HomeMy WebLinkAbout1970 I
"�
9.,
� 4` �, _
t.: �� , \
' 1�
L�
I ".. s.�
Y `l
� ♦ "•, � f _
�v �'{ 1. l
� . R . � .
• � I . �
. / � . � � '
_ \\ � � ���
' t _ �
1pi I _
•/ '
`' rJ
1
1
_ 's �: �* V•`-.. .: ,ate se i ♦ ` +�i �s
Ac
\
IN \ e r• 4 Y
t ti '.; '� � ,`ErSxt ',¢ .� .'. _F��a �:tti •3� r '.W a"J""' y�. rd# yt "{ ♦ r e:
I AA
i
• •� �� 1t •� tt N` � `� a} 1�. Y ��bl�t � l�
• t i a
h I tAv• . •� J f., f t 251,E �, ,re •r1 xr , �. a' «,_ , + � h �..
°Y 4:��t+�, {, �' �fA� ` `fin �,'?�„ r� ' . f S r r;l� �Jy d aA•t .' 1 �l 1
A Y %� ! �![ �Sr ! � �< ♦ H� p 1f a t�
r fYl � � Jy r r J, '�i �. ri V'�' � + .. �•w ,'iW v v t t J �� P.• y t
! N. , w. f �tit`/r Y r ♦ '4 ��� �r xn �rl N� y' Y �N r n t .N a �.
1`�S� .� !• t .$ t d
t � � � �r I Yi 3'• Y�" � l ,.�
n 1
r t
T yo,
r
K_
AMA' Sr t
-wht ,�A r '/ �tI':.
x „ i
C
Yf t � 5� r `••, ... a �{*d� f �x �" �7 '�' K ` ( d r •t�.r^�
r ..t;:.x�i y 1'i' .6 Y ��+yap / .�? � � '. i ♦ ,• �, �l 1� i
p �Y r. , ..+lt� n ''ltA 'a�• tktf'4i ir1Y{t $ 1tTJr�y9yN` C �xh'n htT '�'u .
oil
fail
� Wit,' �! b� t'F s , •� � � d "`t x Y t r
L • ` tv1 x E rY '° :.s q t. • `'m� ! t 1 Q v � Y'�� ��
r -. r ' F•;SACS s „pP �-�"-r A .^i riF ' i+"� Yr ♦ l• �, y
i
9 x at Tr 1 ' ; •J KPI r Y 1 . • t r
v,,• , « t• 1$ w`i�Sl., Q' LRi .. YK r �i: ,a i �' • t . r r r� i e t'r
�"1 ,r s 1 N g; ♦ .A � i a It...
r t' � 5 A f J ' F ♦ h 4 '
t' 1 ',� , " " lr • t x Y -'r Y Ave,
t l , i • rw t •.�7 t 0 � :. 1C tAT r ���a Yt �� �yh��d, t A •+J��
�`°Ft� r I
iii • n. ��' flt � .• 1 � t t + t x r
MC i r�! jj fr .tr ♦1 ♦♦11 ' L, ktl' , • r iM r%. Y� .1 t •
t t i�'. Y �l! Vy� , ♦ �r�} JV,'y� r IY.� � �.
F
♦r A '� s �r ,� • , " �4"t 4 t �
e a rl.
J yy 'Nr •'� , 0"J r{�`� Y !" �. 1 �f_ `�i �1i.5, vl ," Yr r,.
1• • �jy� ./jT�� a
rF fc•R�� Y�V f! �1 A ,,• W'r1 J A'. �( - ��Iq }�.1� M.:�
� t r v,♦ �' � P' . r � . 1 f �ji.i r r y, �' � 1
r
!� . .�.'r ! �' I '1 �. '� , 1.+J'1� •,r '..
r
'� bMt i�4Mf�Fm C•I r�11 J51'S �'�11�('1.-1C J r 1 1!, N6 � :J':Rs V't T-0Y;WdlxrGf `!ir N•y r v '.. .
r`
q' ti F y t "ri
:., 71
SPECI Fi CAT IONS
AND
DOCUMFFNTS
MUNICIPAL ELECTRIC
GENERATING STATION
UNIT S
C,Ti OF DENTON, TEXAS
POWER TRANSFORMER EQUIPMENT
SPECIFICATION 4904 E-28A
Y
CONTRACT ISSUE
FEDERAL PACIFIC ELECTRIC COMPANY
1200 P'q%er Drive
Milp{t*AF Lwornli
BLACK & VEATCH
Con"fiq Engbwrs
Kim"$ City, Mild
1970
i
s
1 [' -
114 0,
t
Z
r
TABLE 0F' CONTENT9
, r
rue thru P e
ADYERTIS M4T A-1 A-L'
INSTRUCTIONS TO PIDDEAS B-1 B-4
PROPOSAL c-1 C-3
PROPOSAL DATA 9
D-1 D-
-M1 L8 R, LAND► INN, LSM.R DATED JdY 61 1970 t
CONTRACT AORF.EMENT CA�1 CA-2
PER?ORWCE BOND PB-1 YB-2
GENERAL CONDITIONS OC-14'
PART 1 GENERAL REQUIREMMTS
XA Desoription rnd geode 'of the Work IA-1 IA-3
R
r 1B ()C,nerttj Equipment SpeOificAtia:s 1B-i'" i8 b
! 1C_ Mgineoring Data 1C-1
r
`T PART 2 - TE MNICAL 4QUIR 4(T8 ,
2A Generator Trapaiormer 5
2A-J. 2A-5
2R I�tain f.uxiliary Transformer 5 2BLi►
20 Tie Tranefarmer 2 2G1 2C,� ` .
2D' 't�xoundilig �Tr�msfpmor 2,� 2D-lY� 2I1-3
Bus No
FIN
(DENTUN1 TFKAS - 4904(POWER 'k'RANSFORMSm i:RUTAMF>rIT -2k61�
c172370
!A�*R
ADVERTIS WENT
POWER TRANSFORMER EQU?t'MENT
FOR
DENTON, TEXAS
Sealed bids will be received by the City of Denton, 'Pexas , at the
office of the Director of Utilities , prior to 2:00 p.m. , July 6 ,
19'(0 Central Daylight Time, then publicly cpened for furnishing:
ONE GENERATOR TRANSFORMER 5
ONE AUXILIARY TRANSFORMER 5
CNE TIE TRANSFORMER 2
ONE GROUNDING TRANSFORMER 2
ON: INTERCONNECTING BUS DUCT
Prospective bidders may examine copies of the specifications at the
office of Black 6 Veatch, Consulting Engineers , 1500 Moadow 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. Determina-
tion 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 21 days before the time set for opening the
bids . Each prospective bidder shall submit evidence that he:
Has adequate plant equipment available to do the work properly
and expeditiously
Has an adequate financial status to meet financial obligations
incident to this work
Has adequate technical knowledge and practical experience
Has no dust or proper claims pending against him on other
similar work
It is desired that the equipment offered by the bidder shall be similar in
size an9 type to equipment manufactured by him which has been in successful
commercial operation for 3 or more years in central station power plants
within the United States . The prospective bidder shall submit a list of
such equipment in service 3 years or longer. The list shall indicate the
Owner's name, location, date of initial operation, rating, operating con-
ditions, and type .
(DENTON9 TEXAS - 4904
(POWER TRANSFORMER MUIP1,11ENT - E-28A) A-1
o603TO
1�
Qualified prospective bidders may obtain copies of the specifications from
the Consulting Engineers (mailing address - Black G Veatch , P. 0. Box 6405 ,
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 by an acceptable bidder's bond, a certified chock , 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
avard of contract or rejection of bids .
No bid may be altered, withdrawn, or resubnAtted within 60 days fr'
and after the date set for the opening of t,ids .
The City of Denton , Texas , reserves the right to reject any and all
bids and to waive defects in bids .
CITY OF DENPON, TEXAS
John Marshall
Purchai3ing Agent
(DENTON, TVAS - 4904
(P(JWER TRAN13PORMER EQUIPM321T E-29A) A-2
INSTRUCTIONS TO BIDDERS
B ,1 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 n-r,uncil , hereinafter
referred to as the "Me.r" .
B. 2 PROPOSALS , Proposals shall be prepared and submitted in duplicate ,
each copy r,ontaining a complete bound copy of these Contract documents .
Proposals which are not prepared in accordance with these instructions or
which are submitted without a complete bound corgi of these contract docu-
ments will imply that the bidder does not intend to comply with all of the
contract conditions and such proposals will be considered irregular.
B .2.1 Preparation. Each proposal shall be carefully prepared using the
proposal and data forms bound henewi4,h. Entries on the proposal and datc
forms shall be typed, using dark black ribbon , or legibly written in
black ink. All prices shall be stated in words and figures except where
the forms provide for figures only.
Each bidder shall list in the apace provided in the proposal S:)rm all
exceptions er conflicts between hie proposal and the contract documents.
If more spare 1s required for this listing , additional pages may be added
behind the proposal form. If the bidder takes no exception to the con-
tract documents , he shall write "None" in the space provided for the list-
ing, Proposals which do not comply with this requirement will be considered
irregular and may be rejected at the discretion of the Owner. In 1,ase of
conflicts not stated as directed, these contract documente shall rovern .
The bidder shall not alter any part of the contract documents i.r, s.ny way,
except by stating his exceptions in the space provided ou the z,roposal
foray.
The bidder shall staple or otherwise bind , with each bou;id copy of con-
tract documents aubmitted , a signed copy of each addendum issued for these
contract documents during the bidding period , The bidder r,hall assemble
all drawings , catalog data, and other supplementary information necessary
to thoroughly describe materials and equipment covered by this Proposal ,
and shall attach such supplemental information to the bound copy of these
contract documents submitted with the Proposal.
B.2.2 Signatures , Each bidder shall sign the Proposal with his usual
r3lgnature and shall give his full business address . Bids by partnerships
-,hall be signed. with the partners!zip name followed by the signature and
designation of one of the partners or other authorized representative .
Bids by a corporation shall be signed in the ri,%me of the corporation ,
followed by the signature and designation of the president , secretary ,
or other person authorized to bind the corporation . 1"ne names of all
persons signing should also be typed or printed below the signature .
(DF,NT0N, TEXAS - 490 )
102769 B-1
fA�! �lilrro��r�rs:
S,
A bid by a��person who affixes to his signature the word "president",
secretary , "agent" , or other designation , without disclosing his
principal , wAll be rejected . When requested , satisfactory evidence
of the authority of the officer signing in behalf of the corporation
shall be furnished . Bidding corporations shall designate the state
In which they are incorporated and the address of their principal
office .
B.2 . 3 £ubmitta:i . Proposals shall be submitted in a scaled envelope
addressed to the CITY OF DENTON, TEXAS, Attention: Puichashing Agent ,
and endorsed on the outside of the envelope with the bidder's name and
the name of the work bid upon .
B.2 , 4 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 60 days thereafter.
B. 3 PROPOSAL GUARANTEE:. Each proposal shall be accompanied by a
certified check or cashier's check drawn on arty 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 5 per cent 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 accept,ad and the bidder fails to enter into contract
In the form prescribed, with legallrr responsible surety , within 10 calen-
dar days after the date he ire awarded the contract ,
The proposal guarantee of each unsuccessful bidder will be returned after
avard 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 piles a satisfactory
Performance Bond. The proposal deposit elf the second lowest responsible
bidder may be retained for a period not to exceed 60 days pending tho
execution of the Contract Agreement and Performance Bond by the successful
bidder.
B.4 INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit
with his proposal the name of manufacturer and the tyCe �r 7-ode1 of each
principal item of equipment or material he 1jrop03e3 to C; ,1011 , lie shall
also submit therewith drawings and aescriptive matter whien Kill slow
general dimer,sions , principle of operation, and the materials from which
the parts are made. Any bid not having suffic:fent deacriptive matter
to describe accurately the equipment or materials bid upon will be rejected
as irregular. The above drawings submitted by the successful bidder will
be retained by the Owr,ar. Any material departure from these drawings as
submitted will not be permitted without written permission from the Owner.
(DENTON, TEXAS - 4904)
042969 B-2
ON
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
cause for extra compensation or extension of time ,
B. 5 TAXES , PERMITS, AND LICENSES , 7b e 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 tares , occupa-
tional licenses , and other similar taxes , permits , rind licenses appli-
cable to the specified work.
The successful bidder will be compensated for any Increase in tax rates ,
license fees , and permit fees or any new taxes , licenses, or permits
Imposed after the date of the Proposal ; provided hod-ever, that this pro-
vision shall be limi'.ed to sales , use , excise, and other ad valorem taxes
assessed against the completed work and 1:o 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 stag in his
proposal whether this item has been included in his bid price and the
amount of the applicable tax, permit , or license in question.
• B.6 TIME OF COMPLETION, The time of completion of the work is a basic
consideration of the Contract. The Proposal shall be based upon com-
pletion of the cork in accordance with the specified schedule. It will
be necessary that the bidder satisfy the Owner of his ability to complete
the work within the stipulated time.
In this connection , attention is called to the provisions of the attached
Ocneral Conditions relativa to delays and exvensious of time.
13. 7 BOND, The contractor to whom the work is awarded will be required
to furnish a Performance Bond to the City of Denton, Texas in an amount
equal to 100 per cent of the contract amount . The coat 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.
B.8 LOCAL _CONDITIONS . If the ,:ork includes field construction, fur-
nishing field labor, or furnishing of field supervision, each bidder
shall visit the site of the work and thoroughly inform himself of all
conditions rutd factors which would affect, the prosecution and completion
of the work and the cost thereof, including the arrangement and eondi•,
tiona of existing or proposed structures affecting or which are affected
(DENTON, T4MS - 4904 )
042969
B-3
by the proposed work, the procedure necessary for maintenance of urin-
terruptud operation , the availability and cost of labor, and facilities
for transportation , handling, and storage of materials and equipment .
It must be understood and agreed that all such factove have been properly
investigated and considered in the preparation of every proposal sub-
mitted, as there will be no subsequent financial ad•j,W went , to any
cont
,ract awarded thereunder, which is based on the lack of such prior
Information or its effect on the cost of the work.
B,9 INTERPRETATION OF SPECIFICATIONS . If any prospcetive 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 delivery. Any interpretation of the proposed documents will be
made only by addendum duly issued , and a copy of such addendum will be
mailed or delivered to each person receiving a set of such documents.
The Owner will not be responsible for any other explanations or Interpre-
tations of the proposed documents .
It shall be the responc'ibility of the bidder to advise the Engineer of
conflicting requirements or omissions of information which are necessary
to a clear understanding of tho work before the date set for opening bids .
Thoae questions not resolved by addenda shall be listed in the bidder's
proposal, together with statements of the basis upon which the proposal
is nade as affected by each question.
B. 10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to
accept the bid which, in its judgment , is the lowest and best bid; to
reject 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,
B.11 CANCELLATION CFAFGES. Each bidder shall submit with his proposal
the date any cancellation charges would commence and a schedule of the
applicable cancellation charges as provided for in Article GC-19 of the
GENERAL COWTIONS.
(DENTON, TEXAS)
102769 B-4
I'Irr41�U:jAI,
City of Denton , '1'oxas
City hall
Denton , Texns
Attention; Mr. John Marshall , Pur: hasing Agent
PROPOSAL I,'UR F'OWE'R I'RANSFORMf:R EQUIPMENT
BID NO, 10-Q1111
Gentlemen:
The undersigned bidder having read and exwiined these cpucifi.cations and
associated contract docuznents for the above designaoed equipment does here-
by propose to furnish the equipment and provide the services set forth in
this Proposal All prices stated herein are firm and shall not be subject
to escalation provided this Proposal is accepted within GO days ,
The undersigned hereby declares that the following list states any and all
variations from, and exceptions to, the requirements of the contract docu-
ments and that , otherwise , it is the intent of this Proposal that the work
will be performed in strict accordance with the contract documents ,
VA A "L
------
- - -_- Continued oil Fage C- .11 �" --- --
(DENTON, TEXAS -• 4304 )
(PUWM TRANSFORMER EQ01114ENT E-28A)
000-0(0 C-1
The undertdeacd bidder hereby prupo-,,-u to furnish t'rsc po°ver t�' snr,F'v:cy:r'
cqulicar:r,t c,-e�plute fob Ilmniclprtl Rlcl�t•ric (;entr+:,tinp, VtRUO!) r,lstu rite ,
D4iltor+ , 'i'C'%115 , in &LCCC'-itlr;il,'C` LCllh tllQ:i!' }�CCiflCitti4n-. and UU:'•:l']i!t'- I
contract do'.0+:'alt,, lic6Cd in GH.i;I:RAl, 0)N112i'1ClN:j , Arti,o, to! GC- 11 for th,
firth lttrtp n+ir,c price of
Two /s�!dr�d __�,�e�f-�-Se_••s�_�'1�K� g.t2d*._�`1icf�._
A,.nd� ar„or-_eJyJ�#��'.Acts�ol[Lr.i�—�'�►±�-.�;��.s�scs� ?7, �'Pa. �s )
(Price In Words)
The underciGrlcd hcrcl,y dcclw- 1,1,nt only the or firer it,terc-ri ill
in the i'ropossl a, principal v:' prinuipr,ls are n17v,l herein , and V,t, L no
ot.hrer pere+cr,s or fiirtb Minn herein tacntimed hnv4• ruy interv:;t in tea:
Yropc,cnl ar iii the Contract Ai;rcr:rlent, to be entered into ; ti,ftl t),I, 1'ro .
p(,l sEll is nu.,de without connection with any other pr:rcon , 0 o:rl : 0), , ar perti
likewicc submitting a bid or proposal ; and that it In in all rc .:p(cte f(+,
turd in good faith , without collwO on or fraud.
