Loading...
HomeMy WebLinkAbout1972 r,hy SPFCIm ur'ONs AND DOLE ONIS CITY OF DT.,NMN, TEXAS POWER TR,LNSMER EQUIPDSPNT FOR SUBSTATIO',' TWO 5998 w UINPON MUNIcIpAL UHL1TIiS y_ r o 1 ~ i. 215 F, McKinney - t Denton, Texas 76201 Y, r Bid 7934 11/21/72 t ~ ~ •ci ~ r r'1 GT fk ~ ? t TABLE OF CONTENTS Page thru Fa&c ADVERTIS11M A-1 A-2 INSTRUCTIONS TO BIDDERS B-1 B-4 PROPOSAL C-1 C-2 PROPOSAL DATA D-1 D-3 CONTRACT AGRTI: N7 CA-1 CA-2 PBRPORIUNCEi BO\U PB-1 FB-2 GENERAL CONDITIONS OC-1 GC-13 PART 1 - G'ERAI PX;QUIIL3MS IA - Description and Scope of the Work IA-1 1A-4 III - General Equipment Specifications 1B-1 18-4 IC - Engineering Data IC-1 PART 2 - DETAILED SPECIFICITIONS 2A - Power Transformrs 2-1 2-8 - - - ADVERTISfS1M POIVER TRANSMPMR 011. CIRCUIT PREAKERS DAR DINDION, TEXAS Sealed bids will be received by the City of Benton, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m., November 21, 1972 Central Standard Time, then publicly opened for furnishing on Bid No. 7934: ONE MVErR TRANSIT IER 111M E OIL CIIZWIT BREAKERS Prospective bidders may examine copies of the specifications at the office of the Director of Utilities, 215 E. McKinney, Menton, Texas, 76201. Specifications will be is,;ued only to 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: Has adequate plant equipment available to do the work properly and expeditiously Has an adequate financial status to meet financial obligations incident to this work Has adequate technical Uiowledge and practical experience Has no just or proper claims pending against him on other similar work It is desired that the equipag-nt offered by the bidder shall be similar in size and type to equipment manufactured by him which has been in successful comnercial operation for 3 or more years in sub stations within the United States. The prospective bidder shall submit a list of such equipment in service 3 years or longer. The list shall indicate the Owner's name, location, date of initial operation, rating, operating conditions, and type. Qualified prospective bidders may obtain copies of the specification: from the Owner, City of Denton, Director of Utilities, 215 E. McKinney, Denton, Texas, 76201. All bids mist be made on printed contract document forms included in the specifications, bidders may bid on each item separately or combined on the appropiate proposal forms (Cl-C6), A-1 No bid may ba altored, withdrawn, or resubmitted within 60 days f>>om and after the date ret for the opening of bids. The City of Denton, Texas, reserves the right to roject'any and all bids and to waive defects in bids. C I1Y OF DENTON TEMS j!!u< fc- L Jolui bhrshall Purchasing Agent A-2 y . INSTRUCTIONS TO BIDDERS B.1 GINTRAL. These instructions apply to the preparation of proposals for equipment, materials, and related work for the City of Denton, Texas, acting through its Public. Utilities Board and City Council, hereinafter referred to as the "Owner". B.2 PROPOSALS. Proposals shall be prepared and submitted in duplicate, each copy containing a complete bound copy of these contract doctnnents. Proposals which aro not prepared in accordance with these instructions or which are submitted without a conplete bound copy of these contract doctnnlnts 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 andata form bouund herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where the forms provide for figures only. Each bu'F,. shall ist in the space provided in the proposal form all exceptions or conflicts between his proposal and she contract documents. If more space if required for this listing, additional pages may be added behind the proposal form. If the bidder takes nu exception to the contract documents, he shall write "None" in the space provided for the listin¢. Proposals which do not comply with this requirement will be considered irregular and may be rejected at the discretion of the Owner, 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 otheiwise bind, with each bound copy of contract docun nts submitted, a sighed copy of each addendum issued for these contract doctanents during the bidding period. The bidder shall 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 info:-: tion to the botmd copy of these contract doctanents submitted with the Proposal. $.2.2 Signatures. Each bidder shall sign the Proposal with his usual si gnaturc at~all give his full business address. Bids by partnerships shall be signed with the partnership nanoe followed by the signature and designation 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 person authorized to bind the corporation. The names of all persons signing should also by typed or printed below the signature. B-1 A bid by a person who affixes to his signature the work "president", "secretary", "agent", or other designation, without disclosing his principal, rill be rejected, When requested, satisfactory evidence of the authority of the officer signing in behalf of the corporation shall be furnished. Bidding corporations shall desipiate the state in which they are incorporated and the address of their principal office. B.2.3 Subndttal. Proposals shall be submitted in a scaled envelope addressed to the CM --O\- TEXAS, Attention: l'rrrchasing Agent, and endorsed on the outside of the envelope with the bidder's name and the name of the work bid upon. B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time be ure`tiTe time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days thereafter. B.3 INTaDRMTION TO BF SUBMIMM III11i PROPOS.M.. Each bidder shall submit with his proposal t-Tie name o manu acturer anTtFo type or model of each principal item of equipment or material he proposes to furnish. Ile shall also submit therewith drawings and descriptive matter which will show general dimensions, principal nt operation, and the raterials from which the parts are oracle. 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 time regarding quality, quantity, or arrangement of equipment will not be c,)nsidered. If alternate equipment or materials are indicated in the Proposal, it shall be understood that the Nner 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 TAXI'S PERMITS AND LICENSES.. The bid price stated in the Proposal shall include a~taxes, perms-'is anTl,.censes which might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State and local taxes, use taxes, occupational licenses, and other similar taxes, permits, and licenses applicable to the specified work. The successful bidder will be conccnsated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this pruvisio,r shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses ajtd permits required specifically for the proposed work. It shall ~o the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to wheth^r or not a tax, permit, or license is applicable, he shall state in his proposal whother this item has been included in his bid price and the amount of the applicable tax, permit, or license in question. B•~ B,5 TIM OF 031PLITHON. The time of completion of the work is a basic consi eT raattR o t e Contract. The Proposal shall be based upon co:11pletioa of the work in accordance with tine 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 General Conditions relative to delays and extensions of time, B.6 BO,W. The contractor to whom the work is awared will be required to furni`sTr a Performance Bond to the City of Denton, Texas in an amoturt equal to 100 per cent of the contract amount. 1'he cost of the bond shall be included in the lump Run bid price. The bond :.hall be executed on the foams provided, copies of which are attached hereto, sigiod by a surety company authorized to do business in the State of Texas and acceptable as surety to the Mer. With the bond shall be filed copies of "Power of Attorney", certified to include the date of the build. B.7 LOU, CONDITIONS. If the work includes field construction, furnishing field labor, or u noshing of field supervision, each bidder shall visit the site of the work and thoroughly inform himself of all conditions and factors which woule affect the prosecution and completion of the work and the cost thereof, including the arrangement and conditions of existing or proposed structures affecting or which 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 mist be understood and agreed that all such factors have been properly investigated and considered iii the preparation of every proposal submitted, as there will be subsequent financial adjustrmKnt, 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 IV1MRPRUATION OF SPECIFICATIONS. if vhv prospective bidder is in doubt as to fle` Lrue Tvanrng of any part of the proposed contract documents, he may submit to the Owner a written request for an interpretation thereof. The person submitting the request will be res}x,lsible for its prompt delivery. Any interpretation of the proposed dociuncnts will be made only by ad& -dttn duly issued, and a copy of such addenduun will be mailed or deliverea •o h person receiving a set of suer (1ocuuoents. The Owner will not be reaponsible for any other explanations or interpretations of the'proposed docr.unents. It shall be the responsibility of the bidder to advise the Onnier of conflicting requirements or omissions of .information which are necessary to a clear understanding or the work before the date set for opening bids. Thoso questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question, B.9 ACCC>PTANCt ANI) PEJECTION OF BIDS. The Owner reserves +Jie right to accept t e r w i",,`Tn iti juJ-gin,nt, is the lowest and best bid; to roject any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified tiro of closing will be returned unopened. B-d p 8.10 CANCGLI ATION (]G1RGrS: Eacli bidder shall submit with his proposal the date any cancellation charges would cononeuco and a schedule of the applicable cancellation cha=ges as provided for in Article OC-19 of the Q'IT-RAL ONDITIONS. B-4 i l~~ PRO['OSAL City of lkmton, Tcxms City I1a11 Denton, Texas Attention: ,Mr. Jolut Marshall, Purchasing Agent MIX ISM, MR I'VIN :R TRANSl-'01: TR BID NO. 7934 Gentlemen: Ihe undersigned bidder having read and ex.unined these specifications Ind associ,nted contt:aet documents for the above designated equiprent does hereby Propose to furnish the equipment and provide the set-vice set forth in this Proposal. All prices stated herein are firm ,and shall not be subject tc, efcalation provided this Proposal is accepted within 60 (ilys, 1he uidersig;ned hereby declares that the foll,)wIng list states any and 611 variations from, and exceptions to, the requirements of the contract documents and that, otheMse, it is the intent of this Proposal that the work will be perfonx:d in strict accordance with the contract doux)cnts. Outline and associated drawings will be supplied eight months prior to date of shipment. Schematic and wiring diagrams will follow two weeks later. To have the unit short circuit tested, add $28,800.00 to our proposed price, C.I 71io tuidorsignetl bidder hereby proposes to furnish the substation tr1nsfoimcr coiigile-to fob,' Donton, Texas, in accordanco with those six'cific;it.ions and I associated contract docwitents listed in MNT- 1L CONDITIONS, Article CSC-1, for the firm ltmq) stun price of sixty six TThousbrxl, roUr HUMrod CAM Eeventy rive •j Dollcsa . ~~1'rice in It;or~ls~ Ilia indersipied hereby declares that only the persons or firms interested in the Proposal w, principal or principals are namod herein, and t;iat no other persons or firms thm ltcrein wntioned have any interest in this Proposal