Loading...
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&lt!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 -