Tf this Proposal. Is accept'ad , the U111(:rsigned bidd(ar arreec to E;ulrrit nr, w•
irga and enginecrin; drtta In accordance with 6^ctf:n 1(; and to cvmplct •,
delivery of equipment and materials in ar_cordavcc w?.tr, tl,e thippir�,
epccifieu in Section IA . The u.nd(reigned fully urlder,tn.t:•Ja that, trc: Circe of
drawings and data submittal and equirment and oatcriuls delivery Is of tho
oascr,ce .
Dated at ,o1aS,CA._.._ thi � day of
Bid(kt
• BY,.. . Lr.... ... /. �'!MAB `` YAY AGErGt 'f
,.... ... �f `___.......
. X r G
Tit1 �8A33c,_Tsar1_ r�s.r. r.�sf;�'
Attoat :
}cosiness Arldre::.; of Bidder
Ir
fltute . + ltccr,i'1,,1'.,, ; un lc_�
}'rice' i, , l Olfiee �,'Q . Jg!'! fraCf , J/BW.4Cti
/(I)liil i'Uii , `./i'l��i L"1y�.i • I,;t�J}� f (�
ri lliiYif( j'l il• i�y \�fi f'� i'r'•�fll}111_iYi' •" L-PBA) (: i�
17, A ''
Variations from, and exceptions
from Page C-1) , to, the cortract do:
uments (continued
" XAS - 4904
(F1�WF:fI 'IWS3 X*'*2t FAUI PMFNT - E-28A)
C-
PROPOSAL DAT;j
1, 0 GENERAL. The following information on the proposed equipment and
materials shall be submitted with the Proposal:
A complete description of all proposed equipment
Outline drawings including dimensional location oj' each transformer
center of gravity as it will be when the transformer is completely in-
stalled and in service
2.0 SPARE PARTS. Bidders shall submit a list of recommended spare pants
which the Owner should stock for normal maintenance purposes . The spare
parts list shall be organized in the following format:
Item No. required Unit price
3.0 E UIPMENT DATA. The information required on the following pages is to
assist the Engineer in evaluating the Proposal and in malting an accurate
estimate of the work required to install and erect the equipment and materials.
The data listed herein shall not relieve the Contractor of his respon31bility
for meeting the requirements of the detailed specifications.
Note: Write entries boldly with black ink or type entries using
carbon black ribbon. Do not use ball point pens or blue
ink. The completed sheets will be reproduced by blue ,
line printing.
(DEiil'ONj TEXAS - 4904 )
(POWER TRANSFOPXER EQUIPMENT .. E-28A) D-1
Bidder's Name
Section ?A - CENWTpk ,fRANSFORmu �
Class i%Q/FDA �FOA
Gallons of oil
Gallons of ail shipped separately 9, 3,110 r
Total shipping weight , lb
-----1a d 000
Total weight of assembled
transformer incluling oil, lb
Weight of tank and fittings , lb
Weight of oil, lb •S10 0O0
Weight of largest piece for
handling during erection, lb
100000
Will transformer tre shipped
completely assembled
- e
If not, what parts will require
field assembly R.
---�'�dl�f�,•s LAs
Power requirements of cooling Fans Puimps Total
equipment at Z00% rated load , kw
Maximum calculated sound level,
at rated 6$ C FOA load , decibels a 7 P
Approximate dimensions
Height , inches /QO
Width, inches
Depth , inches
a
ywy�.
N •
(UENTON, TEXAS - 4904
(POWER TRANSFORM EQUIPMENT - E-28A) O-4
Bidder' s Name) �-
Total loss at 55 C OA rating, lkw
Total loss at 75% rated 55 C OA
load, kw
No load loss at
110% rated voltage , kw NO _
100% rated voltage , kw Is —
90% rated voltage , kw ,. -T
Guaranteed efficiency at 55 C OA
rating
100% rated load, % _� If. -S
75,; rated load, %
50% rated load, % _M94. 59
25% rated load, % __, 94. Jf/
Exciting current in % of full
55 C OA rated load current at
110% rated voltage _ / • 9 _ .
100% rated voltage CA
90% rated voltage � O , A)
Impedance of winding at nameplate
55 C OA rating, %
Voltage regulation at 100%
55 C OA rating '
100% bower factor, % --
80% lagging power factor, % S'S
80% leading power factor, %
High voltage b)lshing
,
rMnJC.a[.�gturer and type
er
A
v•
(DENTON, TEXAS - 4904 )
(po)wER TliA1 SFOHi&R EQUIPMENT - E-28A) U-3
x 4.
Biddor s Name
Section 2B - MAIN. AUXILIARY
TRAN111 'QRMER.5
Gallons of oil _DODO — �
Gallons of oil shipped separately
Total shipping weight , lb
Total weight of assemble)
transformer including oil , I.b ___JR_ff G_F
'!eight of tarak and fittings , 11a
Weight of oil, lb
Weight of Ia.rgest piece for
handling during erection , lb
Will transformer be shipped
completely assemuled 1��j
If riot , what parts will require
field assembly
Fcnrer requirements of cooling
equipment at 100% rated load, kw
Maximum calculated sound level,
at rate& 65 C load, decibels 62
.approximate dirae:rtsi.ons
Height , inches /.2(e
i'idth , inches
l�eiti� , inche_ _1.x.•7�-.__- -
urei )c,3 . at 517 G ;,A ratings kw
'rota! loss at 1 �1 rkited 55 C 0A
load , ktir
( 'jf' WP1VS 49'A
s.
w•
TRANIJ'AX%a,R EQU I PM1NT - F,26A i U-N
r�rarr ■ ���
.< ,
....�-•
_— Bidder ' s
,Vo load loss at
11.01 rated voltage ,
100; rated voltage , kw
y04 rated voltage , kw --- -- —G- "
!suaranteed efficiency at 55 C OA ----_—
rating "-
•
1.00% rated load , % �-
'15% rated load,
50% rated load , - -•----
% rated load,
Fxciting current in % of full
55 C OA raised load current at
110%, rated voltage
'100% rated voltage
90% rated voltage - ---
lv,pedance of winding at nameplate -
53 C OA resting, In --
Voltage regulation at
55 G OA rating
l00% 1:owe: factor, ------- -- ""
r30% lagging 1 .-,wZr factor,
8044f leading power factor,
Nigh vol.tag? 'oushings
Manuf}cturer and type -
W •
i{ b•ishl ng current
iRts voltap,e
transforme-s A•
14 nufa.turer and t;rPe
(UENTONO TEXAS - 4904
(rOUEA T.WSFORMFR EQUtpNVliT - E-28A)
1
•..�_ Bidder a Nare
Gallcns of oil
Gallons of o .l shipped sepuretr_,ly
'Dotal shipping, weight , lb
Total weight of asseu:bled
transfurmer includintl oil, lb p9 OAO
Weight of tank and fittings , lb 6
Weight of oil , lb
Weight of largest. piece for
handling during erection , lb
Will transformer be ehip&ed
completely assembled
If not, what parts will requi.ce
field assembly ; � jti^ fors.-AAL
Fans Fumpe Total`
Power requirements o: cooling '
e,lu.ipment at 100% rated load, kw '
tdoucimimt calculated sound lever , '
at rated 65 C FOA load, decib,s.ls
Approx1rate. dizensir,,ns
Height, inches
i
Width , inchea
Depth,
istrcl. loss at 55 C OA ratini; , kw
Total los:'k at 7ro rated 55 C DA
lead , kw
tt '
(Ui;NTON, TEARS - 4,404 ) '
(POWER T&MFOPMEIt 1W..s:i1MAT - E-23A) ;_/,
r
Bidder 'a Nerve
No load lose at •
110% rated voltage, kw
100% rated vo.lr,e{;e,
• .___`_"""_.�~ dam_
90% rat(.-3 voltage, kw
ed efficiency at 55 C OA
mt ing
10ON rated loe.d, %
75% rated load , %
---
yU rated load, % ,
•'S% rated load
%
Exciting current in % of full
55 C OA rated load current at
110% rated voltage
1001; rated valtfi ge
'
90% rated voltage .
le+pedance of winding at nameplate
55, C OA rating, % ,
Voltage rfrgulation at 100;
55 C OA rating ,
100,% power factor, %
80% :.agging Power factor ,
80% leading Power factor ,
Hif;=,h voltage bashings
Manufricturer and type
F'o%rer req ui rtmenta for lcai
G
tali Ch'1nge1', kw .,�.
GuM•antee6 detLj oC deli•rary ` • �—�����.� �'1"""�"" —�—._",,..._,
�•
-4t� e-`. "r
0
( b,;NTOU, TMAS - ly()4
AJWb.R ""'IANSF014M*R FQUik' !ENi - E-28Aj
C't0470 L-7
Jill p
i'
{bidder's Name
+'r-r.tion 2D - GROODING TROISF'ORMER 2 '
Irillons of oil
(rallors of oil shipped separately
'Dotal shipping weight , lb
Total weight of assembled
transformer including oil, lb
Weight of tank and Fitt: nga , lb
Weight of oil, lb Y to 4
Weight of largest piece for
handling during erection , lb
Will transformer be shipped
completely assembled
If not , what parts will require
field assembly
Maximum calculated sound level ,
at rated 55 C OA load, decibels
Apprt.)ximate dimenbions
Height, inches
Width , inches
Depth , in,.-hen 7•�i—_.
Loss at
110% rated voltage, kw .17 kmt Tofa —
100% reted voltage, kv _ _.-2/ —.le.B!_._7-aiac�.__.
>0% rated voltage, kw r_. ,/� Aw
u •
q
I
v
DFFrorr, cws -. 49o4 ) .
(POWER TKAhSFORMER 11QUIPMENT - E-PBA) U•$
�tsdder's
Exciting current in of '
coritinucue rating at
710% rated voltage
100% rated voltage
90% rated voltage
Guaranteed date of delivery
Section 2E - BUS DUCT '
Manufacturer
Type or catalog number E-M - /.200 - NIP 2_
Weight of bus duct
Guaranteed date of delivery
u•
h
(hENTON, TEXAS - 49,)4 )
(POWER TAANSFOF!MER FQUZI'MENT - E-4'8A)
0S0470 n•9
FKl„r. rY 14411 FRED COOP 212
MANUFACTUREOr, REPRESENTATIVE
P . 0 , BOX 0085 • UALLAS , TEXAS 75 ? 05
July 60 1979
catty Of bgriton
City 1(all.
uantcA, Texas 76201
Att4nt1,Ki1 Mr. John J. Harshalls Purohaah.ng Agent
8ubfs0tI power Transformer Equipasnt - Specification 494-E-^.8A
Did Dater July 6, 1970 - 200 P.N.
rK, NegotS.aticrt No. 8f-6037
c entlw"A r
We are pleased to attao(t two (2) oopiee of our Proposal ooVoring the tranefcwmer
e4olPrt to be in complete accordance with your Spaeifioatlons,
Our hCO juarters have oalled attention that the total lure sum price is basal on the
d6liv0sy dates given in thou Spacifieations, Page 1". all of which are for 1972 6e•
liveryt it is our urderatuAing that you are most anxious to got earlier delivery,
Particularly in the spring wf 1971, on tho lamas 2C/ 2h)9 and 2E, covering the tie
truncformorl grounding transforratr, and bus duct. In the Did Proposal you will
nsltlras that we have bi.! these ita w to be ■hippod in thirty-nine (39) uvoks after
r+ecelpt of order or contract and notice to proosed. If these three (3) itww Are to
bs taken in the thirty nine (39) "Oka shipa+snt, or peraitted to be shipped not later
than April 34 19:1 the total lu* aunt prior can be reducod Fifteen hhiAdved and Forty
five rJollar;i 1345.00)
Ch this basis, the revised WV own price would be Two eundroi and Runty Five Rtlousari;
Eight Hundred and Ttdxty Eight Accllars and forty five cants (42250830.45) instb4 of
No Hundred and Twwnty Severn Thawed. Three nwwdrad and Eighty Throe Dollars aryl Forty
Fi°.a Oants (+327s383.45) ,
If thase threw (3) itmo wWch arse 2C. 2D. and 2E, are to he shipped later than tpril
30. 1971 as per your royuestts then 1/4 of It i x each additional month for esoalation
would be added.
Shoald theme three (3) item be parritted to be shipped within thirty nano 0% wuaket
or not later than April 300 19719 the individual prices err, thor2 wuuLd bo as follasrsi
Tie Transfixed+r 2 Prioo Each - 472.000
Grounding Trarxsforogr ?. Prig ukch - $140280
AUG riuot htrios vaoli - 21100
Prrll .n" nl�t+Slur1 uf3bOCn I,r �, Oki I r,a
GStg Ur1R ;: ,1015tH MGNt'I ,(L'I .Pr NVf a
1 ' .l rr,y,l!ry,
r1 -
Wx 13.1d PKUPCeal to in coaplote a000rdnrboo Whit your %L Ifioatlunc, "MI
»a & Mytioro h7z* taker►.
1K, _tally &pproCiate the gVeXtunity of svbmittir:,j this oil ti-.t Will rrelc .rs.;
t1h, rVgorbjnity to bo of furat2vw oervice, in regwd to your requirawnts Of
t,:r, '4 tYallefOCtoQre.
Vary truly yourm,
EXMPAL PIiCIi'IC gLdr9C'1ue CCW.lYt
i�R IJIrD��I61C.,. tlpr¢sa,luti�as
H. Le
ill. .►kh
Q•IY.
cue t.r. RbIP4 Ii. lloorta,
'UrWpr 11a41Af,'p7fID!" tMXketADq
redexal iwaif.ko l;leot.zic Cc"r.y
Ku4pitzlal, Calif. 95035
P. S. To clarify A3ragraph N, Pegs 11 of thin letter, the escalation of
1/4 of 1% £ox each a-3ditiorAl month for regaested delivery later then
April 30, 1971 applies only to the three (3) transformers with the
individual prices as listed at the bottom c4 the pego.
nZIMAL PACIFIC ELECTPIC C(MANY
BMW i 4AZD _}IM presentAtivos
H. I.And
M ekh
CONTRACT AGREEMENT
zc ,
c _
'Pt}[S CON`l7tACT AGREEfi+�EN'P , made and entered into t?. ys _1�_day of � ,
47(-0, by and betweer. the CITY OF L'AniPOtl , 4'sXAS , ar+.y vi' the Fist �y t all
1wrcinafter called the "Owner" , and FEDERAL PAC; - 1L' dIECiRIC COI.1PANY , a
Delaware corporation vith its principal office ! !f^we.rk, New Jersey , i urf ;:
of the Second hart and hereinafter called the "Iint.ractor" ,
WTTMOSSETF:
THAT VIEREAS, the Owner has caused to be prepar-,d , in accordance with law,
specifications, plans and other contract document3 for the work as I:erein
specified ; and
WfiER'�AS, the said Contractor has submitted to the ''rrncr a Pro- sal in
accordance with the terms of this Contract Agreemer,t ; and
WHEREAS, the Owner , in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest area test bidder for the
said work and has duly awarded to the said Contracto.^ a contract therefor ,
for the suss or sums named in the Contractor's Procosai . co; ; thereof being
attached to and made a part of this Contract Agreement ;
NOW, THEREFORE, in consideration of the compensatior, to be paid to the Coll-
tractor and of the mutual agreements herein contained , the parties to these
presents have agreed and h,3reby agree, the Owner for itself and its successors ,
and the Contractor for itself, himself, or themselver, , or its , his or their
• successors and assigns , or its , his or their executors and 'administrators , as '
follows .
A.U_TICLEE I . That the Contractor shall furnish fob Municipal Electric Genc!rating
Station plant site, Denton, Texas , power transfor7 er equirment complete as
specified and required in accordance with thy- provisions of the contract
documents and Butler & Land Inc . letter of 3uly 6, 19709 which are attached
and made a part hereof, and shall execute and complete all work included in
and covered by the Ownar's official award of this Contract Agreement to the
said Contractor .
j ARTICLE II. That the Qaner shall pay to the Contractor for the work and r. atc -
I rials embraced in this Contract Agreement , and the Contractor will accept as
full compensation therefor , the sum (subject to a•13ustments as provided by U.-
contract ) of TWO HUNDRED TWENTY-SEVEN THOUSAN'J THREE HUNDRED EIGirn THREE
AND 1+5/100 DOLLARS ($227,383.45 ) for all work covered by and included in then
contract award, designated in the foregoing Article 1 ; payment to be made
in cast, or its equivalent, in the manner provided in the specifications i
:attached hereto.