or in the Contract. Agrecirnt to be entered into; that this Proposal IS 'made without connection with miy other person, company, or parties likewise submitting; a bid or proposal; Uld that it is in all respects for mug in good faith, without collusion or fraud. If thi:, Proposal is accepted, the umlersiozied bidder agrees to submit drawings j and engineering data in accordvtce with Section 1C and to complete deliveiy of equipment and materials in ac•fii& t3ce with the shippin schcdulc specified in Section U1. The uidorsigned fully undcrstan~s that the time of drawbigs cuid data submittal and equipment and materials delivery is of the essence. s Dated at DaUaB$ T'OXOs this sixteenth day of ltovember , 1972 Bidder FEDERAL PACIFIC MXCTRIC COMPANY i gy R, tteavor Titiosouth stern PAOOnnl managwc a Attest: Business Address of Bidder 1200 pipe Drive9 Hilpite0v California 95035 State of Incorporation Deiwc~ri Address of Principal Office SO Paris street, NeNarko Now Jersey C-2 PROPOSAL DATA 1.0 MERAi.. The following information on the proposed equipment and materi-aTs s all be submitted with the Proposal; A complete description of al. proposed equipment Outline drawings including dimensions! location of the tr.uisforner center of gravity as it will be when the transformer is completely installed anI in service 2.0 SPARE PARTS. Bidders shall submit a list of recommended spare parts which the Owner slould stock for normal maintenance purposes. The spare parts list shall be organized in the following format; Item No. required Wit rp ice 3.0 MIPhL\T MA. TI_e i.nfoiimtion required on the following pages is to assist the`"ner in evaluating the Proposal. The data listed herein shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed specifications. Note: Write entries boldly with black ink or type entries using carbon black ribbon. D-1 ~o~ Federal Pacific Electric Company • ~1Fi~li]~i' a~unie) Section 2A - 1'ower Trwisfoiwr Class OLTC Gallons of oil 3S?3 Gallons of oil shipped scp'irately, 3533 Total shipping ,eight, lb 55500 Total weight of asscmbl.ed trartsfoimor including oil, lb 83000 Weight of t,uik raid fittings, lb 28500 Weight of oil, 1'+ 26500 Weight of largest piece for handiing during erection, lb 56500 .Will transfonncr be shipped completely assembled No Lightning arresters, radiators, fan equipment, If not, what parts Will require . High Voltage bushings, Fault Pressure Relay field assenbly , Fans Axis Total Power requirements of cooling (3 W) t3 tan) equipmnt at 1005 rated load, 1w 8 units 8 units 1b-XiPUM calculated soinid level, , &t ypted 65 C FOA or F,1 load, 69 71 72 decibels Approximate dimensions Height, inches 181" Width, inches 186" Depth, ind►es 158" U-2 reaeral Pacific Electric Company r~ ilclc] s-Flmixl - Total loss at SS C OA rating, kw , 85 Total loss at 75; rntcd 55 C OA 57 load, W No load loss at , 110% rated voltage, )m 30 100% rated voltage, N 20 901 rated voltage, k-;q 15 Aiarwitcccl cfficicn;,y at 55 C OA rating , 1001 rated load, % 99.43 _ 75% rated load, % 99.49 50% rated load, % 99.51 251 rated load, % 99,36 Exciting current in C of full , SS C OA rated load current at , t I 110: rated voltage 1.5 1001. rated voltag 1.0 901 gated voltage 0.6 lmped.mice of winding at nameplate, 55 C OA rating, % 7.5 Volt al;c re~;jlation at 100% , 55 C OA rating 100% power factor, % 0.72 805 lagging power factor, % 5.01 80% leading pv,~cr factor, 1 -3.95 High voltage bushing Wnufacturer and type louarantced date of delivery No"mber49" 12,,ix ll H 1 ODNTRACT AGRT;F SWr WIS CONTRACT' AGmT: 2-ir T, made cuid entered into this S~ day of We- 1 7., y an et~.een tTie CUrt OF DUMN, TEXAS, Party o the first Part an hereinafter called the "Os,.mer", and of the Second Part and hereinafter called the "Contractor", WITNILSST, Tli: THAT MIEREAS, the rimer has caused to be prepared, in accordance i~ith laws specs ications, plans and other contract documents for the work as herein specified; and h1IEREAS, the said Contractor has submitted to the rimer a Proposal in accordance with the terms of this Contract Agreement; and h1IEREAS, the Oumer, in the manner prescribed by law, has determined and eccfarcd the aforesaid Contractor to be the ImNest and best bidder for the said work and has d+ily awarded to the said Contractor a contract ii,:r^for, for the sum or sums named in the Contractor's Proposal, a copy thereof' being attached to and made a part of this Contract Agreement; N01, 111EREFORF., in consideration of the compensation to be paid to the Contractor an of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, the Omer for itself and its successors, and the Contractor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows, ARTICLE I. That the Contractor shall furnish fob, Denton, Texas, substation trans osmer complete as specified and required in accordance with the provisions of the contract documents which are attached and made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of this Cor,Lract Agreement to the said Contractor. ARTICLE II. n at the Owner shall pay to the Contractor for the work and materia s embraced in this Contract Agreement, and the Contractor will accept as full compensation therefor, the sum for all work covered by and included in the contract award, designated in the foregoing Article 1; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. CA-1 AR'T'ICLE III. That time of- corgrletion is of the -essonce of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: February, 1974 IN WITNESS RHF.REOF, the parties hereto have executed this Contract Agreement as of the ay and first above written. CITY OF DEYFON, T13XAS (SEAL) Attest (SEAL) Attest The foregoing Contract Agreement is in correct fonn according to law -Jid is hereby approved. Attorney fo Owner CA-2 BOND '80576797 Iffl*,1' N,l, MIN Illy 11 :51; 1'i'f5?:\'CS that 1{C, FET)L'Kr~L PACIFIC YMICTF IC CTMMi`<' hcrcinnfiur referrej to as "Contractol'% and -~_F1'DIMAL 71\SUR~.t'C: C014PAIIY n i l l_l ~l_F.Sf I'~r col•loration orgclum.1 tultler the lat.s of tl,e State u~ 2ncl'I utllofizcd to tr;ulsact husincss i I I the Statc of Tens, as 5111<ty , (lnd held and fil;IlF bound wlto the C17)' of hcrcillaftcr refc<ylv,1 to as 11cr", in the penal Sull of NINETY FIVE `i'lIOLtiAln T T' O FIL'A't3P,F:C1 : F TUTY FIVE ALIT) 00 l 04-- (S4 $ , 2 75 . D ) for the paylaent of Which sum, rml l and truly to 4~^ rude to t4z C~•~')%'1 , 1.iC biIi(I OllrSell'C'_; il,IJ OUr heirs, executors, ailllllni-stratol'S,SUcces!.rs, Luld assigns, jointly mid Severally, by those prescnts: / OIFRF.,1S, on the day 0 f tho Coatractor clltored into a Fi'itten Contract 1t I1 ^ r(?,,11cr fnr ~urtisiiinf m,ltcri,+l~:, SLlppllcs, and eolliff'211t 1101 fUYIllshcd by the o+11 r, CU?tSt]1ICt 1031 t0015, equipim.t, and plant, a^d the jvrfon•,mlce of all necessary labor, io ,nml ill coi,,octi0t, t•'ith the coll~tvuction o cert;dT,, 1'>)r0',cm-lltS C1CSL: tI1C•il ill the 2ttached contra; t cloclul! ats; an.1 it teas a condition of the collti :ct artl by tit, 0siLcr that these prescnts by executed by tho Contractor and 5vrct); 1\1911) TI?IT.?:1L)i:li if the Colltl-1001- shall, ill a!l particular;, VV11, dulY, and io: thfully ol0.el~'e, 1'^1'forrl, and abide h} c; c11 an..} ctcry cownalit , eon;iiti.-ll, ,end part of iLe said :a11it, a, a-ld tl'e con"itions, Spec fien:icns, C dt'a'„'i an,l oth•.r contr.::` a,:cu;hllts tr~ercta ^tt 'a.ched or, by r..fCrc'I1c C,alc. : pal't thcv, of, accni%lln'; to the true 1ntc;,,,t and i,oaning ill e;tcll case, then 01i-: oblic;atioa shall be null wid void; othen:zsc it shall rU1in in full force WId offeet. PitOVll?7:'1 l-Lll;'Elii~?:, that if 1110 Contractor :,hill f:fil to p.1), all just clfi•i.s 2.11:1 de-1:1.1-1,1S, bv, of in bohal l of, any 01m, ?c,1'i C Or Other p. rson, association, Or t'urplraticia, for labor 1`'• TJCIII`A 0i rot`'rinls, suppli` s, or equipr itt: fklVIliShT(I, i',SCd Or COnSLf^::d by th(I p^Ii'irlctor ur his s11i)' contractor: in the 'rforl^::1ue of illy work, then the Surety will pa)' flee full V IIIQ of all SLR,"h Clal??s Or (IVr,-,,2WS ill Iin)' total <ll.Ollllt not O\CCC'ding the amwv;ult of this obligation, toFctller i,ith interest as proviucd by 1'R -Z ® 1 i9 7llli llti!r1~;IC~r.1J 5lli'1:'k~i', for 1,?11.1:~ ;~r,ci~'r_r;i, 3u:~r,,;• (ltree'. th:?t no rxtcnsiop or C11,111t;e ill, u:lditl(,l to, of 'i~1.C. Iil 131:Cill.l('Il CI thc• tcnl of the Conn.^:Ct or work to 11e voIfoI -m':l tit^rclC6".or of thL' sp.C1fiCat!on3 or o.'l^r 4-Onti:l i t10'..ltr'r;11t, S}1.71.1 )li allvily af1e t it, 613igatioll All this 1,oild, slid 111. Sui-cty d:(S I1gt lCC Of 6171y Such C1ttl'0SiOll of 0110, ch,ul,;C, ;,,kMiti0a, C1' nodil'lcUtloa. 1N 11:S!'J\D.W 1'111:1;1:01, the? Cron-actor has hereunto set his hand nncl the Surcty leas caused these ptC '.'lli5 11) h(. ex lalte,l ill its tla'ne 11ld its cc+1lt:rrlt0 Seal W UO ~1ffi:a:r.1 11)' its attol;l'.±;'-~11 fl,ct at on this the clay of PAC1.I'TC TMECTRrC CCt',1'3it''y Countersigtlo(Ifor Stated Texas YEDI't"AF, f~[1 r.,Cr C i 1't;v y ~11I:1 ~ u'•~~'t~;.t Rrsideot Agent , P7~ i1.MTO 111.7M , (Accoeivn1v this 11orltI ltiitll Ott ~l ll.'"~•"ilt'fih~ IS SS}i:1i'')l..t~• 11'Jil1 fl-,- rtliCty C!>:y)'tlj CCI't1fiC' T(; Jllc)ia' th, cl:a~ O' 0:C .':Ile}., (Individual POMP&)) STATE OF l COUNTY OF_ J On this- day of 19 before me personally came to me known and known by me to be the individual described in and who executed the foregoing instrument, and lie duly acknowledged to me that he executed the same. _Not.i. Public. My commission expires--- ({'hen Principal Is a Firm) STATE OF-_ COUNTY OF_----___--- 11 On th'tsof-`_-- before me personally came , to me known and knon a by rue to Ilea rnennber of the firm of described in and }Nhich executed the foregoing instrument, and the duly acknowledged to me that he executed the said instrument in the name of said firm and for its purposes and on its behalf. -----.--------Notary Public. My commission expires.-______ (Moen Principal is a Corporation) STATE OF__.N_F_ bL --r- 55. COi1N'lY OI'___SSE)~_.-__ On _..-flay t13 , before me personally me known, who bcing b% rie duly sworn, did depose and say; that he resides in-~~SS} that he is i he:MA &MAR Q, i Q(}- _PA_CjFjC__F IEC`IaiC __(?Q~--_~.--.the corpcration described in aotd which executed the abc,ve instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so s fixed by order of the Board of Direct ,r+ of jai l corporation, and that lie igncd his name thereto by !i~-e.~of~r'kr^' Notary Public, NOi:J;Y FUIXC Of NEW JC -;..ZY h'y Cana isti:n i:npires t6"1 4, 1915 My commission Fon•i V:p1 !Feet„n CITY, COUNTY & STATE OF NE ' M as: On f a.,.........~y oE.........~1.. ........19.✓....; before me personal'ywtameebaA O duly ` 11D.