HomeMy WebLinkAbout1970
f
ONE
r 7r. -.~y ,f H ~'~tl 1jf . V .r>t { ~!'r v ° •
A { 'Ja~ t L tl~a
~:b b .x _ • ~ ~ r yYY}}((t.,y,~' eta °
bt• ' >>u r ~ 5 Y a 'r~
r, q
i
- .41
7 P • l ° ♦ M
s w' r y {_X ~y f•
i b r r `k ! ~l~ ~ r° r♦ !r { a ` H
° ~ 1 ? [ r a JI y- 1 ip
i w ~ s 'f r x~J'? .rJ r
y-,
f +d ° r~`r e ~ ~^t yq" IyA a `tl , °i 4[`': ~4 : ° •i ` yevr~',
i t yy[ a y i~ a j~ 5 r~ ° ~rG
y[ e' n: 1 ~ °7 sf u a J n itr T ~ . ~ ns y j• e
!t gy~ r ° rid, > tiF,+ ,r .k ~ ~ ~ #r s , 'fir i ti '
g~ # ' ~y~z, •f~#Sf. ~ "i• fi u t * + > ' «s r, ar ~ ~ ( 4 'A 6tt ~yr 4 ~ i }k d~' 11 4 A
T ~ Mi, w a a , a x y A ° a~ a f~ ~ Y ~ ~ xr SCi.
r- Y x."A / A,. of . • 4 •iLL L !
v ° r v ' ' • q 'J ♦ • 'fix"' yrr~kl { '.T ° i k
d
• r,l, t yt pHwit~ ' `r K ' sHt r° y'SyAr2ZM~~.( rs,i'sp d! + ,
• f 444
.
Z x f l y ' r ~§uY , i wr° {ry •/a! T ~ ~vn~
f•;P 1 s~~? 3s n it~^ , [+4'I S f r. A try fp~r y fi° "ti:' o dl4e):p ,I
r.~m'~' '!+"^eril•. p..da?}~,
iw+t~ ~S r 4fi"~1~ldSrfA''~1!!~d°'a'u'$~.JIR+'. ^liq e.
H~ ~`Mt ~ ' •1` . ' e . 1t~. 4H~ e S 'Y' ~ r' '1F~vrYlirhl. `r ~ ~kv i ,.y". ~ "b°a, ri . s,
i
' r mfx x r W-t+'`', s '_4ru Rn ~~s x ~5 i >s °'>Fi. { Y y I # yf au ,SS
r a 1 i r~.t i s t r# r!° ♦ Y ~y ~ y }5 {'~hr 5•'
18r~ {~~R ..~r~ y 4~rvy `[1 ~ y . d' i r 4 { r r v.A ~tF a~ +g e ~t!`~ ,~R~~ YH~t
P•a R i ~x ~la•f..p 1 r'y a r .4 { ~I`+~'~.rl { a : e'kil Y.
A • I t HY 1 E Y`. k•
{ si d b t rA { key ~p 2 j ix v r -F
ff,~ r II r~~~ ♦r ~ f Y rd.'s 1~ X f ~^~+~4~,,^f~!y+i~l,r r~r~{'~ ~r 3r ~ 't 7+ r'
'I ~ s \t e1: ~'u r1•' 'rJYy ~.~i~ ~i~ ~~~r' y
[^•x R'r~i •i f y,, r ~ t rq ~ I ~''i d+ t I ~ 1. ^Ha I 7:.~q C;K
.v ti°• 1. I,, tr ~ 1J '1 x ry5~ 'i'~~ ~ Fri` ' i TrA,~ t y ~•`y~
~ r1.d t ~ 1 l•~
~j v r
~ 3~~^ $'A r 1i~ r %M y~•r• ~ 1q"~ f n 1:rj~ Q' Y r~ ~I y > if S n ~ y ~f~x S{ tp t~+ ~ if '
q ~ 1711E yr (~1 f. ,~y; j.~J'. ~ f ~ • .lMh r~ Q s~f:, y ~s ~ .r fi } rtlr~f ~yy f2'~'`~y. ~.f yg l L `sx ~~~~`~53w1 'r I t,
JJ k g'~M 1 j s^9111 trt e~ ° hir '9 + °!f(;' ! x gr°1h sv~, "-.#"r^'C. r `J♦ jd
1% 0:
! JG'~~ L i 1 t v x{ 1• S, i y °tw r .$1 t ti.
~Crti 5rIr ~ ` •
pp t '4 1 1'r ~/'fi~ 11AYa~ A { Y o r li x <,y x, KuI u <x L 1 t~>< 4' > p'•.
SA ~f. h Y r i h ~4 I,~ . x~~H) D~~ t~ 1 ~ q~ •d •ry ~~!NJ 4 ~ r ~ {utly ~}r~ y
ar e it l { ✓'i W~ r t 1 ° ,rk ~a .A /H '6 j5 -T `v•1.4 rF' P^ t Yy
1 ! W. • • Ir 5~ HI L . V Y ° K Y
{ I { Yd A 4",4,
4°4t+.•, H j:' - M a • f
Hiy IF~ 1 ~ 1. ~ t
~{rr r'1 ~y,l r(y) yj !r• N'. •F ~ • vy~ K'
' . ° tl 31 k t 11 ~ ~ t l~ i • i iI ~Y~^'~~`6tk ~a Rqk Sy+y] _
s L 4 .1',. ~fb' v HA sF v~ { y :d mr 1 r { r FFF 14 y
r~r lr .'1~i ~[~~r b~'~~ix ! r~~~~° fl't ~ lf~l\R [ AIi I 'r~x r ~ •..r ~ s• t ~ :G ~;'91 'ry~Y~O+`.~ f N t'M~ ,~~yr,~
+ ` t
• ~ ~ i i'*11'u'fP t t.. j I.if ,f~ ~~r ' xr
l x f
• A ~ t o a Y 'S't x ..6
i `a't%. •.7' fY+ h S ~,'•c*Nnrrr~ ~.~^at'YM 4'i , r ~r'.,..• '`,r&MPr v1..iwytr ,
SPECIFICATIONS
AND
DOCUMENTS
MUNICIPAL ELECTRIC
GENERATING STATION
UNIT S
CITY OF DENTON, TEXAS
LOAD CENTER UNIT SUBSTATION
SPECIFICATION 4904 F-20A
CONTRACT ISSUE
I
GENERAL ELECTRIC COMPANY
BID] S:nnmons
Dallas, Texas
BLACK .t VEATCV
Consulting Engineers
Kansas City, Missouri
1970
t
y RT . C- wwl a 7099'' vx r
-177 -.•~j -.'S-'-F-r
.a,+ Y' rh .•r;', r :4`i a r" t w^'•'.*'.'t f .t •r r`} ft .a'{: a-1 : t• •p7 , a l•,
t
CITY 01 DENTON TEXAS
MUNICIPAL ELECTRIO
GENERATING STATION
UNIT 5
SPECIFICATION'S AND DOCUMENTS
FOR
LOAD CENTER UNIT SUBSTATIONS
Specification 4904 E-2A
TABLE OF CONTENTS
Page thru Page
BIDDING REQUIREMENTS
Advertisement A-1 A-2
Instructions'to Bidders B-1 B-4
Proposal C-1 C-3
Proposal Data D-1 D-3
CONTRACT FORMS
Contract Agreement CA-1 CA-2
Performance Bond PB-1 PB-2
CONTRACT REGULATIONS
General Conditions OC-l .GC-14
SPECIFICATIONS
PART 1 - OEMERAL REQUIREN[Et-TS
Section
1A General Description And scope 1A'-1' IA-3
1B General E&uipment Specifications iB-l' iB-4
1C Engineering Data' iC-1
PAM 2 - TECHNICAL MUTAFM HIS
i ,
Section
2A Load Center Unit Substations 2A-1 2A-9
(DENTON, axAS - 4904 )
(LOAD CENTER UNIT SUBSTATION £-20A) '!C-l
006770
'
ADVERTISEMENT
LOAD CENTER UNIT SUBSTATION
FOR
DENTON, TEXAS
Sealed bids will be received by the City of Denton, Texas, at the
office of the Director of Utilities, prior to 2:00 P m• September 15,
1970 Central Daylight Time, then publicly opened f%r fli-nishing:
ONE LOAD CENTER UNIT SUBSTATION
Prospective bidders may examine copies of the specifications at the
office of Black b Veatch, Consulting Engineers, 1500 X,!adow 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. Detormina-
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 vork properly
and expeditiously
Pas an adequate financial status to meet financial obligations
incident to this work
Has adequate technical knowledge and practical experience
Has no just or proper claims pending against him on other
similar work
it is desired that the equipment offered by the bidder shall be similar in
size and type to equipment manufactured oy 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 oquipment 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.
Qualified prospective bidders may obtain copies of the specifications from
the Consulting Engineers (mailing address - Black & Veatch, P. 0. Box 8405,
Kansas City, Missouri 64114).
(DENTON, TEXAS - 4904
(LOAD CENTER UNIT SUBSTATION - E-20A)
080770
A-1
All bide must be made on printed contract documen, forme included in the
specifications.
When filed with the Purchasing Agent, each bid shall be accompanied
either by an acceptable bidder's bond, a certified check, or a cashier's
check on any solvent bank, the amount of which shall be not less than
5 per cent of the amount of the bid. The bid security shall be made
payable to the City Treasurer of the City of Denton, Texas. Bid security
of the successful bidders will be returned when their contracts have been
signed, filed with, and approved by the City. Bid security of unsuccessful
bidders will be returned on award of contract or rejection of bids.
No bid may be altered, withdrawn, or resubmitted within 60 days from
and after the date set for the opening of bide.
The City of Denton, Texas, reserves the right to reject any and all bide
and to waive defects in bids.
CITY OF DENTON, TEXAS
John Marshall
Purchasing Agent
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) A-2
070870
INSTRUCTION'! TO
13.1 M' L,JRA_i,. instructions apply to the pr~pat rrLion r;f 1, r•e i, sr.13
for oquiprncnt, m1t^riuIs
, tuvl related wurk fcr the Cll,y r,f 1lenton, Texas,
acting through ito Public Utilities Board and City Caurrc'il hercinrcftcr
referred to as the "Owner". ,
B.2 PROPOSALS, Proposals shall be prepay A iuul submitted ire duplleaLe,
each copy containing a complete bound C~:,py af these conLract doaiuuor,ts •
Proposals which r,re not prepared in accordance with these instructions or
which are submitted without a compleLc bound copy of these c•nnLract 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.
11.2.1 Pr _rration. Fa0i proposrl shall be carefully prepared using the
proposal vid data forms bound herewith. Entries on th,, proposal arid. lata
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
Lhe forms provide for figures only.
Y%ch bidder shall list. in the space provided in tha proposal form 41.1
exceptions or conflicts between Iris proposal and the contract rlr,cw; nt,r.
If more space is required for this listing, additional pages mr~y be added
behind the proposal form. If the bidder takes no exception to the c•~;~-
tract documents, he shall write "None" in the space provided for the list-
ing, Proposals which do not comply with this requirement will be crir,sih^red
irregular aril msiy be rejected at the discretion of the Owner. In cape of
conflicts r,ol. stated as directed, these contract documents shall Zovern.
The bidder s 11 not alter any part of the contract documents in any way,
except by Aiiting his exceptions in the space provided on the proposal
form.
Tne bidder shall staple or otherwise bind, with er,ch bound copy of con-
tract documents submitted, a signed copy of each addendum issued for thl~s
contract documents during; the bidding p,:riod. Ine bidder shoal asaemll~•
all drawings, catalog data, find other supplementary dnformr;tion nr~cessary
to thoroughly describe materials and equipment oovered by this Proprs110
,."nd shall attach such supplemental information to the board copy of these
contract documents submitted with the Proposal.
is. 2.2 Siynr Lures. rash bidder shall sign the Proposal with hie ur;+rr,l
sif;nature roc"] shall give his full business address. Bids 1,y r;!Lrtn.icnips
strall be signed with the partnerzhip name followcd by the signatur - a,,pl
d,esit7,n'rtion of one of the partners or other authorized Vepr.•sentntiv•:.
Bids by e; corporation shall be signed in the nr4me of the corporation,
followed by the: eiynnture and designrction of the preaidcnt, ;ecr:t.ry,
or otio, r l,er,o% authorized to bind Lire corporation. Tn" n es r,f r 1l
Jere,ons signing should also be typed or printed below the signat,ur(l.
(DENTON, '1'd.:}:A.S - 1+'jOll }
102769
A hid Ly n person who ttffi x•~,;
n.r(.i: rc• [,:try "fltZnfit'~ 1;. F.1 t,n ntkJ rl' the 'd'. r'~l uF, r',o1•Jr t•
llr•1' r,, •;;i F~L'~t1G.~11 fit ,
princr il„a1 ll br• rc,jcc, Wh<:ci r,,qu wLLhr,vt , wr L(,<
of Lh csted
nuth >ri ('y r)f t,}r Oft-icer ti:;) ru !c,r- ,
siRrlinr in bcha ]f of' tl, (.,re)rrit~
shrtii Le ('urn!nhcri• Bid~iirlg corporatio113 shall rlr:;;irnrtrr t,;,c t,ate
in wll.,:h Choy ,Irr, in^orpor'ated and t
offir•r~ , he address (it' UsAr principal
B•~'• 1 ~iubmittal, ProF,us: is shal L be subinitted lu n lr_d cnvrlol,e
adrJtr ;,toed to tttc CITY OF DF•N'ION, Attention: rchrl:,
the outside i,int; /+lrent
utd r~n,ior ed on the of the' envOlol,e with thr: b Puid'Jer' t r~r , r
nrirrre of the work bid upon. u~ an,l
I3,2,11 Withdrawal.
it ally Proposals m be
time before the time withdrawn, ;ilt,r:r._•rl, ,rn,J r,,uutnittcl
be wi
thd sf't for opening the bid:,, proF,q;:!ils rus,y riot
rawn, alterci, or roOUbmitLOCI within 60 drays thr:r,_rxfI-
d.3 f'liOi'OSAI, GUAJiANT'EI,. F.tich proposal shall be accornpnnied by a
certified check or cashierts check drawn on any so.lvcnt bank, or by rui
ricceptnLle uidder'o bond executed by the bidder and it surety cc,mpany
authorized to do business in tf,e t;trte of lexas in r,17 ,,mat,nt ,f not less
than 5 per cent of the total bid,
The proposal guarrintee shall, be made payable' without c•rinditirl to the
city Treasurer of the City of Denton, Texas, rutll the firrroiu,t, thr~rer,
be retained by said City cif Denton, Texas, as Li uidrlted f rthe
bidder's proposal i;; acer,pted rvil the bidder frills tr cr,t,iiraitN o if t h
r
in the form I'vescr'ibed, with legally responsible suret il-I :alen-
Y' wit hin 10 ralri
dar driya after the date lie is awarded thc' contract..
