Loading...
HomeMy WebLinkAbout1967 I M w a yf s. ~I ~ r ° J 'I S 1£ 3 and °3 4 ~ T 11! I ayo l CITY OF IFS MN, TEXAS " SPECIFICATIONS AND CONTRACT DOCLWI NPS FOR EL°.CTRICAL EQUIFlZ IT I+em I 15 KV ! TAI.-('IAD SWI'1"C UP-AR Item II 15 Y.V BUS DUCT t Ttem III 69 '..V OIL CIRCUIT BRF.AKF.FtS i Item V 69 K" SUBSTATION STRUCTURE=S AD E;QrJMM) a SWIFICATION $5T3 ' 3-10A PRO= 4573 00WRACT ISSUE: ' I+I.P 5JC VEAM i.. Consulting Pm4neers Kansas city.. Missouri , YliA Ji~ ~~,l 023 Auk i 1{ 'fit I> r~ as.. f s r _ S I'M 4. F , ^ F r yi ` ' r f ry; er S d 'w4 °ai 1 Y lA ' M M 1 / 11~' yV :4~ t7s.tiflea '~N►f sat POWER OF ATTORNEY APP Ittasit uU Ara bg tact f rifSt do. That the FEDERAL INSURANCE COMPANY, 9o Sohn Street, New York, New York, a New 1erae7 Corporatloa, has constituted and appointsi, and does hereby constitute and appoint N. We Babb, J. R. McGee, Be J. Kalmer, E. F. Fritz of Milwaukee, Wisconsin each Its tr:e and lawful Attorney-in-Fact to execute ~~~qry designation in its name and to aft its corporate seal-Wads dell7eftdt e~~'l itlti*b~4 NA &!ljl~dtM~tiar wise bonds or obligations on behalf of 1,df f)f+, ,l e!,~'d± ~Q1,'i ~r,, , :d I AI G~E'R+C1~fA 8 MAMtMCTU INDt QO*ANY•-ot+MILWA[(lE n RO~ i sr r 3 L 1 ~'`1 , L L 61 Y'J' •1~' z`Y"L a'Llwt~4. Y r'L Y' y ' & ,it r++ i r fr',t .A ! f 11',tc1A, 1. Bonds on behalf of contractors In eonnection with bids, rroposals or contracts to or with the United States Of America, any State or political subdivision Oersof or r person, firm or corporation. t a Surety Bonds to the United States of America or an7 agent thereof, including those roquired or permitted or other under the bma or vetakdonk sslaWW to:Omit an w , RetamwI krrm indelgLoWV ifidar,. Facia, tjge~►.a~ Qp ogo~r ,r itn oo or other bond [t1 T i flCAlai4t L ' l{~I ~vb~ lidQlriu PuLbl i, shelf,'17±~~~~~x,~~1''n,,•+,a..a.y,i7:r11 r,•,n„n d'3 z,. f 1 Flagg' , rano i pp bE'~lled ~''}p!`an9 ~hi► ot` yOCeldin in K Bon i say ' rtbi_dkr gi ri 8iaEd iet. 8r r ltd' s Sberif or Mug! 3Yh'~ defe 'o9'ddt i of 111r1ytMiMM;e1411eA to wsh' Heal{ arndertaking, in MMai' Tar14W elf Si T4146 HFA W ~aasllYsd elnilt~amei Wdlr0dliK At" aft on"d with shaped fi!>si1~"(;' 'l~"i ~p1',~ to Fiduciary Bonds the surs of At Ati y ( o uwi oia l'i 'SKIT) )11,9) ',9f~tTilT , bnA )nti. ~a ai~ f 7 T ' b.n~+~ ti rs It ~a i+Gls s.oAw ~,SS !o Y7o~ bunt b„f f fit r+•~'A R) ~^,1s,rEw f,1a1~rT~,A., lA,I11rir+ Pars 1111 b+,aor,= n•.xi ,o„ arA (,muJfA !o l,w'; i blae Ii lE l1p'ttrt¢AMRA ?P l #a;#~ !4W" q'1*Pll#} 44,x° 1 )f°lIk,~y'IAr►N 'aileladilaeGlaNnill tiuM,ls~:bahAtl+YinsPtM~IAr~Rlaad,~l~ld~IR.~INeIA=T,laP4.~4i.A8~a{f,4lUl~l~h~ll3llAo ~A41~I/1YtaYiuL gals ai JaI btegb' JT to r:oi.l,i9s:j0r Attar ,.f,artn.') ?o anfahnu(l ^:,U to r:.n:+hoi9 a~ta1~ I.tr ,iU nrit to ew ai 0At fu It, MSSu/noQy2VfiW&t*ftA*Vd M WARY" vany)d in Ysbr ___a}rit,.Y .h aioy FeN fn tat m, iwe 1- In-,e bna bcud tm nse1D Frederick 0. Gardner ~ qfa Preeidea! goose Davis- Quinn_ STATE Ole' NEW YORK AseH~ 8~e~ County of New York On this day of p~~ 111 19 before me personally came Davis Quinn, to me known and Ly 9%own to bs AnAffulT Secretary of the DEBAL INSURANCE COMPANY, the cor• porstion described in and which executed the foregoing Power of Attorney and the said Davis Qvtnn betass by me duly sworn, did depose and say that he realdes in the City of New York, in the State of New Yorki that be Is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the co rite seal thereof; that the aeal affl,led to the foregoing Power of Attorney Is such corporate seat and was thereto affixed by authority of the By-Laws of said Company and that he signed said Power of Attorney u Assistant Secretary of said Company by like authority; that he is acquainted with Frederick C. Gardner and knows him to be Via President of lutd Compyaanny~, and that the stun of said Frederick 0. Gardner subscribed to said Power of Attorney is in the genuine handwrit- ing of said Frederick C. Gardner and was thereto subscribed by authority of said By-Laws and in deponent's preaenca Aeknowtedp ed and Sworn to before we on the date above written. Q~Do. 64own 4s 0400,w OTA1~y 9a AZJ13 Lie ~ MARION 1. NeGRATB~ P~K. J► Q~ NOTARY PUBLIC, State of New York qrE'~""1 a"~~ •~p Quaffed in Kia County 4FNE~ Ceruiests Fled In New York County Commisdon E0ira March $0,1968 Form 1116OF (Rev. 1.64) 1-1441 (IK) to t's~ h•allbr,~ Y:'1r110TFA 140 Hriwo l Ioll )"-I,? .doL01, .'ii!t.•l;{0') 3' 1/ AM4r-X1.1A11303"i,0)A il ,ijIit14919 l j1d 115A Ills turillA 3ni~+i 3 s r 1`U~ i1rl vii nsd ,,,b bna .59Jr-I,;,2qA bnA b>'dli)Ano, emd ,o:iluiw4io) xw l W%Z s .IhoY Wok ,107 ~~.y, W U101 COLIMIr QPI=W,TW4.1!i'.,7i1-•!, . hne I,~ A!i)b rt ; it ~ b r , r r•f I•c , t . r, , L Qo a Wthi ned, Alfotut.11oMWl of 007XIMA.L INBUWCZ COMPANY, do hereby eertlfy that the following it a true e:Carpt from the BY-LAWS, of the raid ComDegy~1~,~ ~t~d !►j it; gr,D►trekekas March 11) 190 and a rn,ded January f, 108s and that this By. Law is I>s'lts~I' eid11 Ysd911frtet. 1o M,tnt<; t '~rtii ad) ,U ~ In r.1•~r, ~ ~lr, , ?",,l f'id tf11w .v~rl:,iuo ni a,.,1 i t„ T ~;c?".•; nn ebn~,8 .I "lamlc S Yi_IL,u R fs 111Iii »tAf%; '(,Ia .11'11l'rfn t. J ~nl,l i-, X47 i 1, , N n: ~l lr rii,r,. t- j fr.raf~(!nuL C '{tr 7o P ~Allt"~tl 4i to *s4e[NM~ obutral pomm et'st~nty,I mod l bAntesift 1u S. b Y'7' 1 ,R~° do ' „ of Ooed MI`Idh It It aathenlr6q by bow ot'lu iumvr•bni vrlr •..Y r, tl 7, 1 1 i cdud d) ,W ke atcman b~~' ~'buei Chairman or the V or ~'rr•14~ID1 M a Ylt tot n1 aril ~~]p}{~~y or on Istan,ty Bel , m f under oi{ q the dyaIyy~ sti except at an one or A# 7 1 9TTf~ ,r or i A .v •Rnlz',!~a~~MCYti1~ Qoea[gttthJ X1~p ;R~'hV/~~ ~'T', ,ru ),.,A), d1; Tab? e20l an7"earh 111014 onder41d~1aiolaerobl t ar rptk 4N,191~ nl ,i power 44Ia to IrruA sd: ab,)o8 ~~ni_•ub1'$ o) And I'l and Wisaaee b am IB i orr eod~D od ai►W) ~co rwy an~ the driglaal tbeAOf ud s ootrect and true copy y of the w o owes and that Wd Power of Attorney has nI been rmke& i 1.+ i1 rea od " l (~Ing'I f'trd4lbl ~i6h' Mite" f>~ ~i~1►'~ "fN~tfki~iltt bboalt~+AlFr~ utl~ Ii~~autl~i NJ Usual 'Ad~nli''~Ila 4at+e~~dlf~.lt'1 ah~~et'tMi~~BlatW'wt+tirnAtltli•si&t~i'W~+A~MeW+Putfw lileq•~.et>hbe/•~ti►e Proeinoee of the SomtMon of Can ads with 6 lizoepedon of Ed_lmrd 1a1 "P►nd to afro duly PBesau~.71o booms eolf t1~' 0%%jpyk f> y ; toed or requi*d lit the Lws oS the uaQ Mates. Ohen Hader my hand and teal os saldtttioea 70% New York„ N. Y.. ...-dal villbi )Rw>,1.,.`1 an?'I ABrtBtaKt S ' f I j\~~ 1 ~W \1 ~~y a a~la{) Alrs(I Y,a:,Z•a,'L last, al, AHOY 'flXK 10 1ITATa ffiOY -WqK 10 07 ,nn 1 ;1 ei Intl ~Ifr.r,ri, ola) ,d QI to tAb : S Midi alto -1,11 10 ,1 L'11!,r7 4 4%111) 10 'Il-1>-:-< ne}~a~A r1 of I[ j jf td brrn nwon>( ert o} ( d I' I n •',r1! niwdl 11 1 : , brrn ( 1;ttr>,t1t to r1~•o'd y, r,1knr,l n.df Mour)x : r(,n1Ar bn• rt 6~1111.1r1,b r. i)m,oq l "if Ittgt ;)iv-Y wnZ to .}r,1r 1I) ni deaf wv`l. 1l, qi, l uil v( )-,}.I'.7 -rf )rmi /uR brim opl Ib fill) .niuwA il+rb .rr ,d) .1ni) ;t ~t1df I, A •~lr~:y, , ,1:11 cNUn'! },nn 'fll.'Itlrl') Ni IASHO.V1 not ~a via±Ityi? lrnlr.i~tt, adl 1" ~1^ t,IIt tr++Ptu 10 1, •.M n balm 1, -j ,)1.,1,1f17 dvum Pi (jitz,,1)A to i )-KU`l Y:rioA'I4 11 111 n) kxl8a f," {d Vr1A,1rIIq t t.1AA ( ; %Ir.t MA '!')n'(01A 1, vl Hil b'li`1~M IZ Jlidl b'nm Itrw4 l Moll 10 e'l ,inn; ,nn') bha- 10 1tt,b!0•nl 0••1'l ^d n) r+'rd Ah,.n,i bna ,m1,1aF1 )t,i:lbilil elln bAah;n;r,A r;l •11 )ndt ;xiijodlua s;iil J;1W 1„Ad '1riWI1-J% •,dJ r. r mf 19❑1 .1)t. 1-, 1.rvo'i i,iAA IQ b.),Ij I )r,lpm T,rrblAi) k)II Jb"T$ 1110.1 !n cu)s1, to ed) )rd) Una r~nna»vi a')nnrrwji!7 ni fhrA bL1e to %)i-loruua Tiff i",dh>AduA n)-r.+rll Aaw boa 7+ub~aJ d-)hob-l b1AA 10 jinf 1rt ,"=i1,d nt irn~ Lnn fi.~h,1,r ~rJ^{', .n,!);,,i 111.1, ~,.V1 tai IfJ ~,f .~~ATpy )ITt,9) Pi. .L V019tld * JJ./AVA~~ 11,07 Ill 1-0 otx'P ,')i•IIIIN YilATO A 1 Od)1~f'HS'-LS ,n'r • 'r` P 740:+11J M;nIX ni b9 ~!Itm L'~} OI"•'''.r..H••~I~'\ ()nu ) Plo'i ;vlvi r,i both a+07P.111,7 j1'~~ ~~p ~7 f'i~;I ,Ot! f{.••sat[ hTlgr3 not0r)rnmo) a-'il~~' CITY OF DENTON, TEXAS SPECIFICATIONS AND CONTRACT DOMMENTS FOR ELECTRICAL EQUIPMENT SPECIFICATION 4573 - E-l0A PROJECT 45-13 ADDENDM 1 March 1C, 190 Each bidder shall note these revisions to the contract documents and in- corporate these revisions In his proposal. Each bidder shall bind a signed acknovledged copy of this entire addendum in the front of the specifications submitted with his proposal. This addcndam consists of one page, reviseA pages PF-10 ED-3, 1-8, 1-10, 1-11, 4-2, and new pager PF-20 2-3 and 4-3. 1. Page PF-1. Delete this page and substitute revis,:d Page PF-1 attached to this addendum. 2. Pa_pe_PF-2. Add new Page PF-2 issued with this addenduun 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 1-6., 1-10 and 1-11 attached to this addendum, 5. Pane 33. Add new Page 2-3 issued with this addendum following PPge 2-2. 6.fpa e 4`2, Delete this page and subatit~:te revised Page 4-2 attached to this addendum. 7. Et Le 4-3. Add new Page 4-3 issued with this addenda following Page BLACK & VEATCH Consulting Engineers ~ e e • e s a * ~ r s x r ACKNOWLEDGMENT The undo signed bidder hereby certifies that the revisions set forth in thie addendum hart been incorporated in his bid and are a part of the eontraet documents. Date (DENTON. TE".S - 4573 ) (ELECTI,1CA.. EQUIPMENT - E-10A) (ADDFTT fil?i t 1 l TABLE OF CONTENTS PaAc thru rage ADWATIMENT A-1 A-2 INSTRUCTIONS TO BIDDMIS IB-1 I&-4 PROPOSAL PF-•1 PF-211 i' EQUIPMENT DATA ED-1 ED-5 CONTRACT AGREMENT CA-1 CA-2 PERFOFMANICE BOND PB-1 PB-2 GE'NE'RAL CONDITIONS GC-1 GC-14 GENERAL SPECIFICATIONS G-1 G-4 DETAILED SPECIFICATIONS Item I 15 KV MWAL-CLAD SWITCHGEAR 1-1 1-13 Item II 15 i:V BUS DUCT 2-1 2-3 ' I Item III 69 KV OIL CIRCUIT BREAKERS 3-1 3-3 - - _LY,`:: OL: 1~3 I~: TFL Item V 69 KV SUBSTATION STRUCTURES AND EQUITIAERT 5-1 5-4 * Deleted for Contract Issue (DFAZON, TFRAS - k573 ) EIS ,C9'MAL YQVIPMV111 - F-10A) {ITEMS 1, II, TIT, AND V ) ADVERTISEMENT 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 P73 DUCT SUPERVISORY CONTROL AND TELEMETERING EQUIPMENT SUBSTATION STRUCTURES AND EQUIPMENT 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 Engineer not later than twenty-one (21) days before the time not 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 sta-cus to meet financial obligations incident to this work. Has adequate technical kr.owledge said practical experience. Has no dust or proper claims pending against him on other similar work. Hae dcaigned and manufactured three or more units Lf a similar type and rating, operating under equal or more severe service conditions than the equipment specified, and each of which has been in successful commercial operation for three or more years in central station power plants within the United States. The evidence shall consist of a selected listing of the units 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 requirbments. (DENT~iN, .W-k,3 - 4573 ) A-1 (ELECTRICAL. EQUIPMENT - E-10A) Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black b Veatch, 0. Box 8405, Kansas City, Missouri 64114). All bids must be made on printed contract document forms included in the specifications. When filed with the Purchasing Agent, each bid shall be accompanied either 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 successful 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 resection of bids. No bid may be altered, withdrawn or resubmitted within sixty (60) days from and after the date set for the opening of bids. The City of Denton, Texas, reserves the right to reject any and all bids and to waive defects in bids. CITY OF DEIVMN, TEXAS John Marsball Purchasing Agent (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - E-10A) A-2 INSTRUCTI014S TO BIDD RS 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 there contract docu- ments will imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular. Preparation. Each proposal shall be carefully prepared using the proposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, usin,. dark black ribbon, or l.eeibly written in blac): ink. All prices shall be stated in words ani figures except where the forms provide for figure3 only. Conflicts between these contract docwaents and the bidder's proposal ' arE'S shall be marked in ink and signed or initialed by the bidder on the bound copy of these contract documents submitte4 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 K 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 ej,y part of these contract doetunents in any way, each such alteration shall be signed or initialed by the bidder, f j IJ The bidder shall staple or otherwise bind, with each bound copy of contract documents submitted, a signed copy of each addendwm issued for these contract documents during the bidding period. The bidder shall assemble all drawings, catalog data, and other supplementaiy 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. 8tp,ne.tures. Each bidder shall sign the proposal with his usual signa- tu;^e and shall give his full. business address. Bids by partnerships shalA be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. (DENTON, TEXAS) IB-1 012367 Bids by a corporation shall be signed in the name of the corporation, 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", "eecretal"Y'', "agent", or other designation, without disclosing his principal, will be rejected. When r±quested, satisfactory evidence of the authority of the officer signing in behalf of the corporation shall be furnished. Bidding corporations shall designate the state in which they are incorporated and the address of their principal office. Submittal. Proposals shall be submitted in a sealed envelope addressed to the CITY OF =TON, TEXAS, Attention: Purchasing Agent, 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 any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within sixty (60) days thereafter. PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified check or cashier's check drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the State of Texas in an amount of not less than five per cent (5x) of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Denton, Texas, and the amount thereof may be retained by said City of Denton, Texas, as liquidated damages if the bidder's proposal is accepted and the bidder fails to enter into contract in the form prescribed, with legally responsible surety, within ten (10) calendar days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed sixty (60) days pending the execution of the Contract Agreement and Performance Bond by the successful bidder. INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each princi- pal item of equipment or material he proposes to furnish. He shall also submit therewith drawings and descriptive matter which will show general dimensions, principle of operation, and the materials from which the parts are made. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregu- lar. The above drawings submitted by the successful bidder will be retained by the Owner. Any material departure from these drawings a's submitted will not be permitted without written permission from the Owner. (DENTON, TEXAS) IB-2 012367 Verbal statements made by the bidder at any time regarding quality, quantity or arrangement of equipment will not be considered. If alternate equipment or materials are indicated in the Proposal, it shall be understood that the Owner will have the option of selecting any one of the alternates so indicated and such selection shall not be a cause for extra compensation or extension of time. TAXER, PERMITS, AND LICENSES. The bid price stated in the Proposal shall include all taxes, permits, and licenses which might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, use taxes, occupational licenses, and other similar taxes, permits, and licenses applicable to the specified work. I The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this provision shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he shall state in his proposal whether this item bas been included in his bid price and the amount of the applicable tax, permit, or license in question. I TIME OF COMPLETION. The time of completion of the work is a basic con- sideration of the contract. The proposal shall be based upon completion of the work in accordance with the specified schedule. It will be neces- saiy that the bidder satisfy the Owner of his ability to complete the wirk 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 Cioy 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. jjp~C CONDITIONS. If the work includes field construction, furnishing field labor, or furnf.ehing of field supervision, each bidder shall visit the site of the v.cx 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 arrangemen4, 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 and storage of materials and equipment. It must be understood and agreed that all such factors have been properly investigated and considered in the preparation of every proposal submittea, as there will be no subsequent financial adjustment, to W contract awarded thereundert 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 understaiding of the work before the date set for opening bids. Those questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. ACCEPTANCE AND REJECT OF BIDS. The Owner reserves the right to accept the bid which, in its jut Iment, is the lowest and best bid; to reject any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of closing will be returned unopened. (DENTON, TEXAS) T8°`+ 011367 PROPOSAL BID M. 67-13-3 TO THE CI1'3' OF' DFMON, TFY.AS Gentlr.~ent The undersigned hereby propo:es.to furnish electrical equipment complete as specified herein fob Denton, Tcx:.s, for the following firm lump sum price: Lump sum, price for Items I, II, III, and V, as specified, T40 11U;1DR1,0 Till 'MMIA D `1'IiRF.}, N1-VDRPD TAIFIiY 0;113 P_. 1,10 1100 -_--w.---_ MLLAR.S 210,331.00 ) Price in Words} Lump suzi price for Item IV, as specified, 110 BXD _ _ NO sill ) orrice in Words Lump sum price for furnishing Items I, II, III9 IV, and V, as specified 'TWO FITIMED FIFIT FOUR YNOUSAND MEX ) IFINDRPn `1'IiI13U ONE, r: 110/100 - DOLTARS _ 254,t331900 " Price in Yfords) Price deduction to the lump sum price for fur- r.ishinE single ratio current transformers in lieu of multizatio current transformers speci- fied in Item I and Item II. ONE THOUSAND 11103 1IUNDMAD S1?AY F.Mj ) r; 110/100 nOr,TJARS 11955600 YricE in Word~~ Price d::du^!: a to the lump sum price for furnishing caDle bus duct in lieu of non- sedr-zgated phase bus ducts spccified in Item II f,:[(!HT T30USA1111) 0110 11WNDR21D FIFTY HO/100 MMARS 60150.00 ) Price in 'lords (DE11TON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - F.-10A) YF'-1 (ADD?1iDUM i - Price deduction to the lump sum price for fur- nishing single tank oil circuit breakers in lieu of three tank oil circuit breakers specl- fled in Item III. Six Thoursrina & 110/100 Dolln.ra (s 61000.00 ) ffr-Ic in Words)- • *8co Pa6els PIS-2A tc 15 for additional A1lic-Cnalr:4crs alternator. I The undersigned hereby agrees that time of delivery is of the essence to the proposed work and that the materials and equipmr_it covered by this Proposal will be delivered not later than the folli•aing dates..P* 'CO Item IJanuary 120 19 bo Item II January 12, 19 68 for 3 tar.}; deulCn ~ Item III Septenbc-r 15, 19 66 1-12-68 fcs• 1 tank tlerisn Item IV 199 ..01rlef Item V 11oveiubOr 3i- 19 67•'• Dated at Vort Wortoh, 'T'exas + this 30th day cf March 1967. Bidder Allis-Cn^lrzera Title Salcu 1;.~~rasc;s)tative 400 1;eot SOVCntit Street BusInes s Address of Bidder Fort Worth, `a'exa& 76102 State of Incorporation r Dalawcaro P. 0. Box 51`z _ Address of Psiacipal Office _1Ii).s?<<ulyCe~ 1 )53201 **1.0hese dater, based on receipt of order no later than April ISZ7 and approval of draw.l.nero no Inter than 2 Yrcalpa after submittal. (DENTONs MASS -x+573 ~ (FUCTRIC/1 tjUMXa-,N7 - E-1 CA) (ADDIMUL N 1 ) PF-2 CITY OF DENTON, TEXAS BID NO. 67-13-3 { ALLTS-CHAVIERS PROPOSALS FUR AYT3101 l'E ARRAWGi"TRINTS Alternate No. I Since the 15 KV switchgear presently installed in the East & Vlent•. Substations is of Allis-Chalmers manufacture, it is proposed that rather than connecting the new swit-chgoar (supplied under this bid) to the existing switchgear by means of metal enclosed bus duct, tha connection be made by a direct and integral extension as shown on Sketch POS-977-3-Alternate under Tab 3 of Allin-Malmern speciri- cation, This will make field installation carrier and less expensive as well as resulting in a more pleasing and congruous appearance. This alternate is based on use of aluminum cable duct from new switchgear to new transformers. *If this alternate is selected, the deduction from lump sum prices shown on Page PF-1 will be. FOURTEEN THOUSAND NO/1Q0 ~ DOLLARS $14,000400 Alternate No. 2 Should the.City elect not to accept Allis-Chalmers Alternate No. 1 above or should Bid No. 67-13-3 be awarded to a manufacturer other than Allis-Chalmers, it will be necessary that the existing switchgear in East West Substations be modified to accept a ban duct connection from the new switehgear. This will consist of, new roof decks with throat plus internal bus bars and hardware as fully described under Section 10A, Tab 10 of Allis-Chalmers specification. *If this alternate is selected, the addition for each existing unit so modified will be. ONE THOUSAND ONE HUISDRLD FIVE & N0/100 DOLLAR3 10105.00 0 n~ PF-2A Ii CITY OF DZINT03o TEV.S A BID N0. 67-13-3 YU1-(M/1M{U • i ALMS-CHAL?TERS PROPO{SALS kOR AL'ti:HiJil'i'r. ARR+1IdG ib,NTS - (CONT I D. ) Alternate No. 3 Since the City is specifying 125 Volt do eontrnl for the 15 KV ~c 69 KV breatcero under this nest contract, it may alto tiish to convert the existing breakers from ac control. as supplied under the pravi- ous Contract 64-30-5 to 125 Volt do control. llequi.rcd changes are detailed under Section 10B, Tab 10 of Allis-Chalmers specification. *If this alternate is selected, add the follo:iii,g a./mounts: A. Vor each 15 KV, TYPO FC-500 breaker converted from 255 Volt ac to 125 Volt do control - Add YOUR 101DRLD SIX'T'Y FIVE & NO/].00_-•---D01-T,ARS $ 465.00 Be For each 69 KV, Typa FZO-69-2500 oil breaker convey ed from 125 Volt ao to 125 Volt do ll control (compressor Motor and heaters will l.. remain at 125 Volt ao) - Acid FIVE HUNDRED FIFTY & N01100 ---------DOLLARS Y 550.00 *Prices quoted under Allis-Chalmers Alternates No. 2 & No. 3 Ir.- clude all nacesgary dmwings and inatructiono for modifications required, but do not include services of an Allis-Chalmers field servicer-lan to per3`orln this work] Such services can be supplied at a cost of $214,00 Far 4 Hour Day plugs travel and living ex- penses - if work done in conjunction with service included und.~r base Contract 67-13-3, travel time would not be required. 0 H PF-2H FOAM 7707.2 Q ALLIS-CHALMERS LI7HC IN U.S.A.-•-c BID ITEMIZATION FORM Reference: The following bid or quotation: Name of Customer City of Donte)n,, Texas Bid No. or other Identification Btd no, 67`13'3 Va.rch ;40, 1967 Datt; of [aid The following amounts were included in the calculation of the subject bid or quotation. Thcy are not selling prices or omisaiun prices and do not alter, vary, or in any %ay affect the price or other provisions of the subject bid or quotation. A. Power Sw: tchgear Asseml,lies (includin6 unit substatiors, if any) $ _ 136,000.00 • (Total for ail) B. Large Outdoor Oil and Aic Circuit Breakers _4 000, (not included in A.) $ _ 30 00 (Total for all) C. Power Transformers (not included in A.) (Total for all) ALLIS•CHALIAERS MANUFACTURING COh.PAllY 00 AALLIS'-CHALMERS ✓sOX Ott • MILWAUKIKE. WICCC*45111 S1+01 1414-174 4000 FINANCE DM51014 A AC NI[ D. DCNNIS. YICC ►ACSIOLNT!WANG[ AIIO trco TARY WILLIAM L. STRON4. TACAIURLR Af/O ASSISTANT SLCROARY R. C. NCTAMAN. ASST STANT SLCRCTANI7 AND ASAIS7ANT TNCNUNI711 M. W. AAA.. As$ISTANT SCCACTARY 1. F. RLNNED01114, ASSISTANT iFCNCTARY March 7. 1967 City Treasurer City of Denton; Texas Gentlement This is to certify that Mr.. G. Fullwood, Salcs Repre- sentative of our Fort worth Office, is authorized to execute on b.half of Allis-Chalmers Manufacturing Company, the City of Denton, Texas proposal and contract for Electrical Equip- ment, Specification 4573-R-10A Project 4573, Hid No. 67-13-3A w Very truly yours, R. C. ,Fryrraan~ Assistant Treasurer Mn ATTHSTs I Mc fl: Babb;--Assistant Secretary A L. L 14 C II A L hl E h r I V 11 F A I. 1 '7 a! ! u !.I P fi e a AALLIS-CHALMERS 101 WEST SE%ENTH STIVIXT • ►ORT WORTH. TEXAS 7 0 10 3 /11 7.37}1729 FORT WORTH BRANCH OFFICE INDUSTRIAL EQUIPMENT AND UTILITIES GROUPS Ap r i 1 3, 1967 Mr. H. S. Spainhour c/o Black & Veatch 1500 Meadow Lake Parkway Kansas City, Missouri Re: City of Denton Specification 1673-E-10A Bid 36-13-3 Dear Mr. Spainhour: This will confirm our conversations of last week con- cerning our bid for substation additions as referenced a- bove. First, I would like to assure you that our delivery schedules, as listed, are realistic and dependable. In discussing this further with Mr. McDowell Friday, I was given to understand that considerable thought and study is made when quoting shipments now days and while vIe could not, at this time, offer anything better than quoted, we can ex- pect the quoted dates to be maintained. I have also gone in- to the matter of improving shipment on the three tank breaker and have been unsuccessful. The September date will have to stand if this choice is made. Please note that the schedules include a two (2) week period for drawing approval. We wish to re-confirm that Mr. McDowell and I will meet you In Kansas City in about thirty (30) days at which time Mr. McDowell will provide you information as to structure fittings, cabling, conduit stub-up and such information as you require to finish specifications for Contractor bidding. Mr. McDowell wished me to point out that while he expects to give you the required information he cannot, at this time, give you exact figures as to the number of wires in each con- duit, etc. Also, he is not expected to f;rnis;i conduit lay- out nor wiring interconnection, drawings. Please note that we have included in our bid $2,125.00 dollars worth of transducers which ate find the Control Data Corporation has also included in their separate bid. They propose furnishing these loose. You should deduct this amount from our bid if you accept the Control Data bid with the trans- ducers included. A L. L I S C ri n L M 1. i A A J I , C I A I r. C. I. r A 1. Mr. N. S. Spainhour Page 2 April 3, 1967 You have a copy of the City of Denton's Purchase Order No. 3969E, our FR4918-3633 covering spare parts for the ex- isting switchgear and oil circuit breakers. Should yyou ac- cept our current bid, the City will be able to use all of the spare parts ordered for the air circuit breakers on the nevi equipment and the spares for the oil circuit breakers wili be interchangeable depending on whether the three or single tank breakers are ordered. Ever, if the single tank breaker is or- dered,Athe number of the spare parts will be suitable for use on it. Mr. FcDowell has suggested that the battery compartment be placed between the existing switchgear and the new feeder units. This will provide a shorter run for the DC power, If this is done, there would be no change In the transformer bus length nor the contract price assuming that vie cc-in designate the transformer breaker position. We would also like to state that should a spare air cir- cuit breaker be ordered, it will operate in both the old and the new compartments. Please let us know If there are any further questions con- cerning any part of our bid. Should we be awarded this con- tract, we will appreciate verbal notification this week so orders can be placed for materials just as early as possible. Sincerely, ~ George Fu l lwood : hp~ ivity. Dist, gent Sales cc: City of Denton - Mr. George D. Reich, Utility Director 1N• ' i.. • F,t UIF14Eh'T DATA. Each bidder shall Allis-Chalmers furnish the following data describ- ' (Bidder's Nerve) ing the equipnent and material he ' proposes to furnish. ' Note: Write entries boldly with black ink or type entries using carbon back or special ribbon. Do not use blue ink or a ball point pen. Item 1, 15 KV Switchg ear ' Manufacturer Allis-Chalmora Type of circuit breakers FC-500 Air I- agnetic Make and type of current transformers A-C Type "IUD" Miltiratio Mike and type of potential ' transformers A-C Typ'- "Fi''l _ Flamm Retaodant Phenolic, Type of bus insulation Grade XXFR Pyrosliteld with Porcelain Type of bus supports Bust in:;a J Type of insulation on connections FVC r-Dot;s Type and size of wire used in ' ill f,Fly .IS small wirirg - Circuit breaker Current rating, amperes 1200 i Voltage rating, volts 13,800 (15 KV 11.1-Umwa) Interrupting capability, max @ 13.8 kv _ 210000 emp Closing and latching capability, amperes 25,0 oa Short time three second capability, amperes 'f 25,000 ' Type of closing mechanism Storad F.ner Operating current to close , at 125 volts d-c, amperes 10 Operating current to trip at 125 volts d-c, amperes 5 (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIP14ENT - E-10A) ED. .1 ' A111s-Chulraem ' Bidder's Name? Make and type of control switches A-C Type 210 -X-C ljtloo-~T.L-051 Make and type of indicating lights Sylvania SlidInre Baro Lwapa`y Make and type of lightning arresters Ohio Praso 't'ype CEP-12 Make and type of overcurrent relays Vleatin 1iouse rkjpe CO-61 Make and type of overcurrent ground 4.eatin;;ltouse TypeCO.8 relays Make and type of directional over- current relays _ Make and type of transformer 1'7CStItnf"11 rune Type "}err differential relays , Make and type: of reclosing relays Wastin;,house 'T'ypo nRCr' Make and type of lockout relays 1`•-C Typo 210 Size of completely assembled switchgear EAST WEST Width 211' -0" 271 „Orr • Depth 18o-3/Bl' 180-3/813 Height 7 21 f 1 121" Total Weight of switebgear, 85600 1E111100 pounds No. Wei ht (Y'A• )Part Shipping pieces 1 16,000 }.r1[nt Unitti 8-10A u a 1 12,000 &i3t UnitB 11-111 ' 1 20,000 West Units 9--12A 1 19,000 110st Unitn 13-16 ' -""""~fCr3~keu 2 30200 AiEslaway Doan) 1,500 Breakers 9 2 1o racte.C:~37e'ra 2 2W-Ac0Cb00rleS (DENTON, TEXAS - 4573 } (ELECTRICAL EQUIPMENT - E=10A) ED-2 • Allia-Ch"lmers (Bidder's Name Manufacturer Cat. Na. or Type Battery • pxida CPH-95 Battery charger Exide _US-0-1-6 • Panel boards ; Continental Electric or Equal Auxiliary transformer -J1:Y1_2L1t)L_C)r-X Inl Throwover contactor Squar3 D VQ-4, Class 8901 Unit price for furnishing one y,3,670,00 spare removable breaker element - Item II_, 12 KV Metal-enclosed Bus Dust Bus Duct Cable Bus Manufacturer Allis-Chainors Allis-Chair,iers Y ers -Duct 'ersa- et Type FAI Cable Number and size of bus bars 1-1/2"x4" Cu 2-750 MON A]. /Phase or cables 1-1 ~rir4,tr llrmt 1-750 1'" Ileut -XjU0]y~k'i'i;er Type of insulation ; `Tenolite XXFR ninas Suvilo3_te~ F~nclosine metal, type Altcr3l.mu~ AluMinurn Width, inches 21-1/2 12„ 3 „ 10-3/611 Depth, inches .Weight per 3 phase foot, lbs _t~3-~ 19 Unit adjusting price per 3 phase foot measured along the bus center- line for additions or deletions to 150,00 85,00 the bus systems, including fittings _ Item III, 69 KV 011 Circuit Breikers. Manufacturer - Allis-Chalriam `type of breaker rzo_59-2500 ..f Maximum interrupting capacity • Amperes 21,{100 MVA 2500 Four second rating Amperes 21+,000 _ (DEN'TON, TEXAS - 4573 ) (ELEC'a^RICAL EQUIPMENT - E-10A) , (ADDF.iiDUM 1 ) ED-3 Aliic-Chalmers ` (Bi dcer's N ame~r Type of mechanism Anetunatia Operating current of the pneumatic ' mechanism or the oil-hydraulic mechanism' ' Valve operation amperes at 125 volt d-c 9 - Compressor motor amperes at 240 volt, one phase 3'8 Current required for tripping Amperes at '.15 volt d-c 8 Bushings , Make and type Ohio Braea 0•-K Gallons of oil 780 _ Dimensions in inches Length 130-3/ Width 49-3/Bl' Height 155-5 Total weight with oil, pounds 14,150 Will the breaker be shipped Yp;~ alt LU~s Oil) :ompletely a3sembled Unit price for each additional 69 kv oil circuit breaker (three tan% design) Unit price for each additional 69 kv oil circuit breaker (single 12,500.00 tank design) Unit price for each additional set' of three 1200/5 ampere multi-ratio X729.00 current transformers (DMMN, TEXAS - 4573 ) ED-l' (ELECTRICAL EQUIPMENT - E-lOA) II Item IV, Supervisory Control and Allic-Chal[nera Telemetering Equipment Bidder's Name Master