- a depose y that he of N.e.J. e . , ~ that he is,. ASST,. _SIrCRETAF{Y of the FEDERAL 1NSVRANCOMPANY, the corporation described in and which ex~n!ed the annaced instrument; that he Irnoas the rjuratr. seal of said corporation, that the seal affixed to said instrument Is such corporate seal; that it was so affixed by order and authority of the Board of Directors of said corporation, and that he igned his name thereto by like order and authority. Strom go and Aeknowte'dgrd MARY K RF'VNOOK 1 o► NOT~A91t F:' v Yotk I fttn C //r// ,rte on s r orar un _ . (N tai, 81aoe Descrirtion ro ~ CertiSod Copy of Resolution AutEtxialaq Ewe oa of Boars At a special meeting of the Board of Directors of the FEDERAL INSURANCE COMPANY, duly held at the office of the Company in New York, N. Y., on the twenty fifth day o: May, 1472, a quorum being present, on motion it was unanimously "RESOLVED, that any one of the follcuing: Hendon Chubb 11, Alexander Kerner, Senior Vice Presidents; Ernest W. Fields, John C. Harden, Fred V. Nloran. Vice Presidents; Frederick C. Gardner, Vice President and Secretary; Walter LaForge, George tfc.Clellan, Daniel F. Randolph, Assistant Vi,-c Presidents; L, Dammond, Richard Flight, john NfacGregor, Richard D, O'Connor, N1. E. Wager, Assistant Secretaries; S. H. St,:Bey, Jr., Attomcy-in-Fact, be and hereby are authorized to individually execute under their respective designations, in this Compan)"s name and to afrx its corporate seal to, and deliver for and on its behalf, as surety thereon or otherwise, bonds or obligations given or executed in the course of this Company's business, and any instruments amending or altering the same, and consents to the modification or alteration or assignment of any instruments referred to in said b,rds or obli. gations, and the execution of any and all instrumetts in this Company's name nd on its behalf as surety thereon or otherwise by such persons in the authorized manner and under their rnspecdse designation, under the seal of this Company in pursuance of the authority hereby conferred, shall be valid and binding upon tfi-a CoL,pany. Financial Statement of Federal Insurance Company as of December 31, 1971 IN THOUSANDS 0 F n0 LL%RS STATUTORY BASIS AsnTR LuBIL1Tim AND SURPLUS TO POLICY80LDM9 United States Treasury Bones $ 6,268 Unearned Premiums $182,663 United States Government Secured New Housing Bends 40,806 Outstanding Losses and Claims , 123,686 State and Municipal Bonds . 1:8,858 Dividend Payable to Shareholder 4,000 Other Bonds 82,192 Funds Held under Reinsurance Treaties 9,586 Preferred Stocks 12,687 Common Stocks . 182,688 Non-Admitted Reinsurance 61827 TOTAL INVMMXNTS 861,478 Other Liabilities 88,168 Capital Stock of Affillstei: TOTAL LIABILITIES . . 297,828 Great Northam Insurance Co........... 9,828 Pacific Indcranity Company 51,471 Colonial Life Insurance Co. (98%) 14,967 Capital Stock 13,987 The Chubb Corporation . . . . 9,218 Other 620 Paid-in Surplus 9,218 Cash 8,921 Eamed Surplus 76,681 Net Premiums Receivable 24,591 Unrealized Appreciation of Reinsurance Recoverable on Paid Investments Losses 7,883 93,181 Other Assets 15,860 SURPLUS To POLICY80LDM 191,96? TOTAL ADNtrmD Assm 1489,295 TOTAL $469,296 la resin, refs ere vslv!3 ra serordaeee with requirements or ttir National AA~N<i-,tion cf hou: anet COrnaJxaionerg. Iarw taeo4 eslurd at $26.33e,0e0 are deposited with eovernmeat aathorititl wed trustee u regglred h; law, Grtificisdoo CITY, COUNTY h STATE OF NEW YORK, is: I, .4A ...K4.N.C YNS,KI Assistant Secretary of the FEDERAL INSFRANCE COMPANY, do hereby certify that I have compared the foregoing resolution with the original L'tereof as recorded In the Minute BCY,k of said Coupruty, and that the same Is a correct and true copy of the whole of said original resolotiott and that said resolution has not been modified or rescinded; that the Company is duly and legally Incorporated under the laws of the State of New Jersey and has complied with the provisions of the Act of Congress August 13, 1843, as amerl'eo alloying cerlaiu Corp)rations to be accepted as Surety on bonds; that the Company_ is daly licenerd to trarmict Gdclity and sitq business in Bath c•f tfie States of the Vni!ed States of America, hiet~ riot of Col mihi_a, Pucrto Rico, anA in each of the Provinccs of Canada with the exec ,tio1of Prime Edward Island. !,~G Given tinder any hand prld and of said Company at the City of New York-, this.. ,.~u . .l. ..1, , t9...., y / Awbta tare G~ . urtw . tit ~~'rrrv a>,g'egl,~tl MIERAL MNDITIONS GC-1. MW1L%CT DOCJIMVI'S. It is understood and agn:ed that the Advcrtisem.nt, Instnictrotts to ,iu~cicrs, i'ro;x~saI, Proposal Data, Contract Agreenent, performance Fond, General Conditions, General Requirements, Slx,cifications, Plar-s, Addenda, and Change Orders, all as issuad by the cm-ner, and specifications and engineering data funnishcd by the Contractor mid approved by the (honer, arc each included in this contract and the work shall be done in accordance therewith. GC-2. DEFINITIONS. Words, phrases, or other expressions used in these contract ocumcrifs shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under MMRACT DOCUMNII'S. 2. 'tamer" shall mean the City of L)enton, 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 Jul;- authorized agents. All notices, letters, a*id other cone ntication directed to the Owner shall be aidressed and delivered to YWicipal Building, Denton, Texas. I f 3. "Contractor: shall man the coijwration, company, partnership, firm or individual, named and &signated in the Contract Agree- ment as the "Party of tale Second Part", who has entered into this contract for the ?erfor:naice of the work covered thereby, and its, his, or their duly authorized representatives. 4. "Subcontractor" shall mean acid refer only to a corporation, partnership, or individual-having a direct contract with the Contractor for performing work covered by these 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. "The work" shall mean the equipment, supplies, materials, labor, and services to be furnished tcider the contract and the carrying out of all duties and obligations imposed by the contract documents. 8. "Plans" or "drawings" shall mean all (a) drawings furnished by the 6tmer as a basis for Proposals, (b) supplementary drawings furnished by t;re 0hner to clarify and to define in greater 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 0t,7ier, as approved by the Nmer, and (d) drawings submitted by the aimer to the Contractor during the progress of the work as provided for herein. 9. lihenever in these contract docuuments the words "as ordered", "as directed", "as required", "as permitted", "as allowed", or words or phrases of like iriport are used, it shall be understood that the order, direction, requirement, permission, or allowance of the Owner is intended only to the extend of judging compliance with the terms of the contract; none of these terms shall imply the Nirer has any authority or responsibility for supervision of the Contractor's forces or constriction 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 Carer, to the extent provided in "9" rbove. 11. hhenever in these contract documents the expressi,)n "it is understood and agreed", or ?n expression of like import is used, such expression means the mutal understanding and agreement of the parties executing the Contract Agreement. Or.-3. VERBAL STATE,%MS NOT BINDING. It is understood and agreed that the written terms are provis on`s ZT-this agreement shall supersede all verbal statements of representatives of the Owner aM verbal statements shall not be effective or be construed as being a part of this contract. GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications of aryl- tee real society, organization, or association, or to codos o local or state authorities, shall mean the latest standard, code, specification, OT tentative specification adopted and published at the date of taking bits, imless specifically stated othenvise. GC-2 GC-5. F)TCUPIO.V OF CDNTRAGr DOCIM'S. Four (4) copies of the contract documents will be prepare yy tG e Neer. Copies'of engineering data, special forms, or other docrmx.-tits furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and power of attorney, and submit all copies to the Nmor. The date of contract on the Contract AgrecTm-nt and bona fbrLs shall be left blank for filling in by the Ot,ner. The certification date on the power of attorney document shall be also left blank for filling in by the rimer. The Owner will execute all copies, insert-, the date of contract on the bonds -nd power of attorney, retain one copy, and forward one copy each to tea Contractor, and surety company. GC-6. SCOPE, NATURE, XNT I FEN7 OF SPL'CIFICATIO\'S AND PLANS. The speci- fications art plans are intended to supplement, but not neces arily 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 corpleted according to the conplete design as determined by the (one r . Mould anything which is necessary for a clear ur,ie:standing of the work be omitted from the specifications and plans, or should it appear that various instructions are in conflict, the Contractor shall secure written inst nictions from the Owner before proceeding with the work affected by such onission^ or discrepancies. It is understood and agreed that the word: shall be performed according to the true intent of the contract dnMnents. GC.7 APPROVAL OF ENGINEERING DATA. EngiWring data covering all equipment an a ricate materials to be furnished under this contract shall be submitted to the Caner for approval. Ibis data shall include drawings and descriptive information in sufficient detail to shave the kind, size, arrangement and operation of component materials grid devices; the external connections, anchorages and sixrports required; perfonxince 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 tuttil the drawings and data therefor have been approved, except at the Contractor's own risk and responsibility. Tour (4) copies of each drawing and necessary data shall be submitted to the Cmmmer. Each drawing or data sheet shall be clearly marked with the name of the project, the Contractor's name, and references to applicable specification paragraphs. Mien catalog pages are submitted, the applicable items shall be indicated. GC-3 When the drawings, and data are returned narked APPROVED nr RE:CIAM FOR DISTRIBUTION, additional copies shall be submitted to the Owner. The ntunber of additional copies will be determined by the Owner but will not exceed six (6). %ben the drawings and data are returned marked APPROVED AS MID, the changes shall be made as noted thereon and corrected copies shall be submitted to the aYner. The comber of corrected copies will be determined by the atizier but will net exceed eight (8). Men the drawings and data are returned marked RETIMT:11 FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by the Mner and four (4) corrected copies shall be submitted. The Owner's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect the plant arrangement. The Owner's approval of drawings returned marked APPRMTD or APPROVED AS NOTED will not constitute a blanket approval of all dimensions, quantities, and details of the material, equipment, device, or item shrn,mn and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the CX%mer, shall become a part of the contract documents and the work shciNm or described thereby shall be performed in conformity therewith unless otherwise required by the Owner. GC-8. LEGAL ADDRFSS. The business address of the Contractor given in the Proposal is hereby designated as the place to which all notices, letters, and other conrimication to the Contractor will be mailed or delivered. The address of the N ner appearing on Page OC-1 is hereby designated as the place to which all notices, letters and other communication to the Owner shall be mailed or delivered. Either party may change the said address at any time by an instrument in writing delivered to the other party. X-9. PATINT5. Royalties and fees for patents covering materials, articles, apparatus, devic.