Ttic proposal guitrar,tee of each ttnsuccee,sful bidder will be returned after
• award of contract Or when his proposal is rejected. Inc, 'prcpo,aZ guarantee
of the bidder to whom the contract is awarded will be returned w%en
said bidder executes the Contract Agreement and files it
cntisf•sctory
Performance Bond. The proposal deposit of the second lr,w(";t resl:crrsible
bidder may be retained for a period not to exceed 60 day;, j.c•ndinq the
execution of the Contract Agreement Euirl Performance Br,n J !,y tlr, 314CC L
bidder.
CJflrl
b,lt MF01t1-1,1TION TO BF SUB1,111T :D WI111 FIi(JI'UC_AI,. ilnclt LirJd~,r sh;e11 s,hr~it
with Idly pruposut t}ae ntun of manufacturer rnci the Lypu or mr~cicl r,f rrv:h
prfrlciI item of cqulprecnt or M;0'uvi1'1 he l1r, l")L;+: t~, furni~lr,
rilso auUmi c t):erowith rlrawinFS and dcscri ti rl. mrtttcr W • v =ira1 7
ltcnerel rJirrensiuns P .+nirit •,;il; ;,r~r.,,
Principle of ol:crlitiutt, aun i tar, materioJ fr,,;n wail r.•il
Wi parts are made, Anyibid riot i,riving ,-'ufficient descril,t,ive ,,;;,t+, r
to dr,Suribe accuratel
irre ,ular, y l 9ui.prnent or 11,0,er1-11s bid upnr~ will 'r,c
Pne riur,ve drawing, ;;ubr 1Ut--d Ly the sur.cr;r~rful O'J!Frwill
rri
uc retuirl'"I try t1lo rTwlier', Any mritr_•risi Jel,riv!,ile J'rom th,a;. dr.~wint rs
uubmltt,-~d wiJI not, Le permitted witilout written parnis~fon fro;a tt;t U,a;er.
Tr; f, _ J,~OJt
GJi,7)+;,r
V,:rb:,i 61atcment., read" by the ai+li,!r ut rviy tIine~ row,4rdinr; -l~urlii;;,
f1wi.1 l.t Ly, or arz:owt~merrt of eg3ril~n;,v;t will not, Le ctont:od.
I I' nJ l '.::vtate e,11IL1lmttnL or 3natBriILl:3 arrt ind.icat, c•d iu ttYrr Propo.3 t1, it
shat t Ira un,lerstcod Lhrit the Owncr will have the opt.i,,u of sele,•tine
+u+y oue: of Lhe alternate;, so imllc%Led and such sell-, tlon uhall not be
cr,usr for oxtr:a compensation or- extension of tdm:.
B.5 TAXlia, Pt:h;IIL'P3, ANll 1,1CEN:3E:;. 'Pal., bid price ~t r3. ,1 in the Proposal
shall includee nli tuxej, porrY61 anal licenses which nik~ht be lawfully
assessed a,rninst the (T.rner or tiro bi,ldcr on the date ,f the. 1ropo55Ll.
This shull include Federal, i.ttnl,r3, roil local taX@S, W;', t,lxes, occupel-
tional licenses, and other similar taxes, permits, wj,r licensas appli-
cable to the specified worn.
The successful bidder will be corr,hunnatel for any ir,cra~tne in tax rate.,
license fees, and perrdt fees or rxny new taxes, licrn;r;s, or permits
Impcsed after the date of th~., Proposal; provided hr~.rcvnr, that this pro-
vision :hall be limited to sales, use, excise, and oth^r ad valorem taxes
assessed against the completed work and to licenses rurl permits required
specifically for the proposed work.
It shall be the bidder's responsibility to determine Ukr: applicable
taxes, permits, vid licenses. If the bidder is in doubt as to wlether
or not a tax, permit, or license is applicable, he shall etate in his
propose.). whether this item has been included in his bid price and the
ruiiount of the applicable tax, permit, or license in question.
13.6 TIME OF COMPLETIA. The time of completion of the, work is a basic
consicluratiu: of the Contract. The Proposal shall be bas rd upon com-
pletion of the work in acc,~,rdance with the specifier schedule. It will
be- necessary that the bidd,.r satisfy the Owner of his ability, to complete
the work within the stipulated time.
In this ccno,ection, attcnt?.on is called to the provisions of the attached
Ge=neral Conditiuns relative to delays and exLerision: of time.
B-7 BOND. The ,_ontractor to whom the work is ;Lward-6 will be required
to furnish a Performance Bend to the City of Dunton, Tiixas in an amourA
equal to 100 per (,.,~nt of the) contract ainount. The c_st of tJ3e honed shall
be included in the lump sum bid price. 'i'he bon-l sh'sll Le r>.cerrt,ed pn the
forms pruvided, copiea of which are attached lrc.ret,), sivncd h,, ;t :;;rety
comi,any authorlred to do business in the Otatr: of I f,rs ann vc :i,trshl,,-
as surety to Lhe Owner. With the bond shall be fil.za opiea of "T-,wer
o,' Attorm.y", certified to include the elate of the frond.
N.8 -1/)CAI, COi )I'I'IONO. If the work includes field r:unr3tru;~tion, ,'ur-
nisainN field labor,~or, furnishing of field sui»rvisiror,, c-tch
i3jiil, vi-,;it tine site of thr, work and thorou;;hly inforr•, aim elf of 91J
conditions and factors which wculd affect the prosecatiron rend corrr ir_Li ern
of the work and the cost thereof, including the arrar,gemcnt anu con3i-
Llons of existing; or proposed structures affecting or which rsre affr.,O ed
(DENTON, TEXAS - 490h)
0112969 B-3
S,y Crn~ 1,ro1,osQd work, the prac~:dur_necessary for maintenance of unin-
t'-r'r~+Utr-d operation, the avallrabilil,y %n,1 cost r,f 1r~hor, rind facilities
for LreursporLution, handling, and storage of m~~teY;nl: MA equirmcnL.
It b,- understood and nF~reed LhTLt all such fnr_tors have bean properly
invest„gated roili considered in the prk.-paration of overy proposal sub-
mitted, as ther,r will be no subsequent financial rad,justment, to any
coutrta(:t aiwurded thereinmder, which In bn;ir!d on the Pick of such prior
inforrn,ii,iurn or Its effect on ViF• cost of the work,
B.9 Th7'ERPRETATION OF ,)PP'_''IFICATIONS. If my pro;ai,~.cLIve bidder is in
doubt 1a3 to the true meaning of any part of ,he i;ropu'zed contract documents,
le may submit to the Engineer s written request for ran interpretation
thereof. The person submitting the request will be responaible for its
prompt delivery. Any interpretation of the proposed documents will be
rrmadc 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 rer,ponsible for any other explanations or interpre-
tations of the proposed documents.
It shall be the responsibility of the bidder to advise the Engineer of
conflicting requirements or omissions of information which are necessary
to a clear understanding, of the work before the date set for opening bids.
Tnose questions not resolved by addenda shall be listed in the bidder's
proposal, together with sta'-emcnts of the basis upon which the proposal
is made as affected by each question.
13.10 ACCEPTANCE AND REJECTION OF BIDS, The Owner reserves the right to
accept the bid wizich, in its judgment, is the lowest and best bid; to
reject any and all bids; raid to waive irregularities and informalities
in any bid that is submitted. Bids received after sye^ified tiro of
closing will be returned unopened.
B.11 CCELLATION CHARGES. Each bidder shall submit with his proposal
the date an AN llation charges would commend and a schedule of the
applicable cancellation charges as provided for in Article GC-19 of the
GENERAL CONDITIONS.
(UL N'1'ON, TEXAS )
102769
B-4
PROPOSAL
City of Denton, Texas
City Hall
Denton, Texas
Attention: Mr. John Marshall, Purchasing Agent
PROPOM FOR WAD CENTER UNIT SUBSTATION
BID NO. 70-7141
Gentlemen:
The undersigned bidder having read and examined theme specifications arid
associated contract documents for the above designated 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 60 days.
The undersigned hereby decleres that the follrwing list states any and all
variations from, and exceptions to, the requirements o0 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.
wajA Wi n Lily
Du1
.1}/*l..~arrl ~ ~i+ r rrrw 1~ /a-' ~/:as.1e e
/'/y.s rra~rs * /..[~L'•L,_s'f.¢~B..L!?'IA '
~/'/Ccl.s ~/r/►9 ~~Q~ ri ~/~b ~11s~ ✓t ~.~~[~o ~G~
Continued on Page C-3
: VMN, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A)
080770 C-1
The undersigned bidder hereby prc,>osee to furnish the load canter unit
substation equipment complete fob Municipal Electric Generating Station
plant Bite, Denton, Texas, in accordance with these specifications and
associated contract documents listed in GENERAL CONDITIONS, Article GC-1,
for the firm lump sum price of
t
cs in Words
The undersigned hereby declares that only the persons or firms interested
in the Proposal as principal or principals are named herein, and that no
other persons or firms than herein mentioned have any interest in this
Proposal or in the Contract Agreement to be entered into{ that this Pro-
posal is made without connection with any other person, company, or parties
likewise submitting a bid or proposals and that it is in all respects for
and in good faith, without collusion or fraud.
If this Proposal is accepted, the undersigned bidder agrees to submit draw-
ings and engineering data in accordance with Section 1C and to complete
delivery of equipment and materials in accordance with the shipping scaedule
specified in Section 1A. The undersigned dilly understands that the time of
dravings and data submittal and equipment and materials delivery is of the
essence.
Dated at ,QarAVMj this /gry' day of ye , 1970.
Bidder
By
-
Title
Attests
/Business Address of Biderd?,Z9Z d5XL*'O,-Mo= 0 ev d
MOAC
State of Incorporation w&r %A40
Address of Principal Office-rrD ~&•n e&kt 4.314 kA2 1eA (DENTON, MULS - 49G4
(LOAD CVITER UNIT SUBSTATION - E-20A) C-?
070870
Variations from, and exceptions to, the contract documents (continued
from Page C-1).
( UENITON, 'Ii XAS -
(LOAD CENTER UNIT SUBSTATION - E-20A)
070870
PROPOSAL DATA
1.0 GENERAL. A complete description of all proposed equipment and mate-
rials shall be subm'.tted with the Proposal.
2.0 SPARE PARTS. Bidders shall submit a list of recorrunended spare parts
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 EQUIP t~NT DATA. The information required on the following pages is
to assist the Engineer in evaluating tl.e Proposal &nd in making an accurate
estimate of the work required to install and erect the equipment and mate-
rials.
The data listed herein shall not relieve the Contractor of his responsibility
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.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A)
070670 D-1
Section 2A - LOAD CENTER UNIT S Bidder's Name,
UBSTATIODiS
Substation dimensions Height Width Length Weight
in` hes inches inches
T50 kVA transformer Pounds
Total LCUS
5-1 and 5-2
Transformers
Total weight each with
liquid, lb 719 jed
Shipping weight, each, lb
Insulating liquid, gallons ,
per transformer
Impedance at nameplate
55 C OA, in per cent
'(aximum calculated sound
te,vel, rated 65 C load, .
decibels ,S $
Maximum guaranteed continuous .
ViA at 65 C rise above 40 c
ambient
Swi tchgear
Make Tae
Fotenti"! transformers
Voltmeters
Fuses d
Circ,lit breakers a
Clirrent racing, amperes
(DENTON, TEXAS - 4904
(LOAD CENTER UNIT SUBSTATION E-20A)
070670
D-2
Bidder's Name
Voltage rating, volts
Interrupting capacity,
amperes, rms, 480 volts
Operating current, amperes
at 125 volts, do
Tripping
Closing dp
Type and size of wire used in
small wiring G W W
a•
(DENTON, TEXAS - 4904 }
(LOAD CENTER WIT SUBSTATION E-20A)
070870 D-3
CONTRACT AGRE~iZIENT
771 IS CON'i'RAC.i' AG_al:12NT, made and entered into t}iis
by end between the CITY OF DENTON0 TEXAS Patty of t
dray rs t Par
,
hr~rr-inaft,_r called the "Owner", and GENERAL, FjL,_TRIC (0O!,f'A?ri 31Ncw York and
r orpurat.i.on with its principal office in New York1Taw yr;rk j Pa?.t3, of thr
t,ecornl Part and hereinafter called the Contractor,"
WI`i'N1;^, SETH
THAT WHEREAS, the Owner has caused to be prepared, in accordance with law,
specifications, plans and other contract documents for the work pis herein
specified; and
WHEREAS, the said Contractor has submitted to the Owner a Proposal in
accordance with the terms of this Contract Agreement; and
WHERREAS, the Owners in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest and best bidder for the
said work and has duly awarded to the said Contractor a contract therefor,
for the sum cr sums named in the Contractor's Proposal, a copy thereof being
attached to and made a part of this Contract Agreement; '
NOW, TAEMFOREs in consideration of the compensation to be paid to the Con-
tractor and of the mutual agreements herein contained, the parties to these
presents have agreed and hereby agrees the Owner for itself and its successors,
and the Contractor for itself, himself, or themselves, or its, has or their
successors and assign:;, or '.ts, his or their executors and administrators,
as follows.
ARTICLE 1, That the Contractor shall furnish and deliver fob Municipal
Electric Generating Station, Denton, Texas the load center unit substation
with accessories complete as specified and required in accordance with the
provisions of the contract documents, which are attached and made a part
hereof, and shall execute and complete all work included in and covered
by the Owner's official award of this Contract Agreement to the said
Contractor,
ARTICLE T__ II. That the Owner shall pay to the Contractor for the work and mate-
rials e4raced in this Cont rac t 'Agreement 9 and the Contractor will accept as
full compensation therefor, the sum (subject to adjustments as provided by the
contract) of THIRTY-TWO THOUSAND FIVE
($32,564.OC) for all work covered by and included inerthe co tract0awarOd,~c
designated in the foregoing Article I; payment to be made in cash or its
equivalent in the manner provided in the specifications attached her,ito,
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A)
111670
CA-1
2111111~
ARTICLE 111. That time of completion is of the essence of the Contract
Pgreener,+,,ur:d that the Contractor shall proceed with the specified work
and sh,a37. conform to the following schedule:
All e;ulpment and materials shall be shipped to assure delivery
at the ±ob site during the month of February 1972.
