Loading...
HomeMy WebLinkAbout1973 Y t> n SPECIFICATIONS AND DOCUmE' s I j. M f CITY OF D12;MN, TEXAS METAL.-CLAD SWITCIIGBAR, e WAL-FNCIASED BUS DUCP ANM BATTERY AND 04A2GER BID 17960 Denton Aw i lplal Utilities 215 L. FicKiruiey lknton, Toxas 76201 February 20, 1973 t TABLE O COM[TNIS ' P~~po thru Paso AIM:RTISEH-M A-1 A-2 INMUCI'IONS TO BIDDERS 8.1 B-4 PROMSAI, C-1 C-2 PROPOSAL. DATA D-1 D-6 CWFRACF A00,04 M CA-1 CA-2 PERMRMANCI, BOND PB-1 PB-2 CNGRAL CONDITIONS OC-1 GC-13 PART 1 - GENERAL Rr.QUIRFMNI'S IA - Description and Scope of the Work IA-1 IA-4 1B - General Equipment Specifications 18-1 18.4 IC - Engineering Data 1C-1 PART 2 - DISM.LED SITCIFICATIONS 2A - Metal-Clad Switchgoar 2A-1 2A-18 2B - Metal-Enclosed Bus Duct 2B-1 2B-3 2C - Battery and Charger 2C-I 2C-2 ADWRTISD INT 15 KV WTAL-CLAD SWITC11GEAR Is .KV 13LLS DUCT IWITRY AND d DARGER FOR nr rd,47 ms Sealed bids will be received by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m., February 20, 1973 Ck,ntral Standard Time, then publicly opened for furnishing on Bid No. 7960 1 Set of Metal-Clad Switchgear 1 Metal-Enclosed Bus Duct 1 Set of Battezy and Charger Prospective bidders may examine copies of the specifications at the office of the Director of Utilities, 21S P. McKinney, Denton, Texas, 76201. Specifications will be issued of y to those bidders who have been determined by the City of Denton, Texas to be qualified to bid. Determination of a prospective bidder's qualifications will be based entirely on written evidence submitted by the bidder in duplicate to the City and no later than 10 days before the time set for opening the bids, Each prospective bidder shall submit evidence that he: iDas adequate plant equipment available to do the work properly and expeditiously Has an adequate financial status to meet financial obligations incident to this work Has no just or proper claims pending against him on other similar woz.. It is desired that the equipment offered by the bidder shall be similar in size and type to equipment manufactured by him which has been in successful commercial operation for 3 or more years in sub stations within the United Statos. The prospective bidder shall submit a list of such equipment in service 3 years or longer, The list shall indicate the Owner's name, location, .iate of initial operation, rating, operating conditions, aid type. Qualified prospective bidders may obtain copies of the specifications from the Owner, City of Denton, Director of Utilities, 21S B. McKinney, Denton, Texas, 76201. ® All bids mist be mido on printed contract document forms included in the specifications, Bidders may bid on each item separatoly or combined on the appropiate proposal forms (CI-C2), A-1 1 All bids shall take in consideration that the above equipment must be delivered to tho job site diuring December 1973, No bid may be altered, %rithdrawn or resubmitted within 60 days from and after the date sot for t;ie opening of bids, The City of Denton, Texas, reserves the right to reject any and all bids and to waive defects in bids. i CITY OF DWIDN, T1;XAS John J. 1Iarshall Purchasing Agent INSTRUCTIONS TO BIDDERS I3.1 (AI:1L11,. These instructions apply to the preparation of proposals for oquipment, materials, and related work for the City of Denton, Texas, acting through Its Public Utilities Board and City Council, hereinafter referred to as the "0►anor". B,2 1_IMPOSALS. Proposals shall be prepared and submitted in duplicate, each coPy containing a coury)loto bound copy of those contract documents. Proposals which art not prepared in accordance with these instructions or which are submitted without a complete bound copy of these contract documents will Imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular. B.2.1 Preparation. Each proposal shall be carefully prepared using the proposal ancf c-3`ata forms bound herewith, lintIW on the proposal and data fonas shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where the forms provide for figures only. Each bidder shall list in the space provided in the proposal form all exceptions or conflicts between his proposal and the contract documents. If more space if required for this listing, additional, pages may be added behind the pproposal form. If the bidder takes no exception to the contract documents, he shall write "None" in the space providod for the listing. Proposals which do not comply with this requirement will be considered irregular and may be rejected at the discretion of the Uiner. In case of conflicts not stated as directed, these contract documents shall govern. The bidder shall not alter any part of the contract documents in any way, except by stating his exceptions in the space provided on the proposal form. The bidder shall staple or otherwise bind, with each bound copy of contract documents submitted, a signed copy of each addendun issued for these contract documents during the bidding period. The bidder snail assembly all drawings, catalog data, and other supplementary information necessary to thoroughly describe materials and equipment covered by this Proposal, and shall attach such supplemental information to the bound copy of these contract documents submitted with the Proposal. B.2.2 Sigiaturos. Each bidder shall sign the proposal with his usual signature and AM give his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and desigiation of one of the partners or other authorized representative. Bids by a corporation shall be signed in the name of the corporation, followed by the signature and designation of the president, secretary, or other porson authorized to bind the corporation. The names of all poisons signing should also by typed or printed below the signature. B-1 r: IAWT- A bid by a person who affixes to his signature the work "president", "secretary", "agent", or other designation, without disclosing his principal, will be rejected. When mquosted, satisfactory evidence of the authority of the officer signing iii behalf of the corporation shall be furnished. Bidding corporations shall designate the state in which they are incorporated and the address of their principal office. B.2.3 Submittal. Proposals shall be submitted in a sealed envelope addressed to the fin. 1) v'JON, '11'XAS, Attention: Rirchasing Agent, and endorsed on the outside of the envelope with the bidder's nam3 and the name of the work bid upon. B.2.4 Withdrawal. Proposals may be withdraWTI, altered, and resubmitted at any time bo orT the time set for opening the bids. Proposals may not bo withdrawn, altered, or resubmitted within 60 days thereafter. B.3 INPORA TION TO BP. SUBMIT'JTD 141111 PROPOSAL.. Each bidder shall submit with his proposal the namci o3 manu acturer an they type or model of each principal item of equipment or material lie proposes to furnish. He shall also submit therewith drawings and descriptive matter which will show general dimensions, principal of operation, and the materials from which the parts are made. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregular. The above drawings submitted by the successful bidder will be retained by the owner. Any material departure from these drawings as submitted will not be permitted without written permission from the Owner. • Verbal statements made by the bidder at any timo regarding quality, quantity, or arrangement of equipment will not be considered. If alternate equipment or materials are indirrted in tho Proposal, it shall be understood that t1io Owner will have the option of selecting any one of the alternates so indicated and such selection shall not be cause for extra compensation or extension of time. B,4 TAXFS PEWITS AND LICLNSM . The bid price stated in the Proposal shall include a taxes, permits, Wd licenses which might be lawfullyy assessed against the Nnor or the bidder on the date of the Proposal. 'Jhi.s shall include Fedoi-al, State and local taxes, use taxes, occupational licenses, and other similar taxes, permits, and licenses applicable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; pn)vielcd however, that this provision shall be limited to sales use, excise, and other ad valorem taxes assessed against the completed wor~ and to licenses and permits required specifically for the proposed work. It shall be tho bidder's responsibility to dotormine the applicable taxes, permits, and licenses. if the bidder is in doubt as to whether or not a tax, permit, or license is applicable, het shall state in his proposal i whether this itein hes been included in h''s bid price and the amount of the applicable tax, Iw rmtt, or licenso in question. B.2 i i y B.5 'fIMH OF MPLINION. The time of completion of the work is a basic cotlslacratlor of't iTo--Untract. '11io Proposal shall be based upon completion of tho work in accordance wi1,:1 the guaranteed date of delivery. It will be necessary that the bidder satisfy the Owner of his ability to complete with work within this time. In this connection, attention is called to the provisions of the attached Geneoal Conditions relative to delays and extensions of time. B.6 PAN). The contractor to whom the work is awarded will be required to funlissii -a Performance Bond to the City of Denton, Texas in an amount equal to 100 p•:r cent of the contract amount. The cost of the bond shall be included in the lump sum bid price. The bond shall be executed on the foi-&s provided, copies of which are attached hereto, signed by a surety conpany authorized to do business in the State of Texas and acceptable as surety to the ('Amer. With the bond shall be filed copies of "Dower of Attorney", certified to includo the date of tho bond. B.7 LOCAL ONDITIONS. If the work includes field constniction, furnishing field a or, or urnTshing of field supervision, each bidder shall visit the site of the work and thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work and the oast thereof, including the arrangement and conditions of exacting or proposed strictures affecting or vMch arc affected by the proposed work,, the procedure necessary for maintenance) of uninterrupted operation, the availability and cost of labor, and facilities for transportation, handling, and storage of materials and equipment. It must be understood and agreed that all such factors have been submerlyd investigated and considered in the preparation of every proposal , as there will be subsequent financial adjustment, to any contract awarded thereunder, which is based on the lack of such prior information or its effect on the cost of the work. B.8 INTBRPRNTATION OF SPECIFICATIONS. If any prospective bidder is in doubt as to o true mean ng o y`part of the proposed contract documents, he may submit to the owner a written request for an interpretation thereof. The poison submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum daly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. Ae Owner will not be responsible for any other explanations or interpretations of the proposed documents. It shall be the responsibility of the bidder to advise the Owner of conflicting mgtiirements or omissions of information which arc necessary to a clear understanding of the work before the date set for opening bids. 'those questions not resolved by addenda shall bo listed in the bidder's proposal, together with statements of the basis upon which the proposal is mado as affected by each question. 13.9 ACCEPTANCI., AND Pita- Iav ON BIDS. The Owner reserves the rif'ht to accept the bid wwhRH-,-1'n-Tt-T36 gmenf, is the lowest and best bid; to reject any and all bids- and to waive irro Winritics and informalities in any bid that is submitted. Bids recoivoi aftor specified Limo of closing will he returned unopened. B-3 f ; R.10 CANCELIATION MAKES. Each bidder shall stiMit with his proposal tho date any canco T~t3ori diargos would co►nnenco ;nd a schedule of the ® applicable cancellation charges as provided for in Article CC-19 of the ©NERAL OOM)ITIONS, o " atit}.,;y 44 y♦ ',,~.,r{jk'4~r`~*'rll7~~►~ .iL~'.n ''r K.~MI'ac'~cY.y„'N +':••.xy, L'.tt,yS%t:~r~ .:.i:.ti4G'K1;' .~...rw1 .1'..h'F'h..-ti Iti.+'v}r ~~w.r i~. . •...r -.•-1 w...rr• w • B-4 i PW)MSAt. City of Wnton, Texas City 11,,111 1)c111ton, Texas Attention: Mr, Jolm Marshall, Purchasing Agent Did No. 7960 Proposal for 1 set of Metal-Clad switchgear 1 Metal-Enclosed bus duct 1 set of Battery and Charger Gentlemen: The tuidersigned bidder having read and examined thoso specifications and associated contract docinnents for the above designated equipment does hereby propose to furnish the equipment and provide the service set forth I in the Proposal. All prices stated heroin are firm and shall not be subject to escalation provided this Pmnncnl is nrrrftwl within 60 days. 1ho undersigned hereby declares that the following list states any and ,all variations from, and exceptions to, the requirements of 01 contract documents and that, othowise it is the intent of the Propose that the work will be performed in strict accordance wil.h the contract documents. None C-1 T-..r•. 71to tm r.nige1 bidder htrchy proposes to fornish the Ml'tal-Clad Sletichrcar, Pus '•••'~•'~s Duct , Battery aid Charier coq)leto fob, Denton, Tears, in accorci:1nce • with thosrn srecifications and rssocinted contract documents listeol in GD.'