~;, or equipment (as distinguished from processes) used in the work, shall be included in the contract amount. The Contractor shall satisfy all demands that may be made at any time for scch royalties and fees, and he shall be liable for any damages or claims for patent infringements. The Contractor shall, at his oun cost and expense, defend all suits or proceedings that may be instituted against the Os-ner for infringement or alleged infringment of any patents involved in the work and, in case of an award of damages, the Contractor shall pay such award. Final payment to the Contractor by the Owner will not be made while any such suit or claim remains unsettled. The Contractor, however, will not be held liable for the defense of aay suit or other proceeding, nor for the payment of any damages or other costs, for the infringement of any patented process required by the contract documents; except if the Contractor I GC-4 - has information that the process so required is an infringement of a patent, the Contractor shall be liable for any damages or claims in connection therewith unless he promptly notifies the O%Nmer of such infrinement. W-10. INDEPENDENT CONTRWFOR. The relation of the Contractor to the Weer shall be tEt o aniiuarpendent contractor. OC-11. ENGINURING INSPECPION. `11,o Nner may appoint such inspectors as he deems proper, to inspect the work performed for compliance with the plans and specifications. The Contractor shall funiish all reasonable assistance required by the inspectors for the proper inspection and examination of the work. The Contractor shall obey the directions and instrnictions 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 Nmer shall be free at all times to perform their d-.-ties, and any attempted intimidation of one of them by the Contractor or his employees shall be sufficient reason to terminate the contract if the Omer so decides. Such inspection shall not relieve the Contractor from any obligation to perfo na the work strictly in accordance with the plans and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense. GC-12. NO WAIVER OF RIGUS. Neither the inspection by the Owner or any of their officials, enployces, or agents, nor any order by the Owner for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the aNmer, nor any extension of time, iior any possession taken by the a~mer 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 waiter of any breach in this contract be held to be a waiver of any other or subsequent breach. CG-13. NODIHICATIONS. The Contractor shall modify the work whenever so ordered by tie-`'PA'ner, and such modifications shall not affect the validity of the contract. %difications may involve increases or decreases in the amoturt of the work for which an appropriate contract price adjustment will be made. Except for minor changes or adiustments which involve no contract price adjustment or other monetary c*)nsideration, all modifications shall be made under the authority of duly exo.cuted change orders issued and signed by the Omer and accepted and signed by the Contractor. GC-14. EWRA WORK. If a modification increases the amount of the work, and the a e wor or any part thereof is of a type and character which can properly and fairly be classified under one or more unit price items of the Proposal, then the added work or part thereof shall he paid for according to the amount actually done and at the applicable unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. GC-S Claims for extra.ht)rk will not be paid unless the: work covered by such claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecl,*_e or maintain 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 U,ner. Payments for extra work shall be based on agreed 11WP SLIMS or agreed unit prices whenever the Owner and the Contractor agree upon such prices before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percentage allowance shall include the Contractor's extra profit and extra overhead and, Lniless otherwise agreed by the Contractor and the Chrher, the percentage allowance shall be fifteen per cent (151) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the O%,ner, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemized gLLLntities and charges for all elements of direct cost and a percentage allowance to cover extriA profit and extra overhead. Unless of;L, rise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (151) of the total direct costs. OC-14.01. DECREASED WORK. If a modification decreases the amount of work to be done, such ecrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such decrease. Where the value of omitted work is not covered by applicable unit prices, the Olsner shall determine on an equitable basis the amount of (a) credit due the Owner for contract work not done as a result of an authorized change, (b) allowance to the Contractor for any actual 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 armLUit where the method to be used in making such adjustment is not clearly defined in the contract documents. GC-15. ARBITRATION. ^efore bringing any action to court, pertaining to a decision o t e .her, the objector (hereinafter referred to as Party A) to the decision shall first offer to arbitrate the question with the other party to the contract (hereinafter referred to as Party B) by notifying him in writing and setting forth in such notice the question to bf arb.trated. 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 name of the arbitrator within ten (10) days after receipt of Party B's notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall name an additional arbitrator. If Party B names an additional arbitrator, then the arbitrator named by Party A and the arbitrator named by Party B shall choose a third arbitrator. GC-6 The 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 dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators may be filed in court to carry it into effect. If they consider that the case so demLunds, the arbitrator or arbitrators are authorized to award the party whose contention is sustained such sum or scans as they may deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay o,:casior.:~d thereby. The 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 imust 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 appointed shall be unable or shall fail to act with reasonable pro.Ttne.ss in appointing a third arbitrator, P?rty A (or, if he does not do so within a reasonable time, Party B) may 1"?:11~7.t a judge of the Witeri States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is locato,i, to appoint the third arbitrator. If it appears to the judge that the two arbitrators originally appointed were tunable or failed to act with reasonable promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitut- a conclusive determination that the arbitrators originally appointed were so tenable or failed to act with reasona'~le promptness and, if the said judge acted at the request of Party B, that Party A did not make such request within a reasonable time. If for any reason after the arbitrator or arbitrators have been du appointed, the arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a r1-sonable tinge, Party B) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. If it appears to such judge that the arbitrator or arbitrators originally appointed were unable or failed to act with reasonable p--)aptness in reaching a decision regarding the question submitted to a.-jitration, he may appoint three new arbitrators to act hereunder, and such an appointment shall constitute a conclusive determination that the arbitrator or arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at request of Party B, that Party A did not make such request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall not be appointed by a j JFfie of the United States District Court ruder the circumstances vere±nabove described, or if three new arbitrators are so appointed and are unible or fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, GC-7 then the arbitration procedure shall be deemed to have failed and the parties shall be free to assert their rights in the same manner as if they had not agreed to submit the question to arbitration. If the above agreement to submit questions of dispute to arbitration is not enforceable raider the law of applicable jurisdiction, each such question after it has arisen ray by agreement of both parties hereto be submitted to arbitration in the rrc-uinor set forth above. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Umer. It is understood and agreed b}, the parties to the contract that no requirement or statement herein shall be interprotnlas curtailing the power of the Nner to determine the amount, quality, and acceptability, of work and materials. GC-16. RI(Irr OF 01MR TO TERMINATE CO\;IWtCT. If tine work to be done under this contract is a .uh one y1` the ontiactor; 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 assignment of his assets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his prope.ty, that the Contractor is violating any of the conditions o: 'i,7s contract, or that he is executing tho same in bad faith or otherwise not in accordance with the terns of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which such completion date may be extended; then the Owner may serve written notice upon the Contractor and his surety of said Owner's intention to terminate 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 coimnce performance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the (honer by reason of sucl prosecution and completion. The Nrier may take possession of, and utiliza in completing the work, all materials, equipment, tools, and plant c.n the site of the work, GC-17. SUSPINSION OF WORK. The Owner reserves the right to suspend and reinstate execution of FiFidiole 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. The time for completion of the work will be extended for a period equal to the time lost by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the Owner shall not affect this contract oxcept as agreed by the Owner and the Contractor. If the Ccntractor proposes to apply such clianges to this contract, he shall present his proposal to trio. Owner in writing. During the 30 day period from and after the receipt by the Owner of such written proposal, the Owner shall be permitted to reinstate the work without change, If the work is not GC-8 ■ reinstated during this 30 day period, the am--,r and the Contractor shall agree upon reasonable tnd proper changes or the Owner may cancel the unshipped portion the work. Changes in delivery schedule shall mean cxt,nsion of the scheduled time of dclivc:iy beyond the nnunber of days of the suspension period. GC-18. DELAYED SIEIIMYr. The Owner reserves the right to order the Contractor to-(Tcl,iy sliiI[wnt of equipment and materials herein Contracted. In the event such a delay is ordered by the Omer in writing, the Owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Such extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELI.A11ON 01' WORK. The Owner reserves the right to cancel the unshipped portion of the work. In the event of cancellation, the Owner will pay the Contractor reasonable and proper cancellation dtarfcs. GC-20. LAD'S AND ORD1X'INCF.S. The Contractor shall observe and co.7ply with all ordinances, a;w3, and regulations, and shall protect and indemnify the Oismer and the Owner's riff k:.ers and agents against my claim or liability arising from or based on any violation of the same. All permits and licenses required in the prosecution of the wrk shall be obtained and paid for by the Contractor. GC-21. EIIA'DRkNCES AND DELAYS. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to complete the work within the time therein :fixed, he has taken into consideration and made alloimces for all hindrimices and delays incident to the work. No claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on "SUSPENSION OF WW:". GC-22. EXIIiNISIONS OF TIM.. Should the Contractor be delayed in the final comrile~ on oft kvrh by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Nicer, could have been neither anticipated nor avoided, then an extension of time sufficient to corponsate for the delay, shall be granted by the Owner; provided, 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 used all reasonable means to minimize tho delay. Extensions of time will not be granted for delays caused by unfavorable 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. CC-23. MWERIALS m111 EQUIpnxr- Unless specifically provided other- wise in ca` c`s case, all materiTs and equipment furnished for permanent installation 'in the work shall conform to applicable standard specifications and shall be new, unused, and undam,ged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose ether than that intended or specified, unless such use is specifically authorized by the Owner in each case. GC-9 OC-2a. GUARAWME. 71rc Contractor guaiintees that thr ,nlteria.t and equipment herein contracted will be as specified and will be free from defects in design, workmmutship and materials. If within the guat,iurtee I>eriod the material or equipment fails to rtk-ct the pro%'isions of this guarantee, the Contractor shall promptly correct tuiy defects, including nonconformvice with the specifications, by adjustment, repair or replacement of all defective parts or materials. Unless otherA se specified, the guarantee period shall begin on the date of final paymont or the date of initial operation, whichever is later, and the guarantee period shall end 12 Eunths later. If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correction while making such determination. The Contractor shall extend the proviFions of this guarantee to cover all repaired and replacement party fi:rn?.;hed under the guarantee pro- visions for a period of one year from the date of their installation. If within ten days after the Omer gives the Contractor notice of a defect, the Contractor neglects to make, or wtdertake with due diligence to make, the necessary corrections, the Omer is hereby authorized to make the corrections himself, or order the work to be done by a third party, and the cost of the corrections shall be paid by the Contractor. In the event of an emergency where in the jLkikmrent of the Owner the delay resulting from giving fornial notice would cause serious loss or damage which could be prevented by immediate action, defects nvay be corrected by the Neer, or a third party chosen by the wrier without giving prior notice to the Contractor and thc! cost of the corrections shall be paid by the Contractor. In the even such action is taken by the C%N= r, the Contractor will be notified pronptly and shall assist wherever possible in making the necessary corrections. GC-25. CLAWS MR LABOR AND At%TERIALS. Tho Contractor shall indemnify and save tfarm eT`ss the U~rter ram :tl~c3aims for labor and materials furnished tinder this contract. The Contractor shall sullmit satisfactory evidence that all persons, firms, or corporations who have done work or furniAcd materials under this contract, for which the Wier may become liable tinder the laws of the state, have been fully paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount shall be retained from moneys due the Contractor which, in addition to any other stuns that may be retainod, will be sufficient, in the opinion of the Nmer, to meet all claims of the persons, firms and corporations as aforesaid. Such sun or stuns shall be retained until the liabilities as aforesaid are fully discharged or satisfactorily secured. OC-26. RI.LFASR OF LIABIL17Y. 71u acceptance by the Contractor of the CC-10 last payment shall be a release to the (hnnor and every officer and agent thereof from all claims and liability her•cunder for anything done or furnished in connection with the work, or for any act or neglect of the Owner or of any person relating to or affecting the v,nrk. GC-27. DEMSE OF SUITS. In case any action in court is brought against the (hazier or any officer or agent of either of them, for the failure omission or neglect of the Contractor to perform any of the covenants, acts, ratters or things by this contract undertaken; or for injury or dantiage caused by the alleged negligence of the Contractor or his agents; the Contractor shall indemnify and save harmless the U,ner and their officers and agents from all losses, damages, costs, ealienscs judgments, or decrees whatever arising out of such action. GC-28. I JSUMNU. rl.e Contractor shall secure and maintain insurance of the t)rpes cumin the Naounts necessary to protect himself and the interests of the Mer against all hazards or risks of loss as herein- after specified. The fonn and limits of the insurance, together with the underi,riter thereof in each case, shall be approved by the Owner but, regardless of such approval, it shall be the responsibility of the Contractor to maintain adequate insurance coverage, failure of the Contractor to maintain adequate cove:n,e shall not relieve him of any contractual responsibility or obligation. For insurance purposes, the title of aNnership of equipment and materials shall remain with the Contractor until the Mer receives such equipment and material:: at the job site. If the Contractor does not furnish supervision of erection or testing 4 of the equipment, the workr%?n's compensation, corrnirehensive automobile I liability and comprehensive general liability insurance specified herein may be omitted. The Contractor shall submit a copy of the transportation insurance policy to the Mer 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 Chmer not less than thirty (30) days prior to the date the manufacturer's supervisor or supervisors are expected to arrive at the job site. Each certificate shall state that ten (10) days written notice will be given the Owner before any policy covered thereby is changed or canceled. GC-28.01. WorUen's Co ensation and loyerss Liabilit xbrkmcn's compe!ntsation an3`cmp oye•, s liability iris-urance shall the Contractor against all claivis under applicable state workmen's compensation laws and against claims for injury, disease, or death of employees uMch, for any reason, may not fall within the provisions of the applicable worlanen's compensation law. This worljm%n's compensation and employer's liability insurance policy shall include an "all states" endorsement. GC-11 The liability limits shall not be less than the following: Wor)Qwn's corgionsation Statutory DV, loyer's liability $100,000 each person GC-26.02. gpq~rehensivo Autonobile Liabil_iy. This insurance shall be written in conynchensrvc form ;uu-_~sFaF1 pni`,o t the Contractor against all claims for injuries to ivirbers of the public acid danago to property of others arising from the use of motor vehicles, and shall cover the operation on or off the site oj' the wor% of all motor vehicles licensed for highway use, whether they are owned, nonmmed, or hired. The liability limits shall not be less tl;an the following;: Bodily injury $ 50,000 each person $500,000 each occurrence Property damage $100,000 each occurrence OC-28.03. Comprehensive General Liability.. This insurance shall be written in caz;1prs1V 1a3T,r :ul s.~y , rot.ct the Contractor against all claims arising from injuries to mer6crs of the public or damago to pro perty of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In addition, this polky shall specifically insure the contractual liability asscnnc:d by the Contractor under the foregoing paragraph entitled "Defen=e of Suits". The liability linti.ts shall not be less than this following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $500,000 each occurrence $5000000+ aggregate GC-28.04. Trans2ortation. This insurance shall be of the "all risks" type and shaITT)rotect. tFc Contractor and the Mer from all insurable risks of physical loss or damage to equiprrant and materials in transit to the job site and until the Mier receives the equipment and materials at the job site. The coverage amount. shall be not less than the full amount of the contract. Transportation insurance shall provide for losses to be payable to the Contractor .u;d the Owner as their interests may appear. GC-29. MIMNIMS AND PMENI'S, Payments will be made each. month in the amount o ninety per cent of the estimated va!.ue of the equipment and materials delivered at the job site during the previous calendar month, providing the shipments were reasonable complete and integral writs of equipment or reasonable complete lots of materials. OC-12 After official approval Fuld acceptance of the work by the Mner, the Wier will, within thirty (30) days thereafter, pay the entire stun foturd to be due after deducting all ain-hurts to be retrained tinder any provision of this contract. GC-30. TMTTS, PERIMS, AND LICttiSf:S. Unless otherwise specified in Viese contract TocitiiWnts,ifac (ittractor shall pay all. sales, use, excise, and other taxes that are lawfully assessed against the Ch ner or Contractor in connection with the work tuider this contract and shall obtain and pay for all licenses and permits required for the work. T7ie Contractor will be compensated for cuty increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits ir>posed after the date of the Proposal; provided however, that this provision shall be limited to sales, use and excise! taxes assessed against the completed work and to licenses and pennits required specifically for the proposed Work. GC-13 ~~1~ EMONi PART I - GF.N'E,, RI'QU I RDI M'S MV1 iJ \ e J Pa C:i Section IA - SUVE OF 7I0' WOFX IA-1 thru 1A-4 1A.1 General IA-2 IA•2 Work Included in this Contract )N-2 IA.3 Miscellaneous !Materials an3 Services IA-2 1A.4 Work Not Included in this Contract IA-2 1A.5 Schedule IA-3 1A.6 Contractor's Services 1A-3 Section 1B - MILRAL EQUIPM1"Ni' SPECIFICATIONS IB-1 thru 111-4 1B.1 General 111-I IB.2 Specifications and Standards 1B-1 B. 3 U•S• Materials 1B-1 IB.4 Corponent Parts IB-i 18.5 Identification 1B-1 18.6 %n ufacturcr's Instructions and Parts Lists 1B-1 IB.7 Shipping Notice IB-2 1B.8 Factory Asseribly IB-2 18.9 Shop Coating IB-2 1B.10 Protection IB-2 18.11 Correction of ALnufacturing Errors 1B-3 1B.12 Control Poker 1B-3 1B.13 Raceway 1B-3 111.14 Wiring IB-3 111.15 Shipping Requirements 1B-4 Typical Equipment Instruction Book Cover Section 1C - I:NGINL'ERING DATA IC-1 1C.1 General 1C-1 IC.2 Correspondence IC-1 IC.3 Drawings 1C-1 ICA Schedules 1C-1 i IA-1 Section IA - SCOPE; OF 711E WORK IA.1 GF:11iWV.. This section covers the general description, scope of work, ar-id__.upplementaiy requirements for equipment, materials, and services included in this contract. IA.2 WORK INCLUDED IN IIIIS CONTRACT. The work under this Contract shall ~ include un..s .ng of tT:e sp- e ii edmmaterials and equipment; providing engineering data, accessories, and field services as stipulat,d herein; and in accordance with the contract documents, defined in Article GC-1 of the aiNFRAd. CONDITIONS. The Contractor s_iall furnish and deliver fob, Denton, Texas, the following electrical equipment complete with acce-sories as specified in Part 2 WTAII.ED SPEC] FICATIONS. antit Description One Power Transformer Three Oil Circuit Breakers Transportation insurance shall be carried by the Contractor in accordrnce with the CYNER1L CONMITIONS. All risk of loss including damage during shipment shall remain with the Contractor until delivery at Denton, Texas. The Contractor shall provide drawings and engineering data, manufacturer's field services, tools, instruction manuals, and miscellaneous materials and services as specified herein. L1.3 MISCE:LE.hN'EOUS MTERIALS ANT) SERVICES. The following miscellai;eous materials and seMces not o 101 VISE! s! scifically called for s'.iall be furnished by the Contractor; All bolts and gaskets between parts furnished by the Contractor All piping integral to or between any equipment furnished by the Contractor except as othen-iise specified All necessary instrument and power ane. control wiring and raceways integral to anv equipment furnished the Contractor. This shall include terminal blocks and internal wiring to these tenninal blocks for equipment requiring external connections DrawLigs, prints, information, instructions, and other data for use of the CNmer's installation contractor 1A.4 1t RK NOT INC110M IN TEAS CONTRACC. Miscellaneous materials and services furnishes 5y` lie N~ne- sTiaTl be as~ ro- mss IA-2 Unloading and field installation of all equipment Foundations and sleeves Lubricants Operating personnel for startup and tests PenrkLnents electric wiring to connect the equipment terminal boxes to the substation electrical system 1A.5 SCIU-MULE. 