IN WI`iNESS_ WHEREOF, the parties hereto have executed this Contract Agreement
c~ of the day and year first above written.
CITY OF DE7TON, TEXAS
/ (SEAL)
Attest
S
GENERAL ELECTRIC COWANY
(SEAL)
Attest
N N N N N N N N N N N • N N M N N N M N
The foregoing Contract Agreement is in correct fo ccor ing to law and
hereby approved.
Attorney for Owner
v
(➢f24TON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A)
111670 CA_L
(CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No............ 7. 5.7.01.
Know all Afen br there Presentrt
flint UNITED STATES FIDi.1.ITY AND GUARANTY COMPANY, a corporation erjaniaed and exlstinj Under the Ia,* of the
gale of Mpryland, and harinj its principal office at the City of Baltimore. In the State of Maryland, does hereby constitute and appoint
Allen W. Crisa
of the City of Dallas , Stats of Texas 1
it. true and lawful attorney it°WidiOlt*K t1t%xxlfx
for tbI roliawinj purposes, to wit;
1'0 bll rt its name as surely lo, and to execute, seal and acknowledge any and all bonds, and to reapeettvely do and perfo rrd' ay and
all acts and things set forth in the resolution of the Board of Directorv of the said UNITED STATES FIDE fy1TY AND, C~~J NTY
COMPANY. a certified copy of wbich to hereto annexed and made a part of this Power of AU, orneri and sa,d UNITED RTES
1•'IDMITY AND GUARANTY COMPANY, tbroujfi us, Its Board of Directo 641 1 rata ' ap~ fib sell ad'rbt"Ver said
?Ai
Allen W. C;•ias
~1l r i
I
may lawfully do In the premises by virtue of these presents. C'
In Witness rI kereoh the said UNITED STATES FIDE11TY AND GUARANTY COMPANY has caused thb instrument to be
.caled with Its corporate seal duly'atleated py the signatures of Its Vice•Preddent and Assistant Secretary, this 9th day of
rt+m rir x' AuOstk` , A. D. 1967
tv ,t~,~sw~~.~•. haet•.a.~• 1 l~v.. pctcnup~ -.I v4 l.-Jaq 411 tyc 4w cl ~lp' '.}It}'11 }.J i'? i{[)Fill.). YfU CkYlf'11.11
n'i {tc 1 jr, 113tQ i n . LC xi,iL 9 !a tPL usrarii v ni " I'i P, clfL% U~ITED s~ATES FIDELITY AND GUARANTY COMPANY.
dii' I_j f ~j NI i'FFi tU r :1!'OLrr+V PI tl'G 91nai(Lg1 s!~IIt'll }(y1. ^'Ja ltrR;4 c, awi I) 1,6 i. k, ,aK is 0 Ilnc TLA e:•L144} I-.te of.aryl
it I,Eis4, t. 1 r,;'{ ,wtnL>' ,1aiA olilCiffy'a•t.,.~lt~
i I ti" ini+l,LL ttt,!J~ tyre r21q 1,13^41 of yttvLuc+> 0411 tlAcu Iv L.rt.nIUCt of r Lrh:,ioricts syrt'l4q 1( n vtrrk4prgd/e&l iv4
~i S§1 a, {~p 1>o see i ep•a voce P1I O614L PC 0 LW,"q . Is en! u 40TI tot"r, vtq gi'liiebard D. Reinhardt
,X u'j r jFl6a ,GGXYB r~lg },~►};1 LA 71111 011140.4.PA.... 4) 4. IA Yt.yY4j. Iv jvV% 11'n 1.
dsdsasns Secretary.
STATE OF MARYLAND,
BALTIMORE CITY, at Y11eU M' CLfea
iy ,.!iQa,thi4:>. 1„ 9th day of August . A. D. 1967. before we person&* came
L!f.Yi111011, s1~A~ff4:ltaertlQOn.w!i► rlrl{ IPA i"L.t-.,,,x !~ytty~lysldeMa(tWUNITIQD4TATB MEIM AND GUARANW
COMFi;ANY an¢ • oRi9ba dUD Reinhardt 1u v3•i l+ul %"1°Aaa.Wtr:scaetul of skid Uthosriyi iridebotltix
pys~4} by me severally duly swan, said that they resided In the City of Wtlmore, Maryland;
9
18
i1~i~ s. t¢ r ~5 ► 4 , 1t, A t „ Rt rd,~p?a.,(t lnharAt , t rr~~ta►yAad~rb
;Vo~ L „
11
4 1 fey; d45, " 'V4 !ti ~ It a u
P$1 a tit n8a F h4 ,44f~liolR~t B ty._ 41 ILsSr,,~E`' I!!P 1' !!t f4f +~1/ tS~P1lr All Ike
qq r
tf 0 q a 44111 ^t♦ C rrr' A.i f .~d,.writ"P.
SAS (7, dr a'
a4l'Fr}1
its°' A ,~t;f14, F fir, fu~ e)m R _e,ai+~bt:oR
01'A! IPA Yl ric at ;up.ti f 'n Y,•r l.: w I - 1 , • q:,.
~(911Ah}kuiwu oi,ht.lioo.' ribnplloul' nlnhl~~I 11~d}':i,1q,,K to 11,4 n~'Ri9 1~i'd11t4 J Ik"Aill~ "I nu. i1 i:> ;W
'11111, Ica 1111' u7ws stay vs %Ir gleuwl ILL sit ,tuck{ 111(j, It ettul of steor. te'c tf, d11,tiS1,1,:j-t.'f11e6 r1!r,;trt4•+nA'srlepNobry !'abifc.
Sfi~Yf.`Of `1G~~~lYLAND
„ i ~-p .4:,I 41~~IIUr~I tgai'il, il.: • lwiliY !pq Pt!'{Lt1At. . 1 !,j. I .:I r I rilp"I ~ '111 5 ;L I1
tl mix shtowaTYs bcL - itt 4 pal.la V I ;i+l!,IIA c i bnl,il'. t, IcL114 II vi' t. 1 . s . 11, r,r, oilig1j lii~fi'AY Iff otd sad bIa'b'~l'tsh lieFfe~sj~
pc~rllyUl~alft tte' 11y 11 IN n A
W to iperier'Ce>irl o~alabre l`rfr,t,rgtil,Delne
whom W1.t'OT9Js14Ct 01 uOU l7.'d 4 U , il;'erMVa b 'k eiiib,'Glt 3ti i6b'~md o11d 8alcji It Rofa` huKt~~ of kGe
Au=s P) l4arylaa40 in apd dot }he, Clity;of •flajtlpstp, ish spmtn6aloned and sworo and autborittd by kw to administer oaths and take
+clf ~ad~r a( Jeebltt► M;Rwnrded Ihara{st'"4f y +1Mt il. ua ao9Wllt+Pd,trtlb AIM isaadw>•itJnt af:.lhe sMd
rw,r aeatr~ •r4 }r0of .
Notaryllissif .Yen 11s'dp.estate lpblljaaulp• dpalnn q Iliat 1;,!j I 1 t, ci 1,1 t. , 'I, b, v..I
In Testimony t/Aereal, 1 hereto set my hand sad affix the Kai of the Soperlor Court of Bahirnon Clty, the acme belnj a CO11rt
of Record, this 9th day of 001.11 01i, Ii1'!!►YPIYPi~ 1 k D. 1967
MALL) (Signed) nes F.,CArfI
I
Clerk of she Saperfor Court •f 8eirfmora City.
is 3 watt
4L 'a 4''r,;1141 C°~TLI 0, ip".Wbta Ckl'k'•
COPY OF R gia6 d f tli t.t,'A
-:1 tp," (ir qrl rf -`9kM 7 Mr {it?
t4 blq,,.,,.ai. R liti,..~t I, t o n',% i i
That Wherpits, k b nedeanery for Ihs, offsetaal tralon Lion of business that tbla Company appoint agents and Attu:neys with power
and authority to act lot it W 14 lu aamg Is 6144401 outer than, xxOndr and In 16e Territories of etas United Stales and In the Provinces
of the l►optialep A Canada, tpd in the CAW e) Now[ausdlatlti
TRrrefors, be'hi lttiola"I that e~llt CeduQto) do`' 0d It bejiby'does~Rathorlre and empower 110 1'reeideat or eit~e} of Its ViL
oe-
Pre.14-nia 16 6ni"ake`vlitlf ib tt4 oe`ai6 b! Its Asdi hi 1! 4kljarti~s, as ~t~ corporate seal, to appoint any person or peis,r
u
as sttnrney orlAeih~is5adact, fl iijbA or agents of said Company, In its'nami Ind as its act; to lsckt1ii's6d`dcNirr i>fy 1'nd sfcon'
train gugay~epiag the fidelity pf persons bolding positions of public or private trust, guarantrAng the performances of contracts other
than 1n•nrallte policies mad exicuting dr guaranteeing bonds and undertakings, required or Permitted In all actions or proceedings, or
I,y'law IIohed,a6el
Also, to its name and to Its attorney or attorneye-todoct, or agent or agents to execute and guarantee the conditionslof any end all
hrod,ylrotognisanees, obligations, stipulations, naderkllfa~s'bt uytbirtg in the natltib''of'e1lltFr of theraGhltq which are or may by law,
municipaj qr the t pF by say s}}t'tbf 9 tbp V or of gay State or Territory of the United States or of the Provinces of the
mJnlbita s r o~ t '
00 4O g d Y" ~erPr _ ~0~f ° ~R!. EE~itSµoylglfi~°dr4utintrnw~~stotny.PEl~pf![..e9E,. ~iRJf P.1~.,to~l'~y,.bp+r4
09
b~. M~a~?tio)IriT'R' .ill t....., ~'t , t of 'f_t4 45C Mt9 I~q'tn?,,{ a 11IYC!>,
~uCciw,h epii~j fifq Rot o ii, ,
o PfrW4 PR AK►?~/ JOE 1. y,,vtr~al ioknN
{ e t. r,' 4 .,a, ,gaPPIt~1?1!'! a .1~,v kl
t'h 6n nd, ~adgdt ri.not,4oiog
f, An th~a~, o~ IPy c oP~ X1
{ f . ee In 'IE ' ° lka t t4~~!~!t#or;, or µ e[tak~ng, 4F
an)'IaLL iA,1,9~t.}4ra,9f erk u: c: Ip .i i', t:.r r,;. r { t.,=!:.'' rl. i•~ay,
I,;1 AJ. s DO q 1Q: s~eings ISu r up t t.r{, , an Assistant Secfettry of the UNITED. STATES FIDELITY AND
GUARANTY CgMfA"l ds bgrfby:mtity rttat 116E foregoing hi g'fatl, tyro and. rwrreet ropy of Flag original pairer bf "attohtey gitid
by slkl, *Iupoay to a f k 911 L{ 111{~, qf1 E , U' hi J~ • IIIIL, 4 RI,Y ,n.trp ; r(t1 a, 41 11
I
1 It;u t'r t IIJ.' Allen W. Criss
tt:
I It power and em '1J borod1 .i herel
,I Dallast Texas 6
y h !.1`1 y g ponce hiM to sign hoods therein a►t
G1 a of attorney never been revelccd Arid Is I ftdl fora gnd eff4w ti N tr L' I i I ' i; c t salt u t. y 1
ad I do further certIify that agld Power of Attorney was given In pursuance of a reaolutioa adopted at a regain uxating• of the
Board of Directors of said Company, duly called an~,~ykl~ as -e olifbe Cogpp}WyZigA'~iJyj p1phimore,'on the IIth'day of
July. 1910, at which meetlog a quorum of the Bard of et was
present, and fAyiC oregoi g Is s true saki oorreet copy of raid
resolution, and the whine thereof as recorded In the minutes of said meeting
' Get] I r /13'~ ti}ifia II1 'Alta t;f3YffV;,t.l1. iC,lIfNYJ'
fe Testimony Whereat, f have hereunto set my head and the sea! o t o NIIED STATES FIDELITY AND GUARANTY
COMPANY on ae0p 9V it t V' it IA 6'
sy,y ai:}r ,,t t , I, tt~ l t` ai' r,t~cotntca el rri J,! 'c l,tca,nr~i lt-y
1" It4t,t'"+ It,Veur;t< tpu r'q f i'.tIII ' i'~ 110f1111 7 ,4ll ('Ii ..aril tr, Ak.JV) , 14',w trasGq tlae {u,,tnurci1 10 i^
j ;.,r t'nln ~ti qr. !t, rye Ir:cvtlw, p: i(rt,'c i'i apt--~ Ft+.'ti a;.
I ltrt111! I`If,iiiloor./. CrJ71! JJ.1' r!" n • ,,x jt;.,,~{ ..i I,~'.vp r .n >.t;.~ 'If~4
It
111 ' -W(- 41 tnk, -1 ,.1I'y I } xe:eras H,,i ,,.a'ir. 1 tmr~l trit .el ruti .~rr,l p.~~r~1i J'+i11}fR' .'/7:F~
11 ,at q~.r.r.,i {at,p t'v tp. r rf,,,r:u iI rye g:.ri { IJ~iua',tw o{ elev. ,ai'i (tS'J1tU ii 11 Fr t.Fl~}.1'f5str'~p~(~r; ill, ~i
1', r 1', 74 1J,u"rU•1 to 4r1 auq tr ,iku W..., ~-'j rn,liq, 1,i~j t.y Rn.l
itt ,
ir. ,-.1 f. ~,lni x;rv.,1 XY.:,C'T F's ralCputY Y, t{X
i13J1'tt3 care 4l ibM'le '
1,liltir t /its }!t 11111 "isle r'1':I1:/: t!. ltl,'IL'/RI_' , rt u,,i r n 'i`t II l ri..
V.JnN utt'tt'u px rpa y i,ktt6V1.'.