\'DiDtAL COMMONS, +lrticlu CC-1, for the fine lu,p sun price of Sb7,S52.S1 ` Sixty-seven thotonnd oi¢ht hundred fifty the dollars and 81/106 dollars (Price in 1' or s) Tha undersigned hereby declares that only the parsons or firms interested in the Proposal as principal or principals are n:v,iad herein, and that no ` otaor rersans or rims than herein mentioned have any interest in this Troposal or in the Contract ,lgreerwnt to bo entered into,, that this Proposal s Wade without coruiection with .nny other person, company, or parties likewiso sob-itting, n bid or proposal; and that it is in all respects for and in good faith, without collusion or fraud, Tf this Proposal is accepted, the undersigned bidder agrees to submit drawings - and engineering data in accordance with Section 1C and to a tote delivery of equip„ant and materials in accordance with tho shipping schedule a ecifiod in Section IA. The undersigned fully understands that the • ' titre of dra•+ines and data submittal. and equipment and :ratorials dnkiver; 4- .'-,r-of the essence. Dialed at Hampton, Georgia this 1gth day of 1ebnnfy 1971 , r; Diddor Sou ern States, Inc. BY, tle Vice President - Marketint Ti At testi r' • j+•' 1f, , ' Business Address of Bidder HaMton, Georgia 30288 r • . atato of Inncot-porcntion CeorPi n ' Address of Principal Office D(airpton, Georgin ' C-2 PROPOSAL DATA 1.0 QX-RAl. The following infomation on the proposed equipment and irateria-Ts slia 1 be submitted with the Proposal: A completa description of all proposed equipment 2.0 SPARE. PARIS. Kidders shall sid)mit a list of recommended spare parts which th`o ~;ziei should stock for normal maintenance purposes. The spare parts list shall be organized in the following format: Item No. required lhiit Brice 3,0 h IP" M M'fA. The information required on the following pages is to ass st tho Niior-in evaluation the Proposal. The data listed herein shall not relieve the Contrar;tor of his responsibility for meeting the requirements of the detailed specifications. Note: Write entries boldly with black ink or type entries using carton black ribbon, D-1 1 • Section ZA, 15 KV Agitchmear M _ . ~r Kviufacturor S.S. Typo of Circuit braakers W 150 fill, -500 Mbko and type of current transfonnors GE, JCS-0 Make and type of potential ; transfonnors GE, AM-5 RAO and type of aux. power trnnsfonnors Hem-duty (dry) Type of bus insulation ; Composite - Insoldur Type of bus supports Poreclain Type of insulation Typo of supports Typo of insulation on connections PVC boots . Type and si,,.o of wire used hi small wiring SIS, 114 Awg Circuit breaker W 150 flip-500 Current rating, amperes ; 1200 Voltage rating,, volts ; 15 KV Interrupting capability, max. ; SGO WA Closing and latching 37,000 capability, aq)ores r. . Short time three second , capability, amperes 230000 Typo of closing mechanism ; 'Stores energy Opbrnting current to close , at 125 volts d-c, a rpores 6 Operatbig current to trip 6 at 125 volts d-c, anq)oros 4) ?Mike and tyT-1o of cu mtcrs W K-241 Riko and t)lio of voltmeters ; W K-241 - U-2 • S.S. . ' if lT]C1' 5 QIiIC Mike and type of control ssritci:r-s W-W e Make and type of indicating lights GE-Ur-16 Aiiko and typo of lightning arresters Ohio t3~ass - Int. Make anal type of overcurrent relays WO) . Make and typo of directional over- current relays W CI Make and type of directional ' overcurrent ground relays w CID `ike and type of bus differential ' AVI Fiy ' GL PVD Make and typo of pilot wire relays W ITCH Make and type of watt/var recorder Sangamo OC'X/OCV Ibko and typo of transformer ' • difforcLtial relays W IN Mako and type of 13.2 KV reclosing ' relays W IC Mako and type of 69 KV reclosing relays W SM-12 Mako and typo of lockout relays GB IIEA Size of completely assembled switcligear Width 216!1 Depth Sort iioight 9011 7btal voigiA of switchgenr potuids 17000 N No. Woi h Fa . Part Shipping pleas 1 8500 1 2 8500 2 D-3 AC pcutcl board 1Unufacturcr Sgwire 1) and type lhtiit price for furnishing one spare removable bwaLer clement $6,255.00 Cuaranteed (late of delivery 22 wks. AID . D-4 \J• #4 4 . Section 2BL15 _Y.V m:~tal -enclosed i, - j;~as U~ct ] (3obdoc~iCxfc Bus lxict Cable Bus • Manufacturer S.S. 'type Metal' Clnd Nwnber and size of bus bars (4) V x V or cables Type of insulation Comp, ills. ratclosiny metal, type Steel Width., inches 24 Depth, inches 18 Weight per 3 phase foot, lbs. 1501 Unit adjusting price per 3 phase foot measured along the bus center- l1ne for additions or deletions to (240.00/ft, the bus systems, including fittings , Maximum teg)erature withstand Std. of Insulation Space heaters • . Quantity • 6- Rating, volts - 120 VAC Rating, kilowatts 0.5 Guaranteed late of delivery 16 wks ARA Section 2C, Bath S.S. (Bidder's amo Manufacturer Cat. No, or Battery C 6 ant - 13 Battory mmbor of cells , i Rated capacities in Amp. 150 ilrs ................~8 hrs. 1S0 Final Voltago_"7l -'-j74 ~1'i nal Vol t u goL/ 1 3 hrs. _pj 5 Volt:Ipc.1j5/.LC1l I hr. f minute 22CI__ Jnal Voitagey731cal D-S SaY,tory total dimensions arraligcd os in action 2C.4 Width Z' , Icnsth 9'0" Battery charger Blake and typo c ~ 1) , OR Mirgor DC amps 12 DC ! 'melUoaid make acrd typo Square 1) Goar;anteed date of delivery 20 wks. NO . . D-G i i . , , . t t . . 1 . . . , CIONfRAf:T AGRrr.%ffNT MRS CON"11'Y.7 AU01'.1NI', made and entered into this loth day of Anril , WIS CITY Or DINIUN, TEXAS, 11nri7y-Vf i iTo first Party wi(( heroinafter called the 'V:nor", and 54U)liuLN STSM-S, fnc. a Georgia Corporation with its principal office in 1Gunpton, Georgia, Party of the Second )'art and Hereinafter called the "Contractor", WIMNr:SSE111: VAT 1,111iREAS, the Nner has caused to be prepared, in accordance with law, specif'35 ns, plans and other contract doctunents for the imrk as herein specified; and MMITIAS, the said Contractor has subiaitted to the Owner a Proposal in accord cc with the toi)ns of this Contract Agi,eenvnt; and MMPEAS, the Owner, in the manner prescribed by law, has determined and urea 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 stun or siren named in the Contractor's Proposal, a copy thereof being attPshed to and made a part of this Contract Agreement; NOIV, 111EREFOU, in consideration of the compensation to be paid to the War. for and of the mutual agreements herein, contained, the parties to those presents have agreed and hereby agree' the aNner for itself and its successors, and the Contractor for itself, himself, or themsolves, or its, ! his or their successors and assigns, or its, his or their executors and administrators, as follows. i ARTIC1,13 I. That the Contractor shall furnish fob, Denton 1'exas 1 set of , iir~tal clad switchgear, 1 metal enclosed bus duct, and 1 1 yiy':'liattery set send charger. complete as specified and required in accordance with the provisions of the contract documents which are attached and inade a part hereof, and shall executo and coirole`e all work included in acid covered by the asner's official award of this Contr'aCL Agreement to the said Contractor. ARTICLE IT. T1iat the Nner shall pay to the Contractor for the work and mater als err)racc3 in this Contract Agreement, and the Contractor will accept a full compensation therefor, the stun of SIXTY SWIN ' OLISMD EMIT 11MDRI ) PIRY IWJ and 81/100 DOLL;W ($57,852.18) for all work covered by and included in the contract award, desilpated in the foregoing,, Article 1; pairr_nt to be r.nde in cash or its equivalent in the rtnruter provided in 1~lo specifications attadv!d hereto. I CA-1 i . CLE 111, *Jbat timo of completion is of the sswith he ence of specified Coed wact gmer~cnt, and that the Contractor shall pros • "a shall conform to the folleti+'ing schedule: sal data) ((Wr3nteed delivery date as sh(rAn in pr0p0f, 1-1s Decenber 1973 I~ {E~OF, the parties hereto have executed this Contract Agreement j;1 as 0 t C anu year first above written. as • 4 CITY OF DE\TON, TEXAS (SFt1L) tt8st (SEAL) i EMI 1 gy T, Russell -Vice Pret Attest H, P. Patterson # * R R R R R * R * * R R • = R R R R • in correct form according to law ~e r.)regoing Contract Agreement is and is hereby approved. tt rney r lner w. RALPH MAIM CITY ATTOPAI r~ CA-2 PI`fl'OR\ilNCC. LOND t vim{ ALL N11N By Tj1ES- PC\L.SL%TS that we, SOUIVEP; STATES, INC. hereinafter referred to as "Contractor", , w and ?IiSURA~ C_ OVPANY OF' NORTki Al 1:ktIr;A a eorrCratior, oLo^-t r. nsactdbrsithe nessatin ~het5tateaof Te~caPSrnas°~5U etyr and held and reinafter and held and £in.ly bound torte the l ofD~SIXTY SEVENhcTHOUSAND EIGHT referred to as "C~••ner", in the penal sum HUNDMD FIF'T'Y T}d0 AND 3.8/1.00 (s67,852.18) DOLLARS for the payr..ent of i%hich ruin, well and truly to be rade to the administrators, successors, ire bind curselves and our heirs, executorrsS9 resents: and assigns, jointly and severally, by presents: , 19• the Contractor b'}¢,ItFAS, on the lath day of _ entered into a t;rr t en contract ttilhed tl eea.~ner,iconstniction tools, supplies, and equip-:-nt not furnis by equip:nnt, and plant and the performance of all necessary labor, for and in eoruteCed c construction of certain improvements described -in the attach 1h1¢RAS, it was a condition of the contract award by the Nner that these presents by executed by the Contractor and Surety; well • and MV, Tsthfully . if the {erform,randaabidenbyleacchranduevery covenant, and faithfully obsen-e, p p specifications, condition, and part of the said contract, and the conditions, speference drtuings, and other contract docLmnts thereto attached or, by grade a part thereof, according to tLo true intent and meaning in each case, then this obligation shall be null and void; othen'rise it shall remain in full force and effect. pROVICED FLITER, that if the Contractor shall fail to pay all just claims j and demands by, or in behalf of, any employee or other naterials, sor an), upplies, firm, sub- association, or corporation, for labor p or equi;:.~n: furnis}:cd, used, or eonsuned by the Contractor or his ; contractors in the p erfonnance of the work, then the Suet not exceeding ; full value of all such claims or d--mands in any total the (MOUnt, of this obligation, together with interest as provided by law. PB-1 •a ~ T~ uNjcZS1(V.D SJIJ,116, for value roccived, hereby agrees that no extension of tijv, cha,iic in, addition to, or other modification' of the teens of • the contract or work to he rerformed thereunder, or of the specifications or other contract doc =,-rlt, shn11 in any way affect its obligation on this bond, and the Surety does hereby waive notice of any such entension of tisr.o, 6 ange, addition, or modification. IN T STEWNY 1,31EPEOF, the Contractor has hereunto set his-"hand and the Surety has caused these presents to be executed in its name- and its corporate seal to be affixed by its attorney-in-fact at Houston, Texas on this the 10th day of April , 19 13 SOUTHERN STA Es) INC, (SEAL) ` _INSUAANCE COMPANY OF-NO AMER' CA tz)u n BO-A, a No. 29 07 71 BY (SEAL) • ttornoy--'in--fact) tato Representative (Accompany this bond witli attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) i • . PB-2 00'H Jw~ ~J ty I III z~ G o ~ ii « > '9~~ ~ ?p~y O va~. t4 = dpE Ca~ m to a°+ .W. • ~b C v ~1 ti a 9 L w u 00 rlj ~y V sa.~ Y yijwa y o ° A9. 16,`r.~ ~ J Bj~Y~ C w00o:~ o a`J da ~vv-'v 5C > °YV9A y x i44 V E& r F,a a! o~ey,i o p O.rC C 4~ Z of t •i C~ 'rl 17 r" 11 Q Y 1q j S :r c°u LEA E G c ? Q x e4! ° vv c • tip ' a w a t7 0 W q 3 8' cCck a j a 3 s •o .C,~ V w° + e~ tl ►~'V U w , o v Z o v 4 R. ^ d °'.c ~c m u c r d N 4 p y{~~ Q0.+ :•t a v ~7 v x •0 O Y O 7 Yl i J d 06 F y1 V ,n O V 'O rY1 'V y~ W C 1• Q' U .~u r VnJC •=~y OC G >y.l d w Y~^,.' r •i L G CA d LX N , O C ° R y y. y~~ Qy~ W u V +F.rj .b A p~' A ,7• aOii II..~~..II W YGJ uCty'~~L"O a i 33~~ 5t r+i V a Si c"p a F. E V~ ex G b ~ +q ~ a °,,'i ~ 0 °°0CQ ;a'' WO8 L~ OL O •r~• a r i c O 'O tQ t~ l0 d r I A q di S. 1 i a eb o C y~ ,w ~6 A ° ~i •C N V a~ d A Ds V3/ ~,''1~ .C q a c pO~ 0 w 'r7 w O a.$ w l! In'' Y1 r7 '"C ~9' °5~a P4~~ D W >r. 4 o', U <q `rovv. O .I~+ V O Vz2 y E m'~ ~pp ou a W ~o8na r~ pp Y ~ ryi is ij w o 3 w E a~ ~ a'~ 0 60 v U11 o ~ 'O V i p„ 'b ~ « s cs~~ ,~y 2 40 [p~ ►~e...~ O~ ~ po q aU 'S~ ~v. o i y ~~2~r IfI ~3 ~r04 $9~rCC cr° " aJ z7p~ a~MCA~~~° Stf) 9 Ey OM °dp8cap a°sc~. a ~8 w°ai avlw ' 'l, a ,c'V °,~p>• r" t1 C7 n~VQ 60 pe N ^ M M a q y O i . d E a ,11:1y = ~ C A yr, W O ° oho q~ ~j N 01 i M I 41 t :3 41 d o e iC . A .e s o q b a~ o Y eJ 0 d A n ^~1 Yg !7 Y r 7 z O 'q L1 'C % I J r4 ►a O pot a IOU" G? 43 V Q1n ~S w~.v{Y,/ Q~ap.p~ u }~11 01 Z.w u !ggN a . ' Y r ? y 7 V N 4 C C y~ r~ 'Q Q) ~L• ; ~I P •i~ O N z V x1 S K .g -c ! a a p~~ 't! A' O C3 .p ap .d (~]i l . • 5A 8 •u ~w O~ p7~tii p ~O CIS; o~n' od 3 Sae ~JcBaa~ p 4 o an rp1p5? rCW:e o b~gLaW3 n t~ *0113 ~ q e e J s47 2 y: R7 t7 W v w u~ x L~~ y ~~II a g CJ JM J cn a Oki V W o006 9~ W p ~r'C 6r7 r .xS~ Y304 I•i9 v 4, d an y.>10 r aw ' .txt C a K Ric O CF a~ f~X Su44 C A t0 q L1 O rpfn : ~$O 14 $r4 = ya W a g n° a r w •c-. v• b q $ o p A aqi W+ O ~y CCPOGGG ti° uy7~ r: O r s rj) Q Cie Hit L 19 o -^5 E' ' .'3 GG .p ~ t. dqi Qi T W •7 ~ ~ i+ Id `u ~;a o uo~o5s aw 'IO, 0 r rn ~a wag.nC<",'C~~°` a 0p p3'3eum ab~roE' •a p0 a ahUyoXJ. ~a ~00~ o ..e~° iaY~AT o~ ysz r wo~c~~.T~Ka c`%~" o Me Q$3'• pu p, F9 14' ' 41 .~'J n a. N~ r! c44~M'~,~ W d Acids ' O O h 1 GSM-RAJ, CONDITIONS . CC-1. (X)NfRAC'f Dc)LjPo NrS. It is understood and agreed that the Advertisernnt, Instruc1Tons to 1sders,`l'roposal, Proposal Data, Contract Agreement, Performance Bond, Ceneral Conditions, General Requirements, Specifications, Pl,°ns, Addenda, mid ©nange Orders, all as issued by the Owner, and speci f L;at ions and engineering data furnished by the Contractor and aprproved by the Owner, are each included in this contract and the work shall l'e done in accordance therewith. GC-2. NIT IONS. Words, phrases, or other expressions used in these contract octuocnts shall liavc manings as follows: 1. r.Contrac0 or "contract documents" shall include the items enumerated above under OONfRACP DOCE>tiiE:iv'I'S. 2. "Owner" shall mean the City of Denton, Texas named and designated in the Contract Agreement as "Party of the First Part", acting through its Public Utilities Board and City Council and their duly authorized agents. All notices, letters, and other conmmication directed to the Owner shall be addressed and delivered to bkmicipal Building, Denton,'E'exas. 3. "Contractor; shall mean the corporation, company, partnership, firm or individual, named and designated in the Contract Agree- ment as the "Party of the Second Part", who has entered into this contract for the performance of the work covered thereby, • and its, his, or their duly authorized representatives. 