(rOM-Ji THAMFORNF;R I°SZUIPMFNT - F-28A)
O'r 2370
AR'1'iCLF, lII. That time of completion is of the esscncc of tine Contract Agrce-
ment , and that the Contractor shall proceed with the specified work and shall
conform to the following schedule :
Items 2A and 2B as li3te9 in Article 1A.5 SCFiI „J1,E, of the specifica-
tions shall be delivered between August 1 and kigisL 15 , 1972.
Items 2C, 2D and 2E as listed in Article 1A.5 „CIfF;UIIL,E, of the specifica-
tions shall be delivered not later than 39 week". from rontract anI
notice to proceed.
IN WITNFSS WhEREOFt the parties hereto have execu*ed this Contract Agreement
as of the day and year first above written.
CITY OF DENTON, TEXAS
(SEA[,)
BY _
i
l i
Attest :'?/�
MARSH 6 )IrLT. 7`17 CY C
BY....... .. C l�/
....................
PACT C ELE I COMPANY (SEA[ }
tP H M 0 0 k E
Manage r•Transfoemar fJarkelinq
Atte
The foregoing Contract Agreement is in correct form arr!ording to law and is
hereby approved.
Attorney for Owner
(DFNTON, TEXAS - 4904 )
(POWER IRANSFORMER EQUIPMENT - E-28A) CA-2
072370
H0111 EAI. 0V
1NE PREMIUM 1011 1Nrl MAD 1$
►AiAA1 IR AUYAWE AND $UIIE(1 10 A010iIMEX? Al
W1R101 MANUAL IAi EI,
i'FNrc�l;hNUF. uor,u
Y;FiUW ALt MEN by 1'J{':SL'' YHi:SFNTS that we , FLb: RAi.
of HTid'ITAS, CALIFORNIA , hereinafter referred to a.; "C+nit.ractor'' ,
Company
and
Federal Insuom _
rurd _ �.
n :orporation organized under the laws-of '.he State of KW JERSEY _
and authorized to transact business in the Ptate of Texan , ns "Surety" ,
are held and firmly bovnd unto the CITY OF LZNWN , 17':=; hereinafter
referred to as "Owner", in the penal sum of TWO Ji1j1rDRLD 11'Wf:NTY-3P.V!+,il
THOUSAND `111REE HUNDRED EIGHTY-71IRLE AND 45/100 DOLLAP:' ($227, 383. 1+5 ) ,
fol' the paymant of which sun, well raid truly to 1,,: rri,�J1 to the Owner,
we bind cun,elves and our heirs , executors , adminlntrators , ouccessors ,
and assigns , jointly and severally, by these presents:
h71ERF.AS , rin the day of , 1I_ , the ontiactor
entered into a written contract with the Owner for furnishing materials ,
supplies , and equipment not furnished by the Owner, construction tools ,
equipment , and plant, and the performance of nil necesoary labor , for
and in conner•,tion with the construction of certain improvements described
in the attached contract documents ; and
WHEREAS , it was A condition of the contract award by the Own+!r that these
presents be executed by the Contractor and Surety;
NOW, T1fEREF1DRE, if the Contractor shctli , in all particulars , well, duly ,
and faithfully observe, perform, and abide by exc1, and every covenent ,
condition, and part of the said contract , and the conditions , specificri-
tiang , drawLigs , and other contract documents thereto attached or, by
reference made a peat thereof , according to the true intent and meaning
in each c+sse , then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
PROYID D FUR`iHx'R, that if the Contractor shall fail to 1;+Ly ai .! ,just c).air
and demands by, or in behalf of, any employee or other person, or any firm,
a,soeiation , or corporation , for labor performed or mat(trials , supplies,
or equipment furnished, used , or consumed by the Contractor or his sub-
contractors in the performance of the work , then the Surety will T)ay the
full va7,u, of all such claims or demands in any total amount not excecdir,F,
the amount of this 3bligatton, together with interest as providrd by lew ,
(PENTU?i , l'FXAt; - I+gOb )
(FOWFH TRAtr:,l'URMEli Er�UIF11L11'P - E-?fiA) PH-1
0.12370
4'Ifi: U11U1�FliIG1rN;G p:Ilfilll'Y , 1'�rr value r�rcIvf.d, i,crel,Y rwr,—t; twit uc, r'-
:;inn or time , ehnrip,e in, audition to, or other mod(-F0,iON r)f the
i'a'�irai-
ot' titre contrar•t rw vOT'k to be performed tnercundrrr car r f tYa . s '
ti !us or other crmtrara, docrunent , shall in rury wry afrL":t it,' ob1iCEtti< >>
un li.is bond, cuill the: ::surety does hereby waive rautiCC 'rf rury :;r.ach c.xtcan-
^, iar, of time, ch,n ITC, additic*r, or modification .
3N 'Pi'.S`CIMONY Wilk;1�3?a)F , the Contractor has hr'rounto :t I&I haaari rind U11,
Surely he" caused these presents to be executer] ill it:, nnm" r,nd its
corporate seal to br affixed by its attorney-in-fact IA
San FranCISC0, Cdlfornta on his thn jay of
19
pTL)ERAL PAC; "IC k I111C C COPTANY
Monsger•Tramformer Markcfing
f deral Insurance Company
—Tsu%. ',I CO"f�MPAI7y
By
A+.torne - n-fa,!t E Divis
F SIY& Mr FiNAN AUNCY
7
By
s ,at Representative
�`M1
��;moany "ertifiedoto inr iradetthe-date ofcthe bond,�itq 3'rom the t',2'r=tY
(D1.NTOtl , TEKWI
(Iom 'PIJJ'iti�F'OHM R EQuI11,1ENT - E-28A)
072370
s
o�. �� ie ��. ��. 3 .,a ,b� tai
'.. Cottiilsd Co
POWER OF ATTORNEY
�Cttmt: 411 em kj t4of prfmto, That the T+EJ)ERAL INSFILMS COMPANY, 00lohn street, New
York, New Yorke a New law Corporation, Dan om*tuted and appointed, and does harebr ousWituts and aypotat
IC, As Stabb
Maley Park
9, E, Davis
of Sun Prartcleco, Coli7�or+►lk:, �at�"�,:'ti� rari�. :Jti
:. r 451.� '.y f�,l_�.. . 7.'q
y:, 1 Z'6U PJ1 j
A4r v .. t r r Q �L�i �. .4 (. I 1 7 V.i t' I I. 1 `I ^��? i
S.9'1 t ,. ?`rf,.� ,I.:Z r:1 ,r ,,x.� '�',� t. i, r,_f! !.1, } .'TI f ' . 1 ° • :.! i,7, n ;ILA � Ytl :;;4� .et It atAli
sash Its true said lawful Attonup-in•Fact to execute under such designation in Its tutu and to *Ax its corporate
seal to and doUver for and on Its bolwll as surety t1,0e6h'6 btA/twlaa, bone4 of aaf of the following c3a42e2, to wit;
1. Sonde, ad CJnderrtakim (atbrr than �rydTL-7b Eoada) d In an t gut r
or eleafwlth"Sd Sine �+ cIrr Mr�t1NiiE i'dol a i dg��id � r AA1 ,14 ` h Conrk
gndeatakh ;in 9ralaeh tint penal oZftls: or <h Goad ar
/ �yy� of aas�t trot eteu r bi >i r Thousind
� �A ill{1fr�)�,rri !OJ ll'r1 �y ,�fL�n!� iU O "6 9.:ff P�l1 9 O ,') ( y1a iYY: J V, ,1 r"�t 'a,Rin .9a{)f,19 'Ji
A. 8ar�tr $Q �iit to tfao6lJ d.8t4 I
Mid Inde RAds or other bard> � a Qol�a!!dn R411', of otDar
bo � fi [' tv parles,Public,
ei ttl s>u it/i ata�lar pnlaliQ'dfDcaa a yo ,1?:.t Fl,ir'a u,ta ,.a%i d hit Vm 04o119s:0 It to
ti. $Dada on hehaif of eonttartont in to lion with bide, pnposnls or Contrscta
&b 4*With tDe,U'rdlpd SbAtas of
Aaanti a8r 8tib ar »olltieal anlididiton tlwrsaf ar and yerson, Erna or calporation.
o0i 1.)v� Y:i'1f (1'i" 'I'; '!Ci 4i:iY/U'1 n4} 2� iglr� tnJr�ii<4 art's 4'a.2In.u� ;aft 1 1a�f �',l sir, IDAHO I f:nA
����� �„�t>F''�ttfir�t'�MfjltJts�i�" JI'tJ Se`��faJ r�tl►t,�1N:�t1>Et'Ar�b�`WItPA�it16J�;t�si�;i�r���{�
caused theta preseatalto he siaet�d bj its VJce Preaidaat and A'sletantl'�uer'e' aru Via''car»s ,, F '
t i > 'aW, tot
t rr.,actalatr f,utaalay od'L Al r'V{JaAWy d.;w��19".H1 .60.Y CCC3''C ti,iI, 090.1 •�Ylitm tarJitat I IwA
15 al»a III uan Odd i4 er+1LI9 I,c:a ,077 0%aAv`J. Ov,hrmA )r, II a•}' �. ':�(.y{�+r! •tfa+v9
Effy t�lbnu rdattud no wietva o��t amo>ai or b+e tcti:l ylua rn s aJ bn.a ,bap It �i��I. A'p�a�iro� it0t • 9la+r,A4Y
9a'ard lgtiatl alto ;S deaf .i11 ld W.Jupw to r-OlLi 'n ,.JJ3 ,MR�lbF&1
W04 W ,tat;ca ' t4u, to faax bus ,ad V, hbzra 9 ,JJ
l
Walter LaPorrppee
,4rsist4Nf Ji<eerifsry
BTATZ by NNW Yom
Qooaty of Now York Sa r
On this Lt qt Janaarr 1989 tieforo me �oaally tame plater UVorse,
to me knows and by tees kaowu be ALSWtan! &cretarr of the �'itrJ)SW4 INBMANC9 OO1tPAIV'Y, the coy'
poratioa deoeribod to sad whisk exacu this fora Power of Attora and the said Walter LaTorre hate
me dais ore, did da sad as t ho resides a 01tr of Now 'York,to the slats of New York t tfu! 9i fi
16710 (OT090 a >titi wee of ikJSURAN Ol?t[PADfY and knows the corporate Seat thereof th#! the
trawl a as 0oaa Power of A torner is such corporate Be aall and rrsi ! too of d aathoA t of the
gg t p r nd that �y 1 acid Power of Allroraer as Asslatank Secntari+ o et , Cpmpanp M
H intDo ltri that ho !a ategnair,ted •iij>a rick 0. 0 a arul kubws hfm to ba Vba Pre,aadInt al4 Comgaa�e
;°F!"aass t}ut t a``s��t��nnaatmof acid Sredaraek(!. Gardner sn to saGi Porrer of Attorney Is in tb seaulm hAndwrit-
otMid iredericic (larduer AM moral thereto an�autharltr of Mld�r.I.Aws sad fa aDoaaeot's praena.
911
AakNO b tod Isro tobi/or++Nsa
9+�� ors ow a
O s.
N�NR V
* p(f BL%O ♦4 AAkY BONA pg r ;
eA� p NOT �
A� pUBJ. , slats bf New York
Qr••a.u.,.�'�r NNo 70
� �=lacrie J�arc�tO�lPa9, ,.
soave racy NOV.lava
sae uwa
11ti♦'S�lf�'�R��/ ...
FEDERAL PACIFIC ELECTRIC COMPANY
1200 PIPER ORIVE • MI LPITAS,CA LIFO FIN IA 95M5
August 24 , 1970
' I
1, 1 .B. F orn, Certify that l arrl an Assistant Secretary of Yederal
Pacific Electric Company, a Corporation existing ulvlox tholawa of
the State of Delaware, and having its principal place of buoiness at
50 Paris Street, Newark, Now Jorsoy 07101 , and further certify
tlsat the following is r, true and eruct copy of a Reeolution unanimously
approved by tho 1303rd of Directors of the said Electric
Company, at a meeting rogulxrly Bold, on I•'ebruary Z4, 1954:
"RYISOLVED, that Ralph 11. Moore be and he hereby
is authorized to execute and deliver such htetrumerlts,
proposals, bids and agreenTcilts on behalf of F'odorz.l
Pacific Electric Company as relate to the halo and
manufacture and service of electrical apparatus awl
egaiptront lnanafacti.Ired by the Company, and 11e is
horeby authorized to take such steps as may be
neeassary to carry out the purpose of this resolution, "
I further certify that the afor :said zuthurity is in full force and effect
as of tli-"* (late.
X. 13, Varn
Assirl ,nt Secret,Iry
t;13F'r 1�
GENERA,., C6NDITIONS
GC-1. CONTRACT DFCUMENT3. It Is understood and agreed that the Advertise-
ment , I'nstructi'ons to Bidders , Proposal, Proposal Data, Contract Agreement ,
Performance Bona , General Conditions , General Reyuiruments, Specifications ,
Plans, Addenda, end Change Orders , all as issued by the Owner, and specifi-
cations 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
nocordance therewitii.
0 C-2. DEFINITIONS. Words , phrases , or other expraasions used in these
contra cb documents shall have meanings as follawss
1. "Contract" or "contract documents" shall. include the items
enumerated above under CONTRACT DOCUM3NTS.
2. "Owner" shall mean the City of Denton, 'Texas named and
designated in the Contract Agreement as "Party of the First
Part" , acting through its Ptiblic Utilities %ard and City
Council and their duly authorized agents. All notices ,
letters , and other communication directed to the Owner
shall be addressed and delivered to ldunicipal Building,
Denton, Texas.
3• "Contractor" ahall mean the corporation , compsWj partnership ,
firm or' indivi dual ,' ramed and 'deslgnated in the Contract Agree-
ment as the "Pasty of the Second Part" , who has entered into
this contract -for theiperformance of 'the work• coitered'thereby ,
and its , his, or their luly 'authoVikisl repry sent Ittivea.
4. -"Subeoritractor" shall mean add refer only 0 a- corporation,
partnership, or individual hsvin.g a direct contract with the
Contractor for performing ;vdrk .44tlerpd by',thbsd,'§dntract -docu-
50 "Engineer" shttl.l mean' the firm of Blank a Veatch Consulting
Engineers , 1500 Meadow Lake Parkway , mailing address, P.O. Box 6405 ,
Kansas City , Missouri 66114 , or its duly authorited agents , such
agents acting within• tho scope of the psrtiCUlar 'dutios e4trusted
to them in each case.
6. "Data of contract" , or equivalent words, shall mean the date
written in the first paragraph of the Contract Agreement.
T. "Day" or "deys" , unless herein otherwise expressly defined ,
shall a;ean a calendar Uy or days of twenty-four hours each.
8. "The Work" shall mean the equipment, suppliers , materials ,
labor , an3 services to be furnished under the contract end
the carrying out of all duties end obligations imposed by
the contract documents.
(DENTON , TEXAS - 4904 )
(EQUIPMENT j
121069 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 clariflf and to define in
greater detail the intent of the contract plans and speci-
fications, (c) drawings subritted by tae successful biidcr
with hir, Propoeal and by the Contractor to tho Owner , es
approved by the Engineer , and (d) drawings submitted by the
Owner to the Contracto: 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 judgin3 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 opera:tione, such supervision
and the sole responsibility therefor being strictly reserved
for the Contractor.
11. .Similarly the words "Appr.oved", .''reaeonable% -'Isuitable" ,
1,aaceptable!" i "proper", "satisfsetory�' , _or words of like
effect and import , unless otherwise .particularly specified
herein, shall mean approved, reasonable , suitable , acceptable ,
proper, ,or satiefagtory, in the jl;dgment .of the Owner; or
Engineer,; to, the extent pr.ov�dgd, in "1Q•". at?pvs
X12. Whenever in,;tbase pontragt documents the expre;pion "it ::s
;:tunderstgo$ 044jagroed"v ()r 40 ,isxpresgion of 1i$p},•import is
used, such expression Means the mutual understanding and
F :agreementr ',of the%partiem. exewAting` the Contract' Agrgement .
, . ;� � " � .:i• l /, ,_ .,, J , , i �' C �i } '.n•� it � � " ,< i '!•• , 'J ft• y ,. . .i . .
_,. {3C-3 rV '3BAL STATSMf' 1'8•. D3 DI 0j slurs@ un4erstoo41an4 agree-1 that
the vritten terms Enid provisions of this agreement shall, ,supersede all
verbal btatements of representatives of the Owner and verbal statements
� shallrnoC $e,®ffCetive.'0r bC congtrued ae.,being: a part;uf•this contract.
