.,
(mailing address P.O. Box 8405, Kansas City,,'Miesouri 64114)
or its duly authorized agents, such agents acting within the
scope of the particular duties entrusted to there in each c"t.
6, "Date of contract", or equivalent words, shall mean the date
written in the first paragraph of the Contract Agrefteht:
To "Day" or "days", unless herein otherwise expressly defined,
shall mean a calendar day or days of twenty-four hours each,
8. "The work" shall mean the equipment, supplies, materials,
labor, and services to be furnished under the contract and
the carrying out of all duties and obligations imposed by
the contract documents,
(DFATOH, TEXAS)
(FOB 012367 ) GC-1
9. "Plans" or "drawings" shell mean all (a) drawings furnished
by the Owner as a basis for Proposals, (b) supplementary
drawings furnished by the Owner to clarity and to define in
greater detail the intent of the contract plans and speci-
fications, (c) drawings submitted by the successful bidder
with his Proposal and by the Contractor to the Owner, as
approved by the Engineer, and (d) drawings submitted by the
Owner to the Contractor during the progress of the work as
provided for herein.
10. Whenever in these contract documents the words "as ordered.",
"as directed", "as required", "as permitted", "as 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 fudging compliance with the terms of the contract;
none of these terms shall imply the Owner or the Engineer has
any authority or responsibility for supervision of the Con-
tractor's forces or construction operations, such supervision
and the sole responsibility therefor being strictly reserved
for the Contractor.
11. Similarly the words "approved", "reasonable", "suitable",
"acceptable", "proper", "satisfactory", or words of like
effect, and import, unless otherwise particularly specified
herein, shall mean approved, reasonable, sjuitable acceptable
proper, or eatisfactory in the si tit of,. the Owner or
Engineer,. to the extent provided in "10" above. ,
r
12. Whenever in these contract documents the expression "it is •
understood and agreed", or an expression of like import is
used, such expression means the mutual understanding and
agreement of the parties executing the contract agreement.
GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that
the written terms and provisions of this agreement shall supersede all
verbal statements of representatives of the Owner, and verbal statements
shall not be effective or be construed as being a part of this contract.
OC-4. 82 l~ SPFCIFICATIQNS. Beference to standard specification
of any technical society, organization, or association, or to codes of
local or state authorities, shall mean the latest standard, code,
specification, or tentative specification adopted and pub]lisbed at the
date of taking bids, unless specifically stated otherwise.
100165 FOB GC-2
jr y
i
GC-5• EXECVPION OF CONTRACT DOCLKEM. Four (L) copies of the contract
documents will be prepared by the Engineer. Copies of engineering data,
special forms, or other documents furnished by the Contractor, which are
required to be incorporated in the contract shall be supplied.
All copies will be submitted to the Contractor and the Contractor shall
execute the Contract Agreement, insert executed copies of the required
bonds and submit all copies to the Owner. The date of contract on the
Contract Agreement and bond forms shall be left blank for filling In by
the Owner.
The Owner will execute all copies, insert the date of contract on the
bonds and Power of Attorney, retain one copy, and forward one copy each
to the Contractor, Engineer and surety company.
Gc-6. SCOPE, NATURE, AND INTENT OF SPECIFICATIONS AND PLANS. The speci-
fications and plans are intended to supplement, but not necessarily
duplicate each other. AiW work exhibited in the one and not in the other
shall be executed as if it had been set forth in both so that the Bork
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 omitted from the specifications and plans, or should it appear that
various instructions are in conflict, the Contractor shall secure"Britten
instructions from the Engineer before proceeding with the construction
affected by such omissions or discrepancies. It is uaderstood 1aHd'1*reeq
that the work shall be performed according to the true intent of the
contract documents.
GC-7• APPROVAL OF ENGINEERING DATA. Engineering data' covering"all,
equipment^ a fabricated materials to be furnished under this contract
shall be submitted to the Engineer for epproVal► These data shall
include draviage and descriptive information in sufficient detail, to
show the kind, size; arrangement and operation of cauponent`alate-rials
and devices; the external connections, anchorages and supports."required;
performance characteristics; and dimensions needed for installation and
correlation with other materials and equipment. Data submitted shali
include drawings shoving essential details of any changes prrposed'by
the Contractor and all required wiring and piping layouts.
No work shall be performed in connection with the fabrication or manufac-
ture of materials and equipment, nor shall any accessory or appurtenance
be purchased until the drawings and data therefor have beea',pOroved
except at the Contrcetor's own risk and respoasibflity.'
Four (k) copies of each drawing and necessary data shall be submitted to
the Engineer. ;Each drawing•or data sheet shall be clearly marked pith the
dome of the project, the Contractor's name, and references-to applicdbie
specification paragraphs.
1001!'5 FOB GC-3
When the drawings and data are returned marked "APPROVED" or "RECEIVED
FOR DISTRIBUTION"s additional copies shall be submitted to the Engineer.
The, number of additional copies will be determined by the Engineer but
will not exceed eight (8).
When the drawings and data are returned marked "APPROVED AS NOTED", the
changes shall be made as noted thereon and corrected copies shall be
submitted to the Engineer. The number of corrected copies will be
determined by the Engineer but will not exceed twelve (12).
When the drawings and data are returned marked "RETURNED FOR CORRECTION",
the corrections shall be made as noted thereon and as instructed by the
Engineer and four (4) corrected copies shall be submitted.
The Engineer's review of drawings and data submitted by the Contractor
will cover only general conformity to the plans and specifications and
the external connections and dimensions which affect the plant arrange-
I ment. The Engineer's approval of dravings returned marked "APPROVED"
or "APPROVED AS NOTED" will not constitute a blanket approval of all
dimensions, quantities, and details of the materials equipment, device,
or item shown and does not relieve the Contractor from any responsibility
for errors or deviations from the contract requirements.
All drawings and data, after final processing by the Engkieer, shall
..becomq a part of the contract documents and the work sham or described
thereby shall be performed in conformity therewith unless othenH se
required by the Owner or the. Engineer.
6C4.' LEGAL 1 ^RMS. The business address of the Contractor" given in
the Proposal is areby designated as the place to which all notices,
letters, and othea. ^ommunication to the Contractor will be mailed or
delivered. The add.,tss of the Owner appearing on Page GC-1 is hereby
designated as the plaCA to which all notices$ letters and other com-
munication to the Owner shall be mailed or delivered. Either party.
may change the said address at say time by an instrument in writing
delivered to the Engineer and to the other party.
GC-9• PATEM Royalties and fees for patents covering materials,
articles, apparatus, devices, or equipment (as.distinguished from .
processes) used in the;vprk, shall be included in the contract;amount.
The Contractor shall satisfy all demands that may be made at any time
for such roy<!es and fees, and bi shall be liable for any dazagcs
or claims for pate""- infringements., The Contractor shall, at his am
cost and expenses deft.:d all suits or proceedings that may be instituted
against the Owner for ini%ringemqut or,alleged•.infringement,of any patents
involved in the work and, in case of an award of damages, the Contractor
shall,.pay such award. Final ppya+ept to the Contractor by the Owner will
not be made while any such suit or claim remains unsevtled. The Con#,
tractor, however, will not. be held liable for the defense of any suit
or other proceeding, nor for the payment of W damages or other.costs,
050163 FOB GC-4
for the Infringement of any patented process required by the contract
documents; except if the Contractor has information that the.proceas:so
required is an infringement of a patent, the Contractor shall be liabls
for $ny damages or claims in connection therewith unless be promptly:.
Notifies the Owner and Engineer of such infringement.
0C-10. INDEPENDENT CONTRACTOR. The relation of the Contractor to the
Owner shall be that of an independent contractor,
GC-11. AVMORITY OF THE ENGINEER, To prevent delays and disputes,
and to discourage litigation, it is agreed by the parties to this con-
tract that the Engineer shall in all cases determine the quantities of
the several kinds of work which are to be paid for under the contract
and shall determine all questions in relation to the work.
