Loading...
HomeMy WebLinkAbout1975 �� p r fig¢ > •9S°^'"w=tz''�`.�ti " '4':T�� r "+. a b,,Sy . . iwt t• i � S✓'., MSv"'� �t ,° � � y r. y� T ,,'y {1 I It F^,q7:T{IA " "T •ly u PI ,TMA13'S U+ 1,1 JAANCIt CO►tll�A )" t( 1 TH.t'AbtRAICJ Cd INSURA Nfll 04;01Y CERT FilbATE 1 LJ NATIONAL SU146TY CORPORATION OF tIVSURMCE Q �/1! ❑ ASSOCIATLO INDEMNITY C061',DFIATION FIREMAN`S FUND 0 AMERICAN AU1'OM06IL.E INSURANCE COMPANY SAEA'CAR IR/IMAAYM COYPAAAIS TO r CITY Of DENTON DEICTONO TEXAS 7(ol DATE SEtTE11DER 9/ 1913 L THIS 18 TO C[RTI FY THAT THE COMPANY OR COMPANIES C4EC KED ABOVE CAVC IIN FORCE AS OF THE DATE .I[NT UP THE FOLLOWI NO POLICY OR POLICI NAME AND ADDRESS OF INSURED OR EMPLOYER �- LOCATION OF PROPERTY. O[lCRIP(ICN OF O►LAATIONl.BWINEl1 COi DICT[0 SYSTEMS CONTROL CORP. to O! w ?89 1 IRON MOLINTA I N, N I H I IAA N 69801 XINO OF INSURANCE` POLICY NUMBER _EXPIRATION _LIMITS OF LIABILITY_—�- WORKMAN Y COMPENSATIUN •'A_ STATUTORY EMPLOYERS' LIABILITY - _ -- THOV[AND DOLLARS, EACH PVPAON THOUSAND Dft LAOS.[ACM AMOENT SONY IWUNY LIABILITY OTN[R TITAN AVY6MOSILIP 1 THOUSAND DOLLAPS, EACH O0GUHD9NCE+�- THO14AND 000LARS, A66A[EAT■ PRODUCT[ AND COMPLETED 1'PERATIONI PROPERTY DAMAGE LIASR_1TY OTNRR THANAUTOMOS,LO THOUSAND bOILARS, EACH DCEUPAENC[ THOUSAND DOLLAPS,A06A[SATE OPERATIONS THOUSAND DOLV.RS, A660126ATC PROTECTIYE fNOU{AND pOLLA RS,A66RE6AT[C0NTAACTUAL THOUSAND DOLLARS,P6641E641`E PRObuCPS AND COMPLETED OPERATIONI AUTOMOBILE: .-� +— -_—• BODILY%%WAY LIABILITY* TNOVSANI,DOILA Af, [ASN/I RSON j -, THOUTANO DOLLARS, SACK OCCCPHENCI PROPERTY DAMAGE LIASILITYP _ _ - THMIANU DOLLAR/, EACH OCCUMA[NCt j �M[DIC AL PAY^lLPIi/ CPC" PIAIOA COMPREHII41 VE--LOSS OF OR DAMAGE TO THE ACTL•AL CASH VALUE UNLCSS OPR[AWISE STATED NINCH AUTOMIISILK. 1 XCnFT BY COLLISION OR VPSL'C BVT IKLUDINU FIRE, THEFT AND WINDSTORM S ACTUAL CASK VALUE LOSE - �•-- COLUSION OR UPSET Ot b11CTISL! TRARSVONTATION COVEINCE OP.010)26 161076 $1090977000 ALL RISKS =1E000l00 OEOUCT10i.I — --DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED IN THE EVENT Of ANY KATERIAL CHANGE INv OR CANCELLATION Of THE ABOVE POLICIES, YEN ( 10) DAYS MII1TIN NOTICE WILL 8E CIVEN TO THE CERTIFICATE HOLDERS -;IF COMPREHENSIVE. SO STATt. 4 THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIV Y AMENDS, EXTEN OR ALTERS THE COVERAGE AFFORDED BY THE POLICY OR POLICIES SHOWN AEIOV CPR tN EVENT OP ANY MAT[RIAL 'HANCE IN OR CANCELLATION OF III& POLICY OR POIICIE! TOP COMPANY WILL MAX9CVtRY 1IFFORT10 NOT'FY THE ADOR[SSEE S UT ` p UND[ATAKES N 5 RESPONSIBILITY BY ^EASON OF FAILURE TO DO SO. OO Y S RL E R A�h �j, A Y ,2�R� F,/r°�r� i. ,. .K,E `ti' sA. . •t, a ,.'t. � k / , sYS � •' T " S CONTROL CORp , ^---� ' A ivllifnlAla or ua ELYoral X !QlRICAL, 1'••l:VIIAl10, C O.Y?1tOL'P.\Y!L }`A6RICA'rf0.\ r CONTROL txolxcRnlxo eoe . r►e•oao !• O. 80t lie IRON MOUNTAIN City of Denton N eeeoL � Texas Metal-Clad Swlfchgear C800 Metal-Enclosed Bus Duct 9 1975 Battery a598Charger Bid 8283 AL COAp, Systems Control Corp, Proposal No. 27274 ¢.IALIF'ICATI s • I � This proposal is based on furnishing the followings e• ) Section 2A - Metal-Clad Swltchgear b > Section 213 , Metal-Enclosed Bus Duct c ) 'action 2C - Battery acid Charger 7 No sales or use fax Is Included In tho firm lump Systems Confroi Corp, is not auJnorlZed to coump sum urine, the state of Texas, 34 Cancellation chargos will be based on audited cost p i overhead and profit. The cost to be cOmPuted at the Of cancellation, 4, The tof6l lump sum price includes five (S) days eligin D service to plus travel expenses for o field ne (1 ) 6und trip to Denton, Texas, 5• In res ' be advised thatiSystemslControl Corp,rsfurnishedp00s 3, lease sfhe please engineering and fabrication for the switchgear for r Clty of Denton, Texas under ',Jwo X � 998 dated 