QCA,, , STANDARD atanitard opeoificLtionn
of any technical society, organieatirn , o;? •assooistionj on to cries of
local or state authorities , shall mean .the lnteat, standerdE code,
specification, or tentative specification adopted and published at the
date ,of taking bids , unless, specifi,iaily, stated otherwise.
louO FOa aC-2
Ci1TION OF C611TRACT DOMMENTS. Four (4) copier of trio contract
GC-5, EXE
__-
documents will be prepared by the Engineer, Copif's of ornginr:ering data,
special forms, or other documents furnished by the Contractor, which are
required to be incorporated in the contract shall be uup;ilia:d.
All copies will be submitted to the Contractor and the Contractor shall
execute t'ae Contract Agreement, insert 3xecuted copies of the required
bonds and power of attorney, and submit all copies to the Nner. The
date of contract on the Contract Agreement and bond forms shall be left
blank for filling in by the rhrner. The certification date on the power
of attorney document shall be also left• blank for filling in by the Owner.
The Owner will execute all copier, insert the date of contract on the
bonds and power of attorney , retain one copy, and forward one copy each
to the .Contractor, Engineer, and surety company.
GC-6. SCOPE, NATURE, AND INTENT OF SpErIF'ICATIONS AND P &48. .'1ie specs
ficat!ans and ,plfns are intended to supplement , but not necessarily
duplicate each . ,ther. , Any work exhibited. in they one and nod, in the other
shall be executed as if' it had been set forth in both so that the w• „
will be completed"ac,or,ding to the ro,uplete de: sign as dot ,erm a d by_ he
Engineer.
Should anything which is. necesaary for a plear understanding of the work
�
be omltted gm .t�i sAcciflcations and pl,Iars, or 6hau; d it appear `,thet ,
various instructions are in conflict, the ,Co{�tractor shah seoure ,wrtxt;n ; c
instructions from the Engineer before proceeding with the work affected
ley such gmis�iona. ors ,d3,screpancies. It is understood and agreed,th4t
the wort q1}4];� ,berpAr�c�rmAd ac,cgr�} n$ ;to he tri4j,lt�te ;41 t2�eip��trect
documents
"7' t Engineer ,ng data ovft tng al.
equtpmen ` " 4
t $h tgb>•igate tta•er3ale to. b4 iLrnf spec! under 'ts gontrgo
shall be,°�µbtpl tdd to,the $n 1tleer ,fox , appprpva} . .Thgae d4 n. .
include Arawings and descrip ��o 4'nformat 'cn ,ip ,su i�ic�gr►t� s pta� l o. , ,
show the xind, size, arrangement and operation of cotapotient materials
and devices; the ;exter4fL connections , anpborapsland :upporto ,reµ4redj _i.
performance oharftq **Fis qs; and dime,r��to;}s. needed ;for l.ns6e ton e,nd 1
correlutxon wiIt -igthei-4' terlijs and equipraeat; Dote ubmitted ehal]
inelUaeL' orawipgs, shoxirig eseential details of, any changes propoaed ,by
the Contractor, and e�1 required wirir.g. and }piping layouts ,
No pyr�s, shad be psi formed in connection with the, fabricatiod or '4an4'a
exesJt ama ed ois ;and °•gVlp�dtntt ncr'ishall any .4 Gesso or appuxtengAce
� ' ! ec ry
be �}irc�lose til t}�e crpwitiga. qnd 'eta tt�erzf: r have beet} apprQPed, I
ep, . , he G �n txacpr?s own .risks .reepo�elb�:1# ty. : ,
Four cop�ps of pSCh drawing and. negesppry data ,aheli be .submitted to .
the Engineers , ,Each drawing pr, data .sheet sr,all be clearly'taaked wlth 'tlhe,,
nAme of the projeot, the Conf;ractar' s name, and refereneds to applicable '
specification paragraphs . When catalog pages are submitted, the applicable
items shall be iudicated.
061767 FOB
Wlhert the drawings and data ire returned marked APPROVED or RECE1VI?D
FOR MtAIBUTION, additional copies shall be submitted to the Engineer.
The 'number of additional copies will be determined by the Engineer but
will not exceed eight (8) .
When the drawings and data are returned marked APPROVED AICI NOTED, the
changes shall be made as noted thereon and corrected copies shall be
submitted to the Engineer. Th,s number of 2orrect.ed copes will be
determined by the Engineer but. will not exceed twelve (12) ,
When the drawings and data are returned marked RETURNED FGA CORRECTIGN,
the corrections shall be made as noted. thereon and as instructed bar the
Engineer and four (b ) corrected copiett shall be submitted.
The Engineer's review of drswingn and c!ata 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. Thq .Engineer's approval of drawings returned marked APPROVED
or APPRO78D AS X6TED will not constitute a blanket approval of all
diitenuions , quantities, ard 'detaila of the material; equipment, device,
or item th6vil and does riot talieve 'the Contractor from any responNibiltty,
for ei"r'oz`a or 'de�Sidtions frbm the contract 're quiremeilts'.
All drawings and data, after final processing by the.Engineer, , shal ,
become '°a part 'o£ Ithd contract ' documents and the vdrk' shovn 'or deetribed
thereby' shall be pprtbHaed fit conformity Uerewith unless 9th erwihe
req{iir6il`by 'ihd`Owner or"tihe 'crigineer,
fC-8. 'L dAf,''AbDI � "!'1 c`bu6 inees gddregs of thd' Cohti+d,ctojl iven in '
the 'Prd tisal'' "heryeby'dEaik6it,�Vas 'th6 pleoe° to' which �41Y`'na c'ee� r �' � i ;
letters, and other communication to the Contractor will be mailed- 6t '' ' '
delivered. The address of the Owner appearing„gn Pale dC .l is hereby
designat�d 'aj 'Jfie`{ifs8d'' o"'irhicti''ih 'not otli�t�'c�orit1
municetidn 'td Elie '0406 i' s{ihil bd' maifed 'oi; tielideredc ' >rith6i
My chan&e 1t 6 69�h a$droas ai, 'eulir `tir5 + 'b� iiHlinstrtit�eFit ii,4rI �j, fiig
delivered 4iihi grid *b`'06 &111 #i liArt�i'
,
GC-0` `'''FAT 'I : ° i#SyAlti! ' an( ec�a for paten coy4ring,matbrials, �
arti�f6T,'tp stat6i f �fe�i e8, !0"1, bqui igni ( tit
dietinguislied rota '
proces�ee} � ed in 'tte+ �6rk, ehall 'bb 'i.ticluded in the enritraclE'"afaourlt . '
The Contractoi e"fitsii satis;ry 'all demands that' m ' be 'm�de at any time
for such royaltied' ah$','I! a ';'and ha stiall 't•a liAbie"' for''aWdl. iagEa '
or claims for Patent inqfringements. The Contractor shall, at his ,own
cost 'dti`d` exiienSc; dei�eiict'all 'sulig or,`groceedinge`,'tfiat ieay bd inetittit'cd
againot 'ttie' (kriier' fOr itit'riri a sent or a1Xe ed 'infr Nemeih 16t e.ny`'patdnt�, '
involve!' ih `t}te tidrk sal�i'r ftt etid� of'an awarecii";� is e, trip cor3trsctni<
shall pay such award: � '��ria�'pgytneiit� ti6 the `Co�ttra.�Sr' bj�'the 8fitriei~ wi�Y`'"°
not be made while any such suit or claim, remains unsettled. The Con-
1 F
,tradio ' Y� dUer `Vill"hot b6' held iiable �`for'"thb�`defe;tee'of'�ahyi�'>tuft '
'othe ' Prodecding ' riot 'fdr' the' payment' df''ariy datitd468 rr°other''cost,d,
081767 FOB GC_4..';; ,;
for the infringement of any patented process required by the, contract
documents; except of the Contractor has inforaation 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 sur.h infringement.
GC-10. II1DEPENDENT CONTRACTOR. The relation of the Contractor to the
Owner shall be that of an independent contractor.
GC-11 . AUTHORITY CF THE ENOINEER. To prevent delays and disputes , and
to discourage litigation , it is agreed by the parties to this contract
that the Engineer shall in all cases determine the quantities of tl!e
several kinds of work which are to be paid for under the contract and
shall determine all questions in relation to the work .
If, in the opinion of the Contractor or the Owner, a decision made by
the Engineer is not in accordance with the meaning and intent of the
contract , either party may file with the Engineer and the other party
to the contract, within thirty ( 30) days after receipt of the decision ,
a written obj a tion to the decision, Failure to file an objection with-
in the allotted time wall be considered as acceptance of the Engineer' s
decision and the decision shall become final and conclusive,
The Engineer' s decisions and the filing of the written objection thereto
shall be a condition precedent to the right to request arbitration or to ,
start action in court .
It is the intent of 'this agreement that there 'shall be no dclay� in the
execution of the work, and the decision of 'the Ergin6ar shall be promptly "
observed,
GC-12. ENGI_NEE!UNG INSPECTIOA The Owner m a
or thrp h they appoint (ei*.her diYeetljr
ug engineer such Inspectors as he deems' propele, •to 'ih6] eot ' '
the lfor$ perfortaed for compliance with' the plans and specificati`ans,� °''4'ht'
Contractor shall furnish all rossonable' assistance, requ;.red by the Et1gi=
neer o Ro
r 1nsptrors for: the proiwr inspection and examination 'of 'the i+ork�
The Contractor shall obey the .45;rett 8
ions and instructions the Lfi ineer
or inspector when the are consistent with the obligations of this contract.
Should the Contractor object to any order given by eh inbpectoi•', the Con-
tractor may, make,. written a,ppeal, to, the Eng" peer for his deoiaion.
Inspectors grid other� prope:rly authorized representatives of the Owner or
Engineer shall be free at ell t..ums to perform their duties , and any
attempted in+,imilation of qne oil them �y the Contractor or his employees
shall be sufficient reason to terminate. the cuntre.ct if the Owner so
decides
Such inspection dhall 'hot relieve the 'COntidctor from any obligation to
perform the °irork •striotly in acaor•danco with' the plans and specifications.
Work not so ccnstruct�:d shall be removed and repiaCed by the Contractor at
his own exf.enae.
090964 FOB GnyC
No
r
GC-13. NO WAIVER OF RIGHTS. Neither the inspection by the Owner or
1-,mgineer or any of their officials , employees , or agents , nor any order
by the Owner or Engineer for payment of money , or any payacnC 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, shsli operate as a waiver of any provision of thib contract ,
or of any power herein reserved to the Owner, or any right to damages
herein provided, nor shall any waiver of any breach in this contract be
held to be a waiver of any other or subsequent breach.
GC-14. MODIFICATIONS. The Contractor shall modify the work whenever so
ordered by the Owner, and such modifications shall not affect the validity
of the contract. Modifications may involve increases or decreases in the
amount of the work for which an appropriate contract price adjustment will
be made.
Except for minor changes or adjustments which involve no contract price
adjustment or other monetary consideration , all modifications shall be
made ender the authority of duly executed change orders issued and signed
by the Owner and accepted and signed by the Contractor.
OC-14.01. Extra Work. If a modification increases the sinount of the work , ,
and the added Work or any part thereof is of a type and character which
can properly and fairly be classified under one or more unit price items .
of the Proposal , then the added work or part thereof shall be paid for
according to the tuaount actually done and at the applicable unit price
or prices. Otherwise, such work shall be paid for as hereinafter grovided, -
Claims for extra work will not be paid unless the work covered by such
claims ;was at4thor1 zeld in ,wrP ng, by the Owner and the Contractor 'sbal not
have the right to ,proeecute or maintain either an arbitration pro6eeding '
or an gcti3O.0,, in court to re.over for extra, work unless his claim is based
upon a vrittep order,,rrgm tho Owner. Payments for extra work shall be
based ,op ,egreed lump ,E+tums or agreed unit prices whenever the Owner 'and
the Contractor agree upon such prices before the extra work is started;
otherwise paymepts foe°, extra work shall be based on the' actual direct
cost of, .the work plus E% percentage allowance . ; %,he percentage allowance " '
shall ,include ,the Contracltor;' E+ extra profit and extra overhee.1 and ,
unless otherwise, agreed by the Contractor and the Owner, the percentage
allowance shall be fifteen per cent ( 15%) of the total direct cost.
For the purpose of deterinining' whether� proposed extra work will be
authorized or for determining' the payment mo;thod for extra work , the
Contractor shall submit to the Engineer, upon request , a detailed host
estimate for proposed extra work. The estimate shall show itemized
quantities and charges for all elements of,direct cost and a percentage , :
allowance to cover extra 'profit end extra overhead. Unlets otherwise
agreed by the, Contractor and the, Oxne�r , the percentage allowance shall
be fifteen per cent ( 1!i%) of the total direct costs .
100165 FOB GC-6
' 4
,Ilk b. Y
Gc-14.ofo. Decreased Work. if a modification decrease's the amount of
work to be done, such decrease shall not constitute the basis for a
claia; for damages or anticipated profits. on work affected by such de-
crease . k"nere the value of omitted work is not covered by applicable
unit prices, the Engineer shall determine on an equitable basis the
amount of ( a) credit due the Owner for contract work not done as a
result of an authorised change, (b) allowance to the Contractor for
any actual loss incurred in connection with the purchase, delivery and
subsequent disposal of materials or equipment required for use on the
work as planned %nd which could not be used in any part of the work as
actually built, and ( c) any other adjustment of the contract amount
where the method to be used in making such adjustment is not clearly
defined in the contract documents.
GC-15 . . ARBITRATION. Before bringing any action in court pertaining to
a decision of the Engineer, the object',)r (hereinafter referred to as
Party A) to the decision shall first .,_ .er to arbitrate the question
with the other party to the contract (hereinafter referred to a$ Party
B) by notifying him in writing and setting forth in such notice the
question to be arbitrated. '
Party B can, elect to arbitrate or not, ! lf• Party B Agrees to arbitrate
he shall m advis-e' Party A- in writing within ten (10) days after rr,ceipt , !:•
of Party• A's , notice, Notice by Party B that he does not wish to arbib
trate or failure of Party B to notify Party•A,within the ten� (10) day
period will give Party A the right, to-start action in courts
If Party B' egress to arbitrate, Party A shall choose ah arbitrator and ±
shall notify Party B' of, the name• of the,arbitrator within,t'en' (10) days r: ..
after receipt of ]'arty B 's notice, Party B shall'-tlotify,Partf A' in
writing within tell (10) days after receipt of the said notice that the
arbitrator named,by Party •A, shall 'Act as sole arbitrators or{.shall name.
an additional, arbf,tntor, + iP Party-B naftee an additional ez'bitrator , ,;, r, r
then the, arbttrattir' nsaled+by, F'arty A and they arbitrater i hshed by- Party B
shall :choose a thfcrd ie bitrator. • • r ,
The arbitistorf or arbitrators shall aet with •
of three arbitrators, -the decision of airy' twb sh�inbes binding honcboth� a
parties to the contract, as, shall that of a single arbitrator if:the-r' v .
dispute is submitted thereto as heretofore provided. The decision of
the skbitrator' or: arbitrators miy:be filed in court to carry it into
effect . , ,
It' they consider that the case to demands, •the- exbitrator or. arbitratoks;
are authorized to award the party whose contention is sustained such sum
or; sumn: as! thsy may: deeia proper , for, tbe time,, expense i and,trouble,inei•
dent -w the appeals and' if the appeal vas taken without reasonable ; bause,;,l
they taay award ftmages: for any ielay oceasioned�therebyb� .The arbitrators>
shall receive, reasonable: compenilation for their services,. ! The stbitratorn
she11 aasoss the cAets and Obtl;es of the arbttrc►tion upon either or both
parties . The decision of the arbitrators must be made in writing, and
shall not be open to objection on account of the form of proceedings or
award.
w
o5o163 FOB GC-7
F � V
If for any reason after the said notices have been duly given by Party A
an.A Party b, thu arbitrators appointed shell be unable or shall fail to
ec,c with reasonable promptness in appointing a third arbitrator, Party A
(or, if he coos not do so within a reasonable time, Party B) may request
a fudge of the United States District Court who regularly holds court in
the district in which the site of the work, cr any part thortof, is located,
to ap;,oint the third arbitrator. It it appears to the Jutge that the two
arbitrators originally appointed were unable or failed to art 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 Sailed to act
with reasonable promptness and, if the said fudge 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 fail
to act with reasonable promptness in reaching a decision regarding the
question submitted to arbitration, Party A (or, if he does not do so
within a reasonable time, Party B) may request a judge of the United
;States District Court who regularly holds court in the district in xhich .
the site of the work, or any part thereof, is located, to appoint three
new arbitrators to, act ;hereunder.^ I If, it appears to such judge that thg
arbitrator orrarbitrstors' originally ' appointed were:unable or failed to:
act with. reasodable- promptriees in reaching a decision regarding the. , ,
question submitted to arbitration, he iray appoint three new, arbitrators , r +
to act hereunder;,! and such an appointment shall constitute a conclusive' ,,, ;
determination that the arbitrator or arbitrators originally appointed
were so unable or, f ailed : to,act with' rgasonable promptness: and, if the
said ,;edge gated, aV request oti Party.B', that Party: A did not, rAke, auch
request vlthip} a reasonable time; ,
• ' t 1P:7f I .:'i:S L 1� = , r '• i fp. ..-,"1 •. F i . c t,':', f !!'1.; 11;1.: : 'w r .