If, in the opinion of the Contractor or the Owner, a decision made by
the Engineer is not in accordance with the meaning and intent of the
contract, either party may file with the Engineer and the other panty
to the'contract, within thirty, {'yC? days after receipt of„the,deciaion,
A written objection to the decision. Failure to file an obaectiou with-
in the allotted time will be considered as acceptance of the Engineer's
decision and the deeision.sball become final and coaclusivp.
gagituer'o decisions
and the, filia$ of the xi.tten obsectiop :theiy
to, hal} be'.s,conditioe preclont to the right to'request.arbitiratiga,
o " 'sort'action in court.
jt is the intent' this agreement that there shall be no d I~
of'' slay is
the OxAgution of the work, and,the ¢eeision of the Engines;.ahail b
pToc~~t~,Y observed.
G12. C I SPE 0 , The Owner,may appoint (either directly
o;,thzopgh.the ineer such inspectors sa be deems proper, to iasPecf
the br-4 pertorafa for compliance with the pleas,and specification;.,
T1ie; ,Qo4traetor shall furnishal.l, reasonable assistance required_by the,
Engineer or. inspectors for, the proper inspection and examinatioa.Q4 the,
work .
The Contractor shall., obey the Urections and instructions of the. Eagitp4er
or' inspector when 'tbey asps L SopaiEaent 1 ►lt2}, the,' obligations p~f t)ii.s,.,pM tact.
Should the Contractor obfict to any order given by an inspector, the
Contractor may make written appeal to the Engineer for his deciaioA..,,
Inspectors qnd other, roperly authorised representatives of.thp)OK*X;1,.
or Ettgiaeer ahah'bg free, at, all tijaes to perform. their duties, and
W itiemp' ' idtipiAation of one, of them %r the Contractor, pr his ens-,,.
pibyi s'shall be aufflicient.reason to terminate the contract if,the
owner°do decides.
Such inspection shall not reii'e*e the Contractor tram any obligation
to perform the work strictly in accordance with the plans and specifics-
tions. Work not so constructed shall be removed and replaced by the Con-
tractor at his own expense.
090964 FOB
GC-13. NO 'WAIVER OF RIGHTS. Neither the inspection by the Owner or
thgineer'or any of their officials, employees, or agents, nor any order
by the Owner or Engineer for payment of money, or any ps,;ment for, or
acceptance of, the whole or any part of the work by the +*ner or Engineer,
nor eny extension of time, nor any possession taken by the Owner or its
employees, shall operate as a waiver of any provision of this contract,
or of any power herein reserved to the Owner, or any right to damages
herein provided, nor shall any waiver of any breach in this contract be
held to be a waiver of any other or subsequent breach.
GC-14. !MODIFICATIONS. The Contractor shall modify the work whenever so '
ordered by the 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 frill
be made.
Except for minor changes or adjustments which involve no contract price
adjustment or other monetary consideration, all modifications shalt be
made under the authority of duly executed change orders issued and signed
by'the Owner and accepted and signed by the Contractor.
GC-14.01. Extra'Kork. If a modification increases the amount of the irork,
and the added work or any part tnereot is of a type and character which
can"propttV 'and fa iJ,j'be cladsified'under one or tore unit pi'iCe ite:$s
of`*thi, p Haul the-id the *addedL work `ol `oi't" thereof shall be Paid` f'or
according to the amount actually done and at the applicable unit`pO eE
or prices. Otherwise, such work shall be paid for an hereinafter proXided.
Clalis~Mr eit'ra'Wbrk"Vill"not-be paid'unless'the'work covered-Wd'uch'
claims was authorized in writing by the Owner and the Contlattor'shali"not
'
have the right to prosecute or maintain either an arbitration proceeding
df '6A'a6t16n 'in court' t'6 r4 iier'for' extra v6rk unless his 61606 is `based
tiponis'writtei order from the Owner. Payments for extra 46rk"ahaii be
based,oh 4greed lump sums or agreed ctnit prices wfieiiever -tbe Owrserand,
'
he Conti4dtor agrae upon such 'pricks' before the'extra voA U'stiUted;
otheiwU6 payments for extra cork shan be based on the actudi direst
cost of the work plus a percentage allowance. The percentage allowance
shall include the Contractor's extra profit and extra overhead and,
vhlesa otherwise agreed by ;he Contractor and th'e Ovr4ar, t`fie -pcr4nt94e
J`allowsbc'e skull`be,fifteen per cent '(15%) of the total direct cost.
For the purpose of determining whether proposed extra work'vill be
authorized or for determining the paynjent method for extra work, the
ContV%dtoV shall 'submit to th'e Pagineer, upon request, a detailed cost
estimate for proposed extra V6rk. The estinite shall show ite'Jzed.
quantit'Iss' said charges for all elements` of direct cost and a percentage,
Rllo*wce to cover extra profit end extra overhead. Unless otherwise''
agreed by the Contractor and the Owner, the percentage allowance shall ,
be fifteen per cent (15%) of the total direct costs.
100165 FOB GC-6
GC-14.02. Decreased Bork. If a modification decreases the amount of
work to be done, such decrease c'ad.U not constitute the basis for a
claim for damages or anticipated profits on work affected by such de-
crease. Where the value of omitted work is not covered by applicable
unit prices, the Engineer shall determine on an equitable basis the
amount of (a) credit due the Owner for contract work not done as a
result of an authorized change, (b) allowance to the Contractor for
any actual loss incurred in connection with the purchase, delivery and
subsequent disposal of materials or equipment required for use on the
work as plumed, and which could not be used in any part of the work an
actually built, and (c) any other adjustment of the contract amount
where the method to be used in making such adjustment is not clearly
defined in the contract documents.
GC-15• ARBITRATION. Before bringing a:_W action in court pertaining to
a decision of the Engineer, the objector (hereinafter referred to as
Party A) to the decision shall first offer to arbitrate the question
with the other party to the contract (hereinafter referred to as Party
B) by notifying him in writing and setting forth in such notice the
question to be arbitrated.
Party B can elect to arbitrate or not. If Party B agrees to arbitrate
he shall so advise Party A in writing vithin ten (10) days after receipt
of Party,A's notice Notice by Party B that he does not wish to arbi-.:;
Irate or failure of Party,B to notify Party A within the ten,(10):dy►.;;
period will give Party -A the right to start.action -in court.
If.Party ,b.agrees, to arbitrates Party A shall choose an arbitrator; and v
shall notify ,Party. B. of -:the sate ,of the arbitrator within ten (10) days.
after receipt of Party B'a notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the
arbitrator named by -Party A shall act as sole arbitrator, or shall, nmae.
an, additional arbitrator. If Party B names an add.itional arbitrator,
then.the arbitrator named-by Party A and the arbitrator named by Party. B
shall choose a-third, arbitrator.
The,arbitrator or arbitrators shall act vith promptness. In the case
of .three arbitrators, the decision of any two shall be binding on both
parties to the contract, as shall that of a single arbitrator.if:the. ;
dispute is submitted thereto as heretofore provided. The decision of
the, arbitrator or arbitrators may be filed in court to carry it into
effect.
If they consider that .the .case so demands, the arbitrator or arbitrators
are authorized to award the party whose contention is sustained such sum
or:sums As they may deem proper for the tine, expense and trouble inokw
dent to the appeal, and if the appeal vas taken.without reasonable causes
they may award damages for may delay occasioned thereby.. The arbitrators
shall receive reasoaable,c compensation for their services. The arbitrators
shat1 assess. the costs and charges of the arbitration upon either or both
parties. The decision of the arbitrators must be made in writing, and
shall not be open to objection on account of the form of proceedings or
award,
o5o163 FOB GC-7
If for arty reason after the said notices have been duly given by Party A
and Party B, the arbitrators appointed shall be unable or shall fail to
act with reasonable promptness in appointing a third arbitrators Party A
(or, if he does not do so within a reasonable times Party B) may request
a fudge of the United States District Court who regularly holds court in
the district in which the site of the work, or any part thereof, is located,
to appoint t}.e third arbitrator. If it appears to the judge that the two
arbitrators originally appointed were unable or failed to act with reason-
able promptness in appointing a third arbitrator, he may appoint the third
arbitrator, and such appointment shall constitute a conclusive determination
that the arbitrators originally appointed were so unable or failed to act
with reasonable promptness snd, if the said judge acted at the request of
Party B. thet Party A did not make such request within R reasonable time.