140,
CF4MEKVII boffiEEf Of, Vtr,.).0t1W(1A
(CEN,LILff f) COW)
~r
OENERAL46 ELECTRIC
SALES AND CONSIGNMENT CONTRACTS AND BIDS AND PERFORMANCE BONDS
I, E. H. GABEL, Attesting Secretary of General Electric Company, do hereby
certify that the following is a true and correct copy of a portion of a resolution
duly adopted by the Board of Directors of General Electric Company on March 28,
1969 and that said portion of this resolution has not been rescinded or further
amended.
RESOLVED That
(C) Sales and consignment contracts, bids therefor and documents in
connection therewith, including bids to and contracts with any
Municipal, County or State Government, or with the Government
of the United States, or with any agency or department of any
such Government (but not including contracts providing for or
relating to a franchise for the distribution or resale of this
Company's products) and bonds to secure the performance of such
bids and contracts, may be executed on behalf of this Company by
1. the Manager-Marketing or the Manager-Sales of any Division
or Department, or division or department-level organization
component, but only with respect to products or services
sold by such Division or Department, Livision or department-
level organization component,
18. any of the following managers in the Industrial Sales Division,
but only with respect to products sold by such Division:
Manager-Marine Systems and Defense Facilities Sales
and,Engineering
A Manager-Region
A Manager-Sales District
A Sales Manager-Area, Marine & Defense Facilities Sales
Operation,
26, any of the following managers in the Power Generation Sales
Division, but only with respect to products and services sold
by such Division:
Manager-Generation Planning and Systems Sales Operation
A Manager-District Sales,
27, any of the following managers in the Electric Utility Engineering
Operation of the Power Generation Saleo Division, but only with
respect to products and services sold by such Operation:
Manager-Technical Business Development Operation
Manager-AC Transmission Engineering
Manager-High Voltage DC Trransmission Engineering
Manager-System Planning and Control
Manager-Analytical Methods and Computations
Manager-Power generation Engineering,
f= 1 77
t
GENERAL a ELECTRIC
-2-
22. any of the following managers in the Power Transmission &
Distribution Sales Division, but only with respect to products
and services sold by such Division:
Manager-High Voltage Transmission Systems Sales Operation
Manager-Administration, HVDC Transmission Project
A Manager-District Sales
WIT ESS my hand and seal of the General Electric Company this ---day
of 1969.
EH GABEL, Attesting Sec:•etary
(SEAL)
i
i
i
/W clza sz9- 70
PERF'OFWANC7 BOND
YNOW ,1LL MEN BY Th:r,SE Pi~hSF:Ni"J that we, GENSRAT, ELFVTRiC CUS I ,Y of
New York, Ncw York, hereinrfter -cfe:•red to a~; "Contractor", and
WTEO STATES N DFUTY AND GUARANTY COMPANY
A YA8Y16AIII ~OP~E'L3,1I1L.--L'al-lik+~i?F,-A:.1fW~11J~-.--- _
a corporation oraani:or;d ,rrric.r t,>,e lsws of the ,1,,tatc
and authori•red to tr m_u t t usin as In Uu, "trite of `P.xas, as I Surety",
a.^e hold and firmly buwif unto t.iie U11Y U" f)FRJ'TON, 'I 1l, AS hereinafter referred
to a.z "Owner", .in tLe pent,l sari of 7i1TPTY=1W0 '."fIOU51,'11~ FIVb ![UNDRED SIXTY-FOUR
ANT) N',)/100 DOLLARS ($32,564.00), for the liayment of which sur,, well ar13 truly
to be made to the Owner, we bind ourselves and our heirs, executc,rs,
administrators, successors, and assigns, jointly and severally, by these
presents:
WHEREAS, on the j~ day of A(v , 19 A, the Contractor entered
into a written contract with the Owner for furnishing materials, supplies,
and equipment not furnished by the Owner, construction toole, equipment,
and plant, and the performance of all necessary labor, for and in connec-
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 Owner that these
presents be executed by the Contractor and Surety;
NOW9 THEREFORE, if the Contractor shall, to all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions, specifica-
tions, drawings, and other contract documents thereto attached or, by
reference made a part thereof, according to the true intent and meaning
in each case, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just claims
and demands by, or in behalf of, any employee or other person, or any firm,
association, or corporation, for labor performed or materials, supplies,
or equipment furnished, used, or consumed by the Contractor or his sub-
contractors in the performance of the work, then the Surety will pay the
full value of all such claims or demands in any total amount not exceeding
the amount of this obligation, together with interest as provided by law.
THE UNDERSIGNED SURETY, for value received, hereby agrees that no exten-
sion of time, change in, addition to, or other modification of the terms
of the contract or work to be performed thereunder, or of the specifica-
tions or other contract document, shall in any way affect its obligation
on this bond, and the Surety does hereby waive notice of any such exten-
sion of time, change, addition, or modification.
(UXIuTON, 'T'EXAS - 4904 )
U MAD -iTER UNIT wiorATION - X-20A )
11.1670 Ph-1
IN 'IFSTIMONY WHEREOF, the Contractor has hereunto set Trio hand a,;d the
Surr,'.y has caused these presents to be executed in itt n~u hn' its
curpurate seal to be affixed by its attorney-in-fact
616IAERLANt,LE 6ANKBLDG.
CALLAS 1, 1 ERAS on thi a "q; 1•
GENERAL ELECTRIC COMPANY
(SEAL)
BY er c~-~
UNITED STATES FIDELI TYAND GUARANTY COT my
(SURETY COMPA )
By -C, W _.AAti (SEAL)
AUEN w,CRISS Attorney-in-fact
]BY
(Stat Repre entative
(Accompany this bond with attorney-in-fact's authority from the Surety
Company certified to include the date of the bond.)
(DENTo,N, TEXAS , 4904 )
(GOAD CV'TF.R UNIT o'UI3TATION F-20A)
111670 PB-2
GENFRAL CONDI 'IQX0
GC-1. %XT'
ACT DOCUMEN'T'S. It 1q understood wid agettd that the Advertise-
ment, Instructions to Bidders, Proposal, Proposal Data, Contract Agreement,
Perforilv,ce Bond, General Conditions, General Pequirements, Specifications,
Plane, Addenda, and Change Orders, all as issued by the Owner, and specifi-
catiorla 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
a.ecordance therewith.
GC-2, DEFINITIONS. Words, phrases, or other expressions used in these
contract documents shall have meanings as follows:
1, "Contract" or 11contract documents" shall include the items
enumerated above wider COYTRACT DOCUMENTS.
2. "Owner" shall mean the City of Denton, Toxu named and
desiggated in the Contract Agreement as "Party of the First
Part", acting through its Public Utilities Board and City
Council and their duly authorized agents. All notices,
letters, and other communication directed to the Owner
shal~'be addressed,And delivered to Municipal e~;ildfng,
Denton, Texas.
3. "Contractgr" sh+311 me4a the corporation, cclmpany partnership,
firm or individual, named a,.d dedignated:in the Contract Agrac-
ment as thn "Party of Ahe Second Part", who has4htered into
this contract for the performance of the work covered thereby,
and its, his, or their duly. authorized repro sentativiie.
k. .;,,$tibcplitractOr" shall mean and refer,.onl~r.to,i_corporat:on,
partiaerAhip, or individual having a'direct contract with the
Contractor for performing work covered by these contract docu-
5... "Er. ineEr" hall mea, the firm of, Black & Veatch;, Cohaultitle
Engineers,.150Q; Meadow Lake Parkway,• mailing, sddrets' P:W. ,Box 8405,
Kansas City, Missouri 64114, or its duly authorized agents, such
agents acting within the scope of thd'PbYtIbulaii duties entrusted
. to L?reln, i p' *ach., case) r i,4 `S D
b. -"Date "of contract) or equivglent words, shall neah',the'•datu
written in the first paragraph of the, Contract Agieetreht.,l E
7. "Day" or "days", unless herein otherwise expressly defined,
shall mean a calendar day or days of twenty-four hours each,
6. "Ihe work" sh1.:1 mean the equipment, supplies, materials,
labor, arid services to be Burnished under the contract and
the carrying out of all duties e-id obligations impot,ed by
the contract documents.
(DENTON, TEXAS - 4904)
(FIQUIP*NT } 1
121069 GC-1
i
9. "Plans" or "drawings" shall mean all (a) drawings furnished
by the Owner as a basis for Proposals, (b) supplementary
drawings furnished by the Owner to clarify and to define in
greater detail the intent of the contract plans and speci-
fications, (c) dre•.,i«gs submitted b;r the successful bidder
with his Proposal and by the Contractor to the Owner, as
approved by the Engineer, and (d) dravingv submitted by the
Owner to the Contractor during the progress of the work as
provided for herein.
10. Whenever in these contract documents the words "as ordered",
"as directed", "as :er1uired", "as permitted% "as allowed",
or words or phrases of like import are used, it shall be
understood that the order, direction, requirement, permission,
or allowance of the Owner or Engineer is intended only to the
extent of fudging compliance with the terms of the contract;
none of these terms shall imply the Owner or the Engineer has
any authority or responsibility for supervision of the Con-
tractor's forces or construction operations, such supervision
and the sole responsibility therefor being strictly reserved
for the Contractor,
11, Similarly the words "approved", "reasonable", "suitable",
"acceptable", "proper", "sdtisfacto:y", or words of like
effect and import, unless otherwise particularly specified
he shall mean approved, reasonable, suitable, acceptable,
proper, or satisfactory in the judgment of the Owner or
Engineer, to the extent provided in "10" above.
12, Whenever in these contract documents the expression "it !s
understood and agreed", or an expression of like import is
used, such expression means the mutval understanding and
agreement of the parties executing the Contract Agreement,
GC-3. VERBAL STATEMENTS NOT BINDINO. It is understood and agreed that
the written terms and provisions of this agreement ,,hall supersede all
verbal statements of representatives of the Owner, and verbal statements
shall not be effective or be construed as being a part of this contract.
Oc-4, STANDARD SPECIFICATIONS. Reference to standard specifications
of any technical society, organization, or association, or to codes of
local or state authorities, shall mean the latest standard, code,
speoification, or tentative specification adopted and published at the
date of taking bids, unless apeeifically stated otherwise.
100165 FOB OC-p
s
GC-5, EXECUTION OF C& TRACT DOCUMENTS, Four (4) copies of the contract
documents will be prepared by the Engineer. Copies of engineering data,
ay.gcial forms, or other documents furnished by the Contractor, which are
required to be incorporated in the contract shall be supplied.
All copies will ',e submitted to the Contractor and the Contractor shall
execute the Contract Agreement, insert executed copies of the required
bonds and power of attorney, and s.•bmit all copies to the Owner. The
date of contract on the Contract Agreement and bond forms shall be left
blank for filling in by the Owner. The certification date on the power
of attorney document shall be also left blank for filling in by the Owner,
The Owner will execute all copies, insert the date of contract on the
bonds and porter of attorney, retain one copy, and forward one copy each
to the Contractor, Engineer, and surety company,
GC-6. SCOPE, NATURE. AND INTENT OF SPECIFICATIONS AND PLANS The speci-
fications and plans are intended to supplement, but not P, esaarily
duplicate each other. Any work exhibited in the one not in the other
shall be executed as if it had been set forth in both so that the work
will be completed according to the complete design as determined by the
Engineer.
Should anything which is necessary for a clear understanding of,the cork
be omitted.from,thp specifioaions and plans, or should it appear that
various instructions are in conflict, the.Contre.Aoi shali segure written
instructions from the Engineer before proceeding with the work affected
by suci3 omtesigns or. diacrepancies.- It is understood and agreed-that
the work.shal,l.be performed.according to the,true intent Qf tbe,contract.
documen~
GC-7- APPRa
.L NOINE R Nd D TA Engineering date cover ng„ai~
YAL
equipment,. p4 fabricated rsater ala to be.Nrgished, under: this
qgntr8ct
shall be.'6ub$$'~ tted to,ih9,Enggineer fQr,approval., These ¢ata s' 1-
include drawings and deecriptiicg,$nformation.in sufficient detail to
show the kind, size, arrangement and operation of component materials
and devices,, the external connections, anchorages and supports required;
performance characteristics; and dimenaions. needed, for installation and
correlation with,other materials and equipment, Data submitted shill
includo drawings showing essential details of any changes, proposed by
the Contractor and all regilired,wiring, and piping layouts.
No work*, shall oe performed in, conneotion'vith the fabrication or manufac-'
ture.of materials.'and equlpment, nor shall, any accessory or appurtenance
be pureh sod until the,drpvings,and dsta terefor have beep approyed,
exceptrat the Contractor's own risk and responsibility.
Four (4) copies of eaoh,Qrawing and necessary data shall be submitted to
the Engineer, Each drawing or data sheet shall be clearly marked with the
name'of the project, the Contractor's name, and references to applicable
specification paragraphs, When catalog pages are submitted, the applicable
items shall be indicated.
081767 FoD GC-3
When the drawings and data are returned marked APPROVED or RECEIVED
FOR DISTRIBUTION, aMitional 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 A,9 NOTED, the
changes shall be made as noted thereon and corrected copies shall be
submitted to the Engineer. The number of corrected copies will be
determined by the Fnqineer but will not exceed twelve (12).
When the drawings and data are returned marked RETURNED FOn CORRECTION,
the corrections shall be made as noted thereon and as instructed by the
Engineer and four (4) corrected copies shall be submitted.
Yhe Engineer's review 6f drawings arw data submitted by the Contractor
will cover only general ^.onformity to the plans and specifications and
the external connections and dimensions which affe.:t the plant arrange-
ment. The Engineer's approval of drawings returned marked APPROVED
or APPROVED AS NOTED will not constitute a blanket approval of all
dimensions, quantities, and details of the material, equipment, device,
or item shown and does not relieve the Contractor from any responsibility
for errors or deviations from the contract requirements.
All drawings and data, after final processing by the Engineer,,shall
become „a part of the contract documents and the work shown or described
thereby shall be performed in conformity therewith'unleeb otherwise
required`by the Owner o' the Engineer.
GC-B, 'LECAt AIWESS. Thr. business address of the Contractor given in
the'Prbpoe 1 is~ hereby designated as the place to which all'nbticesr-
letters, and other communication to the Contractor will be mailed'or
delivered, The address of the Owner appearing on Page GC-1 is hereby c
designated ag-'the place to'`which'ell notieos, iattars and other c6zi
sm,nicat on to the'OvA-r shall be mailed of delivered; 'Lith6poi-tk
may chang$s`the said gddress'at-any'time'by an instrument in'vriting .
delivergd,to the Eng neer'And to the other party.'