If for any Mason S. third, arbitrator, or-three new arbitratorsa .shall+ not: 1u,
be as}ppinte&byaA Ju49es0 .the United States , M9triot .Court;.undar•th@ r
circuxetaaces hereinabove dtacribed, :or it' threq;new, arbitratorvarpiyo : ,
appointed and are unable or fail to act with reasohable 'protaptness: in
reaching a decision regarding the question submitted to arbitration ,
then the, arbitration, procgdurq ehpll bd deemed; to-have failed and:.the.:
parties.,shall,be froe.,toL assert their rights in .the;oa;w: maanerias 4V
they hacVnot, agreed+ to. subiait the questionAc, arbitration,
If the above, agreement+ to, submit questions,;of dispute to arbitratiah, ia
, not enforceable under the law bf applicable jurisdiction, each such . .i . ,
question Lifter it has arisen may by agreement of both parties hereto be
submitted' to: arbitration in the manner set forth above. 1i : . , 1
, r ' ,, 1,
; _ , ,,
The Contractor s hall not; cause, & deley_ of the Vorkduring' any, arbitration :.
proceedingsi i except by_ agreement] with the; Owner, '1 It is linderptood and
agreed bytthe partiep:to x
the c:ontroct ,that no, equirement .or trtater,gnt
heroiniahall be.'interpreted as durtailing t2fe power of the Engineer, to
detorreine the' t+mount j quality,-' and acceptability,, of work and- matarialb . :'
{
050163 Fos
GC-16. RIGHT OF OWNER TO TERMINATE CONTRACT. If the work to be done
under this contract Is abandoned by the Contractor; or if this contract
is assigned by him without the written consent of the Owners, or if the
Contractor is adjudged bankrupt; or if a general assignment of his
assets is made for the benefit of his creditors ; or if a receiver is
• appointed for the Contractor or any of his property; or if at any brae
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 sny of the conditions of this contract , or
that he is executing the same in bad faith or otherwise not in accord-
ance with she terms of said contract ; or if the work is not substantially
completed within the time named for itr, 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 commence performance within thirty
( 30) days , the Owner may take over and prosecute the work to completion,
by contract or otherwise. The Contractor and his surety shall be liable
to the Owner for all excess cost sustained by the Owner by reason of such
prosecution and completion. The Owner may take possession of,,and utilize
in completing the work, all materials , equipment , tools , and plant on the
site of the work,
GC-17. SUSPENSION OF WORK, The Owner reserves the right to suspend and
reinstate execution of the whole or any part of the work without invali-
dating the provisions of the contract.
Orders for suspension or reinstatement of, the cork will be is9ued by tho
Owner .to the Contractor An writing, , The time f or:coMletiou os* the work
will be extended for a'perioa ,equal to the time lost by reason: of the
suspeneion,
Changes in Contractor's price or delivery schedules which occur during a
period, of suspension ordered by the Owner. shall not sffec�rthis contract
except as mreed Ly the Owner and the Contractor. If the Contractor,
proposes to apply such changes to this contract , he shall present his ,
proposal to the Amer in writing. During the 30 day period from and
after the receipt by the Owner of such written proposal, the Owner shall
be pe mitted to reinstate the work without change. If the work is not
reinstated during this 30 day period, the Cvner and the Contractor shall
agree upon reasor;sble and proper changes or the Owner may Cancel the
unshipped portion of the work.
Changes in delivery schedule , shall seen extension of the „scheduled timer
of delivery beyond the numoer of days ,oP the suspension period,
050163 FOB GC-9
GC-18. .DEL_ AYES SHIT MEKI, '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 (nrner will pay the Contractor reasonable and proper extra charges
incurred by the Contractor as a result of the delay. �,urh extra charges
shrill. inclu9e store e charges , handling charges , insurarwr. , interest
on investn.ent , and transportation charges to the store.gr• facility.
CC-19. CF1�`tEI�IJii'i011 t)!, Wu}ti: . 91he Owner ieserves the riKht to cancel
the tmsiiippe�_ portion o: the wol•k. In the event of k:Lnr:rll .t ion , the
Owner will. pay the 'ont,ractor reasonable and proper canr'r,llation charges .
GC-20. IJ+WS 1�3D Oki)1NAEVL'f�.5_. 'Ile Contractor shall observe and comply
with all ordinances , laws , and regulations , snu shall protect and
indemnify the Owner and the Owner' s officers and agents ggainat any
claim or liability arising from or based on any violation of the same .
All permits and licenses required in the prosecution of the work shall
be obtained and paid for by the Contractor.
GC-21. HINDEM CES AND DELAYS . In executing the Contract Agreement ,
the Contractor expressly covenants that, in undertaking to complete
the-work within the time therein fixed, he has taken into consideration
and made allowenpes for, all hindrances and delays incident to the,work.
No claim shall be nade by the Contractor for hindrances or delays from
any caw;e during the progress of the work, except as provided in the
paragraph on "SUSPENSION OF WCRK'' .
GC-22. EX'T'ENSIONS OF TIME. Should the Contractor be deleyQd in the
final completion of the work by strikes , fire , or other cause beyond
the central of the Contractor and which, it, the opinion oj`• the Englnerr ,
could have been ne.tther anticipated nor' &Voided, then an ex`:enaioh of
time sufficient tq comp-.nsate for the delay, as determined by the
Engineer , shall be granted by the Owner; provided, that the Contractor
shall give the Owner and the Engineer prompt notice in writing of the
cause of delaf in each case end .shall demonstrate that he has used all
reasonable means to minimize the delay, Extensions of time will not
be granted for delays caused by unfavorable weather, inadequate working
force # or thefailure of. the Contractor to place orders for equipment
or materials sufficiently in advance to insure delivery when needed. .
GC-23. MkIERTAI.9 AND EQUIPMENT. Unless specifically provided other-
wise in each case , el.) materials and equipment furnished for permanent
installation in the work shall conform to applicable stendard specifi-
cations and shall be near, unused, and undamaged when installed or
otherwise incorporated in the work. No such material or equipment
shall be used by t;ie Contractor for any purpose other than that intended
or specified , unless such use is specifically authorized by the Engineer
in each case .
050163 hoe GCz10
�r
GC-24. GUARANTEE. The Contractor guarantees that the material and
equipment herein contracted will be as specified and will be free from
defects in design, workmanship and materials. If •1lthin the guarantee
period the material or equipment fails to meet thr provisions of this
guarantee , the Contractor shall promptlj correct any defects , including
nonconformance with the specifications , by adjustment, repair or re-
placement of all defective parts or raterials .
Unleas otherwise specified, the guarantee period shall begin on the
date of final payment or the date of initial operation, whichever is
later, and the guarante: period shall end 12 months later.
If manufacturer' s field supervisors are included in the contract, such
supervision shall be furnished by the Contractor without cost for the
correction of any doti'ects .
The Contractor will be given an opportunity to confirm the existence
of the defect but he shall not delay the correction wh:•le making such ;
determination..
e Con tractox' shall t)itend •th, , rovisiohs of, this guaranteo to c6Ve�?`';,
sions fords er odlofeo ►'t parts fux`nfshed i}cder" th'e, guarantee pro
•
e year fz<om the date their aY o��'.
of iriet lati' f
If within ten days after the Owner-,giVed the Contractot. iiotidd, if "a'
defect , the Contractor neglects to make, or undert;ike with due dili-
*nco' to make, th necessary Coftect'onr the Owner Is' htttbf author's
ized 'to' stake the corrections hfhnself o order the Vork to be done' by'
a third party, and the cost of the corrections shall' be`paid bV'thp
Contractor.
. . . , e, ,- .• ,;! � � is
Li the evert of an` emergency- where in the judpmt bf the Owner thb'
del*, :resulting from giving fdrias1 notice would cause' gerioue 'l'os'e` bi
dameee which could be prevented by immediate action, defdcth' inay bb ,
corrected by the Owner, or a third party chosen by the Owner without
giving-prior. notice to the 0ontrabt0r: and •th'a cbst of the corrections` '
9heli, be paid by the Contractor' - In the eveht such action It. 't(ikefi
by'-the Owner, the Contractor.wi.11 be notified promptly end shall assist
wherever. poBsAble in' e3aking the hecesa&+ correctioua.
r-25,•. CL� OR ffiD � I . The Contractor, shall 3n4agft_
r?ify, and gave ,harmless the Owner from all claims for Tabor and mate-
rials furnished under this contract . The Contractor snail subpeit
satisfactory evidence that all persons , firms , or corporations who
have done work or furnished materials under this contract , for which
she Owner may become liable under the lave of the state, have o.een
fully paid or_ satisfactorily secured. . In case' such evidence Ili not
furnished or is not satisfactory, an .amount shall be re't'ained "rom
mpneya due the Contractor which, in ,addition to any ott.ter, eums that. ,
may. be retPined; will ,bA sufficiynt , In the opinion 4f thtr Qvma r, ,tn,
rsa9t ,pforegaic}.,
�i claims 9r� the ppersons; :f�.xruan� co, }
sutch" summ or,,owo ball be retainsd until ,the ia�l itie se: aforesaid
are full discharged or satisfactorily secured.
(DENTONs TEXAS - 4904)
102769 m ,.i -'GC-11
t, xr.� wti • ° az� tkti ' ° ` S P ° x u
GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the
last payment shall be a release to the Owner and every officer and agent
thereof from e11 claims and liability hereunder for anything done or
furnished in connection with the work, or for any act or neglect of the
Owner or of any person relating to or affecting the work.
GC-27. DEFENSE OF SUITS. In case any action in court is brought against
the Owner or Engineer or any officer or agent of either of them, for the
failure omission or neglect orthe Contractor to perform tatty of the
covenants , nets , matters or things by this contract undertNcen ; or for
injury or drunage caused by the alleged negligence of the (.�ntractor or
his agents ; the Contractor shall. indemnify and save hannlesF! the Owner
and Engineer acid their officers and agents from all losses , damages ,
eostsy experises , 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 amount's n'ecessmry to protect himself and the
interests of the Owner against all hazards or risks of lose g's' hez'ein-
after specified. The form and limits of the insurance, t6gother'tiiitki '
the j undertwriter thereof, In each case , 9t,all ,be approved by the ,Owner
bust, regardless of, huch 'approval,' j t 'shell pe the responsibiXity; oft 'e
Coq tractor to,tnafiita�f n adet}uate, gaurance' coverage. )1,41 ure 'ot ,'t}�'e ..
Contractor" to` mai'ntaia' adequate cove'rsge s�aall not 4reIle a him of any
contractupLl .respopsibllity or, obligatioq. „ : a.'
For;;i4e4rapce purposes , the,_ti�tle, gf pvnerehip of equipment ,and .materials
shall,,rgmain ,lrith, ,the Pontraotor, until t e ves such. equipment '
.h Qrm.r recei
and materIi�lq at, the, job site., t, • , , .
If the Contractor does not furnish supervision of erection or testing
of the equipment., 'the <workmep',s: compensation, conq)rehensive automobile
liability and comprehensive generel. liability; insurance specified heroin
may :be omitted.,.,, r
•ii-
Thot,Oontractor- ehal? submit a copy,•of ,the ,transportation insurance policy
to the,,Owner ;at: least, thirty OWL daYs before. the scheduled shipping .date.
Mks ,policy shall ,quote the insuring agreement, and all exclusions ,:, lbe
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 :10 i rfactUrer's` supervisor or `super �i:eors`.'erA.¢xpected"to i&rive at'
the joh' site:'' Lech` certificates 'shall state that ten '(10) 'days 'vrit£'en,
notice will be 'given the 4vner before any polioy covered thereby is
changed or cahc'e?.ed.
GC-28.01. Wok-katen's Co e'nsation and Fir, 1c er's Liability, w'orkilen' s
compensation and employer' s lia illty insurance shall protect the Cori
tractor 'against' till' claims under applicable state vo'rranen' a compensation
laws' and against oldi" , for injury, disease , or death of employees which,
for 'any reason',' nay inot, fall ifithin the xerovisiohs of the applicable '
woe ill't? indurahce 'po14`oy shell 'iNblude 'ah r'ali e`tatibn ',vtd emplhyEr'i3
kMen'9 !com #hdatloh ,iay. , Thie "woj*kmen s Mch ens'a
14'eb tear endCrse61@nt7
(DENTON, TEXAS - 4904) , , s
1=69 CC-12
+�.. 7r,
The liability limits shall not be less than the following:
Workmen ' s compensation Statutary
Employer's liability $100,000 each per�, n
GC-28 .02. Comprehensive A_utanobile Liability. This Insurance shall be
written in comprehensive form and shall protect the Contractor against
all clairis for injuries to members of the public bnd damage to property
of othern arising from the use of motor vehicles , and shall cover the
operation on or off the site of the work of all motor vehicles licensers
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 perso,i
$500,000 each occurrence
Property damage $100 ,000 each occurrence
GC-28 ,03. Comprehensive General Liability_. This insurance shall be
vritten; in comprehensive form and shall protect the Contractor against
all claims arising from injuries to members of the public or- damag8 to
property of others arising out of any act or omission of the Cositractor
or his agents, employees , or subcontractors . In addition, this policy
shall specifically insure the cantractual liability assumed by the Con
tractor under the foregoing paragraph entitled "Defense of Suits"
The :ltability limits shall not be less than the' following:
Bodily injury $250,000 each person
$500,000 each occurrence
Property damage $500,000 each occurrence
$510,000 aggregate
GC-28.O4 . Transportation. This insurance shall be of the "all risks"
type and shall protect the Contractor and the Owner from all insurable
risks of physical loss or damage to equipment and materials in transit
to the yob site and 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 contre.,:t .
Transportation insurance shall provide for losses to be payable to the
Contractor end the Owner as their interests may 6ppear.
053166 FOB GC-13
GC-29. ESTIMATES ANL PAYMENTS. Payments will be made ce.ch month in the
amount of ninety {OT per cent of the estimated value of the equipment
and materials delivered at the job site during the previous calendar
month, providing the shipments were reasonably complete ana integral
units of equipment or reasonably complete lots of materiais ,
After official approval ar.d acceptan,:e of the work by tha Owner , the
Engine?r will be authorized to prepare a final estimate of the 'work done
under this contract . The final estimate will be submitted to the Owner
within ten ( 10) days after its prepr,ration has 1,een authorized , 'she
Owner will , wichin thirty ( 30) days thereafter, pay the entire sum found
to be due after deducting all amounts to be retained under any provision
of this contract .
If for a cause beyond the control of the Contractor the Owner does not
give official approval and acceptance of the work within ?65 days after
shipment of equipment and materials is completer!, the final payment will.
be made as stipal ated above providing the equipment and materials are in
accordance with the specifications as far as can be detr:rmined.
GC-30. TAXES, PERMITS. AND LICENSES . Unless otherwise specif WA in these
contract:.ilocume�nts , the Contractor shall pay all sales, use j, excibe, ' and '
other ,taxes.,that ..are lawfully assessed against the Owner or Contractor in
connection with the work under this contract and :shall obtain. and pay fair
all, licenses and permits required for the work.
The Contractor will be compensated for any increase in tax rates, .licdnse
fees , and :permit fees or any new texea, licenses , or permits imposed after
the date of the Proposal; provided however , that this provision shall be
limited to sales , use , _and excise taxes assessed against ttAecompleted. ,
work and to licenses and permits required specifically for the proposed
work.
053166 FOB pC-14
Mr
�",Til r,- 0
T 3 "
CONTENTS
-Jection IA - SCOPE OF THE WORK IA-1 thru I.A-3
lA.1 General IA-1
1A.2 Work Included in this Contract 1A-1
1A*3 MlscellgneouI3 Materials and Services IA-1
1A.4 Work Not Included in this Contract IA-2
IA- 5 Schedule 1A-3
1A.6 Contractor's Services IA-3
Section 1B - GENERAL EQUIRM SPECIFICATIQNS IB-1 thru IB-4
10,1 General 18-1 1
18,2 Speci f ice
tiogis and Standards
1B.3 U. mAte.1.1ais
I I I � 1.
Compwipt ,pots
1t , 5 Idehti�i�ation 18-1
31 6 14 an e)r's Instructions ns "d Parts Lists
i7 Shippi
oti-ce
F4A6
O ssb ly AO b
JB_2
qdP Casting
,
MIQ Pr*0te'0i1,;6D
IB-3
ABill ColrieetjonLof Manufacturing Errors
i',12 CO#rol I �Pqyer 1B-3
1$,13 Flagovay 19.4
1b.114 Vlkr4 �12�4
iiI r , I . � 0 1 L -
11 5 shipping it
Typicea, Bok 6�� zs �-802,og
0 6
10 - ENOISEM.' "INO DATA
-1C-1
ids,:
1C. 4orrpsponience ic"i
10,3 auiri$e 1C-1
h
mwilb 'Imew " !4904
POWER UR 2
E-W) TCI-1
Section IA - SCOPE OF THE WORK
lA.l GENERAL. This section covers the general description , scope of
work , and supplementary requirements for equipment , materials , and
services included in this Contract .