4. "Subcontractor" shall mean and refer only to a corporation, partnership, or individual having a'direct contract with the Contractor for performing work covered by theso contract documents. 5. "Date of contract", or equivalent words, shall mean the date written in the first paragraph of the Contract Agreement. 6. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 7. 'no work" shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying out of all duties and obligations imposed by the contract documents. OC-1 8. "Plans" ur "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) stintilementary drawings furnished by the Owner to clarify and to define in neater detail the intent of the contract plans and specifications, {c) drawings submitted by the successful bidder with the Proposal and by the Contractor to the Owner, as approved by the Owner, and (d) drawings submitted by the Owner to the Contractor during the progress of the work as provided for herein. 9. Whenevec in these contract documents the words "as ordered", "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permissim, or allowance of the Owner is intended only to the extend of judging c-on4)liance with the terms of the contract; none of these tenns shall imply the Owner has any authority or responsibility for supervision of the Contractor's forces or construction operations, such supervision and the sole responsibility therefor being strictly reserved for the Contractor. 10. Similarly the words "approved", "reasonable", "suitable", "acceptable", "proper", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the Owner, to the extent provided in "9" above. M 11. Whenever in these contract documents the expression "it is understood and agreed", or an expression of like import is used, such expression means the mutal understanding and agreement of the parties executing the Contract Agreement. 01-3. VERBAL SPATPaiFMS NOT MINDING. It is understood and agreed that the written terms an proves ons of this agreement shall supersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of this contract. I GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications I of any teinrcaT society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of takijtig bids, unless specifically stated otherwise. I i OC-2 oc-5. FxE maN or cx>viva mmum. Four (4) copies of the contract Oacumcnts %-'.ill e lrrepar-0T-b 1o er. Copies of engineering data, special forme', or other documents furnished b the Contractor, which are required to be incorporated in the contract shall ha supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and pa4er of attorney, and submit all copies to the Owner. The date of contract on the Contract Agreement and bond forms shall be left blank for filling in by the 0-nier. The certification date on the power of attorney doctuwnt shall be also left blank for filling ire by the Owner. The Owner will execute all copies, insert the date of contract on the bonds and power of attorney, retain one copy, and forward one copy each to the Contractor, and surety company. GC-G. SCOPE MATURE, AND IM1;YC OF SPECIFICATIONS AND PLANS. The speci- ficationslq;iuis are inten a to supplement, ut not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be completed according to the complete design as determined by the Owner. Should anything which is necessary for a clear understanding of the work be omitted front the specifications and plans, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Owner before proceeding with the work affected by such omissions or discrepancies. It is understoou and agreed that the work shall be performed according to the true intent of the contract documents. GC.7 APPROVAL OF ENGINEERING DATA. Engineering data covering all equipment anif a ricate mater a s to be furnished under this contract shall be submitted to the Owner for approval. This. data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connections, a.tchorages and supports, required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. No work shall be performed in connection with the fabrication or manufacture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefor have been approved, except at the Contractor's own risk and responsibility. Four (4) copies of each drawing and necessary data shall be submitted to the Owner. Each drawing or eAnta sheet shall be clearly marked with the nant of the project, the Contractor's name, and references to applicable specification paragraphs. Men catalog pages are submitted, the applicable items shall be indicated. When the drawings and data are returned marked Amitted I) to or R the Ownero Owner NOR DI5TRIBUi'iaN. additional copies shall be submitte. The number of additional copies wi,l be determined by the Owner but will not exceed six (G). Whan the drawings and data are returned marked APP130Ii11 AS NOTED. the changes shall be made as noted thereon and corrected copies shall be submitted to but willr. not cx(~ecd I'll nim- eight corrected copies will be determined by t When the drawings and data are returned mI<<rked RMURN) FOR CARRI:Cf1ON0 tOwnerEuidcfour s (4) shall lie by the The Owner's review of r nfoJ_mity to t the submitted plans andy spthe ecificationsr con will and will cover only nly general the externs,' connections of drand dimensions which awings returned marked f APPROV11)porIAPPROVED ASarrangement. quantities, The s approval not constitute a blanket approval o NOTCD will dcvicef orlitem shrn+ns and does and details of the material, equipment, not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Owner, shall become a part of the contract documents and the work shown or described thereby shall be performed in conformity therewith unless othoiwlse required by the (Over. • GC-8. LEGAL ADDRESS. The business address of the Contractor, given in the Pro posa s ere y designated as the place to which all notices, lettors, and other communication to the ontrractorwilllbismailed or deliaiedd. GC-1 The address of the Owner appearing ako as the place to which all notices, letters and pother artycommunicatio t said the Owner shall be mailed or delivered. Either may can c the address at any time by an inst ntnent in writing delivered tote other party, OC-g,PA:rEN'IS. Royalties and fees for patents covering materials, articles, work, equipment (as contractsamount d ThenCont'actor used in tha e be made at any time for such royalties shall satisfy all demands that may , y ~ and fees, and he shall be liable for any damages or elain6t for ns paatent t defend infringements. 1'he Contractor shall, at hisow against and expe, all suits or proceedings that may tatents inst the Owner i'de in tha work infringement or alleged if d-d a as, the shall pay such award. and, in case of an award o of for ty the Owner will not be nvide while any Final payment to the Contractor y The Contractor, however, will not such suit or claim remains unsettled. or other proceeding, nor for be held liable for the defense of any shit the payment of any damages or other costs, for the infringement of any patented process required by the contract documents; except if the Contractor GC-4 has inform;1tion that the process so required is an infringement of a patent, the t;untractor shall he liable for any damages or claim in connection therewith unless ho promptly notifies the owner of such infrinehncnt. CC-10. IN1h1i{'1'r11IUr WNTRACTOR. ?lie relation of the Contractor to the Owner shall riu ~Tiat o sn~epcndent contractor. 0C-11, 13NGINI-JAING INSPECHT4. the O%snor ray appoint such inspectors as ho decins pi'uper, to ,11 spcct the work performed for complifulce with the plans and specifications. The Contractor shall furnish all reasonable assistwice re(ihired by the inspectors for the proper inspection and oxaminatic!r of the wo.:c, The Contractor shall obey the directions and instructions of the inspector when they are consistent with the obligations of this contract. Should the Contractor object to any order given by an inspector, the Contractor may make written appeal to the Owner for his decision. Inspectors and other properly authorized representatives of the Owner shall be free at all times to perform their duties, end any attempted intimidation of one of them by the Contractor or his employees shall be sufficient reason to terminate the contract if the Owner so decides. Such inspection shall ,tot 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 oxpenso. GC-12. NO WAIVER OP RIGIrS. Neither the Inspection by the Owner or any of their Mc als, employees, or agents, nor any order by the Owner for payment of money, or any T,ayment for, or acceptance of, the whole or any part of the work by the Cyvner, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of this contract, or of 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. CG-13. WDIPICATIONS. The Contractor shall modify the work whenever so ordered y t e -9Ancr, and such modifications shall not affect the validity of the contract, podifications may involve increases or decreases in the wrount of the work for which an appropriate contract price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made huaccepted and usigned executed by the Contractors issued and signed by the Owner and GC-1q, EXTRA WORK. If a modification increases the amount of the work, and the aade word or any part thereof is of a type and character which can ppro pperly and fairly be classified under one or more unit prico items of the Proposal, then the added work or part thereof shall be paid for . accore big to the amount actually done and at the applicable unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. L GC-S Claim for extra work will not be paid unless the work covered by such claim.; was authorized In writing by the Owner and the Contractor shall not . have the right to prosecute or msintain either an arbitration 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 ltwp sums or agreed unit prices whenever the Owner and the Contractor agree upon s~tch prices before the extra work Is started; otherwise payments for extra work shall be based an 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 Mor, the percentage allowwwo shall be fifteen per cent (15%) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method foi extra work, tho Contractor shall submit to the Owner, upon request, a detailed cost estimaate 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. ihiless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the total. direct costs. t1C-14.01. DECREASED WORK. If a modification decreases the amount of work to be done, su' ecrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the valun of omitted work is not covered by applicable unit prices, the owner shall determine on an equita'ale basis the amount of (a) credit • due the Owner for contract work not done as a result of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work as 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 adjustment is not clearly defined in the ccritract documents. CC-15. ARBITRATION. Before bringing any action to court, pertaining to a decision o t e or, 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 D) 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 recept of Party A's notice. Notice by Party B that he does not wish to arbitrate 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 tame 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 nmws an additional arbitrator, then tho arbitrator named by Party A and the arbitrator named by Party B shall choose a third arbitrator. GC-6 111o arbitrator or arbitrators shall act with promptness. In the case of three arbitrators, the decision of any two shall be binding on both parties to the contract as shall that of a single arbitrator if the disute is ihcr~toforo filed in court to carry citlintof be 1 i thearbitrator or arbitrators effect. If thev consider that the case so demands, tFe arbitrator or arbitrators are authorized to award the party whose contention is sustained such sum or sums as thoy may deem proper for tho time, expense wO trouble incident to the appeal, and if the appeal was taken without reasonable cause, they mriy award damages for any delay occasioned thercloy. Ilie arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon either or both parties. The decision of the arbitrators mast be made in writing, and shall not be open to objection on account of the form of proceedings or award. If for any reason after the said notices have been duly given by Party A and Party B, the arbitrators aNointed shall betu ableIorshall fails A act with reasonable promptness in appointing (or, if he does not do so within a reasonable time, Party B) may request a judo of the United States District Court who regularly holds court in the district in which the site of thei~ora cars to the k,or any part jthereof, Is located, to appoint the third arbitrator. arbitrators originally appointed were una le or failed t act withireasonable promptness in appointing a third arbitrator, lie may appoint arbitrator, and such appointment shat constitute a conclusive determination that the arbitrators originally appointed such request at the time, with