If for any reason after the arbitrator or arbitrators have been duly
appointed, the arbitrator or arbitrators shall be unable or shall fail
to act Vitth reasonable promptness in reaching a decision regarding the
question submitted to arbitration, Party A (or, if he does not do so
within a reasonable times Party B) may request a judge of the United
States District Court who regularly holds court in the district in which
the site of the work, or any part thereof, is located, to appoint three
new arbitrators to act hereunder. If it appears to such judge that,the
I►rbitrator'br arbittators originally, appointed were unable or failed to
act Vith reasonable promptness in reaching a decision regarding the
questiod'subsitted to arbitrations be may appoint three neV arbitrators
to act hereunder,, and such ar'appointment shall 'constitute'a oonelusive
determination that the arbitrator or arbitrators originally appointed
Vero' so unable or' failed to act dith reasonable 'promptness and, if'thd
said fudge acted at request of;Party H. that~Party A did,not'kake such
request within a reasonable time
If for any reason a third arbitrator or three neV7arbitrators shall not
be appointed by a judge of-the United States District Court under the
cirdumb tahces:.hereinabove describedi or if three new arbitrators are,so
appointed and are unable or fail to act with reasonable promptness in%,
reaching a decision regarding the question submitted to arbitrations
then the arbitration procedure shall be deemed to have tailed and the
parties shall, be free to assert their rights in-the same manner as it!
they had not agreed to submit the question to arbitration:
If the above,agreement to submit questions o•! dispute to arbitration is
not enforceable under the law of applicable jurisdiction, each such '
question after it has arisen may by agreement of both parties hereto be
submitted to arbitration in the manner set forth above. .
The Contractor shall not cause a delay of the work during any arbitration
proceedings, except by agreement with the Owner. It is understood and,
agreed by the parties to the contract that no requirement or statement
herein shall be interpreted as curtailing the power of the Engineer, to
determine the amount, quality, and acceptability, of work and materials.
050163 FOB GC-8
GC-16. MIGHT OF OO;MER To TFRMIHATE CONTRACP. If the work to be dame
under this contract is abandoned by the Contraetort or if this contract
is assigned by him without the written consent a Owner; or if the
contractor is adjudged benkrupt; or if a gererc .ignment of his
assets is made for the benefit of his credi4 :s; or if a receiver is
appointed for the Contractor or my of his property; or if at any time
the Engineer certifie3 in writing to the Owner that the performance
of the work under this contract is being unnecessarily delayed, that
the Contractor is violating any of the conditions of this contract, or
that he is executing the same in bad faith or otherwise not in accord-
ance with the terms of said contract; or if the work is not substantially
completed within the time i,amed for its completion or within the time to
which such completion date nay be extended; then the Owner may serve
written notice upon the Contractor and his surety of said Owner's inten-
tion to terminate this contract. Unless within five (5) days after the
serving of such notice a satisfactory arrangement is made for contin-
uance, this contract shall terminate. In the event of such termination,
the surety shall have the right to take over and complete the work, pro-
vided, that if the surety does not commence performance within thirty
(30) days, the Owner may take over and prosecute the work to completion,
by contract or otherwise. The Contractor and his surety shall be liable
to the Owner for all excess cost sustained by the Owner by reason of such
prosecution and.completioa. The.Owner may take possession of, and utilize
in completing the work, all materials, equipmentb tools, and plant.on the
site of the,work.
GC-17. SISPENSIOy OF WORK. The owner reserves.the,right to suspoad.and
reinstate execution of the whole or any part of the work without invali-
dating the provisions of the contract..
Orders for suspension or reinstatement:of the work will be issued by the
Owner,to,the,Contractor,in'.vritingi :The.time.for completion of. the work
will be extended for a period equal to:the time lost by reason of.the. -
suspension.
Changes in Contractor's price or delivery schedules which occur during a
period of suspension ordered by the Owner shall not affect this contract
except as agreed by.the Owner and the Contractor. If the Contractor
proposes to apply such changes to this contract, he shall present.his
proposal to the Owner in writing. During-the 30 day period from and
after the receipt by the Owner of such written proposal, the Owner shall
be-permitted to reinstate the work without change. If the work is not
reinstated during this.30 day period, the Owner and the Contractor shall
agred upon reasonable and proper changes or the Owner may cancel the
unshipped portion of the work.
changes in delivery schedule shall mean extension of the, scheduled time
-.of delivery beyond the number of days of the suspension period.
050163 FOB GC-9
I
GC-18, DEIAA.'n SHIPMENT. The Owner reserves the right to order the
Contractor to delay shipment of equipment and materials herein con-
tracted. In the event such a delay is ordered by the Owner in writing,
the Owner will pay the Contractor reasonable and proper extra charges
incurred by the Contractor as a result of the delay. Such extra charges
shall include storage charges, handling chargea, insurance, interest
on investment, and transportation charges to the storage facility. ,
GC-19. CANCELLATION OF WORK. The Owner reserves the right to cancel
the unshipped portion of the work. In the event of cancellation, the
Owner will pay the Contractor reasonable and proper cancellation charges.
GC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply
with all ordinances, lava, and regulations, and shall protect and
indemnify the Owner and the Owner's officers and agents against any
claim or liability arising from or based on any violation of the saute.
-All permits and licenses required in the prosecution of the work shall
to obtained and paid for by the Contractor.
OC-21. HINDRANCES AND DMAYS. In executing the Contract Agreement,
the~Oztractor expressly covenants that, in undertaking to camplete
"':the.work vithin.the time therein fixed, he has taken into consideration
"And made`allowanees for all hindrances and delays incident to the work.
No claim shall be made by the Contractor for hindrances or delays from
any cause during the progress of the work, except as provided in the
`paragraph on "Susmisrow OF WORK
GC-22. EXTENSIONS OF TIME. Should-:the Contractor be delayed in the
final completion of the work by strikes, fire, or other cause beyond
trie aontroi of the'Contracto'r and which, in the opinion of•the Engineer,
could haste been neither anticipated nor avoided,.then an extebsion-of
time *sbfficient to coWf:nsate for, thd:Woo, as deteralned by the,
Engineer, shall be granted by the owner; provided, that the Contractor
shall give the Owner and the Engineer prompt notice in writing of the
!cauude:of delay,in each.caae anci•shall'demonstrate'that.he has used-all
frea0onable means '.to minimize the delay. Xxtenaions:of time will not
be granted for delt$s caused•bir unfavorable weather, inadequate working
fordo,'or.the failure;of the Contractor.to place orders,for equipment-,
or aaterials.sufficiently in.advance to-insure delirery when wedded.
GC-23. MATERIALS AND. IIDQ IPMENT. Unless specifically provided other
:wise in'each,case, all materials anA,tquipment furnished for permanent
installttion, in. the work shall confo2:i to Ptpplicabld.stan4ard specifi
cations and shall be new, unused,, and undamaged~vhen installed or.,
otherwise incorporated in the work. No such material or equipment
shall`bd~used by the Contractor for a4y:purp6se other than that intended
or specified; unless such use'la specifically authorized by the Engineer
in each case.
050163 FOB GC-10
I
GC-24. GUARANTEE. The Contractor guarantees that the material and
equipment herein contracted will be as specified and will be free from
defects in design, workmanship and materials.- If within the guarantee
period the material or equipment rails to meet the provisions of this
guarantee, the Contractor shall promptly correct any defects, including
nonconformance with the specifications, by adjustment, repair or re-
placement of all defective parts or materials.
Unless otherwise specified, the guarantee period shall begin on the
date of final payment or the date of initial operation, whichever is
later, and the guarantee pericd shall end 12 months later.
If manufacturer's field supervisors are included in the contract, such
supervision shall be furnished by the Contractor without cost for the
correction of any defects.
The Contractor will be given an opportunity to confirm the existence
of the defect but he shall not delay the correction while making such
determination.
The Contractor shall extend the provisions of this guarantee to cover
all repaired and replacement parts furnished under the guarantee prq
visions for a period of one year from the date of their installation,
If within ten days after the Owner,givea the Contractor notice. of a-
defect, the Contractor neglects to make, or undertake with due dili-
gence•to.make , the necessary corrections i:the _Owner is hereby: author-
ized to make the corrections, himself i.or.oT~.ier,the, work to; be. done;.,:
by a third party, and the cost of~tbercorrections shall be paid,by
the Contractor.