The Unit 5 Addition to the City of Denton , Texas , Municipal Electric
Generating Station will include the constru;tion of n complete generating
unit, i . e. , major power plant equipment , systems anal nlaxiliaries , and
plant stracture .
A railroad siding will be available near the plant siLe for delivery of
equipment and materials .
1A.2 WORK INCLUDED IN THIS COY2RACT_. The work under this Contract shall
include furnishing of the specified materials and equipment; providing
engineering data, accessories , and field services as stipulated herein ;
and in accordance with the contract documents , defined in Article GC-l. of
the GENERAL CONDITIONS.
The Contractor shall furnish and deliver fob !Municipal Electric Generating
Station Denton, Texas , the following electrical equipment complete with
accessories as specified in Part 2 - TECHNICAL REQUIREMENTS:
Quantity Description
One Generator Transformer 5
One Main Auxiliary Transformer 5
One Tie Transformer 2
One Grounding Transformer 2
One Bus Duct
Transportation insurance shall be carried by the Contractor in accordance
with the GENERAL CONDITIONS. All risk of loss including damage during
shipment shall remain with the Contractor until delivery at Denton , Texas .
The Contractor shall provide drawings and engineering data, manufacturer's
field services , tools , instruction manuals , and miscellaneous materials
and services as specified herein.
1A. 3 MISCELLANEOUS MATERIALS AND SERVICES. The following miscellaneous
materials and services not otherwise specifically called for shall be
furnished by the Contractor:
All bolts and gaskets between parts furnished by the Contractor
All piping integral to or between any equipment furnished by the
Contractor except as otherwise specified
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-
4 28A
IA-1
All necessary instrument and power and control wiring and raceways
Integral to any equipment furnished by the Contractor. This F- Ill
include terminal blocks and internal wiring to these terminal
for equipment requiring external connection blocks
Drawings, prints , information , instructions, and other data for use of
the Owner's installation contractor
1A.4 WORK NOT INCLUDED IN THIS CONTRACT. Miscellr}neous materials and ser-
vices furnished by the Owner shall be as follows :
Unloading and field installation of all equilunent
Foundations , foundation bolts , and sleeves
Lubricants
Operating personnel for startup and tests
Permanent electric wiring to connect the equipment terminal boxes to
the plant electrical system
1A. 5 SCHEDULE. The shipment of equipment and materials for Unit 5 Addition
to City of Denton, Texas , Municipal Electric Generating Station shall be
completed in time to assure arrival of all components on tLe job site in
accordance with the following schedule :
Section Description Dates
2A Generator Transformer 5 Between August 1
2B and 15, 1972
Main Auxiliary Transformer 5 Between August 1
2C and 159 1972
Tie Transformer 2 Before February 1,
1972
2D
Grounding Transformer 2 Before February 1 ,
1.972
2E
Bus Duct Before February 1,
1972
The equipment specified under Sections 2C, 2D, and 2E shall be provided at
the earliest possible date, The guaranteed delivery dates shown in Proposal
Data for this equipment will be a very serious consideration in the award
Of contract.
Within 60 days after the purchase agreement the Contractor shall submit to
the Engineer a production schedule for all major equipment and CO-14nents .
This schedule shall be corrected and resubmitted quarterly until all equip-
ment has been shipped.
Drawings and engineering data shall be submitted in accordance with the
schedule specified in Section 1C.
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-26A)
060470
IA-2
I
1A.6 CONTRACTOR'S SERVIC11- The services called for in WORK INCLUDED IN
THIS CONTRACT shall be in accordance with the following.
1A.6.1 Submittal of Engineer a Data. Drawings and engineering data for
the specified materials and equipment are essential to the design and sub-
sequent construction of the entire generating unit. Time is of the essence
in completing each phase of the work so that Unit 5 Addition to the City of
Denton, Texas , Municipal Utilities Plant can be in continuous commercial
operation on or before April 15 , 1973.
The Contractor will be required to submit drawings and engineering data in
accordance with the schedule , specified under Section 1C - ENGINEERING DATA,
to assure compliance with the overall construction and operaating schedule .
Failure of the Contractor to submit drawings acid engineering data on or be-
fore the dates specified shall be considered P. breach of contract and reason
for termination of contract if the City of Denton, Texas; , so desires .
1A.6. 2 Manufacturers ' Field Services . The Contractor shall provide the
services of a manufacturer' s field representative. The service representa-
tive shall be technically competent, a direct employee of the manufacturer ,
factory trained, experienced in the installation and operation of the speci-
fied equipment, and authorized by the manufacturer to perform the work
stipulated.
The service representative shall provide technical direction and assistance
for the unloading and installation of the equipment and shall inspect the
equipment after installation; assist the Owner's operating personnel in proper
operating and maintenance procedures; and perform other duties requircl to
obtain proper installation and assure successful operation of the eq,ailment .
1A.6.3 Instruction Manuals. The Contractor shall furnish 12 complete and
final copies of instruction manuals not later than 30 days prior to shipmant
of the equipment. The instruction manuals shall cover complete installation,
operating and maintenance instructions , and drawings and parts lists for each
item of equipment furnished. One copy shall be sent to the Engineer and upon
approval thereof , the remaining 11 copies shall be delivered to the Owner.
The instruction manuals shall be in accordance with the requirements stiplla-
ted in Section 1B.
(PPO ER NTRANSFOMR9EgUiPMENT. - E-28A) IA-3
Section 1B - GENERAL EQUIPMENT SPECIFICATIONS
1B.1 GENERAL. These General Equipment Specifications apply to all equip-
ment. They :hall supplement the detailed equipment specifications but in
case of conflict the detailed equipment specifications shall govern.
1B.2 SPECIFICATIONS AND STANDARDS . The specifications , codes , and
standards referenced in these specifications (including addenda , amend-
ments , and errata) shall govern in all cases where references thereto are
made . In case of conflict between the referenced specifications , codes ,
or standards and th1.s specification , these specification-3 shall govern to
the extent of such difference .
1B.3 U.S . MATERIALS . Equipment and accessories furnished shall be from a
reputable manufacturer currently engaged in production of suci. materials
within the united States of America.
To the extent possible , materials and equipment (including components
thereof) furnished under these specifications shall be produced, processed,
manufactured, and assembled within the United States of America. All
material and equipment which must necessarily be of foreign manufacture
shall be clearly designated in the Proposal in the space provided for de-
viations and exceptions .
1B.4 CWTONENT PARTS. Individual parts shall be manufactured to standard
sizes and gauges so that repair parts , furn.shed at any time , can be in-
stalled in the field. Like parts of duplicate units shall be interchangea-
ble. Equipment shall not have been in service at any time prior to de-
livery , except as require by tests .
1B-5 IDENTIFICATION. All correspondence , shipping notices , shop drawings ,
specifications , engineering data, and other documents pertaining to the
equipment and materials furnished under these specifications shall be
identified by the Ownerla name , specification number, and the name of the
item of equipment or material.
1B.6 MANUFACTURER'S INSTRUCTIONS AND PARTS LISTS . The instruction man-
uals required in Section lA shall include specifications , drawings , and
description of equipment ; installation instructions ; operating instruc-
tions ; parts lists ; and where applicable, test data and curves .
Manuals shall be assembled and bound in Buchan Type ORL (old style) binders
covered with pyroxylin impregnated buckram covers , manufactured by Buchan
Loose Leaf Records Co. , Clifton Heights , Pennsylvania. Binders shall not
be greater than 3-1/2 inches thick and shall be adjustable to permit secure
compact bindii.g Each binder cover shall be stamped with the proper identi-
fication as shown on Sheet P-802.02 bound at the end of this section. A
proof of the lettering for each cover shall be submitted for the Engineer's
approval before the manuals are assembled and submitted.
(DENTON, TEXAS - 4904)
(EQUIPMENT - 091869 ) 1B-1
r
Where appl!cable the information contained in the manual shall include a
list of recommended spare parts with the price of each such item, and the
schedule of required lubricants as recommended by the manufacturer. The
data shall also include all nameplate information and shop order rr=bers
for each item of equipment and component part thereof.
The instruction manuals shall contain a table of contents and section
dividers with index tabs for ease of reference.
1B.7 SHIPPING NOTICE. The Contractor shall submit two copies of a ship-
ping notice describing each shipment of material or equipment . The ship-
ping notice shall be mailed to arrive approximately 3 days ahead of the
estimated shipment arrival.
The addzeLiseea for shipment notices will be determined later.
1B.8 FACTORY ASSEI(BLY. Equipment shall be shipped completely factory
assembled unless specified otherwise or unless the physical size, arrange-
ment, or configuration of the equipment, or shipping and handling limita-
tions, make the shipment of completely assembled equipment impracticable ,
in which case the equipment shall be assembled and shipped as stated in
the Cortractor 's Proposal.
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.
18.9 SHOP COA'T'ING. Steel and iron surfaces shall be protected by suitable
paint or coatings applied in the shop. Surfaces which will be inaccessible
after assembly shall be protected for the lire of the equipment. Surfaces
shall be cleaned and prepared in the shop. All mill scale, oxides , and
other coatings shall be removed.
Exposed surfaces shall be finished smooth , thoroughly cleaned, and filled
as necessary to provide a smooth uniform base for painting and painted
with one or more coats of primer and two or more finish coats of alkyd
resin machinery enamel or lacquer as required to produce a smooth hard
durable finish. Unless specified otherwise, the color of the finish
coats shall be No. 510 enamel , Denton Green, manufactured by Garlock Incorpo-
rated, Industrial Sales Department, P.O. Box 36168 , Hoi:ston , Texas 77036.
Two gallons of touch-up paint and one gallon of finish paint uses on the
electrical equipment enclosures shall be furnished.
Shop primer for other steel and iron surfaces shall be Inertol "621
Rustinhibitive Primer" , Mosil "13-R-50 Chromox QD Primer" , or Tnemec
"77 ChemPrime" unless otherwise specified.
(DENTON, TEXAS - 4904 }
(POWER TRANSFORMER - E-28A) 1B-2
1�r
Machined, polished, and nonferrous surfaces which should not be painted
shall he coated with rust preventive compound, Dearborn Chemical "No-Ox-Id
2W", Houghton "Rust Veto 344" , or Rust-Oleum 4R_911
.
1B. 10 1'i1C1'iy E('TI. All equipment shall be boxed, cratr.ri , or otherwi
suitably prutected during shipment , hrind] iiig, and storage Equipment
having rintifrictiori or sler:ve oearin�: shall be
tight cnclo::
8 ores . protected by weather-
CLnci other eurf:,�es shall l, rtot� .•t.� -i t, riri:,t impact , abrrs;. inn , di coJ.�rat,
2�rid Jt11eY ,11U ;gc .
paired by the Contractor, 1 -m�3ged during e}JliTI�r,t
Returnable containers and special shipping devi^es sha11 be returned Ly
the manufacturer's field representative at the Contra.•tor 's expense
IB•11 CORRECTION OF MANUrA1TUt ING ERRORS. dnd be complete in all respects within the
facturing errors or omissions required to be corrected in the field
be done by the Contractor or his duly authorized representative .
1B• 12 _CONTROL POWER. Electrical power for control and instrwr ,
eritatjc ,
will be a nominal 1 0 volt , single prase , 60 hertz , alternating currE:r;*
or a nominal 325 volt direct current. The Contractor shall provide any
devices required for proper operation and protectio
ribn of the equipment
during electrical power supply
Paragraphs . fluctuations desced it, the following
All direct current electrical devices shall be design !or continuous
operatic 1n9an unsro n ed station battery which will float on trickle
when the equipment is continuous guarantee satisfactory o i,
Volts direct current , with ambient temperatures asyspeciffiiedrro l`pa to I'. *,
devices served from this supply shall not impose a
" rival
1' ground connections on i+..
All alternating current devices shall , unless otherwise specified, be dc..
signed for operation on a nominal 120 volt , 60 hertz , single phase ,
ting current system. The Contractor shall guarantee satisfactory
o
when the equipment is continuously energized at any volt r r
volts alternating current, Y 5
age from 10; to 13
All alternating current and direct current devices shall be guaranteed t,,
operate satisfactorily under voltage conditions specified in the abo: ,
paragraphs and at 50 C ambient temperature .
1B. 13 RACEWAY, Unless specified otherwise , all ra,ewray int •r;c:;r,e. , : ,. _
between devices , panels , boxes , and fittings shall conform to U, ;,, _
and UL G. All cot,duit connections shall. be of tile threaded typE., 1
(DENTON, TEXAS - 49o4 )
(ELECTRICA.L EQUIpjgENT - 112569)
1 L' ;
IB. 14 WIRING. Unless otherwise vpecified, all electrical conductors shall
be Class B stranded copper 14 AWG or larger. Panel wiring shall have thermo-
setting Type SIS insulation rated 600 volts , designed for maximum conductor
temperature of 90 C . Conductor insulation for other wiring shall be cross-
link^d polyethylene according to IF'CFA s-66-524 Interim Standard No. 2 exc,'p
Type AVA shall be used where ambient conditions cause conductor operatir.t,
temperatures to exceed 90 C . Metallic sheathed conductors are not accepLa
Preinsulated wiring terminals with metal reinforced shoves shall be prcvid:-'.t
on all coriuctor terminals .
'ierminul blocks snail be provided fur conductors requlrir:g cor,r:cct;cm t
�.
l'U1LS external lU L.:P. Sp�'1-i fl dd E:g1,1pIa ei4t , for In ernoi1 i.' j t'CU1 CZu'G', •
shipping splits , and where equipment parts replaee¢ent rind maintcnanc
be fa:ilitated.
Each terminal block, conductor , device, fuse block , and terminal shall be
permanently labeled to coincide with the identification shown on the draw-
ings . Conductors shall be identified by legible markings on device tesmir.:3is ,
printing on the conductor packet or wiring sleeve , or by other means api.zovd
by the Engineer. Terminal and conductor identification shall be by a Per-
manent method unaffected by beat, solvents , or steam, and not easily dis-
lodged, preferably by means of metal sleeves or printing on the wire jacket .
Adhesive labels are not acceptable .
18.15 SHIPPING REQUIREMENTS. V hen specified, the manufacturer shall mount
and ship three impact recorderZ v. th the specified equipment . The impact
recorders shall be mounted at the fe.ctory to provide a permanent record of
the magnitude of ay.iel, transverar , and vertical forces to which the egl:il-
ment will be subjected while in transit. The custody of the impact recorders
upon arrival at the plant site shall be the responsibility of the manufactu;'rr
The recorded impact charts shall become part of the furnished equipment .
(DENTON, TEXAS - 4904 )
(ELECTRICAL EQJIPMENT - 112569 ) 1B-!
NMI
CITY OF DENTONr TEXAS
MUNICIPAL ELECTRIC GENERAIING STATION
UNIT 5
41
ti
O
INSTRUCTION BOOK
Z FOR
z NAME OF EQUIPMENT
0
a
x z
w —
MANUFACTURER' S NAME
0 z MANUFACTURER 'S ADDRESS N
auf_-
0
� u
W
J
- W
U J
a RLACK 8 VEATCH
a
CONSULTING ENGINEERS
z KANSAS CITY, MISSOURI
•J
Note: (front Cover)
Large type shall be 30 point Tempo Heavy Condensed
All other type shalt be It point Copperplate Medlus Gothic
TYPICAL EQUIPMENT INSTRUCTION BOOK COVER
BLACK 8 VEATCH C I T Y OF D E N TO N , TEXAS
CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-802 .02
KANSAS CITY, MISSOURI ' I� S
Section 1C - ENGINEERING DATA
1C-1 GENERAL. This section covers manufacturer 's drawings and other
engineering data which the Contractor shall submit to the Engineer for
design information or approval ,
1C.2 CORRESPONDENCE. Correspondence forwarding drawings and other
engineering data eha11 be addressed as follows :
Original and one copy to the Engineer, Attention: Mr. Roger Dutton
1C- 3 DRAWINGS. Reproducible mylar transparencies of all manufacturer's
drawings of schematics, wiring, one-line and three-line diagrams, and
arrangements and views of all control or relay panels shall be furnished,
The transparencies shall include all field changes and modifications made
prior to final acceptance,
When changes in the equipment are made in the field to correct shop con-
struction errors or to e.9apt the equipment to the Owner 's requirements ,
the Contractor shall prepare and submit eight copies of record drawings to
the Engineer to show the equipment as finally installed in the Owner 's
substations .