arty 8, that Party and, if the P Y If for any reason after the arbitrator or arbitrators have been duly appointed, the arbitrator arbitrators de unale or shall rega dingfthe to act with reasonable promptness 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 ire which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. If it appears to such judge that the arbitrator or arbitrators originally appppoointed were unable or failed to act with reasonable promptness in rea- nga decision a gardingitrators new ar question submitted to arbitration, he may appoint to act hereunder, and such an appointment shall consttitutea conclusive determination that the arbitrator or arbitrators originally appointed were so tunable or failed to act with reasonable p Aptness and, if the said judge acted at request of Party Party B, that request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall not be appointed br a judgge of the United States District Court under the circumstancos horeinnbove described, or if three new arbitrators are so inted unable or f le pro rieaoching atadeci ion regardingathotqucsti.ontlsubmittcdato arbiltration,n CC-7 then the arbitration procedure shall be deemed to have failed and the parties shall be free to assert their rights in the sanw manner as if + they had not agreed to submit the question to arbitration. i . If the alaovv agreement to submit questions of dispute to arbitration is not enforceable under the law of applicable jurisdiction, each such question aftor it has arisen may by agreement of both parties hereto be submitted to arbitration in the rwiner set forth above, The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Owner. It is understood and agreed by the parties to the contract that no requirement-or statement herein shill he inteilzrctolas curtailing the power of the Owner to determine the am int , quality, and acceptability, of work and materials, GC-16, RI(Irf OF 0hNFR TO TERMINAIII CONFRACI'. If the work to be done 'under this contract is aTian one by the n factor; or if this contract is assigned by him without the written consent of the Owner; or if the Contractor is adjudged bankrupt; or if a general assigroont. of assets is made for the benefit of his creditors; or if a receiver sis appointed for the Contractor or any of his property, that the Contractor is violating tiny of the conditions of this contract, or that he is executing the same in bad faith or otherwise not in accordance 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 {)truer may serve i written notice upon the Contractor and his surety of said owner's intention to torminato this contract. Unless within five (S) days after the ,serving of such notice a satisfactory arrangement is made for continuance, this contract shall terminate. In the event of such termination, the surety shall have the right to take over and complete the work, provided that if the surety does not commence porfonnance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contract or otherwise, The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completion, The Owner may take possession of, and utilize in congiieting the work, all materials, equipment, tools, and plant on the site of the work, OC-17. SINPINSION OF {FORK, T1ro Owner reserves the ri it to suspend and reinstate c`xccu b-H o tie whole or any part of the work without invalidating 'the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the Owner to the Contractor in writing. Ilia time for completion of the work will be extended fora period equal to the time lost by reason of the suspension, Changes In Contractor's price or delivery schedules which occur during a period of suspension ordered by the Owner shall not affect this contract except as agreed by the Owner rind the Contractor. If the Contractor proposes to g ply 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 thi Ownor of such written proposal, the Owner shall be pormitted to roinstato the work without change. If the work is not GC-8 reinstated during this 30 clay period, the a%iicr and the Contractor shall agree upon reasonable and proper changes or the Owner may cancel the unshipped portion of the work. Changes In delivery schedule shall mean extension of the scheduled time of delivery boyond the number of days of the suspension period. GC-18. D1.LAYIi) SIurn.NC. 11io O%%ner reserves the ri +ht to order the Contractorria'do ay sispment of equipment and materin s herein contracted. In the event such a delay is ordered by the Utner in writing, the Owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Stich extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CAN(TLI.ATION OF WRK. The Owner reserves the rioit to cancel the unshipped port uses o tic work. In the event of cancellation, the owner will pay the Contractor reasonable 2nd proper cancellation charges. GC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply with all orcTinances,-laws, and regulations, and shall protect and indemnify the Owner end the Ovmer's officers and agents against any claim or liability arising from or based on any tiolation of the same. All permits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to cowlete the work within the time ;horein fixed, lie has taken into ccasideration and made allowances for all hindrances and delays incident to the work. No claim shall be made by ;he Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on "SUSPENSION OF iYOPK". GC-22. EXTENSIONS OF ME. Should the Contractor be delayed in the final completion o t re >o r by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Owner, could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay, shall be granted by the Owner pprovided, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case and shall demonstrate that he has toed all reasonable means to minimize the delay. Extensions of time will not be granted for delays caused by tmfavorable weather, inadequate working force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed. GC-23. MTRIA1S AND E IPMV. Unless specifically provided other- wise in eac~~ case-; a1 ma eria s and equipment furnished for permanent installation 'In the work shall conform to applicable standard specifications and shall be ncn,', unused, and undamaged 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 itso is sivcifically authorized by the Owner in each case. GC-9 w CC-24. Ct1ARAYiT,1:4 '11ic Contractor guarantees that the material and equipmcnt^fiorcin contracted will be as specified and will be free from defects in deign, worknknnship and materials. If within the guarantee period the miterial or equipment fails to meet the piuvisions of this guarantee, the Contractor shall pronq)tly correct ary defects, including parts l or smaterialsstn~ent, repair or dethe fective specifications, nonconfonnance of all with replace Unless otherwise specified, the guarantee period shall begin on the monthsilaterl.ichever is date of final later, and the p guarantee date of l 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 replacement parts furnishedfunthis der heerg te~ eecproo- all repaired and d replacement p par visions for a period of one year from the date of their installation. undertake Contractor notice of a de iligence within ten days e net ts to makes or the defect, the Contractor glec to make, the necessary corrections, the Owner is herebyauthorizyyeJ be paid done theaContractor. to make the convictions himself, or order the work be third party, and the cast of the corrections shall In the event of an emergency where in the judgment of the owner the delay resulting from giving formal notice would cause serious loss or damage which could be prevented by immediate action, defects may be corrected by the Owner, or a third party chosen by the Owner without giving prior notice to the Contractor and the cost of the corrections shall be paid by the Contractor. In the even such actin isshall takeassist the and wlierever~possible in makLngrthewilnecessaryl be GC-25. CL1JW MR LABOR AND MATFRIALS. The Contractor shall indemnify and save arm ess t ie ,ncr rem a c aims for labor and riatorials furnished under this contract. 'fho Contractor shall submit satisfactory evidence that all ~frsons, firms, or corporations who have done work or furnished materials under this contract, for which the Owner may become liable under the laws of the state, have been fully paid or satisfactorily secured, In case such evidence Is' not furnished'or is not satisfactory, an amount shall be retained from .'roneyg due the Contract r whieientn addition to any other sums that may firms and in the opinion of the owner, to meet all claluo of the parsons, aforesai until th lirabpoilitiessassafor saiddareSfullyl discharIgedulorlsatisfat.torily secured. liabll F.ASS or LIABILITY. ilia acceptance by the Contractor of tho OC-26. W-h W-10 ..tea --------T- last payment shall be a release to the Owner and every officer and agent thereof from all claims and liability hercund,li for anything done or furnished in connection with the work, or for any act or neglect of the Nnner or of any purson relating to or affecting the work. GC-27. 0111INS11 OI: SUITS. In case any action in court is brought against the Omer-or any-officer or agent of cith.r of them, for the failure omission or neglect. of the Contractor to perform any of the covenants, acts, matters or things by this contract undertaken; or for injury or damage caused by the alleges: negligence of the Contractor or his agents; the Contractor shall indemnify and save harmless the W ner and their ufficers and agents from all losses, damages, costs, oxponses, judgments, or decrees whatever arising out of such action, (1C-28. INSURANC11. The Contractor shall secure and maintain insurance of the types annin 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 unden-triter thereof in each case, shall be approved by the Neer but, regarclless 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 ownership of equipment and materials shall remain with the Contractor until the Owner receives such equipment and materials at the job site. • if the Contractor de s not furnish supervision of erection or testing of the equipment, tj,.r workmen's compensation, comprehensive automobile liability and comprehensive general liability insurance specified herein my be omitted, The Contractor shall submit a copy of the transportation insurance policy to the O%iier at least thirty (30) days before the scheduled shipping date. The policy shall quote the insuring agreeing and all exclusions, the Contractor shall submit a certificate for each of the other insurance policies to the Omer not less than thirty (30) days prior to the date the manufacturer's supervisor or supervisor:: are eppe,ted to arrive at the job site. Each certificate shall state tinat ten (10) days written notice will be given the Owner before an; policy coverer: thereby is changed or canceled. GC-28,01, Workmen's Compensation and Fnolo•er'y s Liab_ility. Workmen's compensation d en~p~oyyer-'s-liability _ insurvtco shall protect the Contractor against all claims under applicable state workmen's compensation laws and against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of the applicable workmen's compensation law. Ibis workmen's compensation and employer's liability insurance policy shall include an "all states" endorsement, O GC-11 1 111c liability limits shall not be less than the following: WorKrien's compensation Statutory Employer's liability $100,000 each person CC-28.02. Congrrehensive Autonnbile Hibilil_. Ti►is insurance shall be written in compre~icnsrve onm ,ET-slzil protect the Contractor against all claiuuts for injuries to meml)er:s of the public and damagge to property of others arising from the use of motor vehicles, and sha21 cover the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are o;%mcd, nonotncd, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 cacti person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03. Coniprehensiye General Liability. This insurance shall be written in con~relne`nsrve Tom an spa 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 esstomed by the Contractor under the foregoing paragraph entitled "Defense of Suits", • The liability limits shall not be less than the following: Bodily injury 250,000 each person 1500,000 each occurrence Property damage $500,000 each occurrence $500,000 aggregate CC-28,04. Transportation. This insurance shall be of the "all risks" type and shalhprotec a Contractor and the Owner from all insurable risks of physical loss or-damage to equipment and materials in transit to the job site and until the (Vner receives the equipment and materials at the job site. The coverage amotunt shall be not less than the full Amount of the contract. Transpc,1ation insurance shall provide for losses to he payable to the Contractor and the a,mer as their interests fray appear, CC-29. EST1M11TlS AND pAMNPS. Pa nts will be made each, month in the amount o nnnety 'por cent of the estimated valuo of the equipment and materials delivered at the job site during the previous calendar month, providing the shipments were reasonable complete and integral units of equipment or reasonable completo lots of materials. CC-12 After official approval ;cld acceptance of the worbihei~enro rsum e owner will, within thirty (30) days thereafter, pay found to be clue after deducting all amounts to be retained under any provision of this contract. OC-30. TAXES PIiltr TS AND 1.1{3NSi:S. Unless othe 4se specified in these contract ocw,xn1}e ~ntractor sTiall lk3y all sales, use, excise, and other takes that are lawfully assessed against the OHner or Contractor in connection with tine work under this contract and shall obtain and pay for all licenses and hermits required for the work. The Contractor will be comp^nsated for any increase in tax rates, license fees, and pennit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided howevor, that this provision shall be mpleted limited to sales, use, and ponnitseretaxes quiredsspecificallysforhtheoproposed work and to licenses and p work. • CC-13 Par 1 - Cd:\ mi, RIiQUIREI ms CON'I I;N'rS Pages Section ]A - SCOPE OF 119-' WORK IA-1 thru ]A-4 IA.1 General IA-2 1A.2 {Fork Included in this Contract IA-2 1A.3 Miscellaneous Materials and Services IA-2 1A.4 Work Not Included in this Contract IA-2 1A.5 Schedule lA-3 1A.6 Contractor's Services IA-3 Section IB - MNERAL EQUII-$U\Tr SPECIFICATIONS 1B-1 thru 1B-4 18.1 General 18-1 IB.2 Specifications and Standards 113-1 1B.3 U.S. Materials 18-1 IB.4 Component Parts 111-1 MS Identification 18-1 1B.6 Manufacturer's Instructions and Parts Lists 1B-1 1B.7 Shipping Notice IB-2 1B.8 Factory Assembly 1B-2 1B.9 Shop Coating 111-2 18.10 Protection 1B-2 1B.11 Correction of Manufacturing Errors 1B-3 IB.12 Control Power IB-3 1B.13 Raceway 111-3 1B.14 Wiring IB-3 18.15 Shipping Requirements IB-4 Typical Equipment Instruction Book Cover Section 1C - ENGINEERING DATA 1C-1 1C.1 General 1C-1 1C.2 Correspondence 1C-1 1C.3 Drawings IC-1 1CA Schedules 1C-1 1A-1 Section LA - s00PE Or im WORY of . lA.l GI'AIF.RAj,. 