'I7ie shipment of equipment for a substation to City of Denton, Texas, ~lunr rc pal Electric System shall be completed in time to assure arrival of all components on the job site in accordance with the following schedule: Section Description Date 2A Power Transformer 2B Oil Circuit Breakers The guaranteed delivery dates shokn i:.::oposal Data for this equipment will be a very serious consideration in the award of contract. Within 30 days after the purchase agreement the Contractor shall submit to the Nner a production sch-'ore for all major equipment and components. This schedule shall be corrected and resubmitted quarterly until all equipment has been shipped. Drawings m,d engineering data shall be submitted in accordance with the schedule specified in Section 1C. IA.6 MNIRACI)R'S SERVICES. T7ie services called for in hbFS INCLUDED IN 11115 CO`MRi L't s ZTFEe un accordance with the following. 16.6.1 Submittal of Engineering Data. Drawings and engineering data for the specific ma~teriialsn Cc~u1}anent ar^ essential to the design and subsequent construction of the substation. The Contractor will be required to submit drawings and engineering data in accordance with the schedule, specified under Section 1C - ENGIN ERING DATA, to assure conlMance with the overall construction and operating schedule. Failure of the Contractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract and reason for tenruination of contract if the City of Denton, Texas, so desire. L1.6.2 Aianufacturer's Field Se rtices. The Contractor shall provide the se dices of a manu acturer ss flel representative. The service representative shall be teclunically competent, a direct employee of the manufacturer, factory trained, experienced in the installation and operation of the specified equipment, and authorized by the manufacturer to perform the work stipulated. The service representative shall provide technical direction and assistance for the unloading and installation of the equipment and shall inspect the equipment after installation; assist the Owner's operating personnel in proper operating and maintenance procedures; and perform other C,uties required to obtuinn proper installation :end assure sWcessful olueratian of the cquilnr.ent. IA-3 l: M IA. 6.3 Instruction Manuals. The Contractor shall furnish 6 complete and final copies oCTnstnictiori =manuals not later than 30 dabs prior to shipment of the equipm^nt. The insti»ction m.'miuals shall cover complete installation, operating wid maintenance instructions, and drawings and parts lists for each item of equipment furnished. One copy shall be sent to the Owner. and upon approval thereof, the remaining S copies shall he delivered to the aimer. Vie instruction manuals shall be in accordance with the requirements stipulated in Section 1B. I 1A-Q s Section 1B - GENERAL EQUIPA M SPECIFICATION'S 18.1 MNERAL. These General Equi ment Specifications apply to all equipment: - Mey shall suppleuwnt the detailed equipment specifications but in case of conflict the retailed equipment specifications shall govern, 1B.2 SPECIFIC 'fIO`'S AND STAti' MIS. The specifications, codes, and standards referencedin these _pPCC f'icatior.s (including addenda, amendments, and errata) shall govern in all cases where references thereto are made. 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. MAT1iRIALS. Equipment and accessories furnished shall be from a reputable manuf-lcturer current].), engaged in production of such material within the United States of America. To the extend possible, materials and equipment (including components thereof) furnished under these specifications shall be produced, processed, manufactured, mA assembled within the United States of America. All material and equipment which mast necessarily be of foreign manufac+.u.e shall be clearly designated in the Proposal in the space provided for deviations and exceptions. 1B.4 OO,MPO\'ENT PARTS. Individual parts shall he manufactured to standard sizes and gauges so 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 in service at any time prior to delivery, except as required by tests. 1B.5 1DEfTIFICATION. A11 correspondence, shipping notices, shop drawings, specifications, engineering data, and other documcm is pertaining to the equipment and materials furnished under these specifications shall be identified by the Owner's name, specification ruuniier, and the name of the item of equipment or material, 1$.F MNUFACI'URI=.R's INSTRUCTIONS AND PARTS LISTS. The instruction marrr><31s required -ii Section 1A`shall inc u e ..peciT1-C"1tiFa-s,.drawings , and description of equipment; installation instructions; operating instructions; parts lists; and where applicable, test data and curwoes. Manuals shall be assembled and bo'n'd in Buchan Typo ORL (old style) binders covered with pyroxylin impregnated buckram covers, naanufactured by Buchan Loose Leaf Records Co., Clifton Heights, Pennsylvania. Binder shall not be greater than 3 1/2 inches thick- and shall he adjustable to permit secure compact binding. Eacli binder cover shall be stamped with the proper identi- fication as shown at the end of this section. .1 proof of the lettering for each cover shall be submitted for the Owner's approval before the manuals are assembled and submitted. Whore applicable the infortaation contained in the manual shall include a list of recorrvnded spare parts with the price of each such item, and the schedule of required lubricants as recommended by the minufacturor. The data shall also include all nameplate information and shop order numbers for each item of equipw.nt and component part thereof. I13-1 aetav ~ ~ The instruction lrlanuals shall contain a table of contents and section dividers with index tabs for ease of reference. 18.7 S111DP1NG NOTICE. The Contractor shall submit two copies of a shippingnotice doscribing each shipment of material or equipmnt. 111e shipping notice shall be nailed to arrive approximately 7 days ahead of the estimated shipment arrival. 1B.8 FACMY ASSEMBLY. Equipment shall be shipped conq)letely factory assemble3 un ess specified othe n~rise or unless the physical size, arrangement, or configu- ation of the equipment, or shipping and h.uidling lirrdtations, make the _ ipment of completely assembled equipment impracticable, in which case the equipment shall be assembled and shipped as stated in the Contractor's Proposal. All accessory items shall be shipped with the equipment. Boxes and crates containing accessory item shall be marked so that they are identified with the main equipment, The contents of the boxes and crates shall also be indicated. 1B.9 SHOP OOATING. Steel and ircn strfaces shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Surfaces shall be, cleaned and [[prepared in the shop. All mill scale, oxides, and other coatings shall be removed. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a sm.oth uniform base for painting and painted with one or more coats or primer and two or more finish cows 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 I1,partment, P.0. Box 36168, Houston, Texas 77036. 'A..v 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", Mobil "13-R-50 Oaromox ell Primer", or Tnemec "77 Chemprim" unless othe raise specified. Machined, polished, and nonferrous surfaces which should not be painted shall be coated with rust preventive compound, Dearborn Chemical "No-Ox-ld 2W", Houghton "Rust Veto 344", or Rust-Oleum "R-9". 1B.10 PPMECTION. All equipaxrnt shall be boxed, crated, or otherwise suitably protecte3 during shipment, handling, and storage. Equipment having antifriction or sleeve bearings shall be protected by weather- tight enclosures. Coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Surfaces which are damaged during shipping shall he repaired by the Contractor. lli-2 Rcturrrable containers mid special shipping devices shall be rettirned by the rr.uuafacturer's field representative at the Contractor's expense. 1B.11 CORRECr10V OF tit MHAMIRZING ERRORS. Equipirx-,nt.and materials shall be coigAote in alTrespects t RIMIn LAM-Fits herein outlined. All nwiu- facturing errors or omissions required to be corrected in the field shall be done by the Contractor or his duly authorized representative. 18.12 ODNTRO1. POWER. I.loctrical power for control and instnimentation will be a nomuraI__2T6/120 volt, single phase, CO hertz, alternating current, or a nominal 125 volt direct current. 11re 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 imgrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 100 to 140 dal volts lscrved current, this with supply ambient shall ~ not a impose a any ground connections devices on it. All alternating current 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 ambient temperature. 18.13 RACMAY. Ihrless specified otherwise, all raceway interconnections between e-vrcce, panels, boxes, and fittings shall conform to USAS C30.1 and Ui. 6. All conduit connections shall be of the threaded type. 18.14 WIRING. Unless otherwise specified, all electrical conductors shall be Class-Ti stranded copper 14 k%G or larger. Panel wiring shall have thermo- setting Type SIS insulation rated 600 volts, designed for maximum conductor ter%)crature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPC:IA 5-66-524 Interim Standard No. 2 except Type AVA shall be used where ambient conditions cause conductor- operating temperatures to exceed 90 C. W tallic sheathed conductors are not acceptable. Preinsulated wiring terminals with metal reinforced sleeves shall be provided on all conductor terminals. Terminals blocks shall be provided for conductors requiring connection to circuits external to the specified equipment, for internal circuits crossing shipping splits, and where equipment parts replacement and maintenanke will be facilitated. Each terminal block, conductor, device, fuse block, and torminal shall be permvrently labeled to :oniricide with the identification shown on the drawings. Conductors shall be identified by legible markings on device to nninalsi roved printing on the conductor jacket or wiring sleeve, or by other means asp by the Owner. Terminal and conductor identification shall be by a perrn<rorent PY.Ahod unaffected by heart, solvents, or steam, curd not easily dislodged, IB-3 preferably by means of metal sleeves or printing on the wire jacket. Adhesivo labels are not acceptable. 