GC-0, PAl NTS, royalties and fees for patents covering materials
articles, apparatus, devices, or equipment (as distinguished from
processes) used in the work, shall be included in the contract amcunt,
.he Contractor shall satisfy all demands that may be made at any time
for royalties end fees, and he shall be liable for any damages
or claims for patent infringements. The Contractor shall, at his awn
cost and expense,'defenl all suits or proceedings' that may be ins4,iruted
against the Nner'for infringement or alleged infringement of any patents
involvc,d fn `the work ahd, lh case'of an award of damages, the ContraA61-
shall pay such award;'''Final payment to the'Contract'or by the Owner will
not be made while any such suit or claim remains unsettled. The Con-
tractor, hoVever, will not be held liable for the defense of Any suit
or other'proceedi.ng, nor for the payment of any damages or other costa,
081767 FOB Gc-4.
for the infringement of any patented process required by the contract
documents; except if the Contractor has information that the process co
required is an infringement of a patent, the Contractor shall be liable
for any damages or claims in connection therewith unless he promptly
notifies the Owner and Engineer of such infringement.
GC-10. INDEPENDE:'T CONTRACTOR. The relation of the Contractor to the
Owner shall be gnat of an independent contractor.
GC-11. AUTHORITY OF THE ENGINEER. To prevent delays and disputes, and
to discourage litigation, it is agreed by the parties to this contract
that the Engineer shall in all cases determine the quantities of the
several kinds of work which are to be paid for under the contract and
shall determine all questions in relation to the work.
If, in the opinion of the Contractor or the Owner, a decision made by
the Engineer is not in accordance with the meaning and intent of the
contract, either party may file with the Engineer and the other party
to the contract, within thirty (30) days after receipt of the decision,
a written objection to the decision. Failure to file an objection with-
in the allotted time will be considered as acceptance of the Engineer'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 delay in the
execution of the work; and the decision of the Engineer shell be promptly
observed.
GC-12, ENGINEEA_I_NC INSPEOTTON. The Owner may appoint (either directly
or through the Engineer such inspectors as he deems proper, to inspect-
the work performed for compliance with the plans and specifications.` -The'
Contractor shall f"raish_all reasonable assistance required by the'Engi~
neer or inspectors for the proper inspection and examination of the Vork.
The Contractor shall obey the directions and instructions of the Engineer
or inspector when they are consistent with the obligations of this ebntract.
Should the Contractor object to any order given by an inspector, the Con-
tractor may make written appeal to the Engineer for his decision.
Inspectors and other properly authorized representatives of the Owner or
Engineer shall be free at all times to perform their duties, and any
attempted intimidation of one of them by the Contractor or his employees
shall be suffleient reason to terminate the contract if the Owner so
decides.
Such inspection stall not relieve the Contractor from any obligation to
perform the work strictly in accordance with the plans and specifications.
Work not so constructed shall be removed and replaced by the Contractor at
his own expense.
ogoq~4 FOB GC-5
GC-13. NO WAIVER OF RI'ATS. Neither the inspection by the Owner or
Engineer or any of their officials, employees, or agents, nor any order
by the Owner or Engineer for payment of money, or any payment for, or
acceptance of, the whole or any part of the work by the Owner or Engineer,
nor any extension cf time, nor any possession taken by the Owner or its
employees, shall operate as a waiver of any provision of this contract,
or of any power herein reserved to the Owner, or any right to damages
herein provided, nor shall any waiver of any breach in this contract be
held to be a waiver of any other or subsequent breach.
GC-14. MODIFICATIONS. The Contractor shall modify the work whenever so
ordered by the Owner, and such modifications shall not affect the validity
of the contract. Modifications may involve increases or decreases in the
amount of the work for which an appropriate contract price adjustment will
be made,
rxcept for minor changes or adjustments which involve no contract price
adjustment or other monetary consideration, all modifications shall be
made under the authority of duly executed change orders issued and signed
by tht Owner and accepted and signed by the Cc.:tractor.
GC-14.01. Extra Work. If a modification increases the amount 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 amount actually done and at the applicable unit price
or prices. Otherwise, such work shall be paid for as hereinafter provided.
Claims for extra work will not be paid unless the work covered by such
claims was authorized in writing by the Owner and the Contractor shall not
have the right to prosecute or FAintain either an arbit-ation proceeding'
or an action in court to recover for extra work unless his claim is based
upon a written order from the Owner. Payments for extra work shall be
based, on agreed lump sums or agreed unit prices whenever the Owner-and
the Contractor agree upon such prices before the extra work is started;
otherwise payments for extra work shall be based on the actual direct
cost of the work plus a percentage allowance, The percentage allowance
shall include the Contractor's extra profit and extra overhead and,
unless otherwise agreed by the Contractor and the Owner, the percentage
allowance shall be fifteen per cent (15x) of the total direct cost,
For the purpose of determining whether proposti extra work will be
authorized or for determining the payment method for extra work, the
Contractor shall submit to the Engineer, upon request, a detailed cost
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 and extra overhead, Unless otherwise
agreed by the Contractor and the Owner, the percentage allowance shall
be fifteen per cent (15%) of the total direct costs.
100165 FOB GC-6
amid
MMMN~
GC-14,02, Decreased Wor.c. If a modification decreases the amount of
work to be done, such decrease shall not constitute t'ue basis for a
claim for damages or anticipated profits on work affected by such de-
crease. Where the value of omitted work is not covered by epplicable
unit prices, the Engineer shall determine on an equitable basis the
amount of (a) credit due the Owner for contract work not done as a
result of an authorized chance, (b) allowance to the Contractor for
any actual loss incurred in connectiri., with the purchhso, delivery and
subsequent di6posal of materials or equipment required for use on the
work as planned and 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 ar3justment is not clearly
defined in the contract documents.
GC-15. ARBITRATION. Before bringing any action in court pertaining to
a decision of the Engineer, the objector (hereinafter referred to as
Party A) to the decision shall first offer to arbitrate the question
with the other party to the contract (hereinafter referred to as Party
B) by notifying him in writing and setting forth in such notice the
question to be arbitrated.
Party B can elect to /arbitrate or not. If Party B agrees to arbitrate
he shall so advise Party A in writing within ten (10) days after receipt
of Party A's notice. Notice by Party B that he does not wish to arbi'
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 court.:
If Party B agrees to arbitrate, Party A shall choose an arbitrator and
shall notify Party B of the name of the arbitrator within ten' (10) days
after receipt of Party B's notice. Party B shall notify Party:A in
writing within ten (10) days after receipt of the said notice that the
arbitrator named by Party A"shall act as sole arbitrator, or shall, name
an additional arbitrator. 'If Party'B names an additional arbitrator,
then the arbitrator named by Party' A and the arbitrator hams4 by Party B
shall choose a-third arbitrator;
The arbitrator or arbitrators shall act with promptness. In the case
of three arbitrators, the decision of any t-,•n shall be binding on both
parties to the contract, as shall that of a single arbitrator if the
dispute is submitted thereto as heretofore provided, The decision of
the arbitrator or arbitrators may be filed in count to carry it into
effect.
If they consider that the case so demands, the arbitrator or arbitrators
are authorized to award the party whose contention is sustained such sum
or.sume as they may deem proper for the time, expense and trouble inci-
dent to the appeal, aind if the appeal was taken without reasonable cause]
they may award damages for any delay occasioned thereby, The arbitrators
shall receive reasonable compensation for their services. The arbitrators'
shall asesse the costs and charges of the arbitration upon either or both
parties. The decision of the a:bitratore must be made in writing, and
shall not be open to objection on account of the form of proceedings or
award.
050163 FOB GC-7
If for any reason after the said notices have been duly given by Party A
and Party A, the arbitrators appointed shall be unable or shall fail to
act with reasonable promptness in appointing a third arbitrator, Party A
(or, if he does not do so within a reasonable time, Party B) may request
a judge of the United States District Court who regularly holds court in
the district in which the site of the work, or any part thereof, is located,
to appoint the third arbitrator. If it appears to the judge that the two
arbitrators originally appointed were unable or failed to act with reason-
able promptness in appointing a third arbitrator, he may appoint the third
arbitrator, and such appointment shall constitute a conclusive determination
that the arbitrators originally appointed were so unable or failed to act
with reasonable promptness and, if the said judge acted at the request of
Party B, that Party A did not make such request within a reasonable time.
If for any reason after the arbitrator or arbitrators have been duly.
appointed, the arbitrator or arbitrators shall be unable or shall 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 which
the site of the work, or any part thereof, is located, to appoint three
,tew arbitrators to act hereunder. If it appears to such judge than the
arbitrator or arbitrators originally appointed were unable or failed to
eat with reasonable promptness in reaching a decision regarding the .
question submitted to arbitration, he may appoint three new arbitrators
to act hereunder,. and such an appointment Wall. constltute a bonclusive
determination that the arbitrator or arbitrators originally appointed
were so unable or..failed to act with reasonable promptness and, if the
said Sudge acte& at request of Party. B, that Party A did not make such
requeat.within a reasonable time,
If for any. reason a third arbitrator or three. new arbitrators shall-
not-be appointed by ,a judge of the United States':District Court under.thes,
circumstances hereinabove described, or if three new arbitrators are,so.
appointed and are unable or fail to act with.reasonable promptness,.in;
rescuing a decision regarding the question submitted to arbitration,
then the arbitration procedure shall be deemed to.have failed and the
parties shall be free to assert their rights in the sage.manner as if
they had not agreed to submit the question to arbitration.
If the above agreement to submit questions of dispute to arbitration is
not enforceable under the law of applicable ,jurisdiction, each such
question after it has arisen may by agreement of both parties hereto be
submitted to arbitration in the manner set forth above.
The Contractor. shall not cause, a delay of the work during any, arbitration,
proceedings, except by agreement with the, Owner. It is xmdepstood and
agreed by the partieq.to the contract that no requirement or statement
herein shall be interpreted as curtailing the power of the Engineer to
determine the' amount, quality, and acceptability, of work and materials.
o5o163 FOB GC-8
GC-16. RIC,T OF OWNER TO TERMINATE CONTRACT. If the work to be done
under this contract is abandoned by the Contractor; or It this contract
is assiF ned by him without the written consent of the Owner; 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 1'2 at any time
the Ei~gineer certifies in writing to the Owner that the performance
of the work under this contract is being unnecessarily delayed, that
the Contractor is violtting any of the conditions of this contract, or
that he is executing the same in bad faith or otherwise not in accord-
ance with the terms of said contract; or if the work is not substantially
completed within the time named for its completion or within the time to
which such completion date may be extended; then the Owner may serve
written notice upon the Contractor and his surety of said Owner's inten-
tion to terminate this contract. Unless within five (5) days after the
serving of such notice a satisfactory arrangement is made for contin-
uance, this contract shall terminate. In the event of such termination,
the surety shall have the right to take over and complete the work, pro-
vided, that if the surety does not 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 ;:%e 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 work will be issued by the
Owner to the Contractor In-writing, The time for completion of the work
will be extended for a period equal to the time lost by reason of the
suspension.
Changes in Contractor' a' price or delivery schedules which occur during a
period of suspension ordered by the'Ownei shall not affect this contract
except as agreed by the Owner and the Contractor. If that Contractor
proposes to apply such changes'to this contract, he shall present his
proposal to the Owner in writing, During the 30 day period from and
after the receipt by the Owner of such written proposal, the Owner shall
be permitted to reinstate the work without change. If the work is not
reinstated' during this 30 day period, the Owner and the Contractor shall
agree upon reasonable and proper change3 or the Owner may cancel the
unshipped portion of the 'work.
Changes in delivery schedule shall mean extension of the scheduled time
of delivery beyond the number of days of the suspension period.
050163 FOB OC-9
GC-18. DELAYED SHIPl,L-:NT. The Owner reserves the right to order the
Contractor to delay shipment of equipment and materials heroin con-
tractea. In the event suvh a delay is ordered by the Owner in writing,
the Owner will pay the Contractor reasonable and proper cr.tra charges
incurred by the Contractor as a result of the delay. Such extra charges
shall include storage churgcs, handling charges, insurunco, interest
on investment, and t:•anjpvrtutlwi charges to the s'.orage l'ucility,
GC-19. CANCELLATION OF WORK. The Owner reserves the right to cancel
the unshipped portion of the work. In the event of cancellation, the
Owner will pay the Contractor reasonable and proper cancellation charges,
CC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply
with all ordinances, laws, and regslations, and shall protect and
indemnify the Owner and the Owner's officers and agents against any
claim or liability arising from or based on any violation of the same.
All permits and licenses required in the prosecution of the work shall
be obtained and paid for by the Contractor.
i
GC-21. HINDM NCEU AND DELAYS. In executing the Contract Agreement,
the Contractor expressly covenants that, in undertaking to compplete
the work within the time therein fixed, he has taken into c:oneideration
and made allowances for all hindrances and delays incident to the work.
No claim shall be made by'the Contractor for hindrances or delays.fraa
any cause during the progress of the work, except as provided in the
paragraph on "SUSPENSION OF WORK".
GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in,the,
final completion of the work by btrikes, fire, or other cause beyond
the control, of the Contractor and.which, in the,gplnion of the,Engineer;, „
could have been neither anticipated nor avoidegd,.thgn an."gn¢ion of
time sufficient to compen$ate for.the delay, as determined, by the,
Engineer, shall be granted by the Owner; provided, that the Contracto;
shall give the Owner and the Engineer prompt notice in writing of the
cause or delay in eavl-, case, and shall demone'.rate 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 the'failuro of the Contractor to place orders for equipment
or materials sufficiently in advance tc insure delivery when needed.
MATERIALS AND UIPMENT. Unless specifically provided other-
GC-23-
vise in each case, all materials and equipment furnished for perwanent"
installation In the work shall conform to applicable standard specifi-
cations and shall be new, unused, and undazaaggO when installed or,
otherwise incorporated in the work. No such material or equipment
shall be used by the Contractor for any purpose other than that intended
or specified, unless such use is,specifically authorized by the $nglneer,
in each case.
050163 FOB OC-10
• CC-21;. CUARANTE . The Contractor vuararitces that the materi4l and
equipment herein cv,,tracted will lie as specified u,d will be free from
defects in design, workmanship and materials. If within the guarantee
period the material or equipment fails to meet ttw provisions of this
guarantee, the Contractor shall promptly correct any defects, including
nonconformance with the specifications, by add untment, repair or re-
placement of all defective parts or materials.