In the eventof an,emPrgengy where in the, Judgment of the.Owner .the-
..delay resulting from giving foetal notice would cause serious lose or,
damage which could be prevented by immediate action, defects7mey be
corrected by the Owner, or a third party chosen by the Owner without
giving prior,, notice. to the Contractor and the cost of the corrections
shall be, paid by, the Contractor. In the event such action is taken-
by the Owner, the Contractor will be notified promptly and shall.assist
wherever possible in-making the necessary corrections.
GC-25. CLAIMS FOR LABOR, AND MATERIALS. The Contractor shall index
nify,and save harmless the Owner from all claims for labor, and mate-
rials furnished under thia.contract. When requested by the Owner, the
Contractor shall submit satisfactory evidence that all persons, firma]
or corporations who have done work or furnished materials under this
contract, for which the Owner may become liable under the laws of,the
state, have been fully paid or satisfectorily'secured. In case such
:evidence is not furnished or is not catisfactory, an amount shall be
.retained from moneys due•thp Contractor which, in addition to any,
other sumo, that may be retained, will be sufficient, in the opinion
of:the Owner, to meet all claims of the persons, firms and corpora-
tions as aforesaid, Such sux or sums shall:be retained until the
liabilities as aforesaid are fully discharged or satisfactorily secured.
o9o964 F'OB GC-11
GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the
last payment shall be a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for anything done or
furnished in connection with the work, or for any act or neglect of the
Owner or of any person relating to or affecting the work.
GC-27. DEFENSE OF SUITS. In case any action in court is brought against
the Owner or Engineer or any officer or agent of either of them, for the
failure, omission, or neglect of the Contractor to perform any of the
covenants, acts, matters or things by this contract undertaken; or for
injury or damage caused by the alleged negligence of the Contractor or
his agents; the Contractor shall indemnify and save harmless the Owner
and Engineer and their officers and agents from all losses, damages,
costs, expenses, judgments, or decrees whatever arising out of such
action.
GC-28. INSURANCE. The Contractor shall secure and maintain insurance
of the types and in the amounts necessary to protect himself and the
interests of the Owner against all hazards or risks of loss as herein-
after specified. The form and limits of the insurance, together with
the underwriter thereof in each case, shall be approved by the Owner
but, regardless of such approval, it shall be the responsibility of the
Contractor to maintain'adequate insurance coverage. Failure of the.
Contractor to maintain adequate coverage shall nit relieve him of any
contractual responsibility or obligation.
For insurance purposes, the title of ownership of equipment and mate
rials shall remain with the Contractor until the Owner reteives sAch
equipment and materials at the job site. "
If the Contractor does not furnish supervision of erection or testing
of the equipment, the vorkmen's compensation, compr-hensive automobile
liability and comprehensive general liability ing%4,nee specified herein
my be omitted.
The,Contractor shall submit a copy of the transportation insurance policy
to the Owner at least thirty (30) days before the scheduled shipping date.
The policy shall quote the insuring agreement and all exclusions. The
Contractor shall submit a certificate for each of the other insurance
policies to the Owner not less than thirty (30) days prior to the date
the-manufacturer's supervisor or suparvisors are expected to arrive at
the fob site. Each certificate shall state that ten (10) days written
notice will be given the Owner before any policy covered thereby is
changed or canceled.
GC48.01. Workmen's Compensation and Employer's Liability. Workmen's
compensation and employer's liability insurance shall protect the-
Con-tractor against all claims under applicable state workmen's compensation
laws and against claims for injury, disease, or death of e2ployees which,
for any'reason, may, not fall within the. provisions of the applicable
workmen's'compeneation law. This workmen's covro~;,eation and employer's
liability insurance policy shall include an "all states" endorsement,
I
100165 FOB GC-12
The liability limits shall not be less than the following:
Workmen's compensation Statutory
Employer's liability $100.000 each person
GC-28.02. Comprehensive Au!-omobile 14kO lit This insurance shall be
written in comprehensive form and shall protect the Contractor against
all.claims for injuries to members of the public and damage to property
of others arising from the use of motor vehicles, and shall cover the
operation on or off the site of the work of all motor vehicles licensed
,for highway use, whether they are ownedo nonovned, or hired.
The liability limits shall not be less than the following:
Bodily injury $2509000 each person
$500,000 each occurrence
Property damage $100sO00 each occurr?.nee
00-28.03i Coapre~ hensive General L U. This insurance shall be
ivritten in comprehensive form and shall protect the C46ofro4tor against
::&U,-claims arising f ron injuries to-aembers.of the pb6) .4 Or,.dsiesge 0.
property, of :others arising out of any :act -or; omission ~ f ; the Co4tar4otor
or his agents, employees.,or.subcontractors, :In adds+,oa• W►iscp4liayI,
shall specifically insure the contractual liability assumed by the Con-
tractor..under, the cforeaoingcparagraphrentitledc'-'Defease~,of,,SufQs~:~'
•~h1'tF. tl. C/..i7.•L i ~..1.,.: . f, ...f: '.1 , i' .li Y': .1? . .
The pliability limits; shaU..ng% beAoss then,.Lhg :followingh s
~.I')J'J lfiil( i'..i' - .fl ~ ~r i •1F E.'~
Bodily_dnjury, i85QJOQO eaeb,persoa
$500,000 each occurrence c
Property damage $500,000 each occurrence
$500,000 aggregate
GC-28.04. Transportation. This insurance shall be of the "all risks"
type and shall protect the Contractor and the Owner from all insurable
risks of physical loss or damage to equipment and materials in transit
to the job site and until the Owner receives the equipment and materials
at the job site. The coverage amount shall be not less than the full
amount of the contract.
Transportation insurance shall provide for losses to be payable to the
Contractor and the Owner as their interests may appear.
053166 FOB G0613
GC_29. ESTIMATES -Aft PAYMEKS, Payments *111 be made each month in the
amount of ninety ("970per cent of the estimated value of the equipment
and materials delivered at the job site during the previousi calendar
month, providing the shipments were reasonably complete and integral
units of equipment or reasonably complete lots of materials.
After official approval and acceptance of the work by the Owner, the
Engineer will be authorized to prepare a final estimate of the work done
under this contract. The final estimate will be submitted to the Owner
within ten (10) days after its preparation has been authorized, The
Owner vill, within thirty (30) days thereafter, pay the entire sum found
to be due after deducting all amounts to be retained under any provision
of this contract.
If for a cause beyond the control of the Contractor the Owner does not
give official approval and acceptance of the work within 365 days after
shipment of equipment and materials is completed, the final payment will
be made as stipulated above providing the equipment and materials are in
accordance with the specifications as far as can be determined,
GC-30. ~ TAXES PERMITS] AND LIgISSIR Vnless otherwise specified -in -these
edetract docum oAts, the contractdr shall pay all sales, use, excise; and
other taxes "that are IWMly, assessed against the-Uwner:or,Contractdfbin
06d"6tioit' with"06'46Pk under this,coiltract and shall obtaijs'.and^psv-~:rcr
all11iderw" and •1serrits required for the work.
The contvtoto:?'vill tee' co*psdsatedrforincrease-in t'ax-.ritoe3(liCanso
fees, and permit fees or any new taxes, licenses, or permits imposed after
the date of thb'propd6dlpror►lde'!'howtder; tliatrtfii! `pr6vitidiiJsliAlirbe
limited to sales, use, and excite taxes assessed against the completed
work and to licenses '&64OpeerMsi required specifically. 4dr;toe Ptrdposed
work.
.
,oL 'n
053166 FOB GC=14 F 1.
GENERAL SPECIFICATIONS
FOR
ELECTRICAL EQUIPMENT
GENERAL. These specifications cover the furnishing of electrical equip-
ment and accessories for the City of Denton, Texas. The equipment will
be installed by the Owner.
All correspondence, documents, bills of material, shipping notices, draw-
ings, payment requests, etc., shall be sent to the Engineer and shall be
marked to include the following information for identification:
Denton, Texas
69-13.2 KV Substation Additions
BiV ProSect 4573
The lump sum price stated in the Proposal shall include all costs for
furnishing the specified equipment and accessories fob Denton, Texas, and
for providing erection supervision and other services required to complete
the work in accordance with the contract documents.