1C.4 SCHEDULES. All outline drawings, one-line diagrams, control sche-
matic diagrams for operating mechanisms , and other drawings which show
details required by the Engineer for design of structures and wiring
associated with the insrallation of the equipment shall be submitted with-
in 60 calendar days after award of contract . N
All detailed wiring diagrams and other drawings shall be submitted within
120 days after award of contract.
All instruction manuals shall be submitted not later than 30 days prior
to shipment of the equipment .
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 1C-1
N
PART fftcm CA *IhRE"ITS
CIDMMM
LaM 1.1
Section 2A - GENERATOR TWSFOM 2AWil thru 211-5
Ml General 2A"1
2A.2 Codes !and Standards 2A-1
2A. 3 Ratini ii " i 2A-1
Con' structlor, DetMls 2A•
2A. 5 'Accessories 2A-4
2A.6 lact6ry '#Nstv 2A-5
2A-7 Shlyping' Requirements
(• 28.1 stiefion, 2D - MAIN AUXItI.IRY TRANSFORMER 5 2B-1 thru 2B-4
General , 2B=1
2842 Cod s M ndi-ds
4' St a
2B:3 Rat ng
2B.4 c6niir tion. Dii-
2Bp5
Kccess6rtee 2B 3
Fai T'e'it's
Section 2C TIE TtAX§�.MER'jil 2c-5
99►1 General ,
2C.J`
2041, Codis ariA S#w
0 - W4s
M3 Rating ,11.'
2C 6 Psi Tp s t is
Sicti8n* 2D,, - 06VN,Dj
26-1 t'4t'4 M. 3
2D!1 � Genpral
2D6.I Codes and` 5t�ndar¢ 2D J.
•4.3 "'Rating
2DIJ
2D.4 Construdtion Details 2 1 D-1 k
2P.55 Acceoiorieo
I
. 2D6P3
2N 6 raoiay'rut s - . 2N.
Section 22 - BUIS =r 2�.Y thru 2E-r2
2E, 2 Codes sqnd,13tmiar Am
2E•3 zquf pm0
ont'! 40'Ji4terial Hdgglrbd 2B`,1
22A Vattils of Constru6tl6n
DE j TMW- 4904 ,
IMtDWIR TIMSPOMM 9QVIPWrt &28A
TC24,
!� w
E
Section 2A - GENERA'T'OR TRANSFORMER 5
2A.1 GENERAL. This specification covers one power transformer for generator
step-up use on systems with nominal ratings of 69 ,000 volts and 14,400 volts .
2A.2 CODES AND STANDARDS. All equipment furnishCd under these specifications
shall conform to applicable standards of USAS, NEMA , IUE , and these specifi-
cations .
2A. 3 RATING. Transformer rating shall be according to the following:
Number of phases Three
Capacity
55 C temp rise 42/56/70 mva
65 C teml, rise , max 78. 4 mva
Class OA/FA/FA or OA/FA/FOA or OA/FOA/FOA
Coolant Oil
Frequency 60 hertz
Nigh voltage 69 ,000 Grd Y/39,840 volts
Basic impulse level
(BIL) 350 kv
Low voltage 14,400 delta volts
Basic impulse level
(BIL) 110 kv
Neutral 110 kv BIL, brought out through
cover mounted neutral bushing
Full capacity taps Two approximately 2-1/2 per cent
taps above and two approximately
2-1/2 per cent taps below rated
high voltage
Vector relationship Low voltage shall lag high
voltage by 30 degrees
Impedance Manufacturer' s minimum standard
Ratio of copper loss to Manufacturer' s minimum standard
iron loss
it
(MITON, TEXAS - 490 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2A-1
a
2A.4 CONSTEUCTION DETAILS. Transformer equipment shall include the
construction details specified in the following paragraphs .
2A.4 .1 Bushings. Except ac otherwise specified all bushings shall be
cover mounted, shall be rated in accordance with USAS C76.1 , shall be
interchangeable with circuit breaker bushings of the same ampere and
voltage class, and shall have provisions for power factor testing. All
bushing porcelain for outdoor service shall be brown color.
2A.4 .1.1 High Voltage Bushings . High voltage bushings shall be 350 kv
BIL and shall be cover mounted in Segment 3.
2A.4.1 .2 Low Voltage Bushings. Low voltage bushings shall be 110 kv
BIL and shall be cover mounted in Segment 1.
Flanges designed for direct connection to the Owner 's isolated phase bus
duct shall be provided around thes6 low voltage bushings . Exact re-
quirements for these flanges will be determined later by the Engineer.
2A.4 .1 .3 Neutral Bushings. One cover mounted 110 kv BIL neutral bushing ,
shall be provided in Segment 2 for the high voltage neutral. The neutral
bushing shall be provided with a ground bus extending to the gro ,hd pads
at base level.
2A.4.2 Mechanical; Construction. The tank, base, radiators , covers, and
cabinets shall be fabricated from steel with sufficient strength to with-
stand an internal pressure 125 per cent of the normal operating pressure
resulting from the expansion and contraction of the oil and gas in the
sealed tank. All joints in the tank and radiators shall be made oiltight
and gastight by welding.
Connections between oil coolers, pumps , and tanks shall be provided with
gasketed bolt secured flanges.
The transformer shall be equipped with skids , pulling eyes , Jack bosses,
and lifting lugs .
2/x.4 .3 Core and Coils. Core and coils shall be in accordance with USAS
C57 Standards in all respects and shell be braced to withstand normal
moving and handling without the use of epecial shipping braces .
2A.4.4 Cooling Equipment and Controls. Equipment shell be furnished to
provide the required c0zl.ing capacity to mainta! a the specified transformer
rating. Temperature control shall be provided by winding temperature equip-
menv including a thernal relay, temperature indicator , three sets of contacts ,
a temperature control , and current transformers. Winding temperature equip-
ment provided shall be arranged and designed to automatically operate the
cooling equipment capacity in two steps proportionate to the transformer load.
Control circuit devices shall be rated for 120 volts single phase. Alarm
circuit devices shall be rated 125 volts d-c .
(DENTON* TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2A-2
f
1
e
Cooling equipment motors shall be rated for service on 480 volt, 3 phase
power.
Manual control switches shall be provided in the control cabinet to allow
testing anc maintenance of the cooling fans and pumps .
2A.4. 5 Auxiliary Power and Circuits . All auxiliary poser and control cir-
cuitr which are supplied for connection to external circuits shall be
brought to suitable terminal blocks located In a common weatherproof control
cabinet. Terminal blocks shall be equipped with washer head binding screws ,
covers , and white circuit identification marking strips . General Electric
Type EB-5o 6 point , shorting type terminal blocks shall be used on current
transformer leads. Power for operation of control circuits shall be 120
volt , single phase , served from an internal 480-120 volt transformer at
one point in the control cabinet.
2A. 4. 6 Insulating Liquid. A sufficient quantity of insulating liquid shall
be furnished with the transformer and, where possible , the transformer shall
be shipped filled to the 25 C oil level. The initial filling of the trans-
former shall be made under approved methods designed to eliminate entrained
air from within the tank and windings . If it is nec• ssary to dry out the
transformer insulating liquid in the field , it shall be done by and at the
expense of the Contractor who shall furnish all labor, material, equipment ,
Instruments , and apparatus required.
The insulating liquid shall meet all requirements as defined ,by NEMA standards ,
shall be chemically stable , free from acidity or other corrosive ingredients ,
shall possess high dielectric strength , and shall test at least 28 kv when
tested upon receipt at the fob delivery point.
2A.4.7 Oil Preservation System. The oil preservation system shall be
either the inert gas pressure type or the expansion tank type.
2A.4. 7.1 Inert Gas Pressure System. The automatically maintained dry nitro-
gen gas pressure system shall provide an inert gas atmosphere above the oil.
The complete gas system shall include an alarm device with alarm contacts
arranged for remote indication of low gas supply .
Nitrogen control equipment including adequate space for nitrogen bottles
shall be mounted. in an easily accessible weatherproof enclosure mounted on
the transformer tank.
2A.4.7. 2 Expansion, Tank System, The expansion tank system shall include an
auxiliary o:l expansion designed and connected to seal from the atmosphere
the oil in the completely filled main tank and to provide sufficient oil ex-
pansion volume through a top oil temperature range of 100 C without exceeding
a positive pressure of 5 psi gauge.
(DENTONj TEXAS - 4904 )
(POWER TRANSFORM EQUIPMENT - E-23A) 2A-3
2A.4.8 Current Transformers. Ilultiratio bushing type current transformers
with fully distributed windings for relaying service shall be furnished as
described below.
Ampere
Location Ratio Quantity
Neutral bushing 1200/5 Cne
2A. 4.9 Lightning Arresters. Station type , transformer mounted, lightning
arresters shall be provided and mounted near the bushings as follows :
Location Quantity Rating
High voltage 3 60 kv
i
Lightning arrester porcelain shall be brown color. The top of the arresters
shall be at least 10 inches lower than the top of their associated bushings .
2A.4.10 Ground Bus . The transformer shall be equipped with a ground bus
from each lightning arrester and neutral bushing to the transformer ground
pads at the base level .
2A. 4.11 Terminals . One bolted clamp type ground connector for 1/0 AWO to
300 Mcm copper conductor shall be provided fcr each tank grounding pad.
2A. 4.12 Undercoating. A protective undercoating shall be applied to the
bottom surfaces of the transformer tank arc. base.
2A.5 ACCESSORIES. Standard accessories shall be provided according to USAS
C57. 12 except that there shall be inciudeL at least one set of spdt alarm
contacts for the following devices :
Magnetic liquid level indicator
Liquid temperature indicator
Pressure relief device
There shall also be included one fault pressure relay system sensitive to
the rate of pressure increase and consisting of a 125 volt d-c dpdt
(electrically separate contacts - one for trip , one for eiarm) element
wired to identified terminal points in the main control cabinet and shall
be suitable for use in the transformer protection scheme.
The manual operator for the de-energized tap changer shall be extended to
provide operation at base level.
(DEVTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2A-4
2A.6 FACTORY TESTS. All standard routine factory tests , including quality
control tests and the manufacturer's standard Corona test, shall be made on
the transformer and six certifies copies of these tests shall be delivered to
the Engineer. Temperature tests will not be required on this transformer, but
calculated temperature rise based on tests of similar units of previous manu-
facture shall be furnished.
The Owner reserves the right to witne.is testing.
The Contractor shall notify the Owner of the specified tests not less than
15 days prior to t1,e date of test to allow the Owner to witness testing
if so desired.
2A.7 SHIPPING REQUIREMENTS. Impact recorders shall be provided with the
equipment in accordance with Paragraph 1D.14 of these specifications .
(DENTON, TEXAS - 490E )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2A-5
Section 2B - MAIN AUXILIARY TRANSFORMER 5
2B.1 GENERAL. This specification covers one power transformer for
use as the main auxiliary transformer on systems with nominal ratings
of 14 ,400 volts and 4360 volts.
28.2 CODES AND STANDARDS. All equipment furnished under these speci-
fications shall conform to applicable standards of USAS, NEMA, IEEE,
and these specifications .
2B.3 RATING. Transformer rating shall be according to the following:
Number of phases Three
Capacity
55 C temp rise 5000/6250 kva
65 C temp rise, max 7000 kva
Class OA/FA
Coolant Oil
Frequency 60 hertz
High voltage 14,400 volts , delta
Basic impulse level
(BIL) 110 kv
Low voltage 4360Y/2520 volts
Basic impulse level
(BIL) 75 kv
Neutral 75 kv BIL, brought out through
wall mounted neutral bushing
Full capacity tape 'M approximately 2-1/2 per cent
taps above and two approximately
2-1/2 per cent tape below rated
high voltage
Vector relationship Low voltage shall lead high volt-
age by 30 degrees (nonstandard)
Impedance Manufacturer's minimum standard
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2B-1
2B.4 CONSTRUCTION PITAILS. Transformer equipment shall include the
nonstruction detai.ls specified in the following paragraphs .
2B.4 , 1 Bushir&. High voltage bushings sh411 be 110 kv BIL cover
mounted in fegment 3 and provided with flanges designed for direct
connection of the Owner 's isolated phase bus duct .
Low voltage and neutral bushings shall be 75 kv BIL tank wall mounted
In Segment 4 and provided with an air filled junction box for direct
connection of phase conductors to the Owner's three wire group phase
bus duct. Provisions shall be furnished for the connactioli, by the
Owner, of insulated neutral cable connection, to grounding resistor.
2B.4 .2 Mechanical Construction. The tank, base, radiators, covers ,
and cabinets shall be fabricated from steel with sufficient strength
to withstand an internal pressure 125 per cent of the normal operating
pressure resulting from the expansion and contraction of the oil and
gas in the sealed tank. All joints in the tank said radiators shall
be made oiltight and gastight by welding.
The transformer shall be equipped with skids , pulling eyes, jack
bosses , and lifting lugs .
2B.4. 3 Core and Coils. Core and coils shall be in accordance with
USAS C57 Standards in all respects and shall be braced to withstand
normal moving and handling without the use of special shipping braces .
2B,4 .4 Cuolinq Equipment and Controls. Equipment shall be furnished to
provide the required cooling capacity to maintain the specified trans-
former rating. Temperature control shall be provided by winding tem-
pereture equipment incauekirg a thermal relay, temperature indicator,
three sets of contacts, a temperature control , and cu_Nrent transformers .
Winding temperature equipment provided shall be arrangea and designed
to automatically operate the cooling equipment capacity proportionate
to the transformer load. Control circuit devices shall be rated for
120 volts single phase. Alarm circuit devices shall be rated 125 volts d-c.
Cooling equipment motors shall be rated for service on 3.20/240 volt,
single phase power,
2B.4 .6 Auxiliary Power and Circuits . All auxiliary power and control
circuits which are supplied for connection to external circuits shall
be brought to suitable terminal blocks located in a common weatherproof
control cabinet. Terminal blocks shall be equipped with washer head
binding screws , covers, and white circuit identification marking strips .
General Electric Type FB-5, 6 point , shorting type terminal blocks shall
be used )n current transformer leads. Auxiliary power for operation of
control circuits shall be 3.20 volt, single phase, served from an external
circuit at one point in the control cabinet.
(DENTON, TEXAS - 4904
(POWER TRANSFORMER EQUIPMENT - E-28A) 2B-2
�� asst
2b,4.7 insula ting Liquid. A sufficient quantity of insulating liquid
shall be furnished with the transformer. The initial filling of the
transformer stall be made under approved methods designed to eliminate
entrained air from within the tank and windings . If it is necessary
to dry out the transformer insulating liquid in the field, it shall be
done by and at the expense of the Contractor who £hall furnish all
labor, material , equipment , instruments , and apparatu,. required.
The insulating, liquid sha11 meet all requirements an doCined by NE14A
standards , shall be chemically stable , free from acidity or other cor-
rosive ingredients , shall possess high dielectric strength , and shall
test at least 28 kv When tested upon receipt et ' he ,fob delivery point.
28.4. 8 Oil Preservation System. Oil preservation b`nall be the "sealed-
tank" system with the cover welded in place. Handhole covers and bush-
ings shall bc; securely bolted to gasketed openings in the cover. A
pressure-vacul)n gauge and pressure-relief device shall be furnished
which will seal the int;ricr of the transformer from the atmosphere
throughout a top oil t-emherature range of 100 C and which will hold
the gas plus oil volume constant without the internal gas pressure
exceeding 10 psi gauge Iro9itive or 8 psi gauge negative. The trans-
former shall be shipped filled with oil to the 25 C level with all
radiators , bushings, covers , and connections in place , ready to un-
load and be put into immediate service.
28.4.9 Current Transformers . ltultiratio bushing type current, trans-
formers with fully distributed windings for relaying service shall be
Tarnished as � eacribed below:
Ampere
Location Ratio Quantit
High voltage bushing 600/5 One per phase (Total 3)
High voltage bushing 4000/5 One per phase (Total 3)
Neutral bushing 120015 One
2B.4.13 Terminals . One bolted clamp type ground connector for 1/u AWO
to 300 Mcm copper conductor shall Le provided for each tank grounding
pad.
2B.4. 14 Undercoating. A protecti-te undercoating sP.all be applied to the
bottom surfaces of the transformer tank and base .
2B.5 ACCESSORIES. Standard accessories shall be provided accurding to
USAS C57. 12 except that there shall be included at least one set of spdt
alarm contacts for the following devices :
Magnetic liquid level indimtor
Liquid temperature indi^atox
Pressure relief device
(DENTON, TEXAS - 490:4 }
(POWER TRANSFORMER EQUIPMENT - E-28A) 2:�-3
r,.. y_. a .. a'7`7
There shall also be included one fault pressure relay system sensitive
to the rate of pressure increase and consisting of a 125 volt d-c spdt
element wired to identified terminal points in the main control cabinet
and shall be suitable for use in the transformer protection scheme.
The manual operator for the de-energized tap changer sha".1 be extended
to provide operation at base level .