111is section covers the materials, a and work, acid 't )Plcioentat requirements for equipment, services included in this contract. 1A.2 WORK INCLUDED IN MIS CO RACT• The work under this Coo rain shall engineering accessorics,li~ i ldrsetriced~ asustipulated hereig; incud1elata,g and in accordance with the contract documents, defined in Article CC-1 0 the GINLR+1Ir CONDITIONS. The Contractor shall furnish andthcli\vr fob, Denton, Tespecifiedxas, the fol2 wing electrical equipment complete accessories as in Part - DETAILED spr.CIFICATIONS. antitY Descron 1 set tJetal-Clad Switchgear 20 feet Metal enclosed bus duct Battery and charger 1 set Transportation insurance shall be carried by the Contractor in accordance with the G CONDITIONS. All risk of loss including damage during shipment shhall remain with the Contractor until delivery at Denton, Texas : shall ufacturer's The Contractor shall Alin L~tionnmanuals, demiscellaaneou materials field services, tools, and services as specified herein. .Phe following miscellaneous 1A,3 MISCELI.ANEUS MATERIALS AND sERRvICES. called for shall be enJ so s c. ~ tally mterials an services not o mished by the Contractor. fa Ali bolts and gaskets between parts furnished by the Contractor All piping integral to or between any equiptr4nt fumish26 by the Contractor except as otherwise specified All necessary instrument and power and control wiring and raceways integral to any equipment furnished the Contractor. This shall include terminal blocks and internal wilrionsto these terminal blocks for equipment requiring information, instructions, and other data for use of Drawings, prints, the Owner's Installation contractor 1AA {YORK NOT INCLUDED IN 11115 CONTRACT. Miscellaneous materials and services f ntshc y t o +mo s"aTI"Fe IA-2 rr i atf n • Unloading and field installation of all equivrcrnt Foundations and sleeves Lubricants Operating personnel for startup and tests permanents electric wiring to connect the equipment terminal boxes to the substation electrical system 1A.5 SUDIDUIX. The shipment of equipment for a substation to City of Denton, Texas, ING cipaT Electric System shall be completed in time to assure arrival of all components on the job site in accordance with the following chedule: Section I1sc tion Date ___L' ZA Metal-Clad Switchgear 1-15 of Decenber 1973 2g Metal enclosed bud duct 1-15 of December 1973 2C Battery and Charger 1-15 of December 1973 Within 30 days after the purchase agreement the Contractor shall submit to the Mor a production schedule for all major eqquipment and components. This schedule shall be corrected and rosubmitted quarterly until all equipment has been shipped. • Drawings and engineering data shall be submitted in accordance with the schedule specified in Section 1C. 1A.6 OCKMMOR'S SERn CES. heeserwith the vices called or in WORK INCLUDED IN VIS 1A.6.1 Submittal of En ineorin Data. Drawings and engineering data for the specific Mi orra s an eciu~pment are essential to the design acid subsequent construction of the substation. The Contractor will be required to submit drawings and engineering data in accordance with the schedule, specified under Sec i.on IC - ENGINEERING DATA, to assure compliance with the overall construction and operating schedule. Failure of the Contractor to submit drawings and engineering data on or befcro the dates specified the City fd breach reason for term 1A.6.2 Manur'acturer's Field Services. The Contractor shall provide the services of a manuTacture rs'Tie representative The service representative shall be techr.'_.;ally competent, a direct employee of the manufacturer, factor trained, equipment, and eerienced theomanufacturer installation to and perform operation tho work hstipulated, thorized by The service representativo shall provide technical direction anti assistance for the Unloading and installation of the equipment and shall inspect the equipment rtfter installation; assist the Owner's operating pheorsonnel in Hired to equipment. proper operating and maintenancerocecl'ires, and ul pperformontofrthctics requi obtain proper installation air assure 3 Ins*,ruction tilnuals. The, Contractor shall furnish 6 complete and final 1A.6. copies offs>>'~ictlo~instructionominu+ls shall coversconpleteoinstollation, ter than 30 arior O the ogt►ng and The olict`atin and mnintenculce instructions+shand alldbewsent toJtilertU+nersandluponaci item of equiiuncnt ftirnislicd. One COPY 5 copies shall be JcSivored to the Owr'=er, approval tllercof, the renkAvti»g '11se instruction manuals shall be in accord.uncc with the requirements stipulated in Section 11;. IA-4 Section 1B - (T-NURAL F:QUIPD7Xr SPGCIPICATIONS 16.1 0-NEFUN1., Iliese General lquipment Specifications apply to all equipment: -'Tliey shall supplement the detailed equipment specifications but in case of conflict the detailed equipment specifications shall govern. 18,2 SiIECIFICATIONS ANO SS'ANDAR1.LS, Ilie specifications, codes, and standards refereiiccc in tTiesc specificatiorns (including addenda, amendments, and errata) shall govern in all cases where references thereto are mkde. In case of conflict between the referenced specifications, codes, or standards and this specification, these specifications shall govern to the extent of such difference. 113,3 U.S. MATF.RIAI,S. Equipment and accessories furnished shall be from a reputabTC nunula aisle r currently engaged in production of such material within the United States of AmD rica. To the extend possible, materials and equipment (including components thereof) furnished wider these specifications shall be produced, processed, manufactured, and assembled within the United States of America. All material and equipment which must necessarily b offlmanufacture shall be clearly designated in the Proposal space provided deviations and exceptions. 111.4 COMPONENT PARTS, Individual parts shall be manufactured to standard sizes an gauges o tTiat repair parts, furnished at any time, can be installed in the field. Like parts of duplicable units shall be interchangeable. Equipment shall not have been ir. service at any time prior to delivery, except as required by tests. 111.5 IDT'Ni'IFICATION. All correspondence, shipping notices, shop drawings, specifications, engineering data, and other documents pertaining to the equipment and materials furnished under se specifications shall be the identified by the Owner's name, specification itc :of equipment or material. 18.6 MANUFACTURP.R's INSTRUCTIONS AND PARTS LISTS. The instruction manuals require in ect ones a include spec ica ion,,drawings, and decrp n operating instructions; parts lists; whero where applicable, test data and instructions, curves, and Manuals shall be assembled and bound in Buchan Type ORL (old style) binders covered with pyroxylin impregnated buckram covers, manufactured by Buchan Loose Leaf Records Co., Clifton Heights, Pennsylvania. Binder shall not be greater than 3 1/2 inches thick and shall be adja withetto proper secure compact binding. Lach binder cover shall be ,,.umpr-of te of t ectio eachcoov rsshall beatsubmittethe forrthesOm urns appproro al befolre thetmanualsor Ca are assembled and submitted. hlrore applicable the information contained in the manual shall include a list of recommended spare parts with the price of each such item, and the schedule of required lubric vrts as recommended by the manufacturer. The data shall also include all nnwplate mponeinformation an thereof. order numbers for each item of equipment, l11-l r The instruction m:.uiuals shall contain a table of contents and section diviners with index tabs for ease of reference. 1B,7 SJJIPPI,NG.`OTICE. The Contractor shalt submit two copies of a7he shipping noiic describing each shipment of material or equipment. ship}pnirng notice shall be mailed to arrive approximately 7 days ahead of tlho estimated shipment arrival. 111.8 FACTORY ASiUMILY. Equipment shall be shi}h}red cnrq,letely factory assen+ble Ii iun ess s}~eci i ied c,ther}rise or turiess tlhe d,ysical size, arrangement, or configuration of the equipment, or shipping and handling limitations, wake the shipnncnt of conyletely assen}Slc,d equipment impracticable, in which case the equipment shall be ,h~sonJiled and shipped as stated in the Contractor's Proposal. All accessory iterrs 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 shhal1 also be ind.;.cated. W.9 910P ORATING. Steel and iron surfaces shall be Vrotected by suitable paint or coa~ t g 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 shal.l 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 or primer and two or more finish coats of alkyd resin machinery enamel or lacquer as required to produce a smooth hard durable finish. Unless specified otherwise, the color of the finish coats shall be No. 510 enamel, Denton Green, manufactured by Garlock Incorporated, Industrial Sales Department, P.O. Box 36168, Houston, Texas 77036. Two gallons of touch-up paint and one gallon of finish paint used on the electrical. equipment enclosures shall be furnished. Shop primer for other steel and iron surfaces shall be Inertol "621 Rustinhibitive Primer", WWI. 1113-R-50 Chromox QD Primer", or Tnemcc ` "77 ChemPrimo" unless otherwise specified. Machined, polished, and nonferrous surfaces which should not be painted shall be coated with rust preventive compound, Dearborn Chemical 'Wo-Ox-id 2W", Boughton "Rust Veto 344", or Rust-Oleum "R-9". 18.10 PROITCTION. All equipment shall be boxed, crated, or otherwise suitably proLect_rTc during shipment, handling, and storage. Equipment having antifriction or sleeve bearings shall be protected by weather- tight enclosures. Coated surfaces shall be protected against inhpact, abrasion, discoloration, oft and ocher damage. Surfaces which are damaged during shipping shall be repaired by the Contractor. 16-2 . Roturnablo containers and special shipping devices shall be returned by the rimufacturer's field representative at the Contractor's expense. lb. 11 ()OWiECf10N_OP MMNUFACEUREhG 1;WRS. Equipment and materials shall be complete i' i all respect-s w t~►tin t c units herein outlined. All manu- cnlyC the rContractor i or shis ~Edulydauto be thorizedrrepresentative. shall be done 113.12 M\7111011 E'(><i['.R. Electrical power for control roil instrumentation will be a nomtnat 240/120 volt, single phase, 60 hertz, alternating current, or a ncnninal 125 6i)lt direct current. 11ie 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 inigromded station batteiy 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 :urrent devices shall, unless other specified, be designed for operation on a nominal 240/120 volt, 60 hertz, single phase, alternating current system. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 210/105 to 260/130 volts alternating current. • All alternating current and direct current devices shall be guaranteed to operated satisfactorily under voltage conditions specified in the above paragraphs and at 50 C anblent temperature. 113.13 RACIVAY. Unless specified otherwise, all raceway interconnections between caevlces, panels, boxes, and fittings shall conform to USAS C80.1 and U1. 