DELIVERY SCHEDULE. The electrical equipment shall be delivered according
to the dates specified under the detailed specifications.
OODES AND STANDARDS. Except where specifically stated otherwise, all
equipment furnished under these specifications shall conform to the latest
applicable standards of WAS, NEMA, EEI, ISEB, and UL as to :sting, tests,
construction and operation. Any conflict between biandards shall be re-
ferred to the Engineer who will determine which standard shall govern.
DRAWINGS. 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.
All outline drawings, one-line diagrams, control schematic diagrams for
operating mechanisms and other drawings which show details required by
the Engineer for design of structures and wiring associated with the in-
stallation of the equipment shall be submitted within 30 calendar days
after award of the contract.
All detailed wiring diagrams and other drawings shall be submitted within
60 days after award of the contract.
Reproducible mylar transparencies of all manufacturers drawings of sche-
matics, wiring, one-line and three-line diagrama, and arrangements and
views of all control or relay panels shall be furnished. The transpar-
encies shall include all field changes and modifications made prior to
final acceptance.
(DENTON, TEXAS - 45T3) 0-1
01106T
i
When changes in the equipment are made in the field to correct shop con-
struction errors or to adapt the equipment to the Owner's requirements,
the Contractor shall prepare and submit 8 copies of record drawings to
the Engineer to show the equipment as finally installed in the Owner's
substations.
INSTRUCTION MIANUALB. The Contractor shall furnish twelve complete and
final copies of instruction manuals not later than 30 days prior to ship-
ment of the equipment. One copy shall be sent to the Engineer and upon
approval thereof, the remaining eleven copies shall be delivered to the
Owner. The instruction manuals shall cover complete installation, operat-
ing and maintenance instructions, drawings and parts lists for each item
of equipment furnished.
The instruction manuals shall be bound with Buchan Loose Leaf Records Co.
Type RL or approved equal binders covered with pyroxylin impregnated
buckram covers. The front covers shall be stamped with lettering indi-
cating the Owner's name and location, substation new, name of equipment
basic capacity rating of equipment, name of manufacturer and new of the
Consulting Engineers.
The backbones of the covers shall be stamped with lettering indicating the
Owner's name, name of substation and name of equipment. Draving P-802.02
included in this section shows the format and letter size which shall be
used for the stamping of the covers.
A sample of the type of covers to be used and copy of the cover legends
shall be submitted to the Engineers for approval before the covers are
stamped.
A list of recommended spare parts and the price of each item shall be
included in the instruction manuals.
The instruction manuals shall show all nameplate information and shop
order numbers for each item of equipment and component part thereof.
FACTORY ASBEIMLY. All equipment shall be shipped completely factory
assembled except when the physical site, arrangement and configuration
of the equipment or shipping and handling limitations make shipment
completely assembled impracticable.
When sectional shipment of the equipment is to be made, other than required
or permitted as subsequently instructed by the Engineer, each bidder shall
state the number, dimensions, and weights of each section together with
the quantity of field work required to join the sections. When proposals
are submitted without statements describing sectional shipment, it will be
understood that no field assembly of the equipment will be required. The
Contractor shall be responsible for all costs encountered in assembling
equipment not shipped in accordance with the assembly approved by the
Engineer.
(DEBTON, TEXAS - 4573) G-2
011067
N42UFACTUMIS SUPERVISION. The Contractor shall furnish a competent
factory trained field representative who shall provide such aid as is
required for the proper installation of the equipment. Assistance shall
be given to the Owner's erection contractor in the form of conferences
prior to or during the installation of the equipment.
The field representative shall inspect the equipment after installation
and shall check the wiring, equipment operation, and other devices, to
insure proper and satisfactory performance of the equipment. He shall
also supervise any changes in the wiring which are necessary for the
proper operation of the equipment, shall be present when the equipment
is placed in operation, and shall instruct the Owner's personnel in the
operation and care of the equipment.
All changes, alterations, and rewiring necessary as a result of the
manufacturer's erroneous design, faulty workmanship or damage in ship-
ment shall be directed by the field representative and the resulting
costs, including labor, material, supervision, and engineering shall
be paid by the Contractor. If this work is performed by the Owner the
cost of all such corrections shall be deducted from the contract price.
PROTECTION DURING SHIPMENT. All equipment shall be securely boxed,
crated, wrapped and covered as required to prevent entrance of dirt
or moisture and damage during shipment to and during storage at the
job site.
All accessory items shall be shipped with the equipment. Boxes and
crates containing accessory items shall be marked so that they are
identified with the main equipment. The contents of the boxes and
crates shall also be indicated.
In addition, all control panels on indoor switchgear and switchboards,
including blank panels for future controls, shall be coated with a
protective film appli•sd to the outside surfaces. This coating shall be
applied prior to crating and it shall be adequate to prevent the
surfaces from being marred during shipment and to keep the surfaces
clean during installation. The protective film shall be tough and
shall adhere to the painted surface during normal handling and yet
shall be capable of being readily stripped from the surface without
damage to the paint finish.
SHOP PAINTING. Except as otherwise specified, ungalvanized iron and
steel surfaces of all equipment shall be completely factory painted
before shipment to the job site. This includes painting of the inside
and outside surfaces of all equipment.
The painting shall consist of application of suitable irimers and two
or more finish coats of alkyd resin machinery enamel or lacquer as re-
quired to produce a smooth, hard, durable finish. The color of the
finish coats shall be WAS 61 for indoor equipment and USAS 24 for out-
door equipment.
(DENTON, TEXAS - 4573) 0-3
011067
Before application of paint, all surfaces shall be carefully cleaned of all
dirt, moisture, rust, scale, lubricants and other substances. Lubricants
shall be removed by suitable solvents. Rust and scale shall be removed by
sandblasting, power sanding, power grinding or power wire brushing.
Shafts, pins, bushings, and other operating mechanism parts whose operation
would be impaired by painting shall not be painted. These surfaces shall be
protected by application of an easily removable rust preventative compound.
The Contractor shall include touch-up paint with each item of equipment he
is furnishing. Touch-up paint shall be of the same type and color as the
finish paint used in the factory applied painting and shall be carefully
boxed or crated to prevent damage during shipment. The quantity of touch-
up paint furnished shall be adequate for the field application of one
complete finish coat on all exterior factory painted surfaces. Complete
painting instructions shell accompany the touch-up paint.
Paint films which show sage, checks, blisters, teardrops, or fat edges will
not be acceptable and if any such defects appear, they shall be repaired
by and at the expense of the Contractor.
SHIPPING NOTICES. The Contractor shall send two copies of a shipping notice
describing each shipment of material or equipment. The shipping notice shall
be mailed to arrive approximately three days ahead of the estimated arrival
time of the shipment.
Shipping notices shall be identified with the Owner's name and purchase
order number, specification number and name of the item of equipment or
material.
The addressees for the shipping notice will be r.,A ermined later.
BILL OF MATERIAL. The Contractor shall prepare and submit two copies of
a bill of material covering all material and equipment furnished under
these specifications. The bill of material shall be submitted approxi-
mately three days before the scheduled arrival time of the first shipment.
The bill of material shall be 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.
VOLTAGE RATINGS. !bless specified otherwise all direct current devices
specified herein shall be suitable for continuous operation by any d-c
voltage from 100 volts to 137 volts as furnished from a system with a
nominal rating of 125 volts d-c, and with an ambient temperature of 50 C.
Unless otherwise specified all alternating current devices specified
herein shall be suitable for continuous operation at any voltage from
105 volts to 126 volts as furnished from a system with a nominal rating
of 120 volts a-c, and with an ambient temperature of 50 C.