113.15 SIIIPPINI REQUIR17,WNTS. The manufacturer shall ma}urt and ship thzre imj~act ire or3cr=si itl}`t~}e specified equipnx~nt. Il}e impact recorders shall be ro~urted at the factory to provide a penwinent recor6 of the rntg?}itudC Of axial, transverse, and vertical forces to wh icJ} the equipment will be sub ;ectei };hi to in trxisit . 71}(! Custody of the iltl):}ct recorder's u;?on arriVA at the plnnt site shall be the responsibility of the 13111}fc}cturer. 'fie recorder iigxict charts shall become part of the fuiziished equipnVnt. 1B-d .sue... CITY OF DENTON, TEXAS h z w a O W LL O INSTRUCTION BOOK a Z FOR NAME O EQUIPMENT MANUFACTURERS NAME z O MANUFACTURERS ADDRESS h 2 W 0 U. O 1- v NOTE! LARGE TYPE SHALL BE 30 POINT TEMPO HEAVY CONDENSED ALL OTHER TYPE SHALL BE I? POINT COPPERPLATE MEDIUM GOTHIC TYPICAL EQUIPMENT INSTRUCTION I BOOK COVE=R L'k AllN Y TAAC C6 ,t._.._ GEPA/7TMF.M? OF FUP1.iC UTILtUES cNECMEO.___ i PU.E,D.Af 382 CITY OF DEN TUN, 7 EXAS Section 1C - rh'GINEERING DATA IC.1 l AfIRV.. This section covers manufacturer's drawings and other enginecTingi]ata which the Contractor shall submit to the Caner for design info nnition or npproval. 1C.2 CORIti:SW%D'NCfi. Correspondence forwarding drawings and other engirice ~ frig Tfa s l iIl be addressed as follows: Original ,and one copy to the O.Nner, Attention: Mr. E, S. Tullos Utilities laigincer 1C.3 DRXttiI1GS. Reproducible mylar transparencies of all manufacturer's drawings -sc-Hieukltics, wiring, one-line and three-line diagraw, and ar", igen:nts and views of all control or relay panels shall be furnished. The transparencies shall include all field changes and modifications made prior to final acceptance. hhen changes in the equipm at are made in the field to correct shop con- struction errors or to adapt the equipment to the Nmer's requirements, the Contractor shall prepare and submit A ght copies of record drawings to the Owner to show the equipnent as finally installed in the Owner's substations. IC A SOIEDULES. All outline drawings, one-line diagrams, control schematic id'agr&%s for operating mechanisms, and other drawings which show details required by the a%ner for design of structures and wiring associated with the installation of the equipment shall be submitted within 30 calendar days after award of contract. All detailed wiring diagram and other drawings shall be submitted within 60 days after award of contract. All instruction manuals shall be submitted not later than 30 days prior to shipn.nt of the equipment. PART 2 - DEFAILED SPHIr"ICATIONS OONTFIN-N Pic Section 2A - JINT:R TRH NSik)R~D:R 2-1 that= 2-8 General 2-1 Codes and Standarcls 2-1 Rzat ing 2-1 Construction DetaiIs 2-1 Accessories 2-3 f=actory Tests 2-6 Shipping Requirownts 2-8 Section 2B - OIL CIRCUIT BREVERS 2-9 thru 2-11 General scope 2-9 Ratings 2-9 Design 2-9 Mechanism 2-9-10 Bushings 2-10 Current Transformers 2-11 Accessories 2-11 Factory Test 2.11 swriON 2A DETAILED SPWIFICATIOt1S FOR MIER TRANSFORMER Fk*OPF: These specifications describe a trans£ohnrr to be built in ooordance W4 th all applicaMe USItS and NIZ41 standards. Tne transformer will be built in accordanLm, with LS?~SI C57.1.2.00-1965 and Appendix C57.97- 1969 e>x)c-pt. uihen,- specific nqui.rent.nts of here sE ificatrons (T)nilrct witiz ;5s7o standards. In such cares, the requirements of these specifications shall take precedence. RATING: Transforrer rating shall be according to the follo,ving. NunWr of phases Three Capacity at 55C teng rise 12/16/20 MIA Capacity at 65C tenp rise 22.4 MVA class OA/FA/F►"JA, CA/FA/M, or O1+,/MN/M Coolant oil nvquency 60 cycles per second High voltage 67,200 volts, delta Basic impulse level 350 YV Lew voltage 13,200Y/7620 volts, wye basic impulse level (BIL) 110 KV Neutral Brought out through a 110 KV BIL cover m rated neutral bushing Full capacity taps Rated RVA taps for (2) approx. 2 1/28 steps above and (2) approx. 2 1128 steps belcm rated voltage. Available on tap changer for de-Stu-rgized operation with operating handle brought outside the tank. Vector relationship Lea voltacr- shall lag high voltage by 30 dacrres. lur-cdanee Manufacturer's minimum standard Ratio of copper loss Manufacturer's minimum standard to iron loss CCVSTR=ON DEPAILS: Transformer. -sq Apnent shall include the construction DTs sfhecr fie > > i the following praragraphs. BUSHINGS High voltage line bushing}, will be located on the transformer cover in [bAtSI Segm nt 3; and they shall be 1200 amperes, 350 IN, BIL, and of a type interchangeable with circuit breaker bushings of the same ampere and voltage class and shall have provision for power factor testing. All bushing porcelain for outdoor service; shall be munsel gray color. 2-1 1 Low voltage bushings shall be 110 KV BIL, wail nmitxA U4ASI Segment 4 for enclosure in air filled juction box. Flanges suitable for direct connection to the owner's group phase bus duct shall be provided around these lair voltaga bushings. Neutral bushing will bc^ located on the transforuvr cover, and of 110 KV BIL. ODOLTNG II_UIi'MAU AND (;tVfi;VLS: E,uipront shall be furniphed to provide the iuit':3 cools- n - ca ac`.t to maintain the s rcxi 7 p y pc;cified t?•a,isform~r rating. ")crat_ure control shill be provided by ,winding tail>_raturu aluipinent inclu':ling a thermal relay, temt)erature indicator and a "x-rature control. Winding temperature eglipmwnt provided shall Yxy arraicrd and designed to automatically operate :he cooling equiprmant capacity in proportion to the Taansformmr load. Cooling equipnent motors shall tx) rased for service 120/240 volts, single phase pa.ur. Control circui.t devices shall be rated for 120 volts single phase. Alarm circuit devia~s shall be rated for 125 volts d-c:. Miual control switches shall be provided in the control cabinet to allow testing and maintenanoa of the cooling fans and pulrps. QA Transformer designed for continuous self-coaled operation. Winding - temperature rise by resistance will not exceed 55 C. and hottest - spot winding - terperature rise will not exceed 65 C. OA/FA Transformer designed for continuous self-Coolec/fan-cooled operation. Winding - terq)erature rise by resistance will not exceed 55 C and hottest - spot winding - teaperature rise will not exceed 65 C. Coapletei with single - phase fans 120/240 volts. Fan ccxiU.*ol from winding - teny-erature indicator - relay. OjVFA/FA Transformer desicpzed for continuous self-oeoled / fan-cooled / fan cooled. Winding tonDerattue rise by resistance will not. exceed 55 C aid hottest-spot winding - UgXrature rise will not exceed 65 C. Complete with single - pease fans 120/240 volts. Fan control frr+m winding - tergperature relay. 221L/T N Transformer designed for continuous self-cooled / fan-cooled / fan - and pump - cooled operation. Winding-terperature rise will not exceed cis C. Complete with single-pticoo fans and pumps, 120/240 v )lts. Fan and purq> control from winding - tenperature indicator - relay. An irx .rating relay to Mnitor pump operation will be supplied. COOLING SURFAM Renmable radiators will be supplied with individual shut-off valves at each tank connection. Eadi radiator will be supplied with an aooessib.. drain and shut connection. 14MIANICAL CONSTRICTION Mie tank, base, radiators, covers and junction box shall be fabricated from steel with sufficient strength to withstand normal service stresses without distortion or damage, and to withstarr3 an internal pressure 125 per oestt of the normal operating pressure resulting from the e-q)ansion and contraction 2-2 r ~ of the oil and gas in the sealed tank. All joints in the tank.Ewd radiators shall be made oil tic~lt and gas tight by ttieldiny Valves and flanges shall 4x- prov'Ldnd as required to allay the rermval and replucc Lnt of radiator units without to ing the transformr out of servia~. 1117SlTATING LIQUID A sufficient quantity of insulating liquid shall be furnished with the tr.vzsCorrer and, where V:)ssible, the trarrsfonTer shall be shippod filled to tho 25 C oil level. 'ilio initial filling of the transformer shall be m-Oe u-idar appro%id rmt},ods designed to el'.rninate entrained air from within the tank: and wirxlings. If it is necr'ssazy to dry out he rofstf of Contnsulating liquid in the field, it shall be done by and att~il- se>qr.nse actor :irun'nis and apparatus afro sha' 1 furnish all Wt r, material, equ required. The insulating liquid shall n•eet all requirer,ents as defined by IMIA Standards, shall be chemically stable, free from acidity or other corrosive ingredients, shall posess high dielectric strength, and shall test at least 28 R! when tested upon receipt at the job delivery point. OIL PRESERL'ATION SYSTEM welding of the transformer Sealed -tank oonstruc.•t:ion with welded cover. looted bet~~~een the cover and cover., an inorgvknic gasket will be permanently the tank flange to pre'aent the entrance of weld spatter into the tank. Ar, automatically maintain-A dry nitrogen gas pressure system including the nitrogen cylinder shall be furnished to provide an inert gas atmosphere above the oil. 'Ihe corplete gas system shall include an alarm device withall alarm contacts arranged for remote indication of ]aa gas supply. also be- inclt&--d an adequate amount of bottled nitroq?n gas to place the transforro!r in service. Nitrogen control equufrent including the nitrogen cylinders shall be notrited in an easily accessible weatherproof enclosure mounted on the transformer tank. OGRE A pore and coils shall be in accordance with handling in lltiesp use ofd shall be braced to withstand normal roving witho the special shipping braces. AWLIM' ""JER A`ID METOL CIRCUITS -wer and control circuits which are supplied for connection to All auxiliary p external circuits shall be brought to suitable terminal blocks located lnth common weatherproof control cabinet. Teminal blocks shall be equipped with washer head binding screws, covers, and white circuit rant ation M3Xkki g strips. Shorting type terminal blocks shall be used on cur for operation transformer control leads. Single phase 120/240 volts auxiliary pier 2-3 circuits, and cooling equipment shall be served 'from an external 240/120 halts tr.3nsfonrer. CLRRtNP TRANSFORWN-, tiAtiratio bushing type current, transformers with fully distrill- it,ed windings for relaying service shall be furnished cis described belay: Location re 1;4-itio Quantity [liar voltac,ki bushing 200 5V T-hn1e--(6ne in each phase) Neutral bushing 100/5 One L101it1LNG ARPFSI I. S There shall be pravido-I three station type transfonr 2r - mtoted GO KV ligitni.ng arresters rountc:d near and connected to tine high voltarp. bushings. These arresters should meet the requirerr: nts of NISI C62.1 and IYC standards. CtMERCOATlNG A protecti•., undercoating shall be applied to the bottom surfares of the transformer tank and base. G FOUND BW The transformer shall be equipped with a ground bus from each lightning arrester and neutral bushing to the transformer ground pads at the base level. T»IZ~1.5 One bolted clarp type ground connector for 1/0 AWG to 300 M4 copper oonductor shall be provided for each tank c ornding pad. IGWD TAP CHANGER The transfonrer shall be oorq)lete with a load tap changer raving a range of 10 per cent above and 10 per cent bela-i normal •ioltaae in 32 equal 5/8 per cent steps. Itie tap changer shall liave full rated KVA on tape above normal and a cur-rent rating corresponding to the full load current of rated voltage on taps belay rronral voltage. The LTC taps may be located wherever necessary in the windings or circuits to produce the desired result. The Train transformer tank will include a current transformer for line drop, eonler,sator. The tap changer should have a separate oil filled conpartm:nt with: 1. Liquid level gaud - similar to gauge used on transformer tanks. 