I
2B.6 FACTORY TESTS. All standard routine factory tests , including
quality control tests , and the manufacturer's standard Corona test ,
shall be made on the transformer and six certified copiea of these
tests shall be delivered to the Engineer. Temperature tests will not
be required on this transformer, but calculated temperature rise based
on tests of similar units of previous manufacturer shall be furnished.
The Owner reserves the right to witness testing.
The Contractor shall notify the Owrer of the specified tests not less
than 15 days prior to the date of test to allow the Owner to
witness testing if so desired.
23.7 SHIPPING REQUIREMENTS. Impact recorders shall be provided with
the equipment in accordance with Parrgrapt: 1B.14 of these specifica-
tions .
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 28-4
ar�i�s
Section 2C - TIE TRANSFORMER 2
2C.1 GENERAL. This specification covers one power transformer for use
as a tie transformer on systems with nominal ratings of 69 ,000 volts
and 13 ,800 volts.
2C.2 CODES AND STANDARDS . All equipment furnished under these speci-
fications shall conform to applicable standards of USAO, NEMA, IEEE,
and these specifications .
2C.3 RATING. Transformer rating shall be according to the following:
Number of phases Three
Capacity
55 C temp rise 15/20/25 rava
65 C temp rise , max 28 mva
Class OA/FA/FA or OA/FA/FOA or OA/FOA/FOA
Coolant Oil
Frequency 60 hertz.
High voltage 69,000 Grd Y/39 ,840 volts
Basic impulse level
(BIL) 350 kv
Low voltage 13,800 volts , delta
Basic impulse level
(BIL) 110 kv
Neutral 110 kv BIL, brought out through
cover mounted neutral bushing
Full capacity tape Four approximately 2-1/2 per cent
taps below rated voltage
Vector relationship Low voltage shall lag high
voltage by 30 degrees
Impedance See Paragraph 2C.4 .11
(DENTON, TEYAS - 4904 )
(POWER TRANSFORMER EQUIPMEIrT - E-28A) 2C-1
2C.4 CONSTRUCTION DETAILS. Transformer equipment shall include the
construction details specified in the following paragraphs .
2C.4 .1 Bushings . Except as otherwise specified all bushings shall
be cover mounted, shall be rated in accordance with USAS C76.1 , shall
be interchangeable with circuit breaker bushings of the same ampere
and voltage class , and shall have provisions for power factor testing .
All bushing porcelain for outdoor service shall be I)rcwn color .
2C.4 .1 .1 High Voltage Au shings . High voltage bushings shall be 350 kv
BIL and shall be cover mounted in Segment 37
2C.4 .1.2 Low Voltage Bushings . Low voltage bushings shall be 110 kv
BIL tank wall mounted in Segment 4 , in an air filled Junction box for
direct connection of the group phase bus duct and cable connections
specified under Section 2L of these specifications .
2C. 4 .1 .3 Neutral Bushings. One cover mounted 110 kv B1L neutral bush-
ing shall be provided in Segment 2 for the high voltage neutral. The
neutral bushing shall be provided with a ground bus extending to the
ground pads at base level .
20.4.2 Mechanical Construction . The tank, base , radiators , covers,
and cabinets shall be fabricated from steel with sufficient strength
to withstand an internal prear-ure 125 per cent of the normal operating
pressure resulting from the expansion and contraction of the oil and
gas in the sealed tank, All Joints in the tank and radiators shall
be made oiltight and gastight by welding.
Connections between oil coolers , pumps , and tanks shall be provided
with gasketed bolt secured flanges .
The transformer shall be equipped with ekids , pulling eyes , ,hack bosses,
and lifting lugs .
2C.4. 3 Core and Coils . Core and coils shall be in accordance with
USAS C57 Standards in all respects and shall be braced to withstand
normal moving and handling without the use of special snipping braces .
2C.4 .4 Cooling ES ipment and Controls . Equipment shall be furnished
to provide the required cooling capacity to maintain the specified
transformer rating , Temperature control shall be provided by winding
temperature equipment including a thermal relay, temperature indicator,
three sets of contacts , a temperature control , and current transformers .
Winding temperature equipment provided shall be arranged and designed
to automatically operate the cooling equipment capacity in two steps
proportionate to the transformer load. Control circuit devices shall
be rated for 120 volts single phase. Alarm circuit devices shall be
rated 125 volts d-c.
(DENTON, TEXAS - 4904 )
(POWER TRANSFOR14ER EQUIPM, NT - E-28A) 2C-2
Cooling equipment motors shall be rated fer service on 1180 volt, 3
phase power.
Manual control switches shall be provided in the control cabinet to
allow testing and maintenance of the cooling fens rlr;.l i,umps .
2C. 4.6 _Auxiliary Power and Circuits . All auxiliary lower and control
circuits which are supplied for connectiorr to exterruil circuits shall
be brought to suitable terminal clocks located in n cr,mraon weatherproof
control cabinet. Terminal blocks shall be equipped with washer head
binding screws , covers , and white circuit identificrxtion marking strips .
General Electric Type EB-5 , 6 point, shorting type terminal blocks shall
be used on current transformer leads. Auxiliary power for operation of
control circuits shall. be 120 volt , single phase , served from an inter-
nal 480/120 volt transformer at one point in the control cabinet .
2C. 4.7 Insulating Liquid. A sufficient quantity of insulating liquid
shall be furnished with the transformer and, where possible , the trans-
former shall be shipped filled to the 25 C oil level. The initial fill-
ing of the transformer shall be made under approved methods oesigned to
eliminate entrained air from within the tank and windingo . If it is
necessary to dry out the transformer insulating liquid in the field, it
shall be done by and at the expense of the Contractor who shall furnish
all labor, material , equipment , instruments , and apparatus re-iuired.
The insulating liquid shall meet all requirem,;nts as defined by NFMA
standards, shall be chemically stable, free from acidity or other cor-
rosive ingredients , shall possess high dielectric strength , and shall
teat at least 28 kv when tested upon receipt at the Job delivery point.
2C. 4. 8 Oil Preservation System. An automatically maintained dry nitro-
gen gas pressure system shall be furnished to provide an inert gas atmos-
phere above the oil. The complete gas system shall include an alarm de-
vice with alarm contacts arranged for remote indication of low gas supply.
Nitrogen control equipment including adequate space for nitrogen bottles
shall be mounted in an easily accessible weatherproof enclosure mounted
on the transformer tank .
Sealed bladder type preservation system will be suitable substitute for
the inert gas pressure system.
2C. 4. 9 Current Transformers , Multiratio bushing type current trans-
formers with fully distributed windings for relaying service shall be
furnished as described below:
Ampere
Location Ratio un-ti t
Neutral bushing
(DENTON, TEXAS - 4904 )
(POWER TRANSFnRWR F.QUIPW.NT - E-28A) 2 C_3
2C. 4.10 Lightning Arresters. Station type, transformer mounted, light-
ning arresters shall be provided and mounted near the bushings as follows :
Location uantit
_.y Ratins
Nigh voltage 3 60 kv
Lightning arrester porcelain :0,,Jj be brown color. The top of the
arresters shall be at least 10 inches lower than the top of their
associated bushings .
2C. 4.11 Load Tap Changer. A load tap changer shall b,, provided with a
range 10 per cent above and 10 per cent below rated normal voltage in
32 equal 5/8 per cent steps . Tap changer capacity shall be full rated
kva on taps above normal voltage and current rating corresponding to
full load current at rated voltage on taps below normal voltage. Tap
changer equipment shall include "Remote-Local-Off" and "Raise-Lower"
control switches, tap position transmitter - Selsyn type , tap position
indicator for remote mounting - Selsyn type (General Electric Co. AB-•18
or Westinghouse Electric Co. KA-241) , and all equipment , connections, ,
and terminals required for manual operation of the load tap changer
from the transformer or from a remote control switch .
All required equipment and wiring diagrams for implementation of the
current balance method of control of paralleled transformers shall be
furnished on the transformer for operation with an existing tranaformer.
The existing transformer was furnished with the following pertinent
data:
Manufacturer, General Electric Co.
G. E. Requisition No. 417-67800, Item 1
Serial No. E691537
Impedance 7. 52 per cent
The Contractor shall also furnish for the Owner 's installation all equip-
ment required in the existing transformer for it to be operated as spec-
ified above.
2C. 4.12 Ground Bus. The transformer shall be equipped with a ground bus
from each lightning arrester and neutral bushing to the transfcrmer ground
pads at the base level .
2C. 4. 13 Terminals . One bolted clamp type ground connector for 1/0 AWG
to 300 Mom copper conductor shall be provided for each tank groom ding pad.
(DENTON, TEXAS - 490)j )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2C-4
2C. 4. 14 Undercoating. A protective undercoating shall be applied to
the bottom surfaces of the transformer tank and base.
2C. 5 ACCESSORIES. Standard accessories shall be provided according
to 11W3 057. 12 except that there shall be included at least one set of
si,)dt alarm contacts for the following devices :
Magnetic liquid level indicator
Liquid temperature indicator
Pressure relief device
There shall also be included one fault pressure relcV s3ystem sensitive
to the rate of pressure increase and consisting of a 1,'5 volt d-c spdt
element wired to identified terminal points in the mein control cabinet
and shall be suitable for use in the transformer protection scheme.
The manual operator for the de-energized tap changer ;hall be extended
to provide operation at base level .
2C.6 FACTORY TESTS. All standard routine factory tests , including
quality control tests , and the manufacturer's standard Corona test,
shall be made on the transformer and six certified copies of these
tests shall be delivered to the Engineer. Temperature tests will not
be required on this transformer , but calculated temperature rise based
on tests of similar units of previous manufacturer shall be furnished.
The Owner reserves the right to witness testing ,
The Contractor shall notify the Owner of the specified tests not less
than 15 days prior to the date of test to allow the Owner to wit-
ness testing if so desired.
2C. T SHIPPING REQUIREMENT'S. Impact recorders shall be provided with
the equipment in accordance with Paragraph 1B.14 of these specifications .
(DENTON , TEXAS - 49o4 )
(POWEP. TRANSFORMER EQUIPMENT - E-28A) ?C-5
Section 2D - GROUNDING TRANSFORMER 2
2D•1 GENERAL, This specification covers one groundir�v transformer for
use on system stem with nominal rating of 131800 volts .
fica CODES AND STAN__ D� All equipment furnished under these speci-
fications shall conform to applicable standards of USAB , Nthe IEEE,
and these specifications .
2D. 3 RATING. Transformer rating shall be accordtn
Y to the following;
Number of phases
Three
Capacity
55 C temp rise 500 amperes continuoun
To 200 C ultimate
temperature after
55 C temperature rise 5000 amperes for 10 seconds
Class
OA
Coolant
011
Frequency
60 hertz
Voltage
13,800 voltr, , zigzag
Basic impulse level
031L) 110 kv
Neutral
110 kv BIL, brought out through
cover mounted neutral bushing
Impedance ( zero sequence) 2, 85 ohms er
P phase
cons CONST ON DF:'P_AIIS , Transformer equipment shall include the
construction details specified in the following paragraphs .
2D. 4.1 BushinEs. All bushings shall be 110 kv B11, mounted in Seg-
ment 2. Phase bushings shall be wall mounted in an air filled ,Junction
box for direct, connection to group phase bus duct specified under Sec-
tion 2E of these specifications .
The cover mounted neutral bushing shall be providad with a ground bus
extending to the ground pads at base level .
(DENTON, TEXAS - h904 )
(POWER TRANSFORMER Ec�iJ!['M2 NT •. E-28A)
2D-1
2D.4 ,2 Mechanical Construction, The tank, base , radiators , covers,
end cabinets shall be fabricated from steel with sufficient strength to
withstand an internal pressure 125 per cent of the normal operating
pressure resulting from the expansion and contraction of the oil and
gas in the sealed tank. All joints in the tank and radiators shall be
made oiltight and gastight by welding.
The transformer shall be equipped with ekids , pulling oyes, Jack bosses ,
and lifting lugs .
2D.4 .3 Core and Coils . Core and coils shall be In a,:oordance with USAS
C57 Standards in all respects and shall be braces to withstand normal
moving and handling without the use of special shipping, braces .
2D. 4 .4 Auxiliary Power and Circuits. All auxiliary pwo r and control
circuits which are supplied for connection to external circuits shall
be brought to suitable terminal blocks located in a common weatherproof
control cabinet . Terminal blocks shall be equipped with washer head
binding screws , covers , and white circuit identification marking strips .
General Electric Type EB-5 , 6 point , shorting type terminal blocks shall
be used on current transformer leads . Auxiliary power for operation of
control circuits shall be 120 volt , single phase , served from an exter-
nal circuit at one point in the control cabinet.
2D.4, 5 Insulating Liquid. A sufficient quantity of insulating liquid
shall be furnished with the transformer and , where possible , the trans-
former shall be shipped filled to the 25 C oil level. The initial fill-
ing of the transformer shall be made under approved methods designed to
eliminate entrained air from within the tank and windings . If it is
necessary to dry out the transformer insulating liquid in the field, it
shall be done by and at the expense of the Contractor who shall furnish
all labor , material, equipment , instruments , and apparatus required.
The insulating liquid shall meet all requirements as defined by NEMA
standards, shall be chemicalli, stable, free from acidity or other cor-
rosive ingredients , shall possess high dielectric strength, and shall
test at least 28 kv when tested upon receipt at the fob delivery point .
2D.4 ,6 Current Transformers. Current transformers with fully distributed
windings for relaying service shall be furnished as described below .
Ampere
Location Ratio Quantity
Neutral bushing 1200/5 multiratio One
Each phase at One per phase,
neutral connection 1200/5 total of 3
2D. 4 .7 Termtnals . One bolted clamp type ground connector for 1/0 AWG
to 300 Mom copper conductor shall be provided for each tank grounding
pad.
(DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2D-2
2D.4.8 Undercoating. A protective ,�ndercoating shall be applied to the
bottom surfaces of the transformer tank and base.
2D. 5 ACCES30RIES. Standard accessories shall be provided according to
[SAS 057 . 12 except that there shall be included at leant one set of spdt
alarm contacts for the following devices :
Magnetic liquid level indicator
Liquid temperature indicator
Pressure relief device
There shall also be included one fault pressure relay nystem sensitive
to the rate of pressure increase and consisting of a 1',15 volt d-c spdt
element wired to identified terminal points in the main control cabinet
and shall be suitable for use in the transformer protection scheme .
2D.6 FACTORY TESTS . All standard routine factory tests , including
quality control teats , and the manufacturer's standard Corona test .
shall be made on the transformer and six certified copies of these
tests shall be delivered to the Engineer. Temperature ,gists will
not be required on this transformer, but calculated temperature rise
based on tests of similar units of previous manufacture shall be fur-
nished.
(DENTON, TEXAS - 4904 )
(POWER TRANSFORW0 EVIPMENT - E-28A) PD-3
Section 2E - BUS DUCT
2E. 1 GENERAL. This section covers furnishing of metal enclosed non-
segregated phasa bus duct connections between Tie Transformer 2 and
Grounding Transformer 2 specified under Sections 2C hnd 2D respec-
tively of these specifications .
These transformers will be located to allow approximrit,.,ly 4 feet
of ;lear space between them for walkway .
2E. 2 CODES AND STANDARLS . All bus duct , materials , ru19 accessories
furnished under these specifications shall conform to applicable stan-
dards of IEEE, NEMA, and USAS C37. 20.
2E. 3 EQUIPMENT AND MATERIAL REQUIRED. The Contractor shall furnish
one length of outdoor 3 phase 3 wire metal enclosed nonsegregated phase
bus duct and all materials required to properly connect the bus duct to
the transformer terminals including flexible connections , flanges , bolts ,
washers, nuts and facilities for the connection of three cable terminals
per phase in the Junction box specified under Section 2C.
2E. 4 DETAILS OF CONSTRUCTION. All bus duct shall be self-supporting
type with a nonventilated weatherproof enclosure including space heaters
in the quantity and rating sufficient to minimize condensation in the
enclosure.
The bus duct shall be rated 13,800 volts nominal , 95 kv impulse with-
stand insulation level and 60,000 amperes asymmetrical momentary
current.
The bus duct assembly shall include rigidly supported insulated copper
bare of suitable design and cross sectional area to satisfactorily
carry 1200 amperes rated continuous current without exceeding the
temperature rise as specified by the IEEE and NEMA 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 U.
All Joints shall. have silver-to-silver contact surfaces , shall not
have contact resistance of such magnitude as to proluce excessive
heating, and shall be Insulated with remcva.ble insulating fittings
which will provide an insulation at leas'6 equal to that of the bus
insulation.
The bus shall be installed with nonshatterable insulating supports
capable of withstanding the magnetic forces imposed by rated momen-
tary currents .
( DENTON, TEXAS - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2E-1
Provisions shall be made for bus expansion without setting up undesir-
able or destructive mechanical strains in the bus supports or connec-
tions through a full ambient temperature range from -30 C to +55 C .
Expansion joints shall be included if they are required.
I
(DEIHON, TExAs - 4904 )
(POWER TRANSFORMER EQUIPMENT - E-28A) 2E-2