Station Remote Stations Power requirements of equipment Continuous current, d-c amperes 3 Operating current, d-c amperes Item V, 69 KV Outdoor Substation Manufacturer Arthur Tatman & Assooiates Steel Structures Fabricator Anchor Metals (I-iurat, Texas) Approximate weight of steel, pounds 12,000 (6040 Par Station) List structure items require field assembly and East Substation West Substation shipping sections for each • Each switch stand (2 pc r ct,.tion ) • brill bo chipped as 2 colurmv end • 1 truss. • Eaoh PT stand (1 per ocatson) • wi.ll be shipped as 2 coliums and • 2 trilswor'. In addition to Asiom y o1`-band • suitushea tubin,r cihle, con- -W711 UZ imi c~'ic . Make and type of group-operated double-break switches Southern States Type "RDC" Make and type of fused disconnect switches Southern States Typo "HPA" ct Make and type of fuses ; Southern States i yP"P%S-69001'' Make and type of bus and switch insulators Lapp 9521A or rAurtl - Make and type of potential , transformers Allis- Ch3ls ier.s ^lypts "spit-6i" (DENTON, TEYAS - x+573 ) ED-5 (ELECTRICAL EQUIPMENT - E-l0A) , CONTRACT AGRED=, THIS CONTRACT AGREDM, made and entered into this_LaT day of 1 7, by and between the City of Denton, Texas, Party of the First Part and hereinafter called the "Amer", and ALLIS-CHAIMEkS MANUFACTURM COMPANY a Delaware corporation with its principal office in Milwaukee, Wisconsin, Party of the Second Part and hereinafter called the "Contractor", WITNESSETH: THAT WHEREASp the Owner has caused to be prepared, in accordance with law, specifications, plans and other contract documents for the work as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Contract Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has determined and declared the aforesaid contractor to be the lowest and best bidder for the said work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor's Proposal, a copy thereof being attached to and made a part of this Contract Agreement; NOW, THEREFOM 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 I. That the Contractor shall furnish two groups of 15 kv metal-clad switchgear with single ratio current transformers (Item I), two sections of 15 kv cable bus duct to the transformers (Item II), two 69 kv oil circuit breakers, single tank design (Item III), substation structures and equipment (Item V), two switchgear extensions (Proposal Alternate No. 1), and four 69-kv oil circuit breaker modifications (Proposal Alternate No. 3-e) as described in the Contractor's Proposal dated March 30, 1967 and letter of clarification dated April 3, 1967, and as specified and required in accordance with the provisions of the contract documents, which are attached and made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of this Contract Agreement to the said Contrac- tor. 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 c l therefor, the sum (subject to adjustments as provided by the contract of ONE HUNDRED NINETY THOUSAND FIVE }iUMPSD SIXTY-SIX AND N01100 DOLLARS *1901,5") for all work covered by and included in the contract award, IEN'I'ON, TEXAS - 4573 ELECTRICAL EQUIPMENT' - E-10A ITEMS I. IT., III, AND V CA-1 designated in the foregoing Article I; payment to be raide in cash or its equivalent in the manner provided in the specifications attached hereto. AF.TICLE III. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: The equipment and materials will be delivered not later than the following dates: Item I January 120 1968 Item II January 12, 1968 Item III January 12, 1968 Item V November 3, 1967 IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as of the day and year above first written. CITY OF LMMN, TEXAS By. 2 dol CoTt ~Z4,2" A ' C ALLIS-CHALMERS MANVACTURiNG COMPANY (Ccal ) ~'~i w Attest The foregoing Contract Agreement is in correct form according to law and is hereby approved. torney for Owner DENTON, 1ZKAS - 4573 ELECTRICAL NWIPMENT - E-10A ITL4S I, II, III, AND V CA-2 PERFORMANCE BOND KNOW ALL NO BY THESE PRESENTS that we, ALLIS-CHALMEItS MAIWACTURIM COMPANY of Milwaukee, Wisconsin, hereinafter referred to as "Contractor", and federal Insurance Company a corporation organized under the laws of the State of, and authorized to transact businpan in the State of Texas, as rety', are held and firmly bound unto the CITY CV IENTON, TEAS hereinafter referred to as "Owner", in the penal sum of ONE H6"NW.D NINETY THOUSAND FIVE HUNDRED SIXTY-SIX AND NO1100 DOLLARS ($190)566;, for the payment of which sum, well and truly to be made to the Owner, we band ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally, by these presents: d% A- WHEREAS, on the esA day of Of Pit ll=, 1967, the Contractor entered into a written contract with the Owner for furnishing materials, supplies, and equip- ment not furnished by the Owner, construction tools, equipment, and plant, and the performance of all necessary labor, for and in connection with the construction of certain improvements described in the attached contract documents; and WHEREAS; it was a condition of the contract award by the Owner that these presents be executed by the Contractor and Surety; NOW, THEREFORE, If the Contractor shall, in all particulars, well, duly, and faithfully observe, perform, and abide by each amevery covenant, condition, and part of the said contract, and the coalitions, specifications, drawings, and other contract documents thereto attached or, by reference made a part thereof, according to the true intent and meaning in each case, then this obligation shall be null and void; othe arise 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, asso- ciation, or corporation, for labor performed or materials, supplies, or equip- ment furnished, used, or consumed by the Contractor or his subcontractors in the performance of the work, then the Surety will pay the full value of all such claims or demands in any total amount not exceeding the amount of this obligation, together with interest as provided by law. I MMNo TEXAS - 4573 EUMICAL EQUIPNM - E-10A ITEMS I, II, III0 AND Y 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 TFSTD4ONY WHEREOF, the Contractor has hereunto set his hand and the Surf cy 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 IPA 1 Ir , 1967. • ISi-C7 ACTl3RI19C} c014PANY / - (SEAL) rif Insurance Com ay COMPANY) ey (sEAI,) ZAttorney-in -Fac I R McGZZ . State Representative (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) Oountere19 Zby Mitchell, Gartner & ThompsW A 0. 80.E 939 f~K Womb Ti~at r MNTON, TEXAS - 4573 XLEMICAL EWZPN - E-10A rl'FW Is II) IIIp AND V PB-2 GENERAL O0NDITI0YZ GC-1. CONTRACT DOCUldOM It is unfit tooz and agreed that the Advertise- meat, Instructions to Bidders, Proposal. Equipment Data,, Contract Agree- ment, Performance Boad, General Conditions, Specifications, Plans, Addenda, and Change Orders, all as issued 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- ance therewith. GC-2. DEFINITIONS. Words, phrases, or other expressions used in these contract documents shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCUMENTS. 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 shad be addressed and delivered to City Hall;;Denton Texas. 30 "Contractor",shall mean'the corporation, ooap6W rpartnership, firm oi- individwl, named and designated is thb~Codtract Agree- meet as! the "Party of the Second Part%, who has, rntered into this oohtract`for the performsnoe,of:ths1vork+c Mted thereby, and its, his, or their duly authorized representatives. 4"Subcoatraotor" shall mean and refer only to'atoorporat`ion, partn6rship, or individual having a direot contract with the Cohtraetbr.for' performing work* covered by these, contract docu- ments. 5:- "Engineer" shall mean the firm of Black & Veatch,, Cohsultisg' Engineers, 1500 Meadow Lake Parkwayo Kansas City; HissobrI ,V (mailing address P.O.' Box' 8405, Kansas, City',' misaouri 641l.:) or its duly authorized agents, such agents acting within the scope of~the particular duties entrusted to then in' 6rich td". r t, 6. "Date 'of oontraot", or equivalent words, shall mesh~the date vritten in the' first paragraph of the',Contraot AgreemehV, 7. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of tventy-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. (DF.NTOb, TEXAS) (FOB 012367 ) GC-1 9. "Plans" or "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) supplementary drawings furnished by the Owner to clarify 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 effgct,and import, runless otherwise particularly specified herein; shall,s*ez approved, reasonable, suitable t acceptable proper, or., satisfactory, in the judgment of-the Owner or Eagiaeer,- to the extent provided in, "10" above.: ; 12. Whenever in these contract documents the expression "it is understood,and agreed":, or an expression ofilike import is used, such expression means the mutual understanding and agreement of the parties executing the contract;.agreement. GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that the written terms~'and provisions of this agreement shall supersede all verbal statements of representatives of the owner, and verbal statements shall not be effective or be, construed as being a part of this contract. . GC-4; STAIfDARD SPECIFICATIONS. .Reference to standard specifications of any technical society, organivAtion, or association, or to codes of local or state authorities, shall. mean the latest standard,-code, specification, or tentative speot ication adopted and publiebed at the date of taking bids, unless specifically stated otherwise, lool6$ FOB GC-2 r.,W- GC-S. M(ECMJOH OF 00iTRRM Four (4) copies of the contract documente.vill be prepexed by thq Engineer,., Copies of.engiReering data, special forms, or other, documgnts•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 'th'e" 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. SOOPE, NATURE, AND INTENT OF SPEC,IIFICATIONS AND PLANS. The speci- fications and plans are intended to supplement, but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it, had been set forth in both so that the work will be.ocmpleted according to;the complete dssiga as determined by the Engineer, Should anything which is necessary for a clear understanding of the work be . odaitted from the, spgoificaU9a4 a4$, plans, or, shquld, ~t appe~►r,, that various instructions are.:in, gpnflict,,_tlpe CQr~t{¢tor ah¢l]. e~c~ire .written instructions from. UeiUSAover,,dOfgrq progse¢iph$;gf,th toe gq{etr~Ctioa affected by such omissions or diggrepa49.te4prJ it is Rde,rst ipqo ggxeed that the work shall be performed according to the true intent orit,b contract documents,. -,,f+ ?u rra~ltL~,t~ e~.+. r, L' nri~ IA 4;.`i,: 1%., 1:[,,1 iP 'Yjf1V (:1 }'.1~ f' S..'~ , L('J'1 riYJ V' l S t GC-t7. AYPROYALi2,.El ! PAU• r Pgil eqr A , U ' cQv r~i4 X11 equipment: and fabrxcated4sterisszto~pe,}ra~sk~¢s~!!4er t isi,Cgq.;act shall be submitted, to)the.Fr9g# 0MrT f9r„9PF7;oga1~. eia~~nt~aL¢h include;drawittgs and7de4gript4vg,ingormatJ9p,in,qut icign rd~t p show the kind, also iIaprangem9nt,;19d.,Pperpt~ q pr c4~A9no,44 4th! a i.114e and devices; the external: eogn99Si9RancbPrag;plia!}d `uppolo¢¢ e4utred; performance characteristics; and dimensions needed for installation and correlation with other material*,gm4,equippoept., Data submitted shall include tdrawings, showing _mosenti#l:details ;of,ay cbpwge¢ p orosed by, the Contractor and allirequired,wiriag,sn~,pipZng ieyoutt~. No work shall be performed 4n. ponnectioo,,vfLh the ~abrig¢tio~ or manufac- ture of, materials-, and! equipment + nor, shalt>apy! afc1p4ory of, appurte4itce , be! purchased,, until the.drawiag},apd dsta..there;gr,have.,b4gn,approved @xe pt at: the Coat rattctor's.own;,riQL '4,re,4pe!npibiJttY•;:..,, .1 i. ~1.,'. .J, '..l' i(! 1. llt w}. Ci. 1. ,1 u' ti j~,, .ii .l i. Four (4) copies of each, drawing and:ueFees!.ryj Oats. fWl,be submititea',to the Engineer,. Each draviag - or : data shee f phall, be ,clearly rtiax~ked itb the naoe-> of the project, the ContractWo r o 4 and reference, yp applica~ le 100165 FOH GC-3 'rye When the drawings and data are returned marked "APPROVED" or "RECEIVED FO§ DISTtIBMON", additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not oxceed 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 (b) corrected copies shall be submitted. The Engineer's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect the plant arrange- ment. The Engineer's approval of drawings returned marked "APPROVED" or "APPROVED AS NOTED" will not constitute a blanket approval of all dimensions, quantities, and details of the aaterial, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requireme.,7ts. All drawings,end data,'aftee final processing-by the :Wlneer, shall becdme''a part of the `contract ddcuments and the work thorn'or described th'are i bhah'be peffoAdd'in conformity therewitb unless otherwise A A. utrbd` t1ie. Owner or the'Engiaeer. GC-B. I.EOAL ADDRESS. The business address of the Codt.oaetor gtven.in the Proposal is hereby designated as the place to which all notices, letta~?s; 1fi4d othbr com iuaiditidn to the CoAtrdetoh vjil. ;lp j%ailed.br deYi !'ed: ~hd addrebb 'd! 'tbe` Owner appbafiag: od PAS U4h'"l is hereby, desi t~lrd'sa'th 'p••l~~ace't64hieh''all"notiddi,"16ttitre 9A,Vother.!coda. m ~c tidd'to' the'NhOr'ehial be'ideiled bs* delivered. Si~har.party m! "Ohe~dge the"'said 'addregi 4t'Ahy` timb 1y~ 6A" Instrument. in writing aiftit ied'to thi gngi near.' and to • the other party; 06-O. - PkftATB: P*&.1ti4e and fees for patents covering materials,: arfibleb," pparatus, devices, 6r`equipment (as distinguished, from processes) use'd' ln'the""kk,f shall, be'°'included, in~the eontract4amoueti The Contractor shall satisfy all demands that may be made at any time 6i such royalties and fees;, and he shall be liable for any. damages bi6`ciei"`f6r patent infringeeiente► The Contractor shall, at his ovn coit-'dd'd expedde', def hd,all'suits or proceedings that, may, be•Instituted against the Ovner'fof'!infringemetit or alleged'infringsments'of•any patents involved in the work and, in case of an award of damages, the Contractor " shaii'pay sueh'ahard.1,Final payment to the Contractor by the Owner will b6t"b't'madb while any such suitor claim remains unsettled 6% The Con " tractoi,' howevsr,' Mill i 6t ba- held' liable' for the defense of ; arty suit i or other proceeding, nor for the payment of any draeQ+:,ur.othsr:costs, 050163 FOB ` ° GC-b for the infringement of any patented process required by the contract documents; except if the Contractor has information that the, process so required is an infringement of a patent, the Contractor Shall be liable for any damages or claims in connection therewith unless he promptly notifies the Owner and Engineer of such infringement. GC-10. INDEPENDENT CONTRACTOR. The relation of the Contractor to the owner shall be that of an independent contractor. GC-11. AUTHORITY OF THE ENGINEER. To prevent delays and disputes, and to discourage litigation, it is agreed by the parties G) this con- tract that the Engineer shall in all cases determine the qusntities,of the several kinds of work which are to te paid for under the contract and shall determine all questions in relation to the work. If, in the opinion of the Contractor or the Owner, a decision made by the Engineer Is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file an objection with- in the allotted time will be considered as acceptance of the Engineer'a decision and the decision shall become final and conclusive. U The rwgiabe eer,'s decisions,. and the filing of the xritten,gbJecion there- p t_ atib'~' to shall a condition precedent to the right io request "it. or, to start aCtion, ip court. It is the intent of this agreement that there shill be'no delt{y"id` .the:extcutiop ol.the work, anal..the decisiop Qf,the Engineer shell be u; promptV obrerved. N t, 'CIP-112. , EAQIBBERIi1G INSUCTIOAs, The. Owner may appoint (tithe;'d reL~tSy or throµgb;,tbe, EWnper , push inspectors as, he ¢eepis ?rcper to iiispik the work performek Or comp;jinfe wit4,the.plsics spd specff~Cd~3ba~ The. Contractor, shall. furnish', a reasonable assistsnae required by t~iq ae Engineer, or inspectors, for, the proper iuspection, and ei634, i64 of . work . The,Coatractor shall obey the directions and instructions of fhb Edkineer or inspector.rrhen they are'consistent with the obligations of„tbis'contract. Should the Contractor object to any order given by aninspector; t)ia"'' Contractor may make yritten appeal,kz- the Engineer for his decision. Inspectors and other properly authorised representatives of the Owner ,or Engineer shall be freq. _at, all times to, perform their, dutie's t andt;` ' AM attempted intimidation} of one of, thew by, the Coat;actor gs;~i~`em= Sployees shall be sufficient reason to termipite', the confrsct if t 1e Owner so.decides. Such inspection shall not relieve the Contractor} from any obligation to perform the work strictly in accordance with the plans and specifics- , tions. Stork not so constructed shall be removed and replaced by the Con- tractor at his own expense. 