6. All conduit connections shall bo of the threaded type. 18.14 WikiNG. Unless otherwise specified, all electrical conductors shall be Class stranded copper 14 AWG or largger. Panel wiring shall have thermo- setting Type SIS insulation rated 600 volts, designed for maximum conductor temperature of 90 C. Conductor insulation .or other wiring shall be cross-linked polyethylene according to Il'CTA S-66-524 Interim Standard No. 2 except Type AfA shall be used where ambient conditions cause conductor operating temperatures to exceed 90 C. Metallic sheathed conductors are not acceptable. Preinsulated wiring terminals with iirctal reinforced sleeves shall be provided on all eonchictor terminals. Terminals blocks sliall be provided for conductors requiring connection to circuits external to the specified equipment, for internal circuits crossing shippin splits, and where equipment parts replacement and maintenance will be facilitated. Each terminal block, conductor, device, fuse block, and terminal sha.11 be • permanently labeled to conincide with the identification shown on the drawings. Conductors shall be identified by legible markings on device terminals, printing on the conductor jacket or wiring sleeve, or by other means approved y the Nicer. Terminal and conductor identification shall be by a penanent method unaffected by heat, solvents, or steam, mid not easily dislodged, 18-3 . preferably by means of metal sleeves or printini on Otx, tJ) jacket, Adhesivo labels are not acceptable. !I 1R-4 i CITY OF DENTON, TEXAS z a 7 O W k O INSTRUCTION BOOK Q z FOR NAME OF EQUIPMENT 0 MANUFACTURERS 14AME z H MANUFACTURERS ADDRESS T. tip n 1A. O M V NOTE: LAROE TYPE SHALL BE 30 POINT TEMPO HEAVY CONDENSED ALL OTHER TYPE SHALL BE 12 POINT COPPERPLATE MEDIUM GOTHIC TYPICAL F-41PMENT INSTRUCTION BOOK COVER nwANH rnACro DEPARTME14T OF PUBLIC UTILITIES I?U, E.D. ' 3(32 AIpxOY[D CITY OF DEUTON, TEXAS On Awl N6110. s Section lC - ENGINEERING I1ATA 1C.1 Q NI:v.. This section covers manufacturer's drawings and other engineeTM _Ja`ta which the Contractor shall submit to the owner for design information or appro,al. 1C.2 C(IIM Sl') DI'd~Cii. Correspondence forwarding drawings and other 11 engineering data s-harl be ,addressed as follows: Original and one copy to the MT10 r, Attention: Mr. E. B. Tullos utilities rnghicer 1C.3 DRAIVINGS. Reproducible mylar transparencies of all mmiuracturer's drawings of schei:wLics, wiring, one-line and three-line diagrams, and arrvigcments and views of all control or relay panels shill be furnished. 11ie transparencies shall include all field changes and modification:. made prior to final acceptance. When chauiges in the -_,uipmcnt are isiuc in the field to correct shop con- struction errors or to idapt the equipment to the Owner's requirements, in the Owner'sings to the aoap quipmentd as submit finally eightinstacopies of record the Owner to show the substations. rol 1CA SOIEDIILF.S. All outline drawings, one-linediagrams, ntwhich show schematic diagrams for operating mechanisms, S details required by the Owner f,)r design of structures and wiring contract. the equipment shall be submitted within associated with the installation calendar 30 days after award of All detailed wiring diagrams and other drawings shall be submitted within 60 days after award of contract. All ins uixtion manuals shall be submitted not later than 30 days prior to shipment of the equipment. e PART 2 - DETAILED SPFiCIFICATIW MINIS Pages Section 2A - WW, CLAD SIUMIGM 2A-1 Mru-2A-12 211,1 General 2A-1 2A.2 Codes and Standards 2A-1 2A.3 General Requirements 2A-1 2A.4 Arrmipenjent 2A-1 2A.S Switchgoar linclosures 2A-1 2A. S.1 Nameplates 2A-1 2A.6 Power Circuit breakers 2A-2 2A.7 Power and Control Conductors 2A-3 2A.8 Connections 2A-S 2A.9 Instruments & Devices 2A-5 2A.10 Instrument Transformis 2A-6 2A.11 Equipment and Material required 2A-6 2A.12 Accessories 2A-11 2A.13 Painting 2A-12 2A.14 Supervisory Control 2A-12 2A.lS Mimic Bus 2A-12 2A.16 Factory Testy 2A-12 Switchgear Arrangement 2A-13 Elementary diagrams Transformer breaker 2A-14 Feeder breaker 2A-15 13.2 KV bus tie breaker 2A-16 69 KV breaker 2A.17 69 KV bus tie breaker 2A-18 Section 2B - METAL ENCLOSED BUS DUCT 2B-1 thru 2B-3 2B.1 General 2B-1 2B.2 Codes and Standards 2B-1 2B,3 Equipment Required 2B-1 2B,4 Details of. Construction 2B-1 2B.S Preassembled cable bus duct 2B-2 Bus Duct arrangement 2B-3 Section 2C - BAMRY AND C IIARGER 2C-1 thru 2C-2 2C.1 General 2C-1 2C.2 Battery Design 2C-1 2C.3 Battery Capacity 2C-1 2C.4 Battery Iype 2C-1 2C.S Battery Accessories 2C-1 2C.6 Battery Life Expectancy 2C-1 2C.7 Battery C]mrgor 2C-2 . Section 2A - 1TAL - C1aAD S14ITC11GEAR the cifications cover chgear desigils 2A.1 Glr1:l2~AI,. { 130200 e lt-;, indoor, heavy duty metal n- cladrswiit testing and furF51i ng a , for use in a substation. 2A.2 CA0IS AN,) S,rA,\l)j\jUiS. All switchl;car and switchgear components shall be dcsiFneci ZJ77LIFEC,~t to confonn to the requirements of applicable I1FC, M~11 -eu and ANSI standards. Rl' UIwTfl~NrS, '1110 switchgear shall be dcsi)yncd and fabricated 2A.3 GiTI:ltAI. 3 phase, 4 wire, GO conq~lete witfi alaccess r ei s for use on a 13,200 volts, p hertz system. power for the electric operation of the breakers shall be supplied from a 125 whidi shall be supplied as in part 2C of these specification volts D.C. station battery Provisions shall be made so that the switchgear can be extended to inriude additional units in the future. 2A4 ARMG©`M • The switchgear shall consist of a new layout wilbbv numbered units as s aw.j 'row• if rearrangement is req aThe given to and coordinated wi facing the Coonstrument side oflthesswitchgearbered the from right to left when . unit 01 Transformer unit N2 Auxiliary Unit 03, 14, N5 Feeders Unit AG Bus Tie Attached with this specifications section, there is a layout sheet (P.2A-13) describing the preferred arrangement of the controls, instruments and the relays in the front panelsf Modifications of this arrangement shall require owner's approval. Metal - clad switchgear enclosures as specified 2A.5 S1V1TCliGPARCj u'se type in accordance with ANS C37.20. shall be in oor genera p rpo The breakers shall be removable from the front. Grounded removable steel barriers shall be provided between the instrument panels and the cable and Each switchg compartment current transformer compartments. t shall include a for the mounting door ed for use as a p full height, hinged front front dour design of instruments, meters, relays, switches, indicating lights and other specific devices. Concealed hinge construction shall be used. No hinge shall be visible from the outside when the doors are closed. 2ASa1 NA1.4:pLATE& Engraved nameplates shall be furnished for each item on the front of each sw~it~Ic ►ggcar unit. so out idetc5"ililvaletteringvsliall bami ennotdlessCthv dwhite plastic with the bli.ick on the Ig inch square, bold,, engraved through the black outside layer so that the letters appears white. Nameplate engraving will he determined later. 2A-1 2A.6 PAVER CIRCUIT BRl'11MRS. 1lie power circuit breakers shall be of standard drawout(Tesiy1 iii sna c rated on the synonetrical current basis according to ANSI C37.06 and the following: Nominal 3 phase capacity 500 mva Rated maxinun voltage 15 Y,v Rated insulation level 1"4 frequency 36 Kv 111I)ulse crest 95 Yv Mi ted current Continuous 1200 miperes Short circuit at rated max kv 18,000 amperes Rated intornipting time (60 cycle basis) 5 cycles or less Rated permissible tripping delay 2 seconds Required capabilities Maximum interrupting 23,000 amperes Short time (3 second) 23,000 amperes Closing and latching 37,000 amperes Each power circuit breaker shall be a 3 pole single throw unit furnished conplete with all equipment on a erawout type carriage. The breaker operating mechanism shall be mechanically and electrically free, with stored energy operating mechanism using a d-c motor and d-c trip coil." • Each breaker shall be furnished with a sufficient number of auxiliary contacts and auxiliary switch contacts to provide all necessary interlocks for proper operation of the equipment. Not less than four spare "a" and four spare "b" auxiliary contacts shall be furnished on each breaker. In addition, stationary switchgear housing mounted auxiliary switches mechanically operated by the breaker mechanism shall be provided with not less than five spare "aa" and five spare "bb" contacts. All auxiliary switch contacts shall be wired to terminal blocks for use with control circuits where needed. The circuit breakers shall be capable of carrying their rated full load current continuously without exceeding the temperature rise as specified in the latest IELT and N)MA standards. The circuit breaker insulation shall be coordinated with that of the switchgear structure. The breaker main contact surfaces shall be silver-to-silver and the materials of which the contacts are composed shall be suitable for the particular service for which it is used; the arcing contacts shall be designed to resist burning and deterioration. Some suitable arc quenching or arc extinguishing device shall be pprovided such as dcion grids, magnetic arc chutes and baffles. Zhterials shall bo nonhygroscopic. Secondary device contact surfaces shall be silver-to-silver. All removable breaker units of the same type and ampere capacity shall be wired alike and shall be mechanically and electrically interchangeable. Overload capacity of the breakers shall be rated as specified in Circuit Breakers Standards ANSI C37.010-1964, Section 010-14.4.2, p. 9 and ANSI Standard Committee C37.010a197X covering emergency current loading. 2A-2 , . All breaker units shall have a breaker operations counter. 2A.7 M7VV R AND CONIROL CON[WFORS. In addition to the general specifications for WIIt1rt3, rum er3cctuo~l~► s- Tfiear conductors shall be fwnished according to the requirements specified in the following paragraphs: 2ii .7-1 P1rin Bus. The switchgear main bus shall be made of copper, rated not less thami 1200 .amipcivs at 13.2 Kv and shall carry rated current continuously without exceeding the tengwi'ature rise specified in IF.H: and NIMN standards. 'i'he bus shall be installed wit'm rigid, tiontrackinr, nonflanrnable, and no0iygroscopic insulating supports capable of withstanding the magnetic forces imposed by short circuit currents equal to the short time current rating of the largest circuit breaker's. The bus shall be supplied in unit lengths which will pennit the reassembling of the twits in the field if desired. All joints shall have silver-to-silver contact surfaces, shall have minimum contact resistance, and shall be insulated with removable insulating fittings which will provide an insulation at least equal to that of the bus bar insulation. expansion, to prevent undesirable or destructive 1 provisions shall made for bus o rts and connections, through a full mechanical strains s in the bus supports . ambient temperature range from -30 C to +50 C. Expansion joints shall be supplied whero required. 2A.7.2 Ground Bus. An tzninsulated copper ground bus with a momentary' and short t rat ng at least equal to the momentary and short time rating of the largest circuit breaker shall be furnished through the entire length of the switchgear. All of the switchgearr equipments equirinmade fndi g shall be connected to this ground bus. Provisions bus and , x attacluwnt of 4/0 stranded copper cable to o fcthe ground d in each cubicle that have external high voltage cable . 2A.7.3 Bus Connections and Terminals. All materials required for making the connections etween t e main uses and disconnecting devices, instrument transformers, and circuit breakers shall be furnished and installed with an insulation cover equal to the insulation of the main bus. All main current carrying connections shall be trade by bolting together fiat copper bar. Insulated bus or cable connections shall be furnished for the potential transfonmrs. 2A.7.4 Wiring and Wiring Dial: dia rams intaccordanceprovide the internal of r the rfollowig eparagraphs. diagrams All low voltage control anu instrument wiring used within the switchgear at t)►etlactory,f these specifications slyltf be requirements of and shall A;l interior wiring shall be neatly and carefully installed in suitable wiring gutters or conduit and shall be terminated at suitable terminal 2A-3 r~C Na r blocks plainly lettered or marked in accordance with the Contractor's connection diagrams. Sufficient clearance shall be provided for all control and instrument leads. All leads for external circuit wiring shall be cwuiected to terminal blocks suitably located for connecting external circuits. splices will slot be permitted in control wiring or instrcmicnt leads. Arrangement of circuits on terminal blocks shall be such that all connections for one circuit plus any spare ondu fooi sh.lii l l be on a(l oce t tenalnbls. Any switchgear writs that are split 1 adjacent to the split quid shall be provided with wiring required to interconnect the switeligear twits. Control and potential buses as required shall be 12 AWG switchboard wire or larger installed at tho rear of the instrument and control compartment. ished Sliitchgear schematic connection, and interconnection Ma rams furn by the Contractor shall be based on schematic (elementary) diagrams and connection diagrams furnished by the Owner. After receiving the Owner's diagrams, the Contractor shall prepare his schematic (elementary), connection, and interconnection diagrams, which shall show thc, same terninal designations and the same terminal Arran eme s awn on tie er-'s iagrams. ind The complete wiring of each switchgear unit shall be s thin on each dividual sheet, and all sheets shall be the same size. shall include point-to-point wiring of the entire unit shown as physically constructed in the actual switdigear and includingt firing on the breaker itself, elementary diagrams of control arrangement of switches, and internal wiring of relays and instruments. Elementary diagrams shall be cross referenced to terminal markings on the connection and interconnection diagrams, but need not show complete details of circuits external to the switchgear, When the Conractoo, terminal furnished by the Nnor, required by by submitt or from those marked on the UnncrctthesCo°fractor1snayashowstwo setseoffor approval and returned by the terminals designations; one set in accordance with the manufacturer's standards, and one set complying with the Owner's requirements. Sufficient space shall circuit side o~ terminantractorl blocks for adding cable will be furnished this information later, which lie shall then include op his drawings. and wire designationsroval, At the time iconnection the Owner , and such desipatfons shall Ue added to the connection thew Contra Ytor • required, tho manufacturer. Except as m~rkcd on the drawings submitted