(DEI1TOIf, TEXAS - 4573) G-4
011067
CITY OF DENTON, TEXAS
w
~ 69 KV TRANSMISSION SYSTEM EQUIPMENT
CL PHASE II
W
W
w
i INSTRUCTION BOOK
z FOR
NAME OF EQUIPMENT
MANUFACTURER'S NAME
uxi MANUFACTURER'S ADDRESS
r-
~ }I M
r to
wW
Z VJ
p G ~C
M
LL
a
Y BLACK 6 VEATCH
CONSULTING ENGINEERS
y KANSAS CITY, MISSOURI
34
m
re+C,~bone J
(Front Cover)
Note:
Large type shall be 30 point Tempo Heavy Condensed
All other type shall se 12 point Copperplate Medium Gothic
TYPICAL EQUIPMENT INSTRUCTION BOOK COVER
BLACK 6 VEATCH
CONSULTING ENGINEERS P-802.02
KANSAS CITY, MISSOURI
i
Item IV
SUPERVISORY CONTROL AND TELEMETERING EQUI114ENT
SCOPE. This item covers the furnishing of supervisory control and
telemetering equipment required for expanding the capacity of the
owner's system to monitor and control two existing remote substations
from the existing master control station.
• DELIVERY SCHEDULE. All supervisory control and telemetering equipment
shall be delivered as soon as possible after January 1, 1963.
EXISTING SYSTEM. The existing supervisory and telemetering system
consists of a master control panel and two remote panels interconnected
by the owner's multi-pair, 19 AWG, communication type cable. The two
remote panels are mounted in switchgear compartments, one each in the
East and West Substations, that are part of the distribution switchgear.
The two remote panels and the master panel were furnished by Control
Data Corporation on their factory order 14783 and by Allis-Chalmers
Manufacturing Co. on their S.O. No. 48-4500-3oo63.
The installed equipment utilizes codes composed of audio tone sequences
for station selection and equipment control. Telemetering is accom-
plishea by selective monitoring of a milliampere d-c analog signal.
NE!! EQUIPMENT. All equipment and modifications furnished under this
specification shall be obtained from Control Data Corporation, shall
be interchangeable with the Owner's existing equipment and si,all be
capable of installation in existing panels.
The system shall perform supervisory control and telemetering operations
in operational sequences that are identical to those performed by the
existir; equipments and shall utilize existing frequencies, voltages
and functional devices.
The supervisory control equipment shall be suitable for operation from
a 125 volt d-c power source. Telemetering equipment shall be suitable
for operation from 120 volt, single phase, a-c power source.
The arrangement of equipment and devices on the front panels shall be
subject to the approval of the Engineer.
MANUFACTURER'S INSTAI-?,ATION. The services of a factory trained field
representative from Control Data Corporation shall be furnished to
perform all necessary equipment installation and field wiring required
in each of the supervisory panels to provide a complete supervisory
control and telemetering system as specified.
The Owner will install all necessary external wiring to mote equip-
ment. Upon completion of remote wiring, the manufacturer's field
representative shall inspect wiring and operation of equipment and
devices to insure the proper operation of the complete supervisory
system.
CDENTON, TEXAS - 4573 )
(ELECTRICAL EQUIPMENT - E-10A) 4..1
M _M_
FUNCTIONS REQUIRED. The supervisory control and telemetering system
and equipment shall be modified and expanded by the addition of sufficient
equipment including relays, internal wiring, terminal boards and other
devices as required to provide the additional capabilities as specified.
Transducers will be furnished and factory wired in the switchgear as
part of Item I.
Thr~ following tabulation shows the functions performed by the existing
supervisory system. Additional equipment as required shall be furnished
to control the number of units indicated in each substation.
Function Description East Substation West Substation
Existing New Total Existing New Total
Supervise and control
power circuit breakers
with reclosing equipment 6 2 8 7 3 10
Supervise and control
power circuit breakers
and air switches without
reclosers 4 2 6 4 2 6
Supervise alarm devices 0 4 4 0 4 4
Telemeter selectively
the following data:
a. voltage, 3 phase,
13.2 kv 1 1 2 1 1 2
b. amperes, 3 phase 4 3 7 5 4 9
c. kilowatts, transformer 1 1 2 1 1 2
d. kilovars, transformer 1 1 2 1 1 2
e. voltagr-. one phase,
69 kv 0 1 1 0 1 1
UIE PMENT MODIFICATIONS. All existing supervisory control equipment in the
master control panel and in both substations shall be modified to success-
fully operate from 125 volt d-c power sources. The existing system operates
from 120 volt a-c sources. These modifications shall be coordinated with
the installation of the Owner's station batteries furnished with the switch-
gear, Item I of these speo'.fications.
The master control panel shall bq modified as required to provide an addi-
tional horizontal row of escutcheoce and to provide a voltage display with a
range of 0-75 kv in addition to the existing range.
New nameplates shall be furnished on the mtister control panel for all new
and existing units. 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 so that the letters appear white.
Nameplate engraving will be determined later.
(DENTON$ TEXAS - 4573 )
(ELECTRICAL EQUIPMENT - E-l0A)
(ADDENDUM 1 ) 4-2
Data Logging. A complete system including all necessary analog digital
converters, serial binary units, data registers, typewriter logic, type-
writers, timer and other accessory equipment shall be furnished to pro-
vide automatic hourly recording of all telemetered quantities listed in
the following tabulation.
Description East Substation Nest Substation
voltage, 69 kv 1 1
voltage, 13.2 kv 6 6
Amperes 21 27
Kilowatts 2 2
Kilovars 2 2
These quantities, each requiring three decimal digits and sign, shall be
recorded on two typewriters, one for each substation using log sheets
approximately 20 inches wide.
The typewriters shall be mounted on floorstands with the printer
mechanism fully enclosed to minimise printer noise. All interconnecting
cables betucen equipment shall be furnished and shall utilize multl-
conductor plugs.
All other equipment shall be mounted in the existing panels or, if space
is not available, in a new, freestanding structure with hinged door
panels.
NAMJFACn= 'S DRAWINGS. Complete manufacturer's drawings shall be fur-
nished for each item of equipment modified. These drawings shall include
all drawings and wiring diagrams provided with the original equipment
order revised to show the completed modifications. These drawings shall
be furnished in accordance with the requirements of the General Specifica-
tions.
• Note: See attached Control Corporation Quotation 26166-A, Pages 1
through 13, describing the alternate system (Super-Trol II)
to be furnished in lieu of system additions described above.
I
i
* Added for Contract Issue
DMMN,o TEXAS - 4573
ELECTRICAL EWI4FENT - E-10A
ITEM[ Iv 4-3
A PROPOSAL TO
CITY OF DENTON, TEXAS
FOR
A SUPERVISORY CONTROL SYSTEM
c
BY
CONTROL CORPORATION
A DIVISION OF
CONTROL DATA CORPORATION
i
DATE March 28, 1967
QUOTATION NO. 26166-A
INQUIRY NO. Spec 4573-E-10A
Bid No. 67-13-3
TABLE OF CONTENTS
I INTRODUCTION
1.0 General
2.0 System Philosophy
3.0 System Configuration
II EQUIPMENT AND SERVICES TO BE SUPPLIED BY OTHERS
1.0 Power
2.0 Communications Channel
3.0 Labor and Material of Installation
4.0 Input Information
III EQUIF%,ENT AND SERVICES TO BE SUPPLIED BY CONTROL CORPORATION
1,0 Function Tabulation
2.0 Proposed System
3.0 Equipment Rousing
4.0 Drawings and Instruction Booklets
5.0 Spare Parts
6.0 Interposing Relays
7.0 Test Equipment
8,0 Battery Drain
t_.
A P P E N D I X
I INTRODUCTION
1.0 General
This proposal is intended to provide functional and basic operational
information on the use of CONTROL. CORPORATION'S Super-Trol II Solid
State Digital Supervisory Control System.
This proposal was written in response to your request for quotation for
supervisory control and telemetering equipment.
Control Corporation, a c:vision of Control Data Corporation, has been
custom designing and manufacturing supervisory control and telemetering
equipment for over 30 years, and has over 4000 field installations of
systems in^:luding the Super-Trol II Solid State equipment.
2.0 System Philosophy
The CONTROL CORPORATION'S Super-Trot II is a general purpose data hand-
ling system for supervisory control, telemetering and data logging. It
is a digital system throughout. From-a control panel, the dispatcher
can control and monitor the operation of the system.
The Super-Trol II System is designed for long life and high performance
to reduce maintenance and replacement costs. The Super-Trol II System
is completely flexible and additional facilities can be added without
undue difficulty and expense.