090964 FOB - QC-5 i + GC-13, NO WAIVER OF RIGHTS. Neither the inspection by the Amer or Engineer or any of their officials, employees, or agents, nor any order by the owner or Engineer for payment of money, or any paysent for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of this contract, or of my 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. Modification3 may involve increases or decreases in the amount of the work for which an appropriate contract price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made under the authority of duly executed change orders issued and signed by -theOwner and accepted and signed by the Contractor. GC-14.01. Extra Work. It a modification increases the amount off the work, and the a4ded work or any part thereof is of a type and character which can rr log'al der one or more unit price items c poperl,' and ttien-'theeadd deworkdornpart'thereof shall be paid-, for e .1 Pro , according to the amount actually done and at the Applicable unit price or pr ces. ,Otherwise', such work shall be paid for as hereinafter provided. , Claims for ea r'i `t Ark dill Clot be `paid' unless the work covered by, subh claims was authorized in writing by the Owner and the Cofitractor•bhall not ~avetoe right to prosecute or maintain either An arbitration proceeding Q; a4,apiion in court'to'recover for extra work unless his claim is based upon „A i/rltteh Q'rder1rce'the Owner.' Payments for extrd"vork shall be p~$ed o a greed'luAD.suA8 or S reed unit prices whenever the Owner and the . Oon ri.ctor' ak-re e upon such' price§ before the' extra wbrk ib' started; otherwise payiner s for extra work shall be'based on'the Actual, direct' cost of the work plus a percentage allowance. The percentage allowance shall include the Contractor's extra profit and extra overhead and, unless oiherwiee,agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the total direct cost. For the purpose 6fde'teimining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to'the Engineer, upon request, a detailed coot estiimatLa for proposed extra 'work. The estimate shall shod itewited quest ti1e And ehaigee for all eiekente'o! direct cost and a percentage allowance to co4tk'ektra profit and extra overhead. Unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen, per cent (15%) of the total direct costs. 100165 FOB GC-6 0C-lh.02. Decreased Work. If a modification decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such de- crease. Where the value of emitted 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 lose incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the as work as planned and which could not be used in any part of the work actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjustment is not 'clearly defined in the contract documents. GC-15. ARBITRATION.' Before bringing any 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. i Party B can elect to arbitrate or not. If Party B agrees to ar'bitr'ate' he shall 'so'advise' Party A in writing withia ten (10) dalesafter°Yee61#t of Party'A'a 'notice.. Notice bf ,Par'ty B that he does not uish'to'Afbi-0-1 t'i'ate'or failure'of Party °B to notify Party A within the ter i(10) Amy T pez'iod will'give Party A the right to start action' in court. Ifivar'ty -H-agrees' to arbitrate4-Party 'A shall 'choose 'ad arbitsrat& atidw shall' notify' Part'y` $ dtthe Aeie df the arbitrator vithin "teh `(iO) dW after receipt of Party B's notice. Party l shall notify writing within ten (10) days after receipt of the said notice that the erbiijit.or named try Panty` A' sha11'a6t as '9616' arbitrator "6)? shall iaii an "sAditl6hal' 'arbitrator.' ; If Party ' B 'nerve's 'an `additio"l 'arbAAtof, "'J thed'-thi erbitrat'oY rimmed * pairty A and the arbitrator named by Pbrty'B shall choose a "third arbitratdi. , ` The' `aruIM tor`or arbitrators'bhall 'aict vith'pftdptnedai I6 'the,66io' of 'thiEb'`drbitrator'sI: ?tie 'decflion'of a "'two shall be bindirig on both i parties to the ~ contracf as' .dish that of a single' arbi*itor 7 if''the j"i dispute is submitted thereto as heretofore provided. The decision of tVeIaJbitra'tor or arbitrators m'ty be' tiled in court'ta''da ry'it` int'd t effect'. If they consider that `th'e 'case ' so demands, the arbitrator `or 'atbit:kt'bi deeward m the party whose contention is sustained such sum are ds authorized they to o award "iii su' ' *propee for the `time; eipense and-troubli incite debt to the `appeal, and if the appeal was taken without' reasonabl! "daus'e, m ' 'award damages for thy'delay'ocessiohed'thereby. rTh a th "h ' h"~ rbitstora `rDftiaAfora ' sh 'f`eceiYe reasonable catnpena'etiob'fo'r thiir services Tba i shallr'eseess'th'e"coats and charges'of the arbftrLtioa' upon'eitheY"of be'th parties. The decision of the arbitrators must be made in writing, and shall not be open to objection on account of the form of proceedings or award. 050163 FOB GC-? , ; a If for any reason after the said notices have been duly given by Party,,A and Party Bs the arbitrators appointed shall be unable or shall fail to act with reasonable promptness in appointing a third arbitrator, Party:A (or, if he does not do so within a reasonable time, Party t) may request a judge of the United States District Court who regularly holds court.in ' the district iu which the site of the work, or any part thereof, is located, to appoint the third arbitrator, If it appears to the judge that the two arbitrators originally appointed were unable or failed to act with reason- ' able promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at the request-,of Party B, that Party A did not make such request within a reasonable time. If for any reason after the arbitrator or arbitrators have been duly appointed, the arbitrator or arbitrators shall be unable or shall fall to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a reasonable time, Party 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 judgs :that ,t4 arbitrator or arbitrators originally appointed. were unable or failed tq ac~w,#th:resaonabl.,e promptness In reaching a 4ecision regarding the ,uastion.subnittgd to.arbitrstiop, he may appoint throev arbitrators to set hereund,4r, and such an appointment shall constitute .a cogc}u,ive determination that the arbitrator or arbitrators originally, riginally appointed wgre so yWole,or,failed r:o act, with ,reasonable prapptRess, Ands,if,the sa44 ju4ge;aot93 At,rsqugat,ol,Party B, that,?arty A did, sot male. g~} requgat,vitbin q;reasonable tine.. I;, for any reason a third arpitrator or threg;nev arbitrator's s#La1L not, be,appointeQ,by a judge of the United States District Court,under tTie circugstVcsa,he"instbgve de~,cr b d$ ar.if three rev.arbitretgra sr4 Ro appointed and are unable or tail to act vi* reasonable,promptneasyiq reaching a decision regarding the question submitted to arbitration, they}; the, Vb .tratic,n procedurq. sha 1 be deemed;to have fai'1Ad p'zkd.,Lhe , pastie4 aheyll be tree to Osert their rights in the some mernadr,sp if they, had not a4ree,4 to,submit the question to arbitration,_ It tag sbovo'.agreopent to s butt cue_ptions ot,,dispute to e~rpitr4tfgn s: not enforceable under the law of applicable jurisdiction, each question after it has arisen may by agreement of both parties hereto be subgitted,to arbitration in.the,manner set. forth, above. % a The Ctoutractor, ghall not cause , dwith elay the the work, during any arbitration proceedings. except by agreement un, rstood and,;, r o requirement or statement , hg'0 n e.4 beain erpretedeavaoeoturtailingtth4.poyer of the Jiz~giager to, determine the amount, quality, and acceptability, of work and materials. o5ol63 FOB GC-8 c., GC=16. RIGHT OF OWNER TO TE ~ S COST RACT• If the York to be done under this contract is abandoned by the Contractor; or if this contract is assigned by him without the written consent of the Owner; or It. the Contractor is adjudged bankrupt; or if a general assignment of his assets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his property; or if at any time the Engineer certifies in writing to the Owner that the performance of the work under this contract is being unnecessarily delayed, that the Contractor is violating any of the conditions of this contract, or that he is executing the same in bad faith or otherwise not in accord- ance with the terms of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which such completion date may 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 comence performance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contrraet or otherwise: The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completion. The Owner may take possession of, and utilize in tompletiog the work, all materials; _equipment, tools, and:plant.o4..the site of.-the work. GC-17• SUSPENSION OF WORK. The Owner reserves the right to st4spea4,apd 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 i4sw4 by,:the Ovner,to the Contractor in.writing.s The dime: for completion.AfiX ;ejyork will be 'extended for a period. equal to the time lost ,by,re4scq~,of the suspension. Changes,in Contractor'e;price,or delivery.schedules wbich,:oceur-duriag a period -'of•suspension ordered by the Owner shall. not. affect, this,cogtr4ct except as lagreed by the~Owner, and, the, Contractor. If the Contractox,,1 proposes to, apply such - changes to this contract, he shall presen~ proposal to - the Owner in writing., During the 30 day perio4;from .agd after the receipt by the Owner of such written proposal, the Owner shall be:petmitted-to reinstate the work Vithout change.: If the work is not teinstated during this 30 day period§ the Owner and the:Contractor:shall agree upon'ressonable sad proper changes or the Owner may cancel Abe unshipped'portion of the work. Changes in 'delivery schedule shall mean extension of the sol,eduled time of delivery beyond the number of days of the suspension Period4 050163 FOB GC-9 GC~18. D31AYED 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 charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELLATION OF WORK. The Owner reserves the right to cancel the unshipped portion of the work. In the event of cancellation, the Owner vill pay the Contractor a aoc,n`ble 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 indemnity the Owner and the Owner's officers and agents against any claim or liability arising from or based on any violatioo.of the same. All permits and licenses required in the prosecution of the. work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to complete th'e vork vithin•the time therein fixed, he has taken into cpnsideratton 'and made 'allowances for all hindrances and delays -incident :3tq the xorh' No claim shall be made by the Contractor for hindrances or de)*Ls from any cause during the progress of the work, except as providso in the paragraph on "SUSPENSION, OF WORV GC-22. EXTENSIONS OF TIME. Should the Contractor:be-delayed,in.the,. final completion of the work by strikes, fire, or otter beyond the'contrc0l of the'•Contractor'and,vhicb, in the opinion .A the'Eagineer, "e6l old hsve~been neither antidipated not 'avoided; then. an extension of timd aaffiefeet to 'compensate for thye•delay j se; determined ~,by., the Engir,er, shall be granted by the Owner; providel, that the.Contractor shay. give the Owner and the Engineer prompt notice in writing of the daUae~ of delay in - each case and shall demonstrate that-he has,used all r treasonable loesns'to lminlAize the-delay. Extensions of time.vill;not be'gt'sated for delays caused by unfavorable veathero inadequate vorking force,'-or the failure of the Contractor to place.orders for equipmeat: or saterials suffioiantly in advance to invure delivery when needed.;, GC-.23r MATERIALS `AND' i PMENTr :Unless specifically -provided,other- vise`;irl each case; all materials and equipment furnished for:permanentr installation in the work shall conform to applicable standard specifies cations and shall be new, unused, and undamaged when installed_or., otherwise incorporated in the work. No such material or equipment .shall betused by-the Contractor for any purpose other thaa♦that intended or specified, unless such use is specifically, authorized by ,the Zagi user in each case. 050163 FOB GC-10 GC-24. GUAP.AMM. 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 to ions of this guarantee ots, including nonconfor pair or re. placement • Unless of zin on the date off hichever is later, an WARRANTY-Company warrants the title of the equip- C~ta~iv~~ ment and also warrants the equipment to be of the ~!<rf kind and quality described herein and free of defects If manufa - in workmanship and material at the Inception of the )ntract, such supervisi applicable period specified below. :ost for the /a iltlc° correctio NO OTHER WARRANTY SHALL, BE IMPLIED, AND ANY STATUTORY WARRANTIES SHALL BE DEEMED WAIVED. ! The Contr If within one year from date of shipment for if the 3 existence of the de equipment is Installed by Company or the work of In. making auch lh determine stallation is supervised by a Company representative, within one year from date of completion} of installation /'•'r or eighteen months from date of shipment, whichever The Contr tie to cover occurs first), Purchaser discovers that the equipment ~ all repel 4s not as warranted and promptly notifies Company of srantec pro-,:i e'l-Iyle visions f such failure, CorApdnyi shall be~ obligated, and shall istallation. " -~e°le 14rn IwA the right, to remedy such failure by, at Company's If vithin option, adjustment,;or repair, or replacement f.o.b. Mice of a ' 51r0 `t. shipping point of any part of the equipment affected defect t i due di11~ to by such failure. As to such failure; Corti p ~ any.s obiiga- genee tiort and right .shall be extended on the replaced •eby author- ized to, m parts for one yeeW efter each sucti iepiaeefrient. Com-. ) be done r' i by a'thir pany shaA have the right of disposal of parts replaced i paid by the Contr by it hereunder. Company's liability to Purchaserwhethe( in contract • or, in tort ,arisin put of warranties, repr¢sentations, 1 In the eV in'structlons, or defects fronn any cause, shall be fimifed owner 'the-, delay Yee exchnsively to correcting the equipment and under the ou;g loss 6Y • - damage 'wh, conditions as aforesaid. is teat' be i t borrected 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 byi the Owner, the Contractor will be notified promptly and shall assist' wherever possible in making the necessary corrections. GC-25. CLATWi, M LABOR Attu MAVRIA18.'' The Contractor shall index- .r nify and save harmless the Owner-from all claims for labor said mate- J rials furnished under this 'contract.' When requested by tha Owner,'thet Contractor shall submit satisfactory ovidence that all persons, firmaj,i or corporations who have done work or furnished materiale.undor this I~ contract, for which the Owner may become liable under the laws of the state, have been fully pdid or satisfactorily secured. In ease such-,J evidence is not furnished or is not, satisfactdry, an. Mount shall be. retained frorm'moneys due the Contractor which, in addition to any. t other sums that mar be retained, will bs'.stiiffidient,:"in the opinion f of the Owner,- to beet all alaiRs of the persons, `firms and corpora- ' bons, as aforeoaid: Such sum'or sums shall be retained until the liabilities as aforesaid are fully 'discnarged or'satisfaatorily seeursd. o9o964 FOB GC-11 J) l00-26. PBLRASE 2E LIABILITY. The acceptance by the Contractor of the last payment shall be a release to the Owner and everyofficer and agent thereof from al] 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. DE17ENSE 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, expensas, 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- *fter specified. The form and limits of the insurance, together. with the underwriter thereof in each case, shall be approved by the Omer but, regardless of such approval,, it shall be the responsibility of: the ntractor to maintain adequate insurance coverage. tpaLlure of the ntra_tor to maintain'ade uate coverage shall not relieve him ofiuW-1 contraotual responsibility or oblig~tiori. lior insurancecpurposes, the title of ownership of equip*nt and-mate- i vials shall remain with the,Cohtractor untilithe Owner receives, such,f ~t quipment and materials at the sob site. t .;fl f the,Contraetor,does not Hanish supervision of`erection or testilpg<<t f the equipment, the workmen's compensation' comprehens}ve autookobile !liability and comprehensive general liability insurance specifies] hoirein may be omitted. I 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 manuf :turer's supervisor or supervisors are expected to arrive at ; the job site. Each certificate shall state that ten (10) days vritten notice-,will be given the Owner before any policy covered thereby is changed or canceled. K-28.01.. Nor]a;en's Cav_ °pensation and Employer's Li.abilitx,~ Workmen's compensation and employerls liability,insurance shall protect the.Con-v tractor against all claims under applicable state-workmen's compensation laws.and against Claims for injury{'diseasei or.death; of employees which, for any reason, may not,fall within the.provisions of tke applicable workmen's dompensation law., This workmen's comrensation and employer's liabiaty, insurance policy • shall. inelude,an "all :states" en6orsement. I j, 100165 FOB z~ GC-•12 o The liability limits shall hot be less than the following: Workmen's compensation Statutory ' Employer's liability $100,000 each person OC-28.02. Comprehensive Automobile Liabil t . 