by and returned t ~i bthe yCothe ntrMor'sndraxternal circuit and wire designations shall be 2A-4 MMIMWMMK~ y • 2A.7.5 'fern►i~ n mks' ations Terminal d sign Terminal blocks shall be provided with white marking strips. furnished by the Amer shall be inscrinedt on less the am i xcrtrips it bl i paint. Extra roams tsHall orminali in be e pprovideduantity or, each terminal lock for circuit connected ck terminals The arV rr.gcemcand for r to Cel terminal blocksrshallmbetasrapproved byle. The rr~.gnt of conncctons on the Owner. artmant Terminal blocks shall be grouped hi tlleininstrurwnt t rforer.ce from structural rr;mbers for easy accessibility unrestricted by ent space shall be provided on each side of each and instblockslts. to allow Suffici orderly arrangement of all leads to be terminated terminal n>me on the block. lo spaco shall be provideA at terminal blocks for termination of al Amp oxternal circuits. An adequate raceway system shall also be provided for all wiring. Provided L.ernsinals shall be Shorting type General Electric EB-5 or eelAvaler}t terminal blocks Tans~B ~ ar2~uivalent blocks with nonshorting type for current t t General Elect rt, termination, 2A.8 pOMdE,rjoWl Facilities for the entrance, supports provided and connect on o power supply and feeder condi cto shll eO in accordance with the requirements of the following paragraphs. Adequate openings shall be provided for all conductors 2A.8.1 Entrance; ear. Direction of power cable entrance shall be from entvrin~g ritd'g the p~sicr shall have inc the each cubicle. the b~of either bottom or top entry instal option er cable and 2A.8.2 Termtral Connectors. Compression type connectors for pow exterla~grciun con uctors shall bo provided. Where shielded cable is facilities apply orpr°yide.. feeder Stress Cones. space and suppo rt rOv con uctors, to properly iutstall stress cones on the cable termination and suppo the cable. or feeder conductors all f aBas Duct. Where bus duct is bl specified for supply aired to terminate 12 ls insulation s, gaskets, flexible bus and videdsase regints, bolting provided materials insullation and connections shall be the bus duct. 2A 9 TW'.AfP AND pwicrs. Indicating instrwnents shall be semi-flush mo. 1N5112-, ' wrfli one per cent accuracy classification, and except mounted as swott~wisv specified -speci{ied shall be approximately 4 inches square with intd, Field checked instTr~nts black 250 degree scales on a wltiite backgro found to bo more than 2 per cent inaccurate shall be returned to the lacc'cnt without cost to the Owntrtr,7nsfOrmer. Contractor for be calibration desiorbTed roP for of oration on S ampe ary Co iac' x nts shall secondaries and 120 volt potential transfonnor secondaries. Auxili 2A- 5 d t a4 y jy.f jS _ transformers shall be furnished where required to produce correct magnitudes Wfor esti'l-icInstruments. Instruments and phase angles of measured quantities shall be General Electric Type Type K-241. 2A.9.1 Relays. Relays, as specified, shall be0 svolt AC emiflu potential designed for use-w t 5 ampere AC current circuits, dratwout rtyEe nequippedtwithlIoperation indicatorsll be induction ord st125 atic volt Lockout relays with 125 V.P.C. coils shall be General Electric Type 1111, Westinghouse + Type WL-2 or approved equal. Auxiliary relays with 125 volt DC. coils shall be General Electric Type 11FA, Westinghouse Type MG6 or approved equal. 2A.9.2 Control Novices. Control and instrtnnent switches shall be 600 volt, 20 ampere, mu tistag0. rotary type with black fixed modern grip handles. Each switch shall have an engraved black plastic escutcheon r plapproved ate. S wit als shall be Westinghouse Type W, General Electric W Each switchgear section shall have a Local/Remote switch. All circuit breaker control switches mounted on the front instrument panel shall be equippped with modern pistol grip handles and red, and green indicating lights using Type T-2 slido base telephone lamps. Each electrically operated breaker shall b provided with cone 2 pole control power disconnecting and It ivtective device In the closing the triinircu a moldedpcase ccircuit Ureakersoranan cenclosed fuse pull~out,ice shall be either 2A.10 INSTRU~M TRAUSM;VTRS. Instrument transformers shall be designed for use w t meters, re ays,-and instruments, in accordance with ANSI and NEKk standards. instnunont transformer connection leads sna^ll be brougk.t out to terminal blocks group d for 2A,10.1 Current Transformers. Current transformer thermal and mechanical limits s K~IfTie ~<'tt'[-with the short time rating r of the circuit shall breakers with which they current All shall be used. be brought out to terminal blocks arranged to provide any combination of coaznections or polarity. 2A.10.2 Potential Transformers. The potential transformers shall have a rating o not ess t an Fr%-toYt-ampertsc on a circuit b list and shall be The designed to withstand a secondary she for at one second. rating of those potential transformers shall be as specified, and theyyeshall be than USM (ASA)mstandards suitable for use a sfonominl rerslshalllbe6not less hertz accuracy of these t trap accuracy classification 0.3 with buraens of W, X and Y and 0.6 with burden Z. All potential transformers shall be provided with current limiting fusesutd and shall be nounted on withdrawal units so designed as to isolate and ground the potential circuits when the removable element is in ttte fully withdrawn positio-l. 2A-6 • 2,1.11 MIUIi~iCNl A\D 5fA7TRINS i21I1RED: F.quioment and materials provided shall conform to the following requirements. 2A. 11.1 Unit 1. Transformer Breaker. This unit shall consist of the iollcnaing: ~i- J- 1 - W tal-clad switehgear compartnont with the following equipment furnished and naurted within the rant. 1 - Set of 1200 amperes insulated bur. 1 - Removable air circuit breaker, 3 pst, 1200 amp res, 13,200 volts, 60 hertz. 1 - Set of primary and secondary disconnect Ug devices. 9 he Current bus side s of l the breaker and six inounted on the line side of the breaker. 3 - Auxiliary current transformers 5/10 ampere to be used with the transformer dtfforential current relays. 1 - Set of provisions for use with non-segregated bus or cable duct (Specified in Section 2P). 1 - Breaker operations counter. 1 - Space heater. The following shall be furnished and mounted on the front instrument panel: 6 - Overcurrent phase relays, inverse time, approximately 4 - 12 ampere range. 1 - Overcurrent ground relay, inverse time, 4 - 12 ampere range. 3 - Differential ith current p a slope slope and harmonic t restrain r equipment. protection ~ percentage complete w 1 - LorRout relay, 10 contacts, 125 V D.C. manually reset, with amber and green indicating lights. 1 - Indicating anaater, 0 - 1200 ampere scale. 1 - Ammeter transfer switch, 3 phase. 1 Circuit breaker control switch with red and green indicating lights. 1 Time delay urso time relay,lr 125 Mot voltage V D.C. R.turga c of of tithe me delay transformer rrcnt relay overcu l be • 0.5 - 30 seconds. 2A-7 • I - Local/Renote control switch. I - L at of green and red indicating lights for 69 Kv transformer air switch indication. 1 - Voltmeter switch, 3,phase. I - Indicating a-c voltmeter, 0 - 15,000 volt scale. 1 - Control switch for transfoiw r load tap charging. I - Lot of panel cutout and wiring for load tap position indicator furnished by the Owner. 11 - Lot of nameplates. Space in panel shall be provided for future installation of I Watt and I Var transducers to be used with a future tolernctering equipment, 'c'hose transducers will be connected as shown in the owner's drawings. 2A.11.2 Wit 2 Auxiiia and Potential Transformers. This unit shall consist of the fo ow g: 1 - Metal-clad switchgear compartment with the following equipment furnished and mounted within the unit. 1 - Set of 1200 ampere insulated bus. 3 - Potential transformers, 7620 - 120 volts, Y-Y, connected to the 13,2 Kv bits, mounted on a drawout carriage, and with primary current 111rdting fuses. 1 - Auxiliary transformer, 50 KVA, 7,620 - 240/120 volts, 1 phase, 60 hertz, with current limiting primary fuse connected to 13,2 Kv bus and secondary breaker connected to AC panel, 1 - Space heater. 1 - Thermostat control for the space heaters on the units A1, 02, 13, 14, 15, and 16. u tedbreakers oltnolded s AC., case connec0ed inpthe 12AC , 0/240with 1 Panelboa, a0acitvolt panel boardg capacity follows: 1 - 22S ampere, 2 polo - ASain breaker 1 - 9 ampero, 2 pole - Switchgear and bus duct space heaters I - 20 angrere, 1 pole - Nitchgear lights The following breakers shall be included for the Owner's connections: 1 - 20 ampere, 2 pale - Battery charier 2A-8 • 2 - 50 ampere, 2 pole-AC cleat 7 - 20 amq)ere, 2 pole - 2 Air switch, 3 OCB, 2 transformers 5 - 20 ampere, 1 pole-Building lighting and receptacles. Panel board shall be according to NIM standards and will all congvnents shall be UL approved. The following shall be furnished and moturted on the front instrument panel: 6 - Directional overcurrent phase relays, inverse time, approximately 4 - 12 anpere range, Westinghouse Type CR-8 or approved cquivalent. 2 - Directional overcurrent ground relay, very inverse time, 0.5 - 2.5 ampere range, WestinghoLLSe 'type CRD-9 or approved equivalent. - Reclrr.:ing relay automatic, only one instantaneous reclosure, llestinghotue SGR-12 or equivalent. With an auxiliary relay to prevent reclosing when circuit breaker is tripped by control switch, or supervisory ccntrol, Westinghouse type SX or approved equivalent. 2 - Reclosor cutout control switch. 3 - Local/Remoto control switch. 3 - Circuit breaker control switch with red and green indicating lights. 2 - Set of pilot wire relayy, high speed, Westinghouse Type IiCB or approved equivalent with all othjr accessories provided including insulating trans- formers, neutralizing reactors, drainage reactors, pilot wire current ameters, pilot wire current control switch, and auxiliary relays. 1 - Lot of nameplates. Space in panel should be provided for future installation of four Voltage transducers, three to be connected with the 13.2 Kv potential transformers, and one with the 69 Kv potential transformer. 2A.11.3 Units 3, -!,_and S. feeder Breakers. 1ltese units shall consist of the following: i - Metal-clad switchgoar compartment with the following equipment furnished and mounted with the unit. 1 - Set of 1200 ampere insulated bus. I - Removable air circuit breaker, 3 pst, 1200 ampere, 13,200 volt, 60 hertz. • I - Set of primary and secondary disconnecting devices. 3 - Current transformer 600/5 tuipere, relaying type, located on do bus side of the breaker. 211-9 3 _ Current transformer 1200/5 aiV re, relaying type, on the line side of t1ke breaker. 3 - Lightn9n~ arresters, rated 12 Kv, inte nrdiate type with leads connected to the line side of the breaker. 3 - Set of connectors of compression type for use with 2 - 250 M(Mj 37 strand copper conductor fur }phase, Burndy Cat. N QLV 31 or Q211FIM or approved equal. 1 - Breaker operations counter. 1 - Space heater. The following shall be furnished and mounted on the front instrument panel: 3 - ttvercurrent phase relays, extremely inv se, approximately 4 - taclui~nts12 range, complete with 20 - 80 ampe 1 - Overcurrent ground relay, extremely inverse, approximately 0.5 - 2.5 ampere range, complete with 10 - 40 ampere instantaneous trip attachments. I - Reclosing relay, automatic, 3 shot, one instantencwus and two time delay reclosuros, with an auxiliary rrlay to prevent reclosing when circuit breaker is tripped by control switch, 1 - Reclosor cutout control switch. to switch recorder in Unit connected 16, 1 - ato the Watts - with Vars removablo handle feeder currents 1 - Indicating ammeter, 0 - 600 au)ere scale. 1 - Aumneter transfer switch, 3 phase. 1 - Circuit breaker control switch with red and green indicating lights. 1 - local/Remote control switch. I - Lot of nameplates. Space in p:uuel shall bo provided for future installation of 1 Var transducer and 3 current transducers for future tolemetering. 'T'hey will be connected as shown in the Owr.:r's drawings. 2A.11o4 Units 06. iiLis lie Breaker. This tacit shall consist of the following: I - Me01-clad switchgeaho coom artment with tho following equipment furnished and mounted within t 1 - Set of 1200 ampere insulated bus. 1 - Toimvable air circuit breaker, 3 pst, 1200 ampere, 13,200 volts, 60 hertz, 2A-10 -Y 1 - set of primary and secondary discoimectirig devices. 1 - Breaker operations counter. 1 - Space heater. 9 - Current transformers, 1200/5 anporr., relaying, type, three mounted on one side of the breaker and six in the other side of the breaker, Thu following shall be furnished and mounted on the front instrument panel ; 3 - Ovorcurrent phase relays, inverse time approximately 4 - 12 ampere range. 1 - Indicating ammeter, 0 - 1200 ampere scale. 1 Ammeter transfer switch, 3 phase. 1 - Circuit breaker control with red and green indicating lioits. 1 - Local/Remote control switch. 3 - Bus differential relays, high speed, General Flectric 'type PV1l (8781) or approved equal. 1 - Lockout relay, 125 volts D.C., hand reset with amber and green indicating lights and with 10 contacts, 1 - Watt-rarmetor recorder to be used for monitoring one feeder at a time, 3 phase, 4 wire Y (2~ element), 5 ampere, Sangamo Type CCW/MIAR, Cat. 190-59074-100 or approved equal. Space in panel shall be provided for future installation of the following: 3 - Current transducers. I - Lockout relay, 125 V D.C., hand reset with amber and green indicating lights and with 10 contacts. 3 - Bus differential relays, high speed, General Flectric 'type IT'D (8782) or approved equal. 