Unless otherwise specified, the guarantee period Hha1.1. begin an the
date of final payment or the date of initial operation, whichever is
later, and the guarantee 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 defects.
The Contractor will be given an opportunity to confirm the existence
of the defect but he shall not delay the correction while making such
determination.
The Contractor shall extend the provisions of this guarantee to cover
all repaired and replacement parts furnished under the guarantee pro-
visions for a period of one year tronrthe date of their installation.
If within ten days after the Owner gives the Contractor notice of a
defect, the Contractor neglicts to make, or undertake with due dili-
gence to make, the necessary corrections, the Owner is hereby author-
ized to make the corrections himself, or order the work to bx done by
a third party, and the cost of the corrections shell be paid by the
Contractor.
In the event of an emergency where in the Judgment of the owner the
delay resulting from giving formal notice would cause serious lose or
damage which could be prevented by immediate action, defects bby be
corrected by the Owner, or a third party chosen by the Owner vithout
giving prior notice to the Contractor and the cost of the corrections
shall be paid by the Contractor. In the event such action is taken
by the Owner, the Contractor vill be notified promptly and shall aAsist
wherever possible in making the necessary corrections.
CC-25- CLAIMS FOR LABOR AND MATERIALS. The Contractor shall indem-
nify and save harml'ea3 the Owner from all claims for J.Abor and .mate-
rials,furnished under this contracts The Contractor shall submit
satisfactory evidence that all peruons, firms, or corporations. who
have done work or furnished materials under this contract, for vhicl+
the Owner may become liable under the laws of the state, have been
fully paid or satisfactorily secured. In case such evidence is not
furnished or is not satisfactory, an amount shall be retained from
moneys due the Contractor which, in addition to Tiny other sums that
may be retained, will be sufficient, in the opinion of the Owner, to
meet all claims of the persons, firms and corporations as aforesaid.
Such sum ar sums shall be retained until the liabilities a8 aforesaid
are fully discharged or satisfactorily secured.
f DENToN, areas - 49o4 )
102769 FDD GC-11
Refer to Proposal papa C~1
.e
LIAHTLITY The acceptru,.ce by :,,.e Contractor of the
i.s.;t. i,rtym--nt shall bo a relv%.;e to the Owner :uid every nffiCer acid went
tnarauf frnii a.Ll claim:; and liability hereund-.•r for anytrAnE; done or
i`arnlcihed in conneeLl-on with the work, or for uny not or neglect of the
Owner or of any person relating to or affecting the vorx,
GC-2'(. DEFFNSF OF SUIT'S. In case any action in court, t+: brought against
the Owner or Engineer or any officer or agent of either c)f them, for the
failure omission or ne?lect or the Contractor to perf,)m nny of the
covenants, acts, matters or things by this contract undertaken; or for
injury or damage caused by the alleged negligence of the Contractor or
his agents; the Contractor shall indemnify and save harmless the Owner
and Engineer and their officers and agents fron all losses, dar.:abes,
costs, expenses, judgments, or decrees whatever arising out of such
action.
GC-28. INSURANCE. The Contractor shall secure and maintain insurance
of the types and in the amounts necessary to protect himself and the
interests of the Owner against all hazards or risks of loss as herein-
after specified. The form and limits of the'insurance, together with
the underwriter thereof in each case, shall be approved by the Owner
but, regardless of such approval, it shall be the responsibility of the ►
Contractor to maintain adequate insurance coverage. Failure of the
Contractor to maintain adequate coverage shall not relieve him of any
contractual responsibility or.obligation.
For insurance purposes, the title of ownerbhip of equipment and materials
shall remain vith the Contractor until the Owner receives such equipment,
and materials at the job site.
If the ,pntraetor does not furnish supervision of erection or testing
of the equipment, the vorkmen's compensation, comprehensive automobile
liability &nd,comprebensive general liability Insurance specified, herein
may be omitted.
The.Contractor shall submit a copy of the transportation insurance policy
to the Ovrler at least thirty (30) days before the scheduled shipping date.
The policy sh all,quote the inauring agreement and all. exclusions, The
Contractor shall submit a certificate for each of the other insurance
policies to the Owner not less than thirty (30) days prior to the date
the manufaeturer's supervisor or supervisors tire expected to arrive r►t
the job site. Each certificate shell state that ten (10) days written
notice will be given the. Owner before any policy covered thereuy'in
changed or canceled.
GC-29.01, workmen's Compensation and Em loser's Liabilit~t Workmen`s
compensation and employer's liability insurance shall protect the Con-
tractor against all claims under applicable state workmen's compensation
laws and against clsima or Injury# diaense, or death of eumloyer,s' which,
for tiny reason, mq not fell within the provisions of the ap+licablc
workmen's compensation.' law. This workmen's compensation and empioyer't
liability insurance policy shall indlude an "all Btetes" endorse-tent.
(DKNTON, riTA' A.S - 4904)
121069 0C-12
The liability limits shall not be less then the following:
Workmen's compensation Statutory
FAployer's liability $100,000 each person
GC-28.02. Comprehensive Automobile Liability. This insurance shall be
written in comprehensive form and shall protect the Contractor against
all claims for injuries to members of the public and damage to property
of others arising from the use of motor vehicles, and shall cover the
operation on or off the site of the work of all motor vehicles licensed
for highway use, whether t~iey are owned, ronowned, or hired.
The liability limits shall not be less than the following:
Bodily injury $250,000 each person
$500,000 each occurrence
Property damage $100,000 each occurrence
GC-28.03. Comprehensive General Liability. This insurance shall be
written in comprehensive form and shall protect the Contractor against
all claims arising from injuries to members of the public or damage to
property of others arising out of any act or omission of the Contractor
or his agents, employees, or subcontractors. In addition, this policy
shall specifically insure the contractual liability assumed by the Con-
tractor under the foregoing paragraph entitled "Defenso of Suits".
The liability limits shall not be leis than the following:
Bodily injury $250,000 each person
$500,000 each occurrence
Property damage $500,000 each occurrence
$500,000 aggregate
GC-28,04. Transportation. This insurance shall be of the "all risks"
type and sbAll protect the Contractor and the Owner frrm all insurable
risks of physical loss or damage to equipment and materials in transit
to the job ait~ e.nd until the Owner receives the equipment and materials
at the job site. The coverage amount shall be not less than the full
amount of the contract.
Transportation insurance shall provide for losses to be payable to the
Contractor and the Owner as their interests may appear.
053166 FOB GC-13
GC-29. ESTIMATES AND PAYMENTS. Payments will be made each mo.ith in the
amount of ninety (9o per cent of the estimated value of the equipment
and materials delivered at the job site during the pre,ir,us calendar
month, providing the shipments were reasonably complete and integral
units of equipment or reasonably complete lots of materW a,
After official approval and acceptance of the work by the Owner, the
Engineer will be authorized to prepare a final estimate of the work done
under thin contract. The final estimate will be submitted to the Owner
within ten (10) days after its preparation has been authorized. The
Owner will, within thirty (30) days thereafter, pay the entire sum found
to be due after deducting all amounts to be retained under any provision
of thic contract.
If for a cause beyond the control of the Contractor the Owner does not
give official approval and acceptance of the work within 365 days after
shipment of equipment and ,aterials is completed, the final payment will
be made as stipulated above providing the equipment and materials are in
accordance with the specifications as far as can be determined.
GC-30. TAXES, PERMITS, AND LICENSES. Unless otherwise specified in these
contract documents, the Contractor shall pay all sales, use, excise' 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 for
all licenses and permits requires' for the work.
The Contractor will be compensated for any increase in tax rates, license
fees, and permit fees oe any nevi taxes, licenses, or permits imposed after
the date of the Proposal; provided however, that this provision ,shpll,be
limited to sales, use,' and 'excise taxes' assessed against the bom4iete'd
work and to licenses and permits required specifically for the proposed
work.
053166 FOB GC-14
F y o y ; j y, y♦ T .q Tp
M1 7 1 t 0, ✓ ri
PART' 1 GENERAL REQUIREMENTS
CONTENTS
Pages
Section lA - SCOPE OF THE WORK 1A-1 thru IA-3
1A.1 General 1A-1
1A.2 Work Included in this Contract 1A-1
IA-3 Miscellaneous Materials and Services IA-1
1A.4 Work Not Included in this Contract lA-2
1A.5 Schedule IA-3
1A.6 Contractor's Services 1A-3
Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B-1 thru lB-4
1B.1 General 1B-1
1B.2 Specifications and Standards 1B-1
!B.3 U.S. Materials 1B-1
lB.4 Comp,~pent`Parts 1B-1
1B-5 I3enV,tication 1B-1
1B,6 ManufattuterIs Instructions and Parts Lists 1B-1
1B.7 Shipping Nctice 18-2
1B.8 Factory Assembly 18-2
18.9 Shop Coating 1B-2
1B.10 Proteotion 1B-3
1B.11 Correction of Manufacturing Errors 1B-3
1B.12 Control Power 1B-4
18.13 Re„eway 1B-4
1B,14 Wiring 1B-4
1B.15 Shipping Requirements 1B-L.
Typical Equipment Instruction Book Cover P-802.02
Section iC -,ENGINEERING DATA 1C-1
10.1 General iC-1
iC.2 Correspondence iC-l
1C.3 Drawings lC-1
1C.4 Schedulne 1C-1
(DENTONO TEXAS - 4904 )
(LOAD CENTER UXIT EUBSTATZON - E-2oA) TCl-1 .
67CB7o
Section IA - SCOPE OF THE WORK
1A.1 GENERAL. This section covers the general descrii,tion, scope of work,
and ;,upplementary requirement., for equipment, mnterinir,, and services in-
eluded in these specifications.
The Unit 5 Addition to the City of Ocnton, Texaq,1!ji,icipal Electric Genera-
ting Station will include the consLruction of a cor.I,lr•t.e Generating unit,
i.e., ma,or power plant equipment, systems and rsuxi iriries, and plant struc-
ture. The nominal capacity of Unit 5 will be upprcrlurrLeJy 65 megawatts.
A railroad siding will be available near the plant 21tc,, for delivery of
equipment and materials.
1A.2 WORK INCLUDED IN THESE 'SPECIFICATIONS. The work. under these specifi-
cations 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-1 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 Load Center Unit Substation
Trensportation insurance shall be carried by the Contractor in accordance
with the GENERAL CONDITIONS. All risk of loss including damaga during
Shipment shall remain with the Contractor until delivery at Denton, Texas.
The Contractor shall provide P.rawings 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
materialA and services no; otherwise specifically called for shall be fur-
nished 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 )
(LOAD CENTER UNIT SUBSTATION - E-20A) IA-1
070870
All necessary instrument and power and control wiring and raceways
integral to any equipment furnished by the Contractor. This shall
include terminal blocks and internal wiring to there terminal blocks
for equipment requiring external connection.
Drawings, prints, information, instructions, and rAt Der data for use
f the Owner's installation contractor
1A.4 WORK, NOT INCLUDED IN THESE SPECIFICATIONS. Vit., oI laricuus materials
and :services f)unished by the Owner shat l be as fu] l.r:;
Unloading and field installation of all equipr%tn~
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 cvr,-
pleted in time to assure arrival of all components on the job site in accord-
ance with the following schedule:
Section Description Dates
'2A Load Center Unit Substation 1Letween February
Within 60 days after the purchase agreement the Contractor shall submit to the
Engineer a production schedule for all mayor equipment and components. This
schedule shall be corrected and r-asubmitted quarterly until all equipment has
been shipped.
Drawings ant engineering data shall be submitted in accordance with the sched-
ule specified in Section 1C.
1A.6 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED IN
THESE SPECIFICATIONS shall be in accordance with the following.
1A.6.1 Submittal of F~ngineering Data. Drawings and engineering data for
the specified materials and equipment are essFntial 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 h erCit of
Denton, Texas, Municipal Utilities Plant can be in
operation on or before April 15, 1973.
(DENTON, TEXAS - 4904
) IA-2
(LOAD CENTER UiiIT SUBSTATION - -20A)
070870
i
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 oeraf.ing schedule.
Failure of the Contractor to submit drawings and engine.ring data on or be-
fore the dates specifiea shall be considered a brefar_h .f' contract and reason
for termination of contract if the City of Denton, T-xrtr;, so desires.
1A.6.2 l!ftnufacturers' Field Services. The Contra-1,,,r oar ll provide the
services of a manufacturer's field representative. 'Elio eervice represo:nta-
tive shall be technically competent, a direct, empP,jor, f,f the rianufuctur,
er,
factory trained, experienced in the installrition li!A perrttion of the speci-
fied equipment, and authorized by the mnnufricturer tr, 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 perforv other duties requirerl to
obtain proper installation and assure successful •)peration of the equipment.
1A.6.3 Instruc".ion Manuals. The Contractor shall furnish 12 complete and
final copies of instruction manuals not later than 30 days prior to shipment
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 accordence with the reouirements stipu-
lated in Section 1B.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 1A-3
070870
P I `~L'1'.'17 . nn
S_Ct1un 1 ~ - L ra,~~l:;rar. ~if.cr~rc.,,IO~:•
113.1 r.!'18RA1.. rr :cner,zl } sul F sr ' rit 01.11 e ;1I
meth I'r'e-y eh 11 nii~'1
cacf, of crinf•lict '1- 1-%~.1r',1 c'.1 71 !,+%relit spocificri,l
3N.r i'F:C~11('j~_x1(P."l D ;TANL)A .I r'. i!'ir
!]Iir(l 1_re ri jr,1 irk Crrtivn£: ~iI!Cl71,
_!.•CILS , :3r1f1 errilt 'ti c!1411 J'ri'.'f'rn t i, l C%1 wl.S'1" f i •1 c"I. ~ !If~j`E.,tfJ rire
In ( 015 ! 1.Ct' tEJ twt'r'rl (!1Q r, l t'rr•II'~t'~,I J 11 t r"r~, i r~'o.; , l`J'1°_: ,
or :tarnd~irds anti Lhi:, •.-Ciiicrttic n , trr.,:, e('ifi ;c'r: :,hall f;r)V r to
the extent of roll diff('rer.r.e.
1B.3 U.S. "ATFRIAJS. Equipme=nt and accessories frrnish~%1 shell be from a
reputable manufacturer currently engafr,ed in production of such materials
within the United States of America.