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 th'e' operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03• Comprehensive Ceneral Liabil W . This insurance shall be''' I writte;r i~f Col rehensive form and shall protect t} a Contractor Winob 1T ell claims. 8~~ -i0 =Yqm it~Juries to members of the kblie or; damage t'b property `of other's ariahg out" oi atsy 'act 'ors ohiis'sfW of the'Coht' actor or his agents, employees',` 'or "Subcontractors 1'i asditioh,' thi's' ol!'cq sh'a~l spse1ficpLllty insure the contractual liabili y assumed by the Cop- 'tract'or under the tbreg'oitig 'pAragraph entitled' "teferise, oi Suites The,J1aMlity limits shall 'not' be less than,the following1: ' laodil~+ ffrju'ry '$250`,060 each person $500,000 each occurrence Property damage $500,000 each occurrence $500,000 aggregate OC-28.04. Trahs)nrtation. This insurance shall be of the "all risks" type and shall protect the Contractor and the Owner fro+b all insurable risks of physical 'loss or damage to equipment and materials in transit to Lhe`.job.site an4' until the Owner receives the equipment and materials at the fob 'site. 'The coverage amount shall be not less than the full amount of the contYact. Trans}-c:rtation insurance shall provide for losses to be payable to the Contractcr and the Owner as their interests may appear. . 053166 FOB 6C-13 " ;o GC-29. FST1 - ES. P X dE Pp;{asents will be made eac}~, ~noath, in the amount of ninety (97J?' per cent of the estimated "value of the equi~a► bt and materials delivered at the, job site during the previous calendar month, providing the shipments ueic 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 witbin'ten (10) days after its preparation has,been authorized. The ' Owner will, within thirty (30) days thereafter, pay the entire Sum found to be due after deducting all amounts to be retained under any provision of this contract. If for a cause beyond the control of the Contractor the Owner doeh not give official approval and acceptance of the work within 'i days after shipment of equipment and materials is completed, the fink payment will be made as stipulated above providing the equipment and materials are in accordance with the opecifications as far as can be determined. ~ GC-30- TL A _.Xt' PP-4417111 AND LICE11SES. Unless otherwise specified In these contract documents, the Contract or shall pay all sales, use, exc'i~gand other taxes, that are la vruiv.r ucsessed against the Owned o or Contract tin copnectipn,with tho work under th contract an~i`sh&11 oi~1aip and pe for all a ecnaesJ ~d, permito re'luired for t, e work. 1'he Cont acto~-,w,t l be -goaapensated, 't'ot: any Increase in tax rate$,, is aae fees, t►nd permit tees or any new taxes, licenses, o'r permits impo'sed' after the date of the Proposal; provided however, that, th fs. piroy~slopk Pall, be ' , J4 S11 limited to aisles, use, and ex cise taxes assessed against t e'comp eti'd work and to 1#censep and, permits required specifically for tPe propose work, Y a - ~l~llj~/!11 /!y' OJ Seel s~ ~f 1 yi1 f•< G, ; S~13 053166 roB cc-x~+ GENERAL SPECIFICATIONS FOR ELECTRICAL EQUIPWT - 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 .B&V Project 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. i CODES AND STANDARDS. Except where specifically stated otherwise, all equipment furnished under these specifications shall conform to the latest applicable standards of (SAS, NEMA, EEI, IEEE, and UL as to rating, tests, construction and operation. Any conflict between standards ahall 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. AU outline drawings, one-line diagrams, control schemrtic 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 6*caendar day after award of the contract. AU 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 diagrams, and arrangements and views of all control or relay panels shall be furnished. The transpar- encies shall include all field changes and modifications made-prior to final acceptance. / (DENTON, TEXAS - 4573) s o 1/J,. i'~. Ollo67 Ju/tiG• r/,J~ ris_:.1- ! ' 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 MANUALS. The Contractor shall furnish twelve complete and final copies of instruction manuals not later than 30 days prior to ship- ment of the equipment. One copy shall be sent to the Engineer and upon approval thereof, the remaining eleven copies shall be delivered to the Owner. The instruction manuals shall cover complete installation, operat- ing and maintenance 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 name, name of equipment basic capacity rating of equipment, name of manufacturer and name of the Consulting Engineers. The backbones of the covers shall be stamped with lettering indicating the Owner's name, name of substation and now of equipment. Drawing 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 ASSEMBLY. All equipment shall be shipped completely factory assembled except when the physical size, arrangement and configuration of the equipment or shipping and handling limitations make shipment completely assembled impracticable. When sectional shipment of the equipment is to be made, other than required or permitted as subsequently instructed by the Engineer, each bidder shall state the number, dimensions, and 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 widerstood 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. (DEIfTON, TEXAS - 4573) 0-2 011067 MANUFACTURER'S 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 Su prior to or during the installation of the equipment. ~i /i1-tic i~~•s The field representative shall inspect the equipment after installation Jf40 -raln, and shall check the wiring, equipment operation, and other devices, to Pe;S_ f77 Insure proper and satisfactory performance of the equipment. He shall i 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- f4r' went shall be directed by the field representative and the resulting f;r•,;a/.a/ costs, including labor, material, supervision, and engineering shall be paid by the Contractor. If this work is performed by the Owner the c~1i1 cost of all such corrections shall be deducted from the contract price PRWECTION 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 svitchgear and switchboards, including blank panels for future controls, shall be coated with a protective film applied to the outside surfaces. This coating shall be applied prior to crating and it shall be adequate to prevent the surfaces from being marred during shipment and to keep the surfaces clean during installation. The protective film shall be tough and shall adhere to the painted surface during normal handling and yet shall be capable of being readily stripped from the surface without damage to the paint finish. SHOP PAINTING. Except as otherwise specified, ungalvanized iron and steel surfaces of all equipment shall be completely factory painted before shipment to the fob site. This includes painting of the inside and outside surfaces of all equipment. The painting shall consist of application of suitable primers and two or more finish coats of alkyd resin machinery enamel or lacquer as re- quired to produce a smooth, hard, durable finish. The color of the finish coats shall be USA4 61 for indoor equipment and USA8 24 for out- door equipment. (M=11, TEXAS - 4573) 0-3 011067 In ws-wawin PV- 3- 97 r~1:1si SE RV L D. Allis-C:nalmers base proposal and alternate proposal include the sirrvlces of a faptory trained field service engineer to perfor,,: e.11 work required by Page :r-3 of Black & Veatch Speclftcat±on 4773-E-10A. The Base & Alternate No. I propo.als cover the following maximum service time: ECLtiIfl-ENT MAN-DAX3 RO'ND-TRIPS I 15 KV Switchgear 5 Per Station 3 Per Station & 11 & Bus Duct ICI 69 KV Oil Circuit 1 Per OCB 1 Per OCB Breakers IV Supervisory Control /0 Lays Total 1 Total V 69 KV Outdoor Sub- I Day Per Station 1 Per Station stations In addition to the above, one additional day will be provided for instruction of City of Denton's personnel in operation of equipment supplied by Allis-Chalmers. It should further be noted that the above times are exclusive of time required to correct manufacturing defects, should any occur. Any service over and above these amounts will be charged as per following page. u i 11i Ip ~Z 20 of ~J 2-11 Conditions 4f~ Service , }RARCH 24, 1907 ADAT!! _ yWWpMIM l 1. Unless the contract or purchase order for the equipment otherwise specifits,the equipment sha!Ibe erected, installed, or serviced by the Purchaser at its own expense, 2. if the contract or purchase order provides that the Company shall erect, install, or service the equipment, • the work shall be performed upon the following basis: (a) The cost of the work shall be assumed by the Company as part of the purchase price, except that over- time work requested or authorized by the Purchaser, shall be paid for by Or Purchaser, in addition to the purchase price, at the OVERTIME tortes defined in Paragraph 3 below. (b) The Purchaser shall furnish to the employes of the Company and of its subcontractors a safe place of work, and necessary crane and utility services without charge to the Cmnpany. 3. If the contract or purchase order provides that the Company shall supervise or assist with the erection or Installation, the work shill be performed on the following basis : (a) Unless the contract or purchase order provides that the charge for such services is included in tl.. purchase price, the Purchaser, upon submission of monthly invoices, shall pay for (1) the expenses of each employe so furnished, and (2) his time and services at the Company's prevailing rates thciefore in effect at the time the work is performed. The following are (I)tbe Company's rates currently in effect for the classification of serviceman to be furnished, and (2) the rulea for applicatiea of rate charges: CLASSIFICATION OF S£RVIChMAN STRAIGHT-TIME RATE. > _ . DAY SUPERMOR OR INSTALLATION 114,00 Per STRAIGHT-Ti11E RATE: This rate shall be paid for time worked on a regular schedule-of 8~hours between 7:00 a.m. and 6:00 p.m., Monday through Friday, or for time worked on any other agted on regular schedule of 8 hours per day, Monday through Friday. 't This rate shall also be paid for the TRAVEL 11ME of each man in going from his customary head- quarters to the purchaser's job site and in retuning (including travel occurring on Saturdays, Sundays, and Holidays) to the extent that such travel time: z _ (1) Occurs betwcc4n the bouts of 7:00 n.m. and 6:00 p.m., and i (2) Does not exceed 8 hours a day. o Travel time that is to be paid for is "time worked". Where there is a period of work to be l~sid for at the STRAIGHT-TWE rate, followed by travel time, meeting the above limitations, the Putchas^r shall s pay for no more than 8 hours at such rate. Overtime rates shall not be applied to travel time. The STRAIGIII-TIME rate shall also be paid for "starld•by time" while the man is arailable at the Purchaser's place of business, but not working due to no fault of the Company excluding Saturdays, Sundays, and Holidays. WEEKDAY AND SATURDAY OVERTWE RATE: The rate of one and a half times the STRAIGHT- TIME rate shall be paid for any time worked : Min excess of 8 hours, but not exceeding 16 hours, Mondxy through Frid:►y, and for any time worked on Saturdays, not to exceed 16 hours. (2) After 6.00 p.m. and before 7:00 a.m., Monday thro+rgh Friday, unless such work is on ar, agreed schedule of hoes. 2-5 5 (contimacd) Page of Pales r z ;d ConAal'as' of Serv(ae ,n,na Kwin SUNDAY AND HOLIDAY OVERTIME RATE: The rate of twice the STRAIGHT•11ME rate shall, be paid for time worked in excess of 16 hours per day without a 6-hour break, Monday through Saturday, and for all time worked on Sundays, and on ]Holidays. EXPENSES: Expenses shall include all travel and all living and other expenses of the employe in- , cidcnta) to his work. (b) If the contract or purchase order provides that the charge for stich services is included in the purchase price, there shall be no separate charge for STRAIGHT-TIME of for EXPENSES as defined above. However, work, to which the OVERTIME rates defined above are applicable, requested or authorized by the Purchaser, shall be paid for by the Purchaser at such rates in addition to the purchase price, (c) The Purchaser shall furnish each Company employe a safe place to work and without charge to the Company will furnish and assume ttsponsibility for all labor, materials, tools, equipment, and utility services its connection with the work, except tools specified to be furnished by Company under the contract. 4. Holidays shall be those observed in the locality where the work is to be performed, s. If the work of installation under Paragraphs 2 or 3 above is postponed or suspended by the Purchaser of is delayed or does not proceed with reasonable dispatch, due to no fault of the Company,'the Company may temporarily withdraw its crsployes (or those of its subcontractors) froor the job4 Aod,rpturn them to the job when needed and available, and the Purchaser shall pay the Company, in addition to the purchase price, any additional cop is (inclJding+ travel jime and expenses) Incurred by the Company on account t&rreof. 6. The Company shall be liable for any damage to persons or property caused by the negligence or wrongful act of its employes except that the (Iompany shall not be liable for any damage by fire, however caused, if and to the extent coveted by the Purchaser's insurance. Any provisions imposing a broader or different liability on the Company, contained id any documents relating to this transaction, are not binding on the company. The Company will maintain public liability and property damage insurance in reasonablt amouota to cover the liability it assumes, , The Company will rnaintnin Workmen's Compentation Insurance to cover injuries to the employes of the Company and assumes pr.ymcnt of any unemployment compensation benefits and payroll tales relating to such employes. The Company shall in no event be liable for indirect, special, or consequential damages. 