1973 under a agreement with Southern States, Inc, This Proposal wiles under administered directly through Systems Control Corp, through a safes agreement with PrIester Supply Company, Inc, L. As Capra, Presl nt I�frR�br-P C*U`VclC 9 6P It)Ny/l/0`y 16175.. SPDCIFI CATICM AM CITY 0P DWXNj TwM I • WATMW AND C�3N 69kv otnDWR 1 us' II ' . .AND ASSOCITEp anS ' Pm 5988 ' bTI? 8283 ML— flu po I JUL 1 .1 1975 COlV7 b`CORP. nl�m AJLRIJW i r p�i2 Utilities 21S L. t4c:YJ11pov lxwton, 7hxAS 76202 0111Y, 1975 ,a T TApLU op CWMyM Pa a thru 'Pn o AbyEIMSDIPSr MtRUCUONS TO BIDDERS A-1 A-2 PROPOSAL b-1 H-4 + ' PROPOSAL DATA C-1 C-2 MWRACT AGREES A-1 D-g CA-1 CA-2 ' PERI�DRM4NCn BOND � • . GWERAL MWITIONS PB`1. PS-2 ' , .PART I - GUMAL RNUlR6WM Description and Scope cf the ifork IA-I 1A-4 , 1B, - ' General Equipment Specifications 1B-1 I8_4 1C - thgineering Data ' PART 2 1C-1 , DBTAILED SPECIPICATIONS a 2A • Metal-Clad S"itchgear 2A -1 2A-18 2B - Metal-Enclosed Bus Duct 28-1 2B.3 2C - Battery and Charger 2C-i 2C-2 2D '- SLMTATI()N STDM STIt(7 I . 2E - nlsaa s,=,Es 2-Di 2-D4 2D.1 ' 2 .2 • 2F -• rNSUC,rmo� I' . 20'- Lai 2P+-1 2P-2 ghtning Arrestor , 211- rafWrv,, Dr.'V.[CCS 21 - R*b1D DLIS & PlflT.rNGS 211-1 2K 2.T-1 - aaanaDxrro • ' brawi.ng 149-21 2K-1 Drowirxj 149-22 brewing 149-23 f � / ` . r D'O't 149-•24 "1 JUL 4 1975 1 .!t� . CYS9'��. +; CON ,;O r• ,. .. r� 4L Cni�ti. r + g , ADVI:RTISl7Ir;mr " '' e7A ry I 1S METAL-CLAD SI1ITatGTAR r JUL 14 1915 f �. 1s KV BUS SATTHRY AND MARGER "AL:us CONTROL COAp • KV 69 • r AMID ASSOCIATED ppWa*MS Sealed bids will to recoived by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m. , Augtst: 51 19750 Central Standard Time, then publicly opened for furnishing on Did No. 82831 • 1 Set of Metal-CJPd (�Ivitrhgear 1 Maul-Inclosed Eus Duct 1 Sot of battery m'd Charger• 1 Set; of 69W OUK-or Fits and Associated owpo nts Prospective bidders may examine copies of the specificatiuns at the office of the Director of Utilities, 215 H, McKinney, Denton, Texas, 76201. b`peci£icafions .twili be issued only to those bidders who have been determined by the City afr!knton, Texas to be qualified to bid. Detonnination of a prospectivn biddjr's qualifications will be based entirely on written evidence submitt,id 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 cquipmenf avaiiablo to do the work properly and expeditiously Has an adequate financial status to me inciden et financial obligations t to this work Has no just or proper claims pending against him on other similar work It is desired that the equipment offered by the biddor shall be similar in size and type to equipment manufactured by him which has been in successful commercial operation for 3 or more years in sub stations within tho United States. The prospe:t.i.ve bidder shalt subtti.t• a list of suth 0gijip1n.nt in service 3 years or loneev, '1110 list shrell. itt:licatc+ the C!+per's n;crra of Initial oporation, rat1jig, operating conditions, and type: locu'•i.on, date Qualified prospectivo biddors any obtain cop �s of the specifications from the A,neor, City of Iknton, Director of Utilitios, •215 H. McKinney, Denton, Texas, x'6201 All bids nn,st be mad0 on prleeted contract doctunent forms included 'in the specifi.catioa►t . !lidda;:; rh.-ey had w+ r;Ch itein s.paratoly conl)incd oil tho approplato prollo.nil foltfis (Cl-t,•2) . A-1 All bids snail take in e considonition th,�t .•tho abova equipment mast be deliyUred to th job site PrIor to rL-wchl 19768 No bid may'be altered, withdrawn or resubmitted within GO days from and F after the date sot for the oponing of bids. 91re City of Denton, Texas, rr;:owes the ri';bt to reject any and All rids and to waive defects in bids, C17Y OP pOTMO •pDXAS ' o J, Marshall Purchasing Agent , 4 JUL I -! 1975 t ,t�. INSI'