2. Dzain and filling valve. Tie LTC should have also the following items: 1. Static eontiol o iprrent, including: a. Voltage - level circuit with rheostatic adjustment and test rheostat with external pager supply. b. Ban&idth circuit with rheostatic adjustment. 2-4 Mill k, IF, c. Tian - delay circuit with rheostatic adjustment. d. Line - drop corl'ensator with resistance and reactance. adjus trmnts . e. Reactance reversing switch. f. Band edge test lights and snitch. g. Potential circuit hroaker. h. Outpt-,t - voltage test terminals. i. }bt:eatial supply input terminals and disconnect switch. j. Spec,, for munting individual - parallel switch for parallel operation. 2. Drive motor 120 or 240 volts with external pcwer supply. 3. Provision for manual operation with electrical interlock with drive motor. 4. "AUPOWGIC D' INUAL" switch with "Raise" and "Laser" and "RIME LOCAL - OFF" control switches, connections brought to terminal b:-)cks fur a remote control switch, a tap position transmitter - Sulsyn type (General Electric type AB-la or Westinghouse Electric Co. KA-241), and all equipment, connections, and terminals rrquired for manual operation of the LTC from the transformer or automatic operation by mans of supervisory circuits. 5. Position iMicator wit's drag hands (narked 16L-0-161) and electric limit switches in motor control circuit. 6. t-btor dri%-- parer supply switch with breaker. 7. Ot~ raticn comter. 8. Lamp with manual witch for compartm--nt illumination. 9. Convenience outlet. 10. Strip heater. 11. Terminal blocks for customer connection. 12. Space for mounting circulating current CT's for parallel operation. SrIMARD FEATURFS Standard accessories will be furnished with location and aooordir,y USAS 057.12, and also the following devices: 1. Mgnetic liquid let.~el indicator with spdt alarm contacts. 2. Liquid temperature indicator with spdt alarm contacts. 3. Pressure relief device with spdt alarm contacts. 4. fault presFurr relay system sensitive to the rate of pressure increase and consisting of a 125 volts d-c spdt element wired to 2-5 identified terminal points in the main control cabirmt and shall be suiW.)le for use in the transformer protection schere. 5, 71 mtnuad operator for the de-energized tap changer shall be extended tic )rovide operation at base level. 6. All gauges over 8 feet: from the floor shall haw their faces tilted dawn at an angle of 30° from the vertical. 7. The drain valve and the oil s~uipling valve will be located so as to allow draining or sampling from the bottom surface of the fink. 8. Lifting eyes for cover only. 9. Facilities for lifting core and coil assenbly from tank. 10. Lifting lugs for lifting complete transforrmrs. 11. Jacking facilities at four corners of the base. 12. Cover - mounted mchanical pressure relief device with automatic resealing - resetting operation aid mechanical signal for indication of device operation. 13. D.iagranmatic nameplate. 14. All gaskets shall be of reusable rubber with means provided for contt~olled oompreasiat. SHORT CIRCUIT RF-MIR 122 The transformer and LTC will be designed to withstand full vo) tagV short circuit conditions and also to initiate and complete any desired tap dianre under full voltage short circuit conditions. Demonstration of thermal capability shall be by calculation in accordance with ANSI Standard 057.12.00 (1968, Sect. 10.4). demonstration of mchanical capability shall be by the e.pplication of SIX S14ORT - CIFOJITS with a maximum of two fully offset current faults per phase. Additionally - A. Each test shall ba of 10 cycles duration. B. Applied voltage shall not exceed 105% of rated tap voltage nor be allowed to drop rror . than 5% below rated tap voltage. C. The short circuit should be applied to the transforrer secondary with excitation on the primary. When the available power source is three phase Ore tests shall consist of six 3 - phase faults. When the paver souro3 represents a limitation on test capLbility, . the transforner miy be tested one phase at a tiw. D. Tap connectton!s shall be selected to insure one fully offset current fault at Oki maximum form position for each phase. 2-6 E. Calibration tests for breaker closings to give maximrm initial offset of the current wave shall be male with the applied voltage not greater than 50% of the rated tap voltage. F. Oil tenperatv,:e at the start of the test shall be between 0° and 40°C. 21le transforvor shall be ji0ged to have successfully passed the short circuit tests if the folly-iing have been met: 1. No discontinuity in the short - circuit current wave shape during ally test. 2. Excitation current measured after the test series remains substantially the sane in value as that measured befcre the test series. 3. Leakage inpedance r-asured after the test series does not differ from that measured before the test series by more than 5%. 4. 9Y:e traroform-~r withstands ANSI standard dielectric tests at 75€ of original acceptance test le\,als following the short - circuit test series. 5. Visual inspection of the core and coils that there has been no change in their mechanical condition w1nirh will inpair the function of the transfomr. ODRONA TESTING PC7-M 7RN14SFORWR Pati,er transfon er shall be corona tested at the full induced - test voltage level. The RIV (Radio Influence Voltage) shall not exceed 500 microvolts. Dquipamt and general method used will be in aceordanoe with IEEE transformer oominittee report, UTE Transactions PAS-96 No. 12, DecerLvr 1967 - "Tests For Davuging Corona on Oil Insulated Power Transforners". NOISE LEVEL The average sound level in decibels will not exoeed the limits given in accordance with NL"A Standards, TR-l. FACIORY TESTS All standard routine factory tests, including quality control tests, coro,a test, short circuit test, noise level test a maximum rated 65 C, resistance, ratio, polority and phase relation, excitation loss, excitation current, injxx1ance, load loss and no load loss with variations on the no load tap changer and LTC, and efficiency at different loads tests shall be made on the transformer and six oertified copies shall be delivered to the a,mer. Tevorattuz tests will not be required on this transfornor, but calculated taVerature rise based on tests of similar units of previous manufacture shall be furnished. 2-7 These tests shall be witnessed by the Owner. The manufacture, shall pay all expenses for travel and living of the Owner which were incurred during the testing period including air travel to and from the site of the tests. If more than one testing period is required, add.itiorsl travel and living expenses shall be provided by the manufacturer for each testing period. The manufacturer shall notify the Owner of the specified tests not less than 21 days prior to the date of the test to allow the Owner to witness testing if so desired. SHIPPING REQUMFIENIS Inpact recorders shall bu provided with the equipment. The manufacturer shall mount them at the factory to provide a permanent record of the mignitrtie of axial, tramerse and vertical forces to which the equipment will be subjected while in transit. The custody of the impact recorders upon arrival at the construction site shall be the responsibility of the vunufacturer. The recorded u pact charts shall become part of the furnished equipment. I J~ J 2-B l DALLAS PHONES $51.6631 Apro. coy: 214 • ` FT. WORTH PHONE: 277.7151 AREA CODE 817 D•U.N•S N0: 02.621.1916 11 't tier f oil* u ? n r MANUFACTURERS REARESENTATIVE ~ P. 0. BOX 8095 DALLAS, TEXAS 75205 _-i:..,3«'►T~_,.~~HUI, NoofL-bcr 21, 1972 City of Lt.~~ici~•_1 L:.iiit'.as ~ ~ ° r,. • ~tti, i! 215 Let ti ~:;inn~~•r Str~:'t ~ ~ ' b:.ntrn, Sl.;..a 7v'lul ~ k~ 'I Attentions 1:c. John J. V..rS11n11, P.•xctiacing Ar/.°nt &,;b J. ectI i roposA for 1%wer Trann=ocrer, LA lio. 7934 var 1l=cgti<:tion ::-11205 Wtx Mrs IV.trshall 3 its greatly . ,-.)mciatu the epkvrtt.lity to ctl".~~iC cur Blfa nn9 Proyocal cuv^r- tng (1v cL~-)stat;ion txrmaorvjr th:&t you will r%cquira Lo 1973 delittry r.nd operr•tion. Ste bollava that our rfcl and Prom al le wiploto crri elo.:r, but if. Upre txG any gwstions on any 13:3:t ve ty ,ulrl wvlcxac Laa vj~rcx asi'cy to go vv,'r it Li detail, rnJ clarify r.y points; thrt need cltxification. You will native from our Did, i acp D-30 that our doliwiry to Denton is 1`.verJ r 1973. You will meta that vo ha%k3 elru c:,ooted in i;lternato to t.ho 12/16/20 XVA txtns- form)r on V Ixxis of 15/20%15 tit:l that you t;.y with to consider. IN'e vott13 l i%;. to cl:•::ify om ry. i*1r, cvvYring t:Ta fcne . r13 the load of tho fcne cc outlina:l on Y.1y-) p-'s of t. v ~ cificr.t'.o.z 71A wilt .:e y.'nvd is .n roting. Vi2re is a tot ml of oic;!it (u) fonu of 1/4 i(P each, makirc; a total lord of all fang of. 3M', lie will g::aatly i,.ppreciat0 Uto opportunity to furni0i Cris tranoi'ortor for your requis~cunto. West' t. my your so FEDW)VIL FACZ71C 1;:J%c74e1c 001VAln BUTUR W00 1144 .t;c contatives titl.clds U. L. U DALLAS IIOUSTON LUBBOCK NEW ORLEANS TULSA $536 DYLR 1249 F DU%LOCK OR. 100q AVE. "R'• 1061 MAGA 1NE ST. 1560 E. 71st ST. . r2.w cco ILI* NA,Ati 11. Ihcso, Trar.cforror Fark-tLtnq cifac Lli:c'A is CovLxkny 3~,) 1.iVZ! ralhi:: , C.:AiP. 95035 cct r:.uthwentrri% Ppi ion-1 1~:::~rr1 I•,,c•ific ::lc~.~xic ~L ^.~:r,;r 2639 Vc-Ir..:A 1112: L:y:c Cuito 13s D711aS, :i:;s~~ 75210 s , A FmDeRAL PACIFIC ELECTRIC COMPANY 2619 WALNUT HILL LANE • SUITE 157 0. DALLAS, TEXAS 75229 0 214-352.1591 POM'CR EQUIPMENT SYSTEMS DIVISION November 16, 1972 City of Denton, Texas 215 East McKinney Denton, !&-xas 16201 Attentions Mr. John Marshall Purchasing P.gont S.,bjecti Proparal for Power Transforaer Hid Number 7934 Our Vegotiation Number 9F-.Wi:P5 Gon tle men t Plecso find attached our proposal oovering the subject power trans- forwr. At the suggestion of our Authorized 3;worun,ntatiw5 lbr. Henry Lend of. Butler & Lard, inc., in Dallas, we would ilco like to offer an alternate figure for an Wentical unit except wi.t'7 a rating of 15/20/25 Jr A. The pries for this transformer would be $691500.00. If short circuit toots we desired, odd $360000.00. No charge cancellation privileges are grtnbLd up to ei4it months before scheduled shipping date. T'nis no chrscjo caneolli%tion is basal on no engineering being supplied prier to that date. Should you require engineering Wfore the eight month pariod, the cancellation charg0ar Mould be baco3 on engineering cost only. As requesbod in you.: spzei.ficatiohs we have listed below a recommanded 6paro parts Usti Umber unit item P.e- q~ aired proa~ 0omplott gasket oat 1 826740 Pan Assembly (fan Wade, { motor & yvard) 1 8115000 LTC voltago control rolay 1 $415000 LTC divertor arcing contacts 12 8 10000 REDERAL PACIFIC ELECTRIC COMPANY i.. 2639 WALNUT HILL LANE • SUITE 193 ♦ DALLAS, TEXAS 75229 a 214-352.3691 Power EQUIPMENT 9151EMS 0IY151O4 Pzcp 2 City of Dentont V%X08 November l6s, 1972 Also attached phase find our porformice dat-A raid dixonsion rhests. No cre.pleavod to ha%v been of service: :I3 you cad hopa that You will find our offers attraativv. FUM AT PACIFIC ELECTRIC C O.VANY I w. R. vetiver southwestern Regional Wknauat Mikh