7. These conditions and tares see subject to charge if the Purchaser requests installation services subsequent to the contract or purchase or¢cr for.the equipment. ' I i 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. Shafte, 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 Mapound. 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 shall 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 deers ahead of the estimated arrival time of the shipment. Shipping notices shall be identified with the Owner's new and purchase order number, specif_'-ation number and name of the item of equipment or material. The addressees for the shipping notice will be determined later. BILL OF MATERIAL. The Contractor shall prepare and submit two copies of a bill of material covering all material and equipment furnished under these specifications. The bill of material shall be submitted approxi- mately three days before the scheduled arrival time of the first shipment. The bill of material shall be itemised in sufficient detail to permit an accurate determination of the completion of shipment of the material and equipment furnished under these specifications. The addressees for the bill of material will be determined later. VOLTAGE RATINGS. Unless specified otherwise all direct current devices specified herein shall be suitable for continuous operation by any d-c voltage from 100 volts to 137 volts as furnished from a system with a nominal rating of 125 volts d-c, and with an ambient temperature of 50 C. Unless otherwise specified all alternating current devices specified herein shall be suitable for continuous operation at say 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. (I®Tai9 TEXAS - 4573) 0-k 01106T CITY OF DENTON, TEXAS Z 69 KV TRANSMISSION SYSTEM EQUIPMENT a PHASE II w w 0 w INSTRUCTION BOOK Z FOR NAME OF EQUIPMENT ~r a MANUFACTURER'S NAME MANUFACTURER'S ADDRESS a, ~ H ~ M = w o H W 0 H BLACK & VEATCH F- ~ r CONSULTING ENGINEERS a KANSAS CITY, MISSOURI Y A V ~B+c~eo'el (Front Cover) Note: Large type shall be 30 point Tempo Heavy Condensed All other type shall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK & VEATCH CONSULTING ENGINEERS P-802.02 KANSAS CITY, MISSOURI Item I 15 KV METAL-CLAD SWITCHGEAR • SCOPE. This item includes the furnishing of outdoor, heavy-duty, metal- clad sxitchgear with enclosed operating aisle. Two groups of switchgear shall be furnished; one for installation in the Owner's East Substation; and the other for installation in the Owner's West Substation. DELIVERY SCHEDULE. Delivery of the sxitchgear is desired as soon as possible after January 1, 1968. Bidders shall indicate their proposed delivery schedule in the Proposal. GENERAL DESCRIPTION. The sxitchgear shall be designed and fabricated complete with all accessories for use on a 23,200 volt, 3 phase, 4 wire, 60 cycle syste-... Power for the electric operation of the breakers shall be supplied from a 125 volt d-e station battery which shall be supplied by the Contractor and located in the sxitchgear. Provisions shall be made so that the sxitchgear can be extended to include additional units in the future. ARRAHOMEN . Svitchgear for each of the substations shall be according • to the following arrangement. If rearrangement is required a new layout will be given to and worked out with the Contractor. The units shall be numbered from left to right when facing the instrument side of each switch- gear. East Substation Units 8 and 9 Feeders unit 10 Auxiliary unit 11 Transformer Unit 12 Feeder Units 13 and 14 Auxiliary West Substation Units 99 109 and 11 Feeders Unit 12 Auxiliary Unit 13 Transformer unit 14 Feeder Units 15 and 16 Auxiliary SWITCHGEAR ENCLOSURE. Each metal-clad sxitchgear enclosure group shall be of the outdoor weatherproof type of construction, modified to include a covered operating aisle. The aisle shall extend the full length of the (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIMENT - S-1OA) 1-1 switchgear and shall be of sufficient width to allow the breakers to be removed from the front of their compartments. Doors equipped with lock- ing handles and panic hardware shall be provided at each end of the aisle. The enclosure shall be of standard design, fabricated from steel, and painted. One 100 watt incandescent lighting fixture shall be provided in the center aisle for each two units, and one 150 watt outdoor incandescent lighting fixture, Holophane 415, or approved equal shall be provided over each door. A weatherproof light switch shall be mounted outside the switchgear adjacent to each door to control all lights. There shall be provided two 120 volt convenience out).:ts, one at each end of the aisle. Necessary ventilation of the breaker compartments shall be provided by means of screened openings in and out of the aisleways. Heaters shall be provided in each compartment to maintain the inside temperature above the dew point. The heaters shall be provided with Klixon thermostats set to turn on the heaters below 60 F. DETAILS OF CONSTRUCTION. The following paragraphs describe the general construction of the metal-clad switchgear. Metal-clad Switchgear. The switchgear shall be constructed in accordance with NEMA Standards SC5-1.109. The breakers shall be removable from the front. Removable steel barriers shall be provided between the instrument panels and the cable and current transformer compartments. The instruments, relays, watthour meters, control switches and indicatirg lights, when speci- fied, shall be mounted on the outside of the front panels. Power Circuit Breakers. The power circuit breakers shall be of standard drawout design and shru 1 be rated on the symmetrical current basis accord- ing to USAS (ABA) 07.06 and the following: Nominal 3 phase capacity 500 mva Rated maximum voltage 15 kv Rated insulation level Low frequency 36 kv Impulse crest 95 kv Rated current Continuous 1200 amperes Short circuit at rated max kv 18,000 amperes Rated interrupting time (60 cycle basis) 5 cycles Rated permissible tripping delay 2 seconds Required capabilities Maximum interrupting 23,000 amperes Short time (3 second) 23,E amperes Closing and latching 37,000 amperes (DEMN, TEXAS - 4573 ) (ELLMICAL EQUIPMENT - E-10A) 1-2 Each circuit breaker shall be three pole single throw unit equipped with an electrically and mechanically trip-free, stored energy operating mech- anism using a d-c motor and d-c trip coil. Auxiliary switches shall be furnished with a sufficient number of contacts to provide all necessary interlocks for proper operation of the equipment. Tvo spare "a" and two spare "b" auxiliary contacts shall be furnished on each breaker. In addi- tion, stationary auxiliary switches with four spare "aa" and four spare "bb" contacts shall be mounted on the switchgear housings. The switches shall be mechanically operated by the breaker mechanism. These contacts will be allocated to control circuits where dravout contacts cannot be used. All auxiliary switch contacts shall be wired to terminal blocks. The circuit breakers shall be capable of carrying their rated full load current continuously without exceeding the temperature rise as specified in the latest IEEE and NEMA standards. The circuit breaker insulation shall be coordinated with that of the switchgear structure. The breaker main contact surfaces shall be silver-to-silver and the materials of which the contacts are composed shall be suitable for the particular service for which it is used; the arcing contacts shall be designed to resist burning and deterioration. Some suitable arc quenching or are extinguishing device shall be provided such as deion grids, magnetic are chutes and baffles. Materials shall be nonhygroseopic. Secondary device contact surfaces shall be silver-to-silver. All removable breaker units of the same type and ampere capacity shall be • wired alike and shall be mechanically and electrically interchangeable. All stages of the auxiliary switches shall be wired to terminal blocks within the housings so that they can be used with spare control circuits • if needed. Main Bus. The svitchgear main bus shall be made of copper, rated not less than 1200 amperes at 13.8 kv and shall carry rated current continuously without exceeding the temperature rise specified in IEEE and NERA standards. The bus shall be installed with rigid, nontracking, nonflammable, and non- hygroscopic insulating supports capable of withstanding the magnetic forces imposed by short circuit currents equal to the short time current rating of the largest circuit breakers. The bus shall be supplied in unit lengths which will permit the reassembling of the .nits in the field if desired. All points shall have silver-to-silver contact surfaces, shall have minimun contact resistance, and shall be insulated with removable insulating fit- tings which will provide an insulation at least equal to that of the bus bar insulation. (DEMN, TEXAS - 4573 1 (ELECTRICAL EQUIPMENT - E-10A) 1-3 Provisions shall be made for bus expansion, without setting up undesirable or destructive mechanical strains in the bus supports and connections, through a full ambient temperature range from -30 C to +50 C. Expansion joints shall be supplied where required. Bus Connections and Terminals. All materials required for making the connections between the main buses and disconnecting devices, instrument transformers, and circuit breakers shall be furnished and installed with an insulating cover equal to the insulation of the main bus. All main current carrying connections shall be made by bolting together flat copper bar. Insulated bus or cable connections shall be furnished for the poten- tial transformers. Current transformer primary connections shall be such that the transformers may be removed and changed without damage to the connections. Ground Bus. An uninsulated copper ground bus with a momentary and short time rating at least equal to the momentary and abort time rating of the largest circuit breaker shall be furnished through the entire length of the switchgear. All of the switchgear equipment requiring grounding shall be connected to this ground bus. Provisions shall be made for the attachment of stranded copper cable to each end of the ground bus for external connec- tion to the station ground grid. Instrument Transformers. The current transformers shall be suitable for use with meters and relays. All current transformers shall have an accuracy of not less than NEMA standards. All current transformers shall have thermal and mechanical limits coordinated with the short time rating of the circuit breakers with which they are used. The potential transformers shall have a rating of not less than 400 volt- amperes on a thermal basis and shall be designed is withstand a secondary short circuit for at least one second. The rating of these potential transformers shall be as specified, and they shall be suitable for use on a nominal 13,200Y/7620 volt, 60 cycle system. The accuracy of these transformers shall be not less than USAS (ASA) standards accuracy classi- fication 0.3 with burdens of W. X and Y and 0.6 with burden Z. All poten- tial transformers shall be provided with current limiting Paces and shall be mounted on withdrawal units so designed as to isolate and groi;nd the potential circuits when the removable element is in the fully withdrawn position. The instrument transformer secondary connections shall be carried to terminal blocks suitably located for the connection of externa3 circuits. All current transformer leads shall be brought out to terminal blocks so that any combination of connections or polarity may to obtained. Terminal Blocks. Shorting type terminal blocks shall be used on current transformer leads. A.1.1 nonshorting terminal blocks shall be similar to General Electric Type EB-5• (DEMN, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - E-10A) 1-4 Terminal blocks shall be provided with black marking strips. Circuit designations shall be applied to the marking strips by use of yellow paint in accordance with circuit designation information furnished by the Engi- neer. Extra terminals, in a quantity of not less than 25 per cent of the active terminals, shall be provided on each terminal block for circuit modifications and for termination of all conductors in multiconductor cables. Terminal blocks shall be located so that the accessibility to them will not be lessened by interference from structural members or panel instruments. The arrangement of connections on the terminal blocks shall be as approved by the Engineer. Ample apace shall be provided at terminal blocks for termination of all external circuits. An adequate raceway system shall also be! provided for all wiring. Control Wiring. All low voltage control and instrument wiring used within the svitchgear shall conform to the "EC and the NEMIA standards, shall be 14 AWO or larger, and shall be i•stalled and tested at the factory. All interior wiring shall be neatly and carefully installed in suitable wiring gutters or conduit and shall be terminated at suitable terminal blocks plainly lettered or marked in accordance with the manufacturer's wiring diagrams. Sufficient clearance shall be provided for all control and instrument leads, and all incoaing and outgoing leads shall be connected to terminal blocks suitably located for connecting external circuits. Splices will not be permitted in control wiring or instrument leads. • The Contractor shall provide the internal wiring, as shown on tie schematic (elementary) diagram and interconnection diagrams, which will be furnished by the Engineer. After receiving these diagrams the Contractor shall pre- pare his schematic and wiring diagramss both of which shall show the same terminal designations and, as far as feasible, the same terminal arrange- ment as shown on the Engineer's drawings. As far as applicable, the Engi- neer's drawings will be prepared using terminal designations as set forth in NEMA Standards SG-4 Part 3 and SG-5 Part 5. When the Contractor's standard terminal designations differ from those required by the schematic and interconnection diagrams furnished by the Engineer or from those marked on the Contractor's connection drawings submitted for approval and returned by the Engineer, the Contractor may show two sets of terminal de-;,nations; one set in accordance with the manufacturer's standards, and one set com,)lying with the "o2ngineer's re- quirements. At the time the Contractor's connection drawings are submitted for approval, the Engineer Will mark thereon all .