2A.12 ACCESSORIES. The following accessories shall be supplied with the metal-cla -sw t gear. 1 - MAntenance closing lever for closing the circuit breakers. I - Manual operating lever for moving the breaker clement into and out of the operating position. i - Pest jtgvr for operating breaker outside their compartments. 1 - Sot of tost plugs suitable for testing the relays. 100 per cent replacement on fuses. 2A-11 Soo per cent on indicating lamps. 25 Per cent on color caps. 2A.13 PAWING. Painting of tlho metal clad switchgear surfaces shall be i -te-U- coat shall General Requirements u Section 1B.9 with exception of the color of the fiiiish 2A. 14 SUPFiI VISORY OOh'l'it01.. A supervisory control system will be installed in the future by-Mc +'ner. Contractor shall furnish all uicall for lvwnt e eisary to block circuit breakers' reclosers when supervisory contacts All breakers shall be wired including the 14Local/Remote switch in suce way as is shown in the elementary diagrams (p. needed to ccnnect to a future supervisory control system. 2A.1S MIMIC BUS. Space in the front panel of all metal-clad switchgear units sha e provided for Owner's instal'.ation of the mimic bas as sho%+^t in page (2A-13). 2A.16 FACTORY TESTS. After each group has been coifqpletely fabricated, it shall be 'u )ecte to and shall meet all requirements of the production tests as listed in N.E.M.A. Standard SG.S. 1 S 2A-12 n ; . A ~ F 1- .71 r J` _ _ •z ~C O . t ❑ m C: Ly - - 6.0 CL 'IU1l J o ~ IIJJ I .f ~ I ay r~ 4 NMI ,y Rf j vrr+ 123 V O.C, 0 to o a v R Ng 9 3~ A ^I o M o» it N 30 IF^^I N. M _ n 1 M n -4 < IA x W 4 M^ r 7 G LA N IN Obi n w N n L M z » ~ r • tl N N yt n i x A u w' f N XIN -Iro .1 N e W Ld N v pN N Z X O • IXn c to to CA !A i1 N O IA dc • A < X nN A M LA l 11 •i • O LA 0 L N • -l r !4 v M z tb d1 N t U° .f m Jo 0 y N 0 m N rtO N Z. N 0 W N 0:0 pp n Y m < N 0 O 9' O O 40-1 C) 0;v :c Z 3, 70L rN LOA r N rnA N 0.4 n -40 ~o 13.2 KV SWITCIIGEAN 1'11,NSFORMER MAKER • f 4K ~IIN. Ok MAR W4 NT Or PUF" 61"t 1111"A CITY Of elHTOM, V AAS At' ---f 0 2,t.. , ,.ter+.rr~_u L.+r_o._+•"._~.._ r 125 V D.C. - N w Q N I N i OW C ~IU z fxxJ N x fn ~-l fJ yE tJ Or N 0 .4 rn r, Z' G < < NnOA b O C PS -4 P x o.. x 67 Co W N f1IN W C Y NM1 p1 lp Ni r V1 fJ f~ - $ M H A N N D z WU x a N i A N ri "'f O A W W X ~ M X n z o v, to z x -f . Cm m s ^ < -f v x nv 0z 0 t'r a m Co m N N ~I MC C < 5 r H {A n y w 4D t# # N a 5 M 9 Z p co x M rn •r M f A rr- fq a :I X v { X N C . ~ }1 0 N I}-•'~ zNa ' C A ~1 N I O w 0 71 ~I x N Y ~p~' ra`~ Y O N Ic .4 .4 W JA N LIN Nx N • N 13,2 KV SWITCIIOERR b SWITC140CAR TIE CkCAKER I I YN.~•~..-....+r rr OF r.rpL ic uirGl+ir1 CITY OK Of U1 `U?4, TFxA% uulhN~ NA. P~~ , 125 V V.C.• 120V A. C. • ae = 1 4% LN CA w 4 O~o N 1 co $a w .4 I u A O Z (0 C rn to 1 y i N A r, v I~aI r C) z xt z x t• z i N Q 0 A L O (rn LR _._.._N-_~ X ~ G t C zm o M o (n 1 D i a~ i r Q c 00 N- N mr Olw :0 m V :1 (40 vi x m 0 0 V z C A m m 0 Q W 9- -S ' N N 4 • b (n A p( M -O N A c w w N 0' In 0- p W , f+1 0 .1.76 t . I q-19 X3,2 r.l! SWITCHCEAP, FEEDER BREAKERS CITY (d IdNTUII. S I }.AS _ f CS - 3 CS 10 - r0 5-1 2 _ Q T 66T v 4 a 4CL :1 z SGR12 43R 2 4356 43S j IO 10 I 7 3 67J G 07 u Y ? 4` 1 I I W Pw 79 3 79x2 ` 43A p 1 .635 I X 9 ( I SX I I 6 43S 4 43S I I 9.1 > CO o I T 79 i 66T IS 73 - - CYi i M 1 9 1 I f - i do J o j i 4 I XR 79Zr1 1 1 6 I 1 0 I 6 I I 5 1 1 1 I I I > > 1' I I - 1 1 792 I 792 I o I 52Le I 79M 1 R I j 0 1 + N N I i 52Y2 6 1 1 I I I 2 I 52b I I I 7 I I 1 4 79 1 1 1 _ _T_I 79x1 1 63c I X•O ) 1 7921 I t 1 3 I I f I 10 I SX 7---i L---- ` -i 52a j S2a 52Y1 5200 SGR12 L Sx 52Y4 52C 52Y 635 52T t k I i 0 SUPERVISORY CONTROL LIS TRANSFORMER DISCONNECT SWITCH, USE 3L1S FOR TRANS. IN I 1 43R RECLOSPR CUTOUT SWITCH AND 2LIS FOR TRANS. 0 2 (FUTURE) I I E 66T . TRANS. LOCKOUT RELAY, USE 66TI FOR BUS 7f I 43S LOCAL REMOTE SWITCH ANO 66T2 FOR BUS s` 2 j 67 DIRECTIONAL OVERCURRENT RELAY 87Pw PILOT WIRE RELAY w HCBI 19 x,Y,M RECLOSER RELAY (D TYPE SGR•12 79Z RECLOSER AUX. RELAY wO SX r 0 E 635 PRESSURE OPERATED CONTACTS ' ~ IIr I i - 1 • i L 3 CS 86TI 86T2 CS 0 • 1 ~ C i 3 _L ? I 5 p L43 43S ICS 2 CS c uY~ _L.43S 43S 8 4 r c a 2 6 Y ~o! ! o+ z c~ u 86TI I[S c 0 > R G E N 86T2 2LIS 0 TRIPPING f ( DEVICES 52' _ 52 ClO51NG i DEVICES ; ! Q SUPERVISORY 86TI TRANSF. 01 LOCKOUT RELAY 86T2 FUTURE TRANSF, it 2 LOCKOUT RELAY I ILLS TRANSF, m I DISCONNECT SWITCH I 2L:S FUTURE TRANSF, s 2 DISCONNECT SWITCH I i ~f 43S LOCAL REMOTE SWITCH i a E • F S Section 2B - mifTAL MCIZED BUS DUCT 2B.1 U..NEIRAL. These specifications cover furnishing of. 15 Kv, 1200 amperes, metal -enclose,nonsegregated grog phase bus duct. 28.2 COWES AND SDOND.WS. Bus duct provided under these specifications shall be in accYreTice- tTi applicable specifications of IL[E1?, N1M, and ANSI C37.20 Standards. 28.3 F IP4\ i%,11' REQUIRED. 111e following groul-1 phase metal-enclosed btu duct equipment shaITVc- iunished. 28.3.1 Rating. Bus duct shall be furiished with the following ratings: Voltage, Volts Current. eerrs jjm#)ulse moment No. of Nomiral Witsistand Continuous (Asy7n.) Conductors 130200 95,000 1200 37,000 4 2B.3.2 Length. ihu duct shall bc! furnished according to the following details: Location • rox. Length, feet From To 13.2 6.V Unit #1 Owner's T'r uisformer 20 Switc),gear describ- terminals. Federal ed in Section 2A Pacific SF-11205 28.3.3 Arraiireiment. The arrangement of the bus duct is shown in pale 28.3. Specified-let =1 eL`1nforc»;ition regarding the arr.,utgement will be furnished to the Contractor following award of contract. 2B.4 DETAILS OF CONSTRUCTION. The bus duct shall be a group of rigidly supported iiiTsulatccU copper Fars-assembled in a metal enclosure and desipied to satisfactorily carry rated current contbitiously without exceeding the temperature rise specified under IEEH and ANSI standards. ]be current carrying capacity shall be based on actual service conditions includirig skin and proximity effects, and the effects of insulation, steel enclosure, avid an ambient temperatum of 40 C. The bus shall be shipped completely assembled in section lengths of approximately 10 feet. 28.4.1 Bus Conductor Joints. All Joints shall have silver-to-silver contact surfaces auii shall be insLiluted with removable insulating fittings which will provide an insulation at least equal to the bus insulation. The contact surfaces . of each joint shall be michined before silver plating to minimize contact resistance and heating. Each joint or splice shall conform to MM SG 1-4.04. 2B-1 2B.4.2 Bus Conductor. Insulation. Bus conductor insulation shall ho a molded material ce-signed foseivlcc at rated voltage uld shall cover the entire conductor. Tho molded insulation shall have a high resistance conducting surface i» contact with the conductor to eliminate corona &-mmage to the insulation. The bus shall be instc.lled with nonshatterable insulating supports designed to withstand the magnetic forces imposed by short circuit currents. 213 0 4.3 F,~pvnsion Joints. Provisions shall be nude for bus expansion, to prevent tundesira AR or destructive mechanical strains in the bus supports and connections, through a full ambient temperature range from -30 C to + 50 C. Expansion joints shall be supplied where required. 211.4.4 Enclosures. The sections of bus duct shall have nonventilated weather- proof enc o us=es 1{ th the thermostatically controlled space heating equipmnt required to nointain the inside temperature of the enclosures above the dew point. Space heaters shall be wired to the space heater supply source in switchgear. 213.4.5 Termini! Coordination. the Contractor shall supply tht coiplote bus duct system recstirre including all parts necessary to make comple' 'e electrical and mcchanical connections between bus duct sections and tine equipment to which the bus duct is to be connected. Connecting parts shall include all fixed and flexible connectors required for connecting; the. bus to equipment, including terminals in the indoor metal-clad switchgear, connections to the switchgear enclosures, and connections to the junction box at the transformer terminals. The Contractor shall coordinate the termination at the transformer with the tr.•uns- fo rmer manufacturer, the name of tine transformer manufacturer will be furnished later. 211.4.6 Transition Flanges. All necessary wall flanges and barriers shall be included w th t He us uct. 213.4.7 Supports. The bus duct shall be designed to be self-'supporting. If any supports are required they sl•all be furnished by the Contractor. 21315 PRCASSUIBUD CARLE BITS DUCT. Preassembled outdoor type, ventilated cable bus duct may e r as an a iernate to the nonsegregated bus duct specified herein. Voltage and current ratings, lengths, applicable details of constructions and coordination between equipment shall be identical to thr.t specified for the bus duct. 2B-2 BLDG. WALL NV ' 1200 AMP- TFLANGE HROAT BUS DUCT 40"x 20" I I I I I I I - 120,. 90" 15.2 xv SWtTCHGEAR SLAB I E ~ - Tom-- i IS' I 40 fo 1r Y Y Y V Lv *1 xv 1200 AMP SWITCGEAR I I Bus DUCT -3 !S 1 • -BLDG, WALL METAL ENCLOSED OUSOUCT G9/i3.2 KV suasTATIONS , f fe~tff.~~.~ 6ECAMtYENT OR R~hUc UlitItlCS i•n e.f CITY OF V['NION• 11.>>9 . PM~p.,♦ "O.~_.-. / ISM / I L SECHON 2C - BATTERY ANI) CIIAR(TiR 2C.1 ONLRAL. These specifications cover the design, manufacturing and furnishing off` 125 V D.C. station battery and a wall nnuited bz.ttery charger for substation operation. 2C.2 MITI.RY I11SI(;rf. Each unit shall he equipped with explosion resistant vents. We rO71tS+sr5Tl be equipred with safety vents designed to prevent inter»al v.,gllosion and allow for the escape of gas but to trap and return to the cell any spray. Positive grids shall be cast by a process eliminating possibilities of iq)urities, dro:,s inclusion, turdue anodic corrosion, or mechanical weakness. Specifical:.y, they are to be manufactured by some process other than "die" or "pre!;sure casting". Each unit shall be encased acid - tight sealed, heat resistrnt plastic jar. 2C.3 BAMIRY UPACIIY. lti1ren fully charged and at a temperature of 7701' or 2S0C., t7ie efect_r_oIyie being -it the proper level and of a proper specific gravity of approximately 1.200 - 1.220, the storage battery shall have an S hour capacity of not less than 150 amps - hours; 3 - hour capacity of not less than 114 anti - hours; a one minute rating of not less than 220 ann,rs to c; final voltage of. 1.75 volts to obtain a total minimum voltage from the batteries of 105 volts. 2C.4 RATrFRY TWE . Battery shall. be composed of 60 individual single lead calcit%ii unit-.16-t er proposals Acr different type will be considered upon approval by the City of Denton Utilities ]aigincor. 2C.5 BATITAY ACCESSORIES. There shall be furnished complete with: One vent ivtmting hydro:rrter syringe conjActe with suitable specific gravity scale with single point scale dink?rsions. Ilse syringe shall be of the offset typo. One small, 6 inch mounting vent hcle theni)oinetcr with harts rubber vent plug and specific gravity correction scales. Lead plated copper lugs, including d is. -onnect able compressiofs type connectors for external cable connection. Lifting strap Cell nuTI)ers One set of connector wrenches for lead covered nuts. Battery shall include all necessary intercell connectors, corurector bolts, tenainal lugs, and a two-step steel rack as?eably having rkaxisaun dimensions of 9Y L x 311Y. Rack assembly is to be installed in center of battery room with walk space on all sides. 2C.6 BATTERY 1,111, IixPECTAN(Y. Designs of battery shall be of such that life expectan -s~ia33-T~c a W6t V`c:s than twenty years. Warranty period shall be stated in the bid, 2C-1 2C.7 RATIT RY MARGBR. Battery charging, equipment shall be fully automatic, full wave si f icon rectifier t17)e. The charger shall be designed and constricted to individually supply tho normal load and charging loads for the battery to ba furnished and shall have the following features: (a) Regulation of the output voltage within plus or minus 1.0 percent from no load to full lead cap, '..ty for variations of plus or minus 10 percent on input voltage. (b) Potentiometers for adjustment of float and equalizing voltage. (c) Power and control circuits shall be protected from voltage transients by solid state surge suppressors, (d) "Fail Safe" circuitry to eliminate charging current in the event the charger voltage exceeds 2.35 volts per cf.ll. (e) One direct current voltmeter and b one direct current aaneter each plus or minus 1% accuracy shall (fl Circuit breakers to prevent damage by AC input and DC output overload current shall be furnished. (g) Ground detection switch with incandescent ]amps having a clear lens shall be furnished with spx.v set of lams. (h) The charger cabinet shall be ventilated and suitable for wall eaGray sy flat, mounting. Cabinet shall be painted ASA 61 s rt lustreless paint. The design shall permit Y wiring and component access from the front. M Terminal blocks and space for incoming and outgoing ^ircuits shall be provided for entry throuOn the bottom of the charger. (j) Convection cooling only is permissible, no fans. (k) W vact.r.im or gas filled electron tubes are permitted. (1) D.C. output filtering shall he provided to minimize the ripple content of 30 millivolt RMS or less. (m) Adjustable high -,ul,l low voltage alsni relays are to be furnished to sisial high and low DC voltage conditions. (n) Charger shall be capablo to operate on 1201740 volts single phase 60 hertz., 26.7.1 batte CChha~r er Capacrt•. battery charger shall have a continuous rated output of 'u~4ieres at 1 2•U volts D.C. with 120 volt AC supply. Battery charger shall be capable of operating at current limiting (1201) continuously, at an ambient temperature of 60 degrees centigrade. 2C-2