The typical Super-Trol II System operates in the continuous scanning
mode, under a master-slave station philosophy. The dispatch station
is scanning for alarms at all times, except when performing control
functions. If an off-normal condition exists, this condition is dis-
played on the control panel.
a
A system word is used to transmit all control commands, report alarms,
or transmit digital telemetering. The length of the system word is
determined by the immediate as well as the ultimate requirements of
the system, such as the number of remote stations, number of command
codes and telemetering points.
3.0 System Configuration
The proposed system consists of one (1) common master station controlling
two (2) remote stations (east and west).
Selective digital telemetering and automatic data logging' is also included
with the proposed system.
i
II EQUIPiENT AND SERVICES TO BE SUPPLIED BY OTHERS
1.0 Power
Master Station
The Purchaser shall provide a power source of 120 volts, 60 cps,
1 0 and 129 or 48 VDC for operation of the supervisory equipment.
Remote Station
The Purchaser shall provide a power source of 48 or 129 VDC for
operation of the supervisory equipment. The Purchaser has the
option of providing 120 volts, 60 cps, 1 0 for the cubicle lamps
or convenience outlets.
2.0 Communications Channel
The Purchaser shall provide a communications channel between the
master station and the remote station. This will permit duplex
transmission (simultaneous independent operation in opposite directions).
The frequency shift tone channeling supplied with the supervisory control
system requires the following communications channel characteristics:
1. Suitable for multipoint full-duplex operation.
• 2. Method of termination, 2-wire or 4-wire
3. Impedance - 600 ohm nominal - balanced
4. Attenuation characteristics between 600 ohm impedances
termination 22 db maximum @ 1,000 Hz.
5. Expected maximum variation in Attenuation at 19000 Hz.
Short Term - +3 db
Long Term - ±4 db
6. Frequency Response
i'
350-2000 Hz - -2 to +6 db relative to
attenuation at 1,000 Hz
r
2001-2500 Hz - -3 to +8 db relative to
attenuation at 1,000 Hz
7. Envelope Delay Characteristics
Less than 1 millisecond over the band from
1,000 to 2400 Hz
- 2 -
t
3.0 labor and Material of Installation
The complete cost (labor and material) of installation shall be borne
by the Purchaser, or its assigns.
.,0 Input Information
The Purchaser shall provide one normally open (Type A) contact for
each piece of equipment to be controlled and supervised.
Telemetering Inputs
The Purchaser shall supply all current and/or potential transformers
with 5.0 ampere or 115 volt AC secondaries required by the telemetering
transducers.
Regarding low level electrical analog signals (i.e., transducer outputs),
the Purchaser must take every care possible to avoid noise problems
on the input wires due to inductive and capacitive pickup, common mode,
etc. Control Corporation assumes that the type of wiring placement,
etc., will be discussed prior to installation, to be certain that minimum
pickup will be encountered.
r
•
1
c
' -3-
III ESUIM.NT AIM SERVICES TO BE SUPPLIED 3Y CONTROL CORPORATION
1.0 Function Tabulation
The following functions will be provided under the basic
proposal:
Function Description East Substation West Substation
Supervise and control
power circuit breakers
with reclosing equipment 8 10
Supervise and control
power circuit breakers
and air switches without
reclosers 6- 6
Supervise alarm devices 4 4
Telemeter selectively
the following data:
a, voltage, 3 phase, 13,2 kv 2 2
b, amperes, 3 phase 7 9
C, kilowatts, transformer 2 2•
d, kilovars, transformer 2 2
e. voltage, one phase, 69 kv 1 1
Data Logging
The following quantities will be automatically data logged:
Description East Substation West Substation
Voltage, 69 kv 1 1
Voltage, 13.2 kv 6 6
Amperes 21 27
Kilowatts 2 2
Kilovars 2 2
f
-4-
1.1 Telemetering System
Control Corporation proposes to furnish its Model 8306, 3 digit
plus sign, solid state analog to digital converter for this
application. Specification sheets of this device are contained
in the Appendix Section.
1.2 Transducers
The proposed system will utilize existing transducers as well
as the following devices:
Voltage CC TM-14B
Amperes CC TM-13E
Watt/Var WX-VP840 Transducer
1.3 Indicating Device
Control Corporation will supply one (1) 3 digit plus sign in-
line readout device at the master station for all selective
values,
1.4 Data Logging
Control Corporation will supply two (2) Model 735, IBM "Selectric®'
output writers (loggers) for this application. These devices have a
13k inch writing line, and can accommodate 151, inch paper widths.
Fifty (50) feet of multi-pair cable will be provided by Control
Corporation to connect the loggers to the master station.
Output writers will be mounted on the logger-controller units.
1.5 Field Service
Control Corporation will supply the services of a Field Service
Engineer for five (5) working days, to check and adjust the
completed installation.
Instruction in maintenance and operation will also be 2rovided,
i
1
-5-
2.0 Proposed System
The following paragraphs outline certain features of the proposed
system. Please refer to the Appendix Section of this proposal for
a general system brochure.
2.1 System Word
Please refer to the attached Figure 4 (Appendix Section) for
a block diagram of the system word format.
All information transmitted between stations is accomplished by
means of a system word. As this proposed system has a high degree
of security, as outlined in a following section, the system word
can be composed of a relatively low number of bits. This will
result in extremely fast, error free data transmission with the
utmost in bit efficiency.
There are two basic system words utilized in the proposed system.
These can be described as 8-bit request/verify words, and 32
bit status/telemetering words. The 8-bit request/verify word can
provide up to 240 configurations or control commands, as system
needs dictate.
The 32 bit status word will allow s complete status check on 32
positions. The 16 or 32 bit telemeiering word will allow either
four or eight digits of telemeter data to be transmitted in one
scan.
2.2 Method of Operation .
The proposed system employs an "automatic verification" method
of point selection. In the case of control commands, the following
method of operation is employed. Please refer to the attached
Figure 6 (Appendix Section) which illustrates the proposed control
escutcheon.
The operator would select the desired operation by means of the
upper white "Select" pushbutton. After this pushbutton has been
depressed, and is illuminated, the operator then depresses and
r holds the lower (operate) pushbutton.
The system word is coded by the configuration of the pushbuttons
and transmitted to the remote, station. The contents of the word
are decoded and held in a temporary storage register.
i •
s~
The storage register is decoded to select the particular point
which encodes a transmission back to the master station. The
data contained in this transmission must cor,,pare with the data
encoded by the pushbutton configuration which is being held at
' the master station.
After the transmission of the verify code, the remote places the
actual status of the selected point on the line in the form of a
mark or space tone. The master then also compares the actual
status to the stored status. If the actual status disagrees
(device selected for operation must not be operated) with the
stored status, and no errors were present in the system word, the
second transmission is initiated.
The master station will transmit the same code back to the remote
station. Once again, the data contained in the transmitted word
must compare with the data stored in the remote station storage
register before any operation is allowed. Assuming no error is
present, the previously selected point will be operated. At this
point, the status from the remote will change (i.e., the mark or
space tones will change to their opposite condition) giving an
immediate return of indication.
In the case of a telemeter or status report selection, the above
process will apply up to the point of comparison at the master
station. At this point if the codes compare, the master is enabled
to receive 32 bits of status or data. The remote in t:tis case
sends back the 32 bits following the return of the verifying code.
2.3 Security of Data*Transmission ,
Security of a supervisory control system is of the utmost importance.
The code and the error checking techniques must be highly reliable
to ensure proper operation. CONTROL CORPORATION'S Super-Trol II
System does not merely rely on one method of error checking., but
incorporates the following four checks
a) Automatic Verification
Each station has circuits which compare and verify the
received data. Unless the received word compares with the
word stored in the comparator, no operations will be allowed.
The use of this type of circuitry permits an "automatic
verification" of every command. The correct code must
be received to operate that point.
-7-
b) Bit Length
Each bit in she system word must be "on" or "off" for a set
period of time. If a bit is not "pn" or "off" for this
prescribed length of time, operation of the system will be
disabled,
c) Bit Count
Each word must contain the prescribed number of bits for
the particular operat{on. Any more or any le4s bits will
result in the rejection of the transmission.
d) Three State Frequency Shift
Additional transmission security is achieved by utilizing
three state (return to zero) frequency shift tone channeling.