-xternal circuit and wire designations required, and such designations shall be e,dded to the connection drawings by the manufacturer. Except as marked on the drawings submitted by the Contractor and returned to him by the Engineer, no external circuit and wire designations shall be shown on the Contractor's drawings. (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - E-10A) 1-5 Instruments. ents. All indicating instruments shall be of the switchboard type with one per cent accuracy classification, shall be designed for semiflush mounting and unless otherwise specified, shall be approximately 4 inches square. All instrument scales shall consist of black markings on a white background. Any instrument which is checked in the field and found to be inaccurate in excess of 2 per cent shall be returned to the Contractor for calibration or replacement without cost to the Purchaser. Instruments shall be General Electric Type AB-40, Westinghouse Type 241 or approved equal. All instruments shall be designed for operatiot: through 5 ampere current transformer secondaries and 120 volt potential transformer secondaries. Auxiliary transformers shall be furnished where required to produce the correct magnitude and phase angle of measured quantities for the instruments. Relays. Semiflush mounted relays of the type specified shall be supplied and mounted on the switchgear panels. All protective relays shall be of the induction or static drawout type with built-in test switches, shall be equipped with operation indicators, shall be suitable for use with 5 ampere current and 120 volt potential transformers and 125 volt d-c tripping circuits, and shall be calibrated before shipment. Auxiliary relays with 125 volt d-c coils shall be General Electric Type HFA, Westinghouse Type MG-6, or approved equal. Control Devices. Control switches shall be 600 volt 20 ampere of the multistage, rotary type with black handles. Each switch shall have • fixed modern pistol grip type handles and engraved black plastic escutcheon plates. Switches shall be Westinghouse Type W. General Electric Type SB-1 or approved equal. Each evitchgear section shall have a four stage cell interlocking switch. All circuit breaker control switches mounted on the front instrument panel shall be equipped with red and green indicating lights using Type T-2 slide base telephone lamps. Each electrically operated breaker shall be provided with a two pole control power disconnecting and protective device consisting of a plastic case circuit breaker or an enclosed fuse pull-out in the closing circuit and in the tripping circuit. Binges. Concealed hinge construction shall be used. No hinge shall be visible from the outside when the doors are closed. Name lp ates. Engraved nameplates shall be furnished for the front of each switchgear unit. The nameplates shall be made of laminated black and white plastic with the black on the outside. The lettering shall be en- graved through the Inlack outside layer so that the letters appear white. Nameplate engraving will be determined later. I (DEgTON, TEm - 4573 ) (ELECTRICAL EQUIPMENT - E-10A) 1-6 Control Bus. Control and potential buses as required shall be installed at threar of the instrument and control compartment and shall be of 12 AWO switchboard wire or larger as required. Connections. The switcbgear xhall be shipped with all instrument, trans- former, and control connections in place. All small wiring connections shall be brought to numbered terminal blocks suitably placed for making connections from below. Terminals. Suitable bolted or clamp type terminals shall be supplied for all incoming and outgoing circuits. Solder type terminals are not accept- able. Sills. All necessary channel sills shall be furnished by the Owner. These sills will be arranged to provide for tack welding to switcbgear base on the inside of the units. Undercoat. The underside of the outdoor switchgear shall have a coating of protective sealing compound. High Voltage Cable Connections. Sufficient room shall be provided at the rear of the switchgear units for making up stress cones on the incoming and outgoing cables. The cables will enter or leave the units from below. Cable clamp fittings shall be furnished for each connecting power cable specified. Bus Duct Connections. Provisions shall be made in two units of each group • of switchgear for connection of the 1200 ampere nonsegregated phase bus duct described in Item II of these specifications. • EQUIPMENT AND MATERIALS INCLUDED. Switchgear equipment shall be furnished for each o~f the substations as follows: WEST SUBSTATION Units Q, 10 and it Feeders. These units shall consist of the following: 1 - Metal-clad switchgear compartment with the following equipment furnished and mounted within the unit: 1 - Set of 1200 ampere insulated bus 1 - Removable air circuit breaker, 3pst, 1200 ampere, 13,800 volts, 60 cycle 1 - Set of primary and secondary disconnecting devices 3 - Current transformers 600/5 ampere, multiratio, relaying type (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - E 10A) 1-7 3 - Lightning arresters, rated 12 kv, distribution type 1 - Set of one piece closed and compression type terminals for use with outgoing cables, 1250 Mcm, 61 strand aluminum conductor, Kearney Cate, No. 49094-2 or approved equal. The follc.wing shall be furnishers and mounted on the front instrument panel: 3 - Overcustent phase relays, inverse time, approximately 4-12 ampere range, complete with 20-80 ampere instan- taneous trip attachments 1 - Overcurrent ground relay, inverse time, approximately 0.5-2.5 ampere range, complete with 10-40 ampere instantaneous trip attachments 1 - Reclosing relay, automatic, 3 shot, one instantaneous and two time delay reclosures, with an auxiliary relay to prevent reclosing when circuit breaker is tripped by control switch 1 - Reeloser cutout control s,iitch 1 - Local/Remote control switch 1 - Indicating ammeter, 0-600 ampere s^ale 1 - Ammeter transfer switch, 3 phase 1 - Circuit breaker control switch with red, white and green indicating lights 1 - Lot of nameplates 3 - Current, transducers, d-c milliampere output, suitable for use with the Control Data Corporation telemetering equipment specified In Item IV Unit 12 Auxiliary Transformer. This unit bhall consist of the following: 1 - Metal-clad switcrgear compartment with the following equipment furnished and mounted within the unit: 1 - Set of 1200 ampere insulated bus 3 - Potential transformers, 7620-120 vc,lts, connected to the transformer bus duct and mounted on a drawout carriage (DENTON, TEXAS - 4573 } (ELECTRICAL EQUIPMENT - E-10A) (ADDENDUM 1 1-8 1 - Auxiliary transformer, 75 kva, 13,200-240/120 volts, 3 phase, delta-delta, 60 cycle, two 2-1/2 per cent full capacity taps above and two 2-112 per cent full capacity taps below normal, current limiting primary fuses connected to the transformer bus duct and secondary breaker connected to the standby side of the throwover contactor 1 - Control power throwover contactor, 240 volts, 200 ampere, 3 phase, 4 wire, solid neutral, electrically held, Square D Co. Type VC-4, Class 8901, or approved equal, connected to the Owner's auxiliary transformer for normal service and to the auxiliary transformer previously specified in this unit for standby service. The load side of the contactor shall be connected to the main breaker in the 120/240 volt a-c panel board specified for this unit. The following shall be furnished and mounted on the front instrument panel: 1 - Indicating a-c voltmeter, 0-15,000 volt scale 1 - Voltmeter switch, 3 phase 1 - Control switch for transformer loud tap changing 1 - Lot of panel cutout and wiring for load tap position indicator furnished by the Owner 1 - Panel board, 120/240 volt a-c, with molded case breakers- 7500 ampere interrupting capacity at 120/240 volts a-c, mounted and connected in the panel board as follows: 1 - 225 ampere, 3 pole - Main breaker 1 - 50 ampere, 2 pole - Switchgear and bus duct space heaters 1 - 20 ampere, 2 pole - Battery charger 1 - 20 ampere, 1 pole - Switchgear lights The following breakers shall be included for the Owner's connections: 4 - 50 ampere, 2 pole 4 - 20 ampere, 2 pole 3 - 20 ampere, 1 pole (DENI'1'ON, TExAS - 4573 ) 1-9 (ELECTRICAL EQUIPXM - E-10A) Panel board shall be according to NEMA standards and with all components shall be UL approved 4 - Voltage tranducers, d-c milliampere output, suitable for use with the Control Data Corporation telemetering equip- ment specified in Item IV. • 1 - Lot of nameplates Unit 13 Transformer Breaker. This unit shall consist of the following: 1 - Metal-clad switchgear compartment with the following equipment furnished and mounted within the unit: 1 - Set of 1200 ampere insulated bus 1 - Removable air circuit breaker, 3pst, 1200 ampere, 13,800 volts, 60 cycle 1 - Set of primary and secondary disconnect.ng 3evices 6 - Current transformers, single secondary, 1200/5 ampere, multiratio, three mounted on the bus side of the breaker, and three mounted on the line side of the breaker 1 - Set of provisions for use with nonsegregated bus duct (specified as Item II) The following shall be furnished and mounted on the front instrument panel: 3 - Overcurrent phase relays, inverse time, approximately 4-12 ampere range 1 - Overcurrent ground relay, inverse time, approximately 0.5-2.5 ampere range 3 - Differential current relays for two winding transformer protection complete with percentage slope and harmonic restraint equipment 1 - Lockout relay, 10 contacts, manually reset, with one amber indicating light 1 - Local/Remote control switch 1 - Indicating ammeter, 0-1200 ampere scale • 1 - Ammeter transfer switch, 3 phase 1 - Circuit breaker control switch with red, white and green indicating lights (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - 'E-10A) + (ADDENDUM 1 ) 1-10 1 - Lot of nameplates 1 - Watt transducersd-c milliampere output, suitable for use with the Control Data Corporation telemetering equipment specified in Item IV 1 - Var transducer, d-c milliampere output, suitable for use with the Control Data Corporation telemetering equipment specified in Item IV. Unit 14 Feeder. This unit shall be the same as Unit 9 with the following exceptions: 1 - Lot of provisions shall be furnished for termination on the main bus, of bus duct specified in Item II 1 - Lot of panel cutouts, relay cases and connections only shall be furnished for installation of the Owner's Westinghouse Type SC reclosing relay and Westinghouse Type CO-8 ground overcurrent relay in lieu of reclosing relay and ground overcurrent relay specified. Units 15 and 16 Station Battery. These units shall consist of two standard metal-clad switchgear compartments joined together without a separating partition and with at least one hinged front panel, The following equipment shall be supplied and mounted within the combined units: 1 - Station battery, 92 cell, nickel-cadmium type, rated discharge capacity not less than 95 ampere-hours for 8 hours and not less than 210 amperes for one minute to a final voltage of 1.14 volts at 77 F from a fully charged battery, Exide Type CPH-95, or approved equal. The battery complete shall include intercell connectors, connector bolts, terminal lugs, and trays or racks as required 1 - Lot of space heaters as required to maintain the ambient tempera- ture at approximately 'TO F. Space heaters and controls shall be the same type as specified for other compartments 2 - Lighting fixtures, 100 watt, incandescent with light switch The following shall be furnished and mounted on the front instrument panel: 1 - Panel board, 125 volts d-e, with molded case breakers 5000 ampere interrupting capacity at 125 volts d-c, mounted and wired in the panel board as follows: 1 - 175 ampere, 2 pole - Battery 1 - 50 ampere, 2 pole - Switchgear (DENTON, TEXAS - 4573 } ,ELECTRICAL EQUIPMENT - Z.-IOA) (ADDENDUM 1 } 1-11 I - 30 ampere, 2 pole - Battery charger 8 - 30 ampere, 2 pole - Owner's use and connection Panel board shall be according to NEKA standards and with all components shall be UL approved 1 - Battery charger, self-regulated, rated 6 ampere output, 240 volt a-c single phase input, for use with battery previously specified, Exide Model US130-1-6 or approved equal. Charger complete shall include a d-c voltmeter, a d-c ammeter, an adjustable 0-24 hour equalizing timer, a ground detection switch for use with the d-e voltmeter, an a-c failure alarm relay, and a d-c low voltage alarm relay 1 - Lot of nameplates I ~I ICI I (DE mN, Tws - 4573 } (ME MICAL E kUIPHM - E-10A) 1-12 ~I EAST SUBSTATION Units 8 and 9 Feeders. These units shall be the same as Units 9, 10, and and 11, West Substation. Unit 10 Auxiliary Transformer. This unit shall be the same as Unit 12, West Substation. Unit 11 Transformer Breaker. This unit shall be the same as Unit 13, West Substation. Unit 12 Feeder. This unit shall be the same as Unit 14, West Substation. Units 13 and 14 Station Battery. These units shall be the same as Units 15 and l6sWest Substation. ACCESSORIES. The following list of accessories shall be supplied with each group of metal-clad switchgear: 1 - Maintenance closing lever for closing the circuit breakers 1 - Manual operating lever for moving the breaker element into and out of the operating position I - Test jumper for operating breakers outside their compartments 1 - Set of test plugs suitable for testing the relays • 100 per cent replacement on fuses 100 per cent replacement on indicating lamps 100 per cent replacement on color caps FACTORY TESTS. After each group of switchgear has been completely fabricated it shall be subjected to and shall meet all requirements of the production tests as listed in NEMA Standexd SG-5. (DENTON, TEXAS - 4573 ) 1-13 (ELECTRICAL EQUIPMENT - E-IOA) Item lI KV BUS DUCT . SCOPE. This item covers the furnishing of four runs of 15 kv, 1200 ampere, metal-enclosed, nonsegregated group phase bus duct complete with terminals. The bus duct will be connected to the Owner's 15 kv switchgear described in Item I. DELIVERY SCHEDULE. The bus duct shall be delivered on the same date as Item I. ARRAN The arrangement of the bus duct will be determined later. Information regarding the arrangement will be given to and worked out with the Contractor following award of the contract. DETAILS OF CONSTRUCTION. All bus duct shall be 3 phase and shall have the same momentary current, insulation and temperature rise ratings as the bus in the 15 kv metal-clad switchgear specified miler Item I. The bus shall consist of rigidly supported copper bars of suitable design and cross-sectional area to satisfactorily carry the rated current without exceeding the temperature rise as specified by the IEEE and NEKA standards. The current-carrying capacity shall be based on actual service conditions, including skin and proximity effect, insulation, steel enclosure, and an ambient temperature of 40 C. The bus duct shall be shipped completely assembled in approximately 10 foot • sections. All joints shall have silver-to-silver contact surfaces, shall not have contact resistance of such magnitude as to produce excessive hea'Ang, and shall be insulated with removable insulating fittings whit:; will provide an insulation at least eccal to that of the bus insulation. The bus insulation shall be molded material, designed for 15 kv service, and shall cover the entire bus. The molded insulation shall have a high resistance conducting surface in contact with the bus to eliminate corona damage to the bus insulation. The bus shall be installed with nonshatterable insulating sunNorts capable of withstanding the magnetic forces imposed by short circuit currents equal to the shoe: time current rating of the circuit breaker specified under Item I. Provisions shall be made for bus expansion without setting up undesirable or destructive mechanical strains in the bus supports or connections through a lull ambient temperature range from -20 C to +55 C. Expansion points shall be supplied if they are required. The bus duct shall be outdoor type designed to be serf-supporting. If any supports are required they shall be furnished by the Contractor. I (DENTOF, TEXAS - 4573 ) (ELECTRICAL DRUIPlO;NT - E-10A) 2-1 All runs of bus duct shall. be equipped with automatically controlled space heater capacity required to maintain the bus duct temperatures above the dew point. The space heaters shall be wired to the apace heater supply source in each switchgear. EQUIPMENT INCLUDED. The Contractor shall supply complete bus duct systems as specified including all parts required to make fixed and flexible mechanical and electrical connections between bus duct, switchgear, and transformers. The Contractor shall coordinate bus (uct terminations with other equipment manufacturers where required. The Owner's existing switchgear in both East and West Substations was furnished by Allis-Chalmers Manufacturing Co. in 1965 on their 3.0. No. 48-4500-30063. The name of the transformer manu- facturer will be furnished to the Contractor after the award of contract. The following approximate lengths of bus duct shall be furnished: East Substation Switchgear (Item I) to existing switchgear 22 feet Switchgear (Item I) to transformer 18 feet West Substation Switchgear (Item I) to existing switchgear 22 feet Switchgear (Item I) to transformer 18 feet Following completion of the final bus duct arrangement, the contract will be sd~usted based on the actual q?u►ntity required and the unit prices included under EQUIPMENT DATA. All necessary fittings shall be included. Multiratio current transformers rated 1200/5 amperes, shall be supplied to replace current transformers, rated 400/5 amperes, presently installed in the Owner's existing switchgear. The addition of these current transformers shall be coc:ainated with the installation of the bus ducts specified herein. The following