Loading...
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