'To the extent possible, materials snd equipment (iricluding components
thereof) furnished under these specifications shall to produced, processed,
manufactured, and assembled within the United State= of America. All
material and equipment which must necessarily be of foreign manufacture
shall be clearly designated in the ?roposal in the sprier, provided for de-
viations and exceptions.
1B.4 COMPONENT PART;). Tndividual parts shall be manufactured to standard
sizes and gauges :o that repair Dart:;, furnished at any time, can le in-
stalled in the field. Like parts of duplicate units .hall be interelianrrea-
ble. Fquiyr~ent shall not have been in service at any tima prior to dr-
liveiy, except as required by tests.
1B.5 IDENTIFICATION. All corr(.snonrle:.:e, shippin. notices, shop drawings,
specifications, engineering; data, anti other documents pertaining to th,^
equipment and materials furnished under terns., specifications Shrill be
identified by the C.wncr's name, specification number, and the name or the
item of equipment or material.
1B.6 ,,iAnTia j.,miEws :INSTitUC210NS AND PARTS LI: S i. The instruction mar,-
uals required in Section IA shall inclurir2 specifications, drawings, and
description of eluipment; install-ition instruction-'; r,I.eratir.; instruc-
tions; prtrts lints; ant where up, lical'c, test dat,. FLr,d curves.
hlrLnualii s11rt11 be r ;:;r'rrb~r'd r'nd Lc~un'i I n Puc!~%rl 'i' . ~ {o r: styles) bi r, l~ r_;
Coveri.!1 wttt7 I:~r~x,y fill IVt}1Y~'F,nFy t. C'ri 12.L_`}-t'rL71 COY'I:,, .'.if ttraeltl.S';.'3 by 13'77 ri rtR
D)uDst' f,nrtl . "C';r:IS Co. , Clr Eton h.::'li~„t: , r'r nSlS.i, 1 ✓ 1'.i'.. f 1 L'.f.r;; stud l not
lac r_;re%ter t.hrr, ;-1/:' inches tilicY: e0r,d .-Mill 1„ s3':st,.,ble t,o j,-rmit ewer.
er,mpa~t binrlinrt. Er,nli binder cover ;hall lc sl +1cl _G arith t1:e prop,,-r identl-
ficatitifi If.i rh(yn1 Gri 1ujund ,it t;l,f, r-r.i of thi3 `F(:tif,n.
i
proof of thre lrttr'rini? 'or PnCh Co--r 'hsil I. rrir tEr. lnt;i iCC?''E
approv,.l br,fore the manuals are r sse,rbled an u. )mitted.
(DhxrON, TEKA", - 1x')04)
( EQUI FI~TN'r - 091 B69 } IA-1
t.`lt manu'sl 1
~aLairc i❑ . ~ 1 u.'.~`
e, ,,arc i 1 f
tr. 1.L. Iprier CJ
lis
. iccorrs,t tle b, ti ,.nr~C tu;~`
r
hat on an, ,f.
fr h ,f r ! uI l
_.J .trrr, i,a ' t r,fn . u. i r~r:er.*. J...r°,., ~rt•.
I'hc il. Lj.t `.!r k n'.a , :I 1, ,ab1Cr Conr -nlt+.n,l .,ertio:~
divider.: vita, index tr f:r c
7 SHIPP7I4 !~r~q'I_CI;. The l'orit r.actor ~311rJll sut~r.Jt r,v~ rrr,pics ref a shil`-
ping notice dr cribirip erlsti of ritt,erial or rqufixi rit. ine ship-
I,ir!F notice shall be mailed to rurive approximately Jay,; ahead of the
c,ytimrated shipment arrival.
The addressees for shipment notices will be determined later.
1B.8 F'ACT'ORY ASSWBLY. 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 Contractor'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 alFo
be indicated.
* 18.9 SHOP COATING. 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 life 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
urable finish. Unless specified otherwise, the color of the finish
coats shall be ANS 61 for indoor equipment and ANS (PROPOSED) 15 (Green)
for outdoor equipment.
'No gallons of to,ich-up paint and one gallon of finish paint useJ on the
el ctrical equip^,ent °nclosares ;hall to furnished,
Shop primer for other steel and iron surfaces shall be In:~rtol "Q1
Hustinhibitive Primer", W bil "13-R-50 Chromox QD Primer", or Tnemec
77 ChcmPrime" unL.ss other,.1rise specified.
Refer to Proposal Page C-1
(DMTGN, TEXA:3 - 4904 )
(EM'CrRICAL EQUIrMENT - 061770) lh-P
-17
11V'Kiried, ix)lished, and nonferrous surfaces which should not be painted
:),all be mated with rust preventive cnmpo'.u d, Dearborn Chemieal "No-Ox-Ii
;'W", 11ou;~.htou "h,ist Veto 3411", or RuFc-Oletua "R-9".
IL.10 PNOTih iIDN. All equipment :hall be boxid, crra,ri, or otherwise
r:uitably protected d+.ring shipment, handling, and st~ir~pe. Eglii1`m._,nt
Navin(' ant, 11'rictiun or sleeve bearings shall bc' rr Lee t^d by w•3tiler-
I'lFht enel~,;,ure~.
,gated r•.urfaces ;,hall be protected adainct. impact, %!,r At: i ic,n, •I!ocoIoratian ,
+uPi other dru~at~~ . ;'urfaces which ,,re diijaaPed ~iurinl? ';t,ipmecut shall U_- re-
1oaired by the C,-,Oractor.
P(cturnable containers and special shipping devices ahrill be returned by
the mrnufacturer's field representative at the Contrrsctor's expense.
1B.11 CORRECTION OF MANUFACTURING ERRORS. Equipment and materials shall
be complete in all respects within the limits herein outlined. All manu-
facturing errors or omissions required to be corrected in the field shall
be done by the Contractor or his duly authorized representative.
1B.12 CONTROL POWER. Electrical power for control and instrumentation
will be a nominal 120 volt, single phase, 60 hertz, alternating current,
or a nominal 125 volt direct current. The Contractor shall provide any
devices required for proper operation and protection of the equipment
during electrical power supply fluctuations described in the following
paragraphs.
All direct current electrical devices shall be designed for continuous
operation on an ungrounded station battery which will float on trickle
charge at 129 volts. The Contractor shall guarantee satisfactory operation
when the equipment is continuously energized at any voltage from 100 to 140
volts direct current, with ambient temperatures as specified. Electrical
devices served from this supply shall not impose any ground connections on it.
All alternating current devices shall, unless otherwise specified, be de-
signed for operation on a nominal 120 volt, 60 hertz, single phase, alterna-
ting current system. The Contractor shall guarantee satisfactory operation
when the equipment is continuously energized at any voltage from 105 to 130
volts alternating current.
A11. alternating current and direct current devices shall be guaranteed to
operate satisfactorily under volt-Me +7onditions specified in the above
paragraphs and at 50 C &nbient temperature.
1B.13 RACEWAY. Uniecs specified otVrrwi::e, all rrlc•_wa.y interconnections
between devices, panels, boxes, ruid fittings :hall conform to 0-, 070,1
and UL 6. All conduit connections shall be of the threaded type.
(DEXPON, TEXAS - 49o4
(ELECTRICAL EQUIPMENT - 112569 1B-3
1B.14 WIRING. Unless otherwise specified, all electrical conductors shall
Le Class B strarhded copper 14 AWO or larger. Panel wiring shall have thermo-
,etting Type SII; insulation rated 600 volts, designed for r-ximum conductor
temperature of 90 C. Conductor insulation for other wiring; shall be cross-
linked polyethylene accor,lin, to IPCEA 9-6F-524 Interim ",tinfiard No. 2 except
Tyl,c AVA shall be used wliere wnbient condition:, cau- ocindnc?.or unersrting
te;^.peritur s to exceed 90 C. Metallic sheathed con,ir-tnrs %rc not acceptable.
Prtinr~.ulnt~ .l wiring, tendnals with ir.,Ar31 reinforced :.1-evr•s si>.11 be provided
or. all eor.duct-,_r terminuls.
Tt,rmiriul bl ock3 shall be provl lbr ,i for conductors rr-l r i r i nk; conno,-Lion to ci r-
lui t,s extern'il t'3 the specified vrlnil,rrcnt, for inl,r~rrr+l rri rc jitn crc,~ sini;
ohihl~in? splits, and where, r,~luil,r~~nt parts replaccr,~r,+, rrnd r,airt.rr2ance will
be facilitated.
Each teniinal block, conductor, device, fuse block, rind terminal shall be
pennanently labeled to coincide with the identification shown on the draw-
inhe. Conductors shall be identified by legible markingu on device terminals,
printing on the conductor jacket or wiring sleeve, or by other means approved
by the Engineer, Terminal and conductor identification shall be by a per-
marient method unaffected by heat, solvents, or steam, and not easily dis-
lo"ged, preferably be means of metal sleeves or printing on the wire ,jacket„
Adhesive labels are not acceptable.
1B.15 SHIPPING REQUIRRAENTS. When specified, the manufacturer shall mount
and ship three impact recorders with the specified equipment. The impact
recorders shall be mounted at the factory to provide a permanent record of
the magnitude of axial, transverse, and vertical forces to which the equip-
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 manufacturer.
The recorded impact charts shall become part of the furnished equipment.
(DE ETON , TEXAS - 4904 )
(ELECTRICAL EQUIPMENT - 112569) 1B-)4
r
CITY OF DENTON, TEXAS
fi1i3NIS:IPAl Illrlrl( CINrRA;IPr~,TAI11%
w
y UN 11ri
a
a
w
U.
0
w INSTRUCTION BOOK
z FOR
7 NAME OF EQUIPMENT
0
V)
N
N
Q r,
X!_
W -
t MANUFACTURER'S NAME
. a
z MANLIFACiLIRE R'S ADDRESS
F- Ll
Y 0 u,
W
CI U F-
0rw)
U
> w
} -j
t~
¢ FILACK 8 VEATC I
a CONSUI 'TING ENGINEERS
KANSAS CITY. MISSOURI
s
~ede~e'o
o
(Frent Cover)
Note:
Large type shall be 30 point Tempo Heavy Condensed
All other type shall bps 12 point Copperplate Medium GothiC
TYPICAL EQUIPMENT INSTRUCTION BOOK COVER
BLACK A VEATCH CITY OF DENTON, TEXAS
CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATIOd P-802.02
KANSAS CITY, MISSOURI UNITS
i
Section 1C - ENGINEERING DATA
1C.1 GENERAL. This section covers manufacturer's i:,rwinga n' o.'-er
r.. r it
engineering data which the Contractor eir.ll sub:~i'_ t • the Er.;;r.eer fcr
design information or approval.
1C.2 CORRE_SPONDRNCE. Correspondence fi r watr% ir;g craw: ngs and :her
engineering data shall be addressed rtv ruJlcu:,:
Original and one copy to the Engiriver, Attention: tor, Roger
1C.3 DRAWINGS. Reproducible mylar transparencies of all manufacturer.!,'
drawings of schematics, wiring, one-line and three-line diagrams, and
arrangements and views of all control or relay panels shall be furnislei.
The transparencies shall include all field changes and modifications lade
prior to final acceptance.
When changes in the equipment are made in the field to correct shop con-
struction errors or to adapt the equipment to the Owner's requirements,
the Contractor shall prepare and submit eight copies of record drawings
to the Engineer to show the equipment as finally installed in the Owner's
substations.
* 1CA 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 as-
sociated with the installation of the equipment shall be submitted within
60 calendar days after award of contract.
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.
* Polcr to Propos&l Page C-1
(DENTON, TEXAS - 4904 }
(LOAD CENTER UNIT SUBSTATION - E-20A) ,c-;
070870
j' `a a✓ r k 'f ♦ ~ F
PART 2 TECHNICAL REQUIRFMENTS
CONTENTS
Pages
Section 2A - LOAD CENTER UNIT SUBSTATION 2A-1 thru 2A-$
2A,1 General 2A-1
2A,2 Codes and Standards 2A-1
2A.3 Equipment Required 2A-1
2A.4 Construction Details 2A-3
2A.5 Factory Tests 2A-9
r
j
I
(DRTON, TEXAS - 4904 )
(LOAD CENTER UNIT' SUBSTATION - E-20A) TC2-1
070870
~ i
a
Section 2A - LOAD CENTER UNIT SUBSTATION
2A.1 GENERAL. These specifications cover the furnlri,ring of one indoor
1480 volt, load center switchgear for control of 480 w,lt, 3 phase, 60
hertz power supply to electric equipment.
The primary the power supply for each load center nh!ill be connected
for 14160 volt delta operation. The secrundary of th•- p,,wer supply Shall
be connected ')r 1+80 Ord Y/277 volts ol~~ration. '!Iw owitchgear lrovided
shall be for operativii on rt 1480 Ord Y/;"(( volt sysL, m.
Control power for electric operation of power circuit, breakers shall be
125 volts do and will be furnished by the Owner.
2A.1.1 Arrangement. The l--ld center unit substation arrangement will be
worked out with the Contractor following award of contract.
2A.2 CODES AND STANDARDS. Equipment furnished under these specifications
shall be in accordance with the applicable requirements of IEEE, NEMA, NEC,
and ANSI.
2A.3 EQUIPMENT REQUIRED. The following major pieces of equipment shall
be provided. Circuit breakers shall be drawout type except as noted.
Circuit. Breakers
LCUS Transformer 600 A Frame 1 00 A Frame
Bus Ca "TVA)' ~ Electric Manual Electric
kVA
5-1 750 Main 1
Tie l
and Feeder 3* 1
5-2 750 Main l
Feeder 3* 1
* Circuit breaker quantities to be used for motor controller service.
The buses (Bus 5-1 rnd Bus 5-2) shall be furnished as a continuous lineup of
switchgear with a transformer throat connected at each end.
Each switchgear bus shall be complete with two 480-120 volt potential trans-
formers connected to the switchgear main bus. Potential transformer secon-
daries shall be connected to terminal blocks for external connections. Trans-
formers shall be connected open delta.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-1
080770
The following items shall be provided with the load center unit substation:
1 - Breaker closing device for use with electrically operated
breakers
1 - Lot of fuses equal to 100 per cent replacement
1 - Breaker handling device, trolley mounted tyke, complete
with windlass, crank, cable, and any other devices neces-
sary to permit a single operator to remry„ ,r replace any
breaker unit in tt:e ;rousing.