current transformers shall be furnished for installation in Unit i of each of the Owner's switchgear: East Substation 3 West Substation 3 The manufacturers shop drawings furnished with the original equipment orders including applicable outline drawings and wiring diagrams shall be revised to show the completed modifications. (DENTON, TEXAS - 4573 } 2-2 (ELECTRICAL EQUIPMENT - E-10A) Preassembled Cable Bus Duct. ?reassembled outdoor type, ventilated cable bus duct will be considered in lieu of the nonsegregated bus duct specified herein. Voltage and current ratings, lengths, applicable details of construction, and coordination between equipment ehall be identical to that specified for the bus duct. I (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - %-10A) (ADDENDUM 1 ) 2-3 Item III 69 KV OIL CIRCUIT BREAKERS SCOPE. These specifications cover the furnishing of two 69 kv oil circuit breakers. RATING. Each oil circuit breaker shall be rated 1200 ampere at 69 kv, 3 pole single throw, 60 cycles, 350 kv BIL class, with an interrupting rating of 2500 mva at 69 kv on the standard CO-15sec-CO duty cycle. The breaker shall have a momentary current rc.ing of not less than 38,000 rms amperes, a four second current rating of not less than 24,000 rms amperes, a maximum current interrupting rating of not less than 24,000 rms amperes, and an interrupting rating at rated voltage of not less than 21,000 rms amperes. The breaker shall be capable of interrupting any fault current between 25 per cent and 100 per cent of its rated inter- rupting capacity within five cycles (60 cycle basis) and any smaller cur- rent within a reasonable time and without damage to the breaker contacts. The rated reclosing time shall not exceed 20 cycles. The oil circuit breakers shall be three tank design. Alternate proposals for single tank breakers will be considered. DELIVERY SCHEDULE. Delivery of the oil circuit breakers is desired as soon as possible after October 1, 1967• Bidders shall indicate their proposed delivery schedule in the Proposal. DETAILS OF CONSTRUCTION. • Mechanism. Each oil circuit breaker shall be complete with a suitable pneumatic or oil-hydraulic operated mechanise, shunt trip mechanism, and the necessary auxiliary operating devices, all of which shall be enclosed in a weatherproof, dust resistant housing mounted on one end of the breal er unit. The pneumatin mechanism, if supplied, shall include a suitable air com- pressor, storage tank, pressure switch, air filter, etc. Provisions shall be made for the connection of an external emergency air supply. The oil-hydraulic mechanism, if supplied, shall consist of an oil pressure chamber, oil reservoir, oil pump, and additional auxiliary equipment as required. Each mechanism, regardless of the method of operation, shall be electri- cally, mechanically, and/or pneumatically trip free in any position and shall include an auxiliary switch with silver plated contact surfaces, operation counter, control panel, space heaters, position indicator, a 120 volt lamp and switch, duplex receptacle, internal wiring, and terminal blocks. All pumps, compressors, heaters, and other accessories required for the operation of the breaker shall be included. The motors shall be (DENTON, TEXAS - 4573 } (ELECTRICAL EQUIPMENT - E-l0A) 3-1 suitable for use on single phase, 115 or 230 volts. All control solenoi Is, coils, etc., shall be suitable for operation on 125 volts d-c. Control circuit protective devices for the closed circuit, trip circuit, and other devices, shall be molded case sir circuit breakers or fuse pull-outs. Bushings. The bushings shall be of the capacitance type and 350 kv BIL class and rated 1200 amperes. They shall be of the type that is inter- changeable with transformer bushings of the same ampere and voltage class and shall have provision for power factor testing. Auxiliary Power and Control Circuits. All auxiliary power, control, and alarm circuits vhfch are supplied for connecting to external circuits shall be brought to suitable terminal blocks marked with circuit identi- fication. These terminal blocks shall be located in the mechanism housing so that all conduits for external circuits can be brought to the breaker in a commtjn duct or trench. Bushing Type Current Transformers. Each breaker shall be furnished with one 1200/5 ampere multiratto bushing current transformer on each bushing. These multiratio current transformers shall have an accuracy suitable for relaying service, and shall have a fully distributed winding suitable for voltage sensitive type bus differential relaying. Secondary leads of each current transformer shall be brought out to short- ing type terminal blocks located in the mechanism housing. Insulating Liquid. 'rhe insulating oil shall be shipped separately. The dielectric value of the insulating liquid when tested in accordance with ASTN procedure shall not be less than 26 kv. If, when received, the insu- lating liquid fails to test 26 kv, it shall be dried by and at the expense of the Contractor who shall furnish all labor, material, and equipment required. FACTORY ASSEMLY. The breaker and its mechanism shall be permanently assembled at the factory on a common structural steel frame. The assembly shall include the bushings and grids if shipping clearances will permit. ACCESSORIES. All standard accessories shall be furnished with the breaker. The accessories for the breaker shall include but not be limited to the following: a. 120 volt a-c space heaters for the mechanism housing. b. An auxiliary switch with ten "a" contacts and ten "b" contacts over and above those used for controlling the treaker mechanism. They shall be wired to terminal blocks. c. Operation counter. • d. Cutoff and latch checking switches. (DEBTOp, TExAS - 4573 ) (EL°., TRICAL EQUIPWT - E-10A) 3--2 e. One trip-close push-button station wired for local breaker test opeation. f. One local/remote control switch. Z. Pressure switch for annunciating low operating prebsure. h. Grounding pad with terminals for attachment to the Owner's 1/0 AWG to 300 Mcm stranded copper ground cables. One maintenance closing device and one wind].ass-type tank lifter shall to furnished for use with the breakers. (DENTONj, TEXAS - 4573 ) 3-3 (ELECTRICAL EQUIPMENT - E-10A) Item V 6Q KV SUBSTATION STRUCTURES AND EQUIPMENT SCOPE. This item co,-ers the furnishing of 69 kv substation structures and equipment. The structures and equipment will be installed as part of modifications to East and West Substations on the Owner's distribution system. Both East and West Substation were erected in 1965 with equipment furnished by Allis-Chalmers Manufacturing Co. on their S.O. No. 48-450(- 30063. DELIVERY SCHEDULE. All structures, material and equipment covered by this specification shall be delivered as soon as possible afte. October 1, 1967. DESIGN REQUIREMENTS. Basis of De~si~n. Substation structures shall be designed in accordance with NEKA w-6 - 1960, Part 8, unless otherwise specified. A momentary current of not less than 38,000 rms amperes shall be used to determine stresses under fault conditions. The transverse strength of structures shall be based on a wind load on cross trusses equal to 50 per cent of the longitudinal wind on the truss and appurtenances at the specified wind load in addition to the loading required by EM. Vertical deflections of structures which support equipment, including an ice load equal to one-half of the weight of she structure and equipment, shall be limited to a maximum of 1/300 of the span under maximum stress conditions. Vertical deflections of structures which support no equip- ment, including an ice load equal to one-half the weight of the structure, shall be limited to 1/360 of the span. Strength Calculations. The successful bidder shall furnish the Engineer a copy of his strength calculations on structures and buses and shall furnish the loading on each structure foundation. DETAILS OF CONSTRUCTION. Steel Structures. The steel structures shall consist of switch stands, potential transformer stands, and bus supports. The Contractor shall obtain, from suppliers' drawings or field survey, adequate information concerning existing structur%s. The information ob Ained shall be sufficiently complete to design and fabricate the new structures so they wilt accurately m%tch and line up with existing structures. The Contractor shall also c,.)rdinate the equipment mounting details with all equipment furnished i:nder thir specification. (DE MN, TEXAS - 4573 ) 5-1 (ELECTRICAL LqUIPMENT - E-l0A) The stands for disconnect switches shall be fabricated from structural steel and shall be suitable for supporting the associated equipment, and shall utilize H columns with bsseplates at the bottom for securing the columns to the concrete foundE.tions. The quantity of bracing members ' shall be held to a minimum. The structural steel shall conform to ASTM A36 and all parts shall be hot-dip galvanized after fabrication in accordance with ASTM A123. Structural bolts shall be galvanized and shall be made in accordance with ASTM A394 or A325. All galvanizing shall be done by the hot-dip process. All materials shall be prepared for galvanizing by being properly cleaned, pickled, dried, and then coated with not less than 2 ounces of zinc per square foot of actual surface coated. The zinc coating shall be adherent, smooth, continuous and thorough. It shall be free from such imperfec- tions as lumps, blisters, gritty areas, uncoated spots, acid spots, blast spots, dross and flux. The coating shall not be so loosely adherent as to be removable by an reasonable and customary process or method of handling and shipping. Moierate deformation of the surface with a 1/2-pound hammer shall not cause peeling of the coating adjacent to the area deformed by the hammer blow. The steel structures shall be shipped assembled where shipping condi- tions permit. Each bidder shall furnish with his proposal, under the • section EQUIPMENT DATA, a list of the structure items that will require field assembly and describe the shipping sections. When proposals are submitted without statements describing sectional shipments, it will be • understood that no field assembly of the structures will be required. All substation parts shall be plainly marked as an aid in assembly and the markings on the parts shall agree with the identification on the erection drawings. This marking shall include permanently stamping the steel members prior to galvanizing and nonpermanent painted marking after galvanizing. All structures shall be complete with all bolts required for erection and all bolts required for mounting equipment supplied with the structure. Five per cent excess bolts shall be furnished. Anchor bolts will be furnis2.,:d ty the Owner. Structural items as delivered to the job site shall have all members straight, free from wind or warp, bent's or local deformations. Holes and other provisions for fiel& connectionati shall be accurate so that when the structure is assembled proper fit will be provided. All reaming of the holes shall be done at the factory before galvanizing. (DENTON, TEXAS - 4573 ) 5-2 (ELECTRICAL EQUIPME.Tr - E-l0A) Buses and Connections. Rigid substation buses shall be made of 6063-T6 aluminum alloy tubing, sized according to Drawing E4573-020767-1 attached to these specifications. Schedule 40 standard pipe sizo (IPS) tubing shall be used unless Schedule 80 extra heavy pipe size is required for ' strength. Flexible jumpers shall be furnished as shown and stall be all aluminum • conductor, Alloy 6301, 19 strand 559.5 Mcm (Kaiser Aluminum Company, Type AAAC). Compression. type fittings shall be furnished for connecting this conductor. Provisions shall be made for the expansion and contraction of the buses over a range of 75 C. Sliding fittings and/or expansion joints shall be provided where necessary. All connectors shall be furnished as required to interconnect buses, connect buses to equipment furnishel under this contract, and to connect buses to the Owner's oil circuit breakers and transformers. Connectors from buses to the transformers shall t•e flexible type. The Contractor shall furnish the number of bus supports required to limit the deflections in the buses under specified short circuit and wind '-r.ading conditions, to a maximum distance equal to the outside diameter of the tubing. Permissible deflection of unloaded buses shall be limited to 1/200th of the span. Buses shall be designed to eliminate bus vibaration. End plugs shall be furnished for the buses to prevent water, insects and birds f°om entering the bus sections. FgUIFMENT AND MATERIALS INCLUDED. The following equipment and material sha:.l be furnished: Group Operated Disconnect Switches. All group operated disconnect switches shall be three pole, single throw, double side break with operating linkages, guide bearings, groun?ing braids, and motor operating mechanisms as required for horizontal mounting on switch stands as shown on the drawings. Each disconnect switch shall be rated 600 amperes, 69 kv, 350 kv BIL, 40,000 amperes momentary, and shall be capable of carrying rated current continuously without exceeding a .emperature rise of 30 C above 40 C ambient temperature in accordance with IEEE and NEMA standards and rules. Each motor operating mechanism shall be suitable for use on a 125 volt d-c system and shall include a molded case circuit protective device, an "Open- Close" push-button station, contactors, 120 volt a-c space heaters, at least four normally closed and four normally open auxiliary switch contacts in addition to those required for control of the motor mechanism, and other devices required for operation. All devices, contacts, and equipment shall be mounted in a NEMA 4 and wired to terminal boards located inside the mechanism housing. Each disconnect switch shall be equipped for manual operation without distvrbing the motor operating mechanism. (DENTON, TEXAS - 4573 ) (ELECTRICAL EQUIPMENT - E-10A) 5-3 S Thfr f~,llrwing discOrin,:Ct :;Wi►.chc.s Aull be 1%-rnish, u: East Substation W?st Substation Putential Trensfurmers. Potential trro:~for err nr i wr nn th, rirawings c: u? 1 be rated 4U,`5G r lt; , 35U 'cv 110, 3,0401'j: rntic, I' r two s--onlrary windi:ip:, with an ;.(.curacy clAss of 0.3 "or 'r!, Y., t, , ani ZZ turd: ns. tra!): formcr1 ::i:all b.: GcnrraJ Meetr`_ : :yrc F:°- :f or W(-tin,-I.ouou Type APT. 11W following potential trerr:f0r•rers small be furni:-hed: Exist Substation 3 West Substat.ior, 3 Fucol+. Disconnect Switch,:s. Fused aisconnect switches shall be furnished for k:iseoruzactirig the I otentia!. trarjsi'oz-m(.rs. Tlc: e :us,-,u disconnect swi'.chac shall be the hoorstick-operated, single. pole, single throw type, and shall nave an int!-rrut,ting rating of riot lesF than 31,500 rms wapcres asyrretricel. Th; following fused disconnect switches shall '_'urr.i-hed: Last S u,)station 3 West Substation 3 Grousrding Materials. Th,-~ Contractor shall f«rnJh aj . groundi.r.g m-iterials and connuctors necessary for c+. riecting the potential transformers, switch operating handles, and steal structures to the grouk-, grid provided by tho Owner. XIi:imwn conductor size shall be 1/0 AWG bare stranded cop-,,Cr. Insulators. All inculatcrc: rcquirud for :;witches, fuses, bus support:;, and other Crevices snail be rap and pin NA/A TR 16 rated 350 kv BIL. TAs=S - 4573 ) (j-,u,O.L114ICAL LQUIPhM - E-l0A) 5-4 lppN 77, NEW 4 ITCHSTANDS AND 1}'`IPS AL, TO NEW 3' IPS Al. BUS TRANSFORMERS EX'STiNO 545.5 MCM °t c pop -40 N • wry-son- EXISTING P,T.S __13'_ ` NEW P.T•S AND STAND l' 1' 13' j_7,j_?j,_L3 iy L- ADD NEW 595.5 MCM AAAC TO NEW OIL CIRCUIT BREAKER FROM EXISTING DISCONNECT SWITCHES + I PLAN 3 P,T.S 3 P.T,S 1 r 545, 5 MCM AAAC J ` r. 3 IPS Al, CUS a 545.5 NCM AAAC H.O. 3 P.T.S ! 12.4 MYA AAf myw`~ 22.4 MYA A P TRAMS. I I TRANS. :k SECTION 1 ONE LINE DIAGRAM SLACK 1 YEATCN, WNSULTINO ENGINEERS APPADNED FOR COKSTROCTIDN 7PT. HEAD DES. ENGR. CHECKED DRAWN PROJECT IECT KANSAS N M13SOUNI BT„ DATE AWS 4573 iL3 DENT , TEXAS SUBSTATION ARRANGEMENT AND DRAWING II MG 4L le. L:.,.<:, . . f 13 41, K E-4573 573 TATION ADDITIONS ONE-LINE DIAGRAM 020767.1 I f i y .j .1 m j ~((pp . • 1. ITV °F ~1'IA•• iY~`~~, ~1.i11 Ifl31l'~1~~ffl~