After each bit, the equipment must shift to center frequency
before the next "one" (mark frequency) or zero (space frequency)
can be accepted as valid.
2.4 Continuous Scan
The proposed system operates in the continuous scan mode of
operation. The master station is continually scanning the remote
station for any•status changes which may occur. j
Each time the master station interrogates the remote, the current
status of each point is transmitted to the master station.
If telemetering (selective or continuous) is provided, the alarm
r scan and telemeter scan will be interlaced to provide a continually
updated reading, until the selected telemeter is cancelled. Con•
tinuous values will beuinterlaced with each alaro scan. A typical
scan program is as follows, with AS-alarm scan and TK-selective
telem.;ueri.ng update.
AS1, TM1, AS2, TM1, AS3, TMl, etc.
Command codes gill interrupt this sequence when a control function is
requested.
2.5 Channel Monitoring
in the continuously scanning system, the received signal at the
remote station grc.Ides an inherent channel monitor to indicate
channel continuity to that station. If the master station does
not receive a reply from an interrogated remote station, it will
interrogate that station three times. If no reply is forthcoming
after the last attempt, an indication will be displayed at the
master station which will identify the station that does not reply.
_
8
2.6 Control Panel
A control panel composed of the required number of plug-in type
escutcheons will be furnished. These escutcheons contain the
hardware for that particular position, such as diodes, lamp
driver relays, etc.
The control panel will be mounted on the front of the housing.
Common Escutcheon
Four common escutcheons will be furnished as shown in Figure 6.
These escutcheons perform the following functions:
a) Comirunications channel monitor, visual alarm and
acknowledging switch
b) Telemetering, control and scan, mode indicator
c) Alarm indication and alarm cutout
d) Flashing lamp reset (when applicable)
Individual Function Escutcheons
An appropriate escutcheon, as shown in Figure 6, will be
supplied for each supervisory function. These escutcheons
will be composed of the Switchcraft type illuminated push-
f button.
To perform a control operation, the operator depresses the
selection pushbutton of the desired position, which will
cause the white selection lamp to light. The operator then
depresses the operate pushbutton until the lamp on the
escutcheon changes, On fast acting devices, the pushbutton
shall be held until the white disagreement lamp is ex-
tinguished and either the red or green lamp is lit to immediately
indicate a successful operation of the desired device.
If, after he selection has been made, the operator desires to
reset the selected point, he merely depresses the selection
pushbutton again. This will extinguish the white selection
light, and reset the point.
The supervision escutcheon provides the normal red and green
lamps to indicate the statue of a supervised device, and a
white disagreement lamp to inform the operator of a change
In the status of the supervised device.
Telemeter Selection Escutcheon
A telemeter selection escutcheon, as shown in F!- ure 3, will be
A provided for selection, calling and cancelling of a telemeter
reading. To select a specific telemeter reading, the operator
positions the rotary selector switch to the desired value;
raises the call keyswitch until the signal received escutcheon
lamp lights; then observes the telemetered value on the appropriate
indicator. A similar sequence of operations as described in
Section 2.2 is transmitted to the remote station for each selective
telemetered value.
2.1 Transmission Speed
The proposed system will transmit at a bit rate of 150 bits
per second. Using this rate, the following speeds can be attained:
Control (Plus Device Operate Time) .24 Seconds
Immediate Indication .1 Seconds
Selective Telemeter Reading .39 Seconds
Alarm Scan .39 Seconds
(32 positions)
2.8 Tone Channeling Equipment
The transmission of all data between stations shall be
accomplished by three state (mark, center, space) frequency
shift type solid state tone channeling.
Frequency Allocations
One common contra', frequency and one common return frequency
will be employed by the proposed system for all functions.
Frequencies assigned this purpose will be within the range of
3`10.3000 cps.
2.9 Address Table
The following table indicates the required number of address
(command) words per function:
Control and Supervision one address
Control without Supervision two addresses
Status Scan one address
(32 positions) ,
Selective Telemetering one address
(16 or 32 bits)
2.10 Relay Isolation
Each input and output contact of the Supar-Trol 11 system is
buffered by tLe use of Allied type 163 miniature telephone type
relays. Ti:ese relays are also utilized as point selection relays
(interposing relay drivers). All Allied relays have bifurcated
contacts, and are pldg mounted,
- 10 -
3.0 Equipment Housinfi
Master Station
• All logic cards and similarly operated equipment at the controlling
station will be mounted in a cubicle 90 inches high, 36 inches wide,
and 28 inches deep (Refer to Drawing A-7252 constructed of 1/8-
inch steel. A door with lock-type handle and two keys will be provided.
The door will be mounted on the front of the housing.
All logic cards and signal equipment will be mounted on a swinging
panel which can be swung out to provide easy access to both front and
back of the panel.
Terminal blocks for customer's connect.'on to input power and communi-
cations channel will be mounted on the inside back of the housing. A
service light and duplex safety outlet will be mounted on the inside of
the housing.
The AC and/or DC power inputs will be protected by double pole magnetic
overload circuit breakers. A toggle switch will be supplied to disconnect
the remote circuit from the supervisory control equipment.
The communication channel at the master station will have a standard
telephone line protector comprised of neon-argon gas discharge tubes
(to ground) and one telephone type fuse (in each leg of the line).
/ The housing will be painted as per specifications with air dry lacquer.
Remote Station
The equipment at tae controlled station will be mounted in a cubicle 90
inches high, 32 inches wide, and 28 inches deep (Refer to Drawing
A-7252 The housing will be constructed of I18-inch steel
(stretcher leveled). A door with lock-type handle and two keys will
be provided. The door will be mounted on the front of the housing.
All logic cards and signal equipment will be nounted on a swinging
panel which can be swung out to provide easy access to both front and
back of the equipment.
Terminal blocks for customer's connection to input power and communi-
cations channel will be mounted cn the insid_ back of the housing. A
service light and duplex safety outlet will be mounted on the inside
of the housing.
1 '
- 11 -
4L All interposing relays will be mounted on a panel located at the rear
of the housing, and will be provided with a common dust-proof cover.
The AC and/or DC power inputs will be protected by a double pole
magnetic overload circuit breaker. A toggle switch will be supplice
to disconnect the remote circuit from the supervisory control equipment,
The communication channel at the remote station will have a standard
telephone line protector comprised of neon argon gas discharge tubes
(to ground) and one telephone type fuse (in each leg of the lina).
The housing will be painted as per specifications with air dry lacquer,
Note Open rack mounting can also be provided at.the remote locations.
1
' s
4.0 Drawings_ and Instruction Booklets
Control Corporation will provide the Purchaser's engineers with 4
sets of prints of mechanical and function tabulation drawings for
approval and co:=. nts. We expect that one set of these drawings
` will be returned to us with your formal approval and corrections
within 15 days from the date that the drawings were sent.
Once the Purchaser has approved this set of drawings, fabrication.
of the equipment will begin.
Approximately one month before the equipment is shipped, Control
Corporation will provide the Purchaser with 4 complete sets of
all external connection wiring diagrams. These wiring diagrams
will enable the installation personnel to bring the input/output
wires into the proper locations before the equipment is delivered
and installed.
When the egttipment is shipped, Control Corporation will provide
the Purchaser with 8 sets of all final drawings.
Also, after the equipment is shipped, Control Corporation will
provide the Purchaser with 12 copies of the equipment "Service
Digest". These "Service Digests" shall contain a complete and
detailed equipment description, components service manuals, main-
tenance specifications, and recommended spare parts lists.
5.0 Spare Parts
As mentioned in the previous section, the Control Corporation
"Service Digests" shall contain a complete list of recoaveerded
spare parts.
Should the Purchaser determine that spare parts are required,
Control Corporation will be happy to make a separate quotation
at that time.
6.0 Inter using Relays
The output interposing relays are the heavy-duty contactor type
having silver plated contacts, rated at 15 amperes, 230 volts
(non-inductive)
7.0 Test Equipment
The proposed Super-Trol II equipment does not require special test
equipment for maintenance purposes. A dual trace oscilloscope,
plus a volt-ohm meter and other items of equipment normally re-
lated to supervisory control equipment will suffice.
J
8.0 Battery Drain
The approximate battery drain of a typical system is 220 watts
at each location.
- 13 -