The switchgear units and equipment provided shall confurm to the following
requiremeats.
2A.3.1 Transformers. Transformers shall have the following ratings:
Capacity, kVA
55 C rise 750
65 C rise 840
Class GA
Impedance, per cent,
approximate tdanufacturer's, minimum standard
Insulating liquid Askarel
Frequency 60 hertz
Phase 3
High voltage 4160 delta
Basic impulse level 75 kV, BIL
Bushings 75 kV. BIL
Full capacity taps Two 2-1/2 per cent above and
two 2-1/2 per cent below rated high
Vo~tage
Low voltage 480 Grd Y/277 volts
Basic Impulse level 1+5 Y.V, BIL
Bushings 45 kV, BIL, including neutral
bushing
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-2
070870
Each transformer shall be furnished with a high voltage, air filled func-
tion bcx arranged for termination of primary cables entering frcm below.
Each transformer shall be equipped with standard accesrjories according
to ANS :57.12.10 including alarm contacts on the liquid level, liquid tem-
perature, and pressure relief devices all wired to identified terminal
points in the transformer-to-switchgear transition compartment.
2A.3.2 Metal-enclosed Switchgear. The metal-enclosavi switchgear shall
include the previously specified equipment mounted In vertical compartmented
sections of fixed enclosures numbered from left-to-right and lettered from
top-to-bottom facing the operating side of the switchgear. The equipment
and arrangement in the switchgear shall be the manufav:turer's standard unless
otherwise specified.
2A.4 CONSTRUCTION DETAILS. Equipment provided under these specifications
shall conform to the requirements of ANS C37.20 for switchgear, C57.12.10
for transformers, ai.d the following paragraprs. All indicating devices
shall be located on the operating side of the substation.
2A.4.1 Transformers. The transformer core and coil unit assembly shall
be readily removable from the tank for repairs and shall be well braced to
withstand normal moving and handling forces without the use of special ship-
ping braces.
The tank shall be designed for "sealed-tank" oil preservation system with
tine cover welded in place. All joints in the tank shall be made liquid-
tight and gastight by welding.
2A.4.1.1 Insulating Liquid. Each transformer shall be shipped filled to
the 25 C level with the specified insulating liquid. The dielectric value
of the insulating liquid when tested according to applicable ASTM procedures
shall not be less than 28 kV. If, when received, the insulating liquid falls
to test at least 28 kV, it shall be dried by and at the expense of the Con-
tract,.)r until it does test 28 kV or higher and he shall furnish all labor,
material, and ey 'ixnent required.
2A.4.1.2 Bushings. High voltage bushings shall be wall mounted and located
in a high voltage terminal chamber mounted on the transformer in Segment 3.
Low voltage bushings, including neutral bushing, shall be wall mounted in
the flanged throe.'; connection. in Segment I. The throat flange shall be
connected to the switchgear.
The neutrala shall be l.,rougl,t out through ne,Atral bushings located in Seg-
ment 1 and shall be solidly grounded.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-3
070870
2A.4.2 Metal-enclosed Switchgear. The low voltage metal-enclosed switch-
gear shall be ventilated, indoor general purpose type in accordance with
l1NS C37.20.
Edch breaker shall include a hinged front door. Corrvnlad hinged construc-
tion shall be used. No hinge shall be visible from th- outside when the
doors are closed.
2A.4.2.1 Power Circuit Breakers. The following power rrir circuit breakers,
of standard drawout design, shall be provided in accorlr,r,ce with ANS C37.13.
[nterrupting Rating
Vaximurn Continuous RMS Symmetrical at
Type of Operation Rating, Amperes 480 volt
Electric 1600 50,000
Manual 1600 50,000
Electric 600 30,000
Each power circuit breaker shall be a 3 pole single throw u it furnished
complete with all e3uipment on a drawout type carriage.
The breaker operating mechanism for electrically operated breakers shall
be mechanically and electrically trip-free stored energy or solenoid type.
125 volt do closing mechanism with a 125 volt do shunt trip coil, four "alt
and four "b" auxiliary contacts in addition to breaker operation require-
ments and dual magnetic trip devices.
The breaker operating mechanism for manually operated breakers shall be
stored energy quick-make type mechanism with two "a" and two "b" auxiliary
contacts, an overcurrent alarm contact, and dual magnetic trip devices.
The breaker operating mechanism shall not present a safety hazard to opera-
ting personnel closing the breaker on fault current magnitudes equal to or
less than the breaker interrupting capacity.
All additional breaker auxiliary contact: shall be wired to terminal blocks
for inclusion in the Owner's remote interlocking circuits. Overcurrent
alarm contacts shall be wired to terminal blocks and paralleled for the
Owner's remote common. breaker trip alarm.
Selective trip overcurrent coordination shall be provided betweer: breakers
with 50,000 ampere and those with 30,000 ampere interrupting current ratings.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-4
080770
Breakers serving motor control center feeders shall be furnished with short
time delay with selective overcurrent tripping for coordination with molded
case breakers in the motor control center.
Breakers serving as motor controllers shall be furnished with long time and
instantaneous magnetic trip elements. The long time elements shall be de-
signed to protect the motor against thermal overload. The instantaneous
elements shall be designed to protect the motor against short circuit and
shall not be operated by normal motor starting currents.
The breaker main contact surfaces and all secondary device contact surfaces
shall be silver-to-silver, designed and fabricated to be self-aligning and
to resist burning and deterioration.
Provide arc quenching and extinguishing devices (delon grids, baffles, and
magnetic are chutes) fabricated from nonhygroscopic material.
The circuit breakers shall be capable of carrying their rated full load
current continuously without exceeding the temperature rise as specified
in the latest IEEE and NF24A standards. The circuit breaker insulations
shall be coordinated with that of the switchgear structure and shall be
suitable for use on a 600 volt system.
All removable breaker units of the same type and ampere capacity shall be
wired dike and shall be mechanically and electrically interchangeable.
Each removable breaker shall have provision for locking the breaker either
in the disconnect position or in the open position.
Four cell interlocking switches shall be provided with each breaker for
bypassing "b" auxiliary contacts in the interlock circuits when the breaker
is in either the test or the drawout position.
Each electrically operated breaker shall be provided with two push-buttons,
one for closing and one for tripping, and a cell switch so connectel to
make the push-buttons on the units effective only Then the circuit breaker
is in the test position. All electrically operates: breakers shall be
remotely controlled; therefore, the control circuits shall be brought to
terminal blocks for remote connections.
Door interlocks that trip the breaker when the doors are open shall not
be z%rnished,
2A.4,2,2 Power and Control Conductors. In addition to the general speci-
fications for WIRING under Section 1B, switchgear conductors shall be fur-
nished according to the requirements specified in the following paragraphs,
(DENTON, 'T'EXAS - 49C4 )
(LOAD CiEN!2ER UNIT SUBSTATION - E-20A) 2A-5
070870
Main Bus:
The switchgear main bus shall be copper capable of carrying a rated current
of 1600 amperes continuously without exceeding temperature rise requirements
specified in IEEE and NE24A standards.
The bus shall be installed with rigid, nont:acking, noW lammable, and non-
hygroscopic insulating supports capable of withstandifig, the magnetic forces
imposed by short circuit currents at least equal to thv interrupting capacity
of the switchgear bus main breaker.
All points shall have silver-to-silver contact surfacf%o with minimum contact
resistance.
Provisions Faall be made for bus expansion, to prevent undesirable or des-
tructive mechanical strains in the bus supports and connections, to a full
ambient temperature range from minus 30 C to plus 50 C. Expansion joints
shall be supplied where required.
Ground Bus:
An uninsulated ground bus with a short time rating at least equal to the
short time rating of the largest circuit breaker shall be furnished through
the entire length of the switchgear and connected to the transformer neutral.
All of the switchgear equipment requiring grounding shall be connected to
this ground bus. Provisions shall be made for the attachment of 4/0 AWG
to 350 Mcm stranded copper cable to each end of the ground bus for external
connection to the station ground grid.
Bua Connections:
Connections between the main buses and the disconnecting devices, instru-
ment transformers, and circuit breakers shall be furnished and installed.
All main current carrying connections shall be made by bolting together
flat bar. Insulated cable connections shall be furnished for the potential
transformers.
I
Current transformer primary connections shall be designed to allow easy re-
moval and replacement of the transformers without damage to the connections.
All material required for field connection to bus and terminals shall be
provided.
Wiring and Wiring Diagrams:
The Contractor shall provide internal switchgear wiring, connections, and
diagrams in accordance with the requirements of the following paragraphs.
* Pefer to Proposal Page C-1
(DENTON$ TEXAS - 4904 a
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-6
070870
All low voltage control and instrument wiring used within the switchgear
shall conform to the requirements of Section 1B of these specifications
and shall be installed and tested at the factory.
All interior wiring shall be neatly and carefully installed in suitable
wiring gutters or conduit and shall be terminated at suitable terminal
blocks plainly lettered or marked in accordance with the manufacturer's
connection diagrams.
Sufficient clearance shall be provided fur all control and instrument
scads. All leads for external circuit wiring shall be connected to
terminal blocks suitably located for connecting external circuits.
Splices will not be permitted in control wiring or instrument leads.
Arrangemen-; of circuits on terminal blocks shall be such that all con-
nections for one circuit plus any spare conductors shall be on adjacent
terminals. Any switchgear units that are split for shipment shall have
terminal blocks adjacent to the split and shall be provided with wiring
required to interconnect the switchgear units.
Control and potential buses as required shall be 12 AWG switchboard wire
or larger installed at the rear of the instrument and control compartment.
Switchgear schematic, connection, and interconnection diagrams furnished
by the Contractor shall be based on schematic (elementary) diagrams and
connection diagrams furnished by the Engineer.
After receiving the Engineer's diagrams, the Contractor shall prepare his
schematic (elementary), connection, and interconnection diagrams, which
shall show the same terminal designations and the same terminal arrange-
ment as shown on the Engineer's diagrams.
The complete wiring of each switchgear unit shall be shown on an individual
sheet, and all sheets shall be the same size. Information on each sheet
• shall include point-to-point wiring of the entire unit shown as physically
constructed in the actual switchgear unit, including wiring on the breaker
itself, elementary diagrams of control and instrument circuits, contact
arrangement of switches, and internal wiring of relays and instruments.
Elementary diagram, shall be crsss referenced to terminal markings on
the connection and interconnection diagrams, but need not show complete
details of circuits external to the switchgear.
When the Contractor's standard terminal designations differ from those
required by the schematic and connection diagrams furnished by the Lngi-
neer, or from those marked on the Contractor's connection drawings sub-
mitted for approval and returned by the Engineer, the Contractor may show
two sets of terminal designations; one set in accordance with the manu-
facturer's standards, and one set complying with the Engineer's require-
ments.
(DENTON, TExAS - 4904 }
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-7
C70870
Sufficient space shall be left on the "customer's" tide of outgoing ter-
minal blocAe for adding cable color codes and circuit numbers. The Con-
tractor will be furnished this information later, which he shall ther in-
clude on his drawings.
At the time the Contractor's connection drawings are submitted for approval,
the Engineer will mark thereon all external circuit and wire designations
required, and such designations shall be added to connection drawings by
the manufacturer. Except as marked on the drawinKn uubmitted by the Contrac-
tor and returned to him by the Engineer, no externrll circuit and wire desig-
nations shall be shown on the Contractor's drawingn,
Terminal Blocks:
Terminal blocks shall be provided with white marking strips. Terminal desig-
nations furnished by the Engineer shall be inscribed on the marking strips
with black paint. Extra terminals in a quantity not less than 25 per
cent of the interconnected terminals shall be provided ar: each terminal
block for circuit modifications and for termination of all conductors in
multiconductor cable. The arrangement of connections on terminal blocks
shall be as approved by the Engineer.
Terminal blocks shall be grouped in the instrument and control compartment
for easy accessibility unrestricted by interference from structural members
and instruments. Sufficient space shall be provided on each side of each
terminal block to allow an orderly arrangement of all leads to be terminated
on the block.
2A.4.2.3 Connections. Facilities for the entrance, support, termination,
and connection of power and control conductors shall be provided in accord-
ance with the requirements of the following paragraphs.
Entrance:
Adequate openings shall be provided for all conductors entering the switch-
gear. Direction of cable entrance shall be from the bottom unless specified
otherwise. Cable sizes will be furnished later.
Terminal Connectors:
Terminal connectors for power cable and external ground conductors shall be
provided and shall be the same or approved equivalent to the following ter-
minals; solder type terminals are not acr•zptable.
Cable Size Burndy Connectors
AWG or Mcm bolted Clamp Type Compression Type
8 and smaller YAV
6 through 1/0 VA2
6 through 4/0 YA-L
1/0 through 500 VVA2N
250 and larger YA-2LN
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-8
080770
i
Control i'owcr Protective Device:
Each electrically operated breaker shall be provided with one 2 pole,
enclcsed fuse pullout control power and disconnecting and protective de-
vice in the closing circuit and one in the tripping circuit.
2A.4.2.4 Instrument Transformers. Instrument tren;ifbrmers shall be de-
signed for use with meters, relays, and instruments, in accordance with
ANSI and NEMA standards. Instrument transformers at,--ondary leads shall
be brought out to terminal blocks grouped for conne(AI on of external cir-
cuits.
Potential Transformers:
Unless otherwise specifi, potential transformers shall have a rating
of not less than 400 v J)pcres on a thermel basis, a capability of
withstanding a s,otid short circuit for at least one second, and an
ANSI standard i :ur assification.
Each transformer shall be provided with current limiting primary fuses
and secondary fuses.
2A.4.2.5 Nameplates. Each drawout circuit breaker shall have a nameplate
on its door. The nameplates shall be made of laminated black and white
plastic with the black on the outside. The lettering shall be bold, not
less than 1/4 inch square, engraved by cutting through the black outside
layer so that the letters appear white. Nameplate inscriptions will be
Varnished later.
2A.4.2.6 Characteristic Curves. Characteristic curves shall be furnished
by the Contractor for the circuit protective devices furnished. The curves
shall be submitted with other engineering data as described previously under
Section 1C.
2A.5 FACTORY TFSTS. Transformers and switchgear for the load center unit
substation shall bc, subjected to and meet all requirements for the produc-
tion tests as linited in ANSI standards.
(DENTON, TEXAS - 4904 )
(LOAD CENTER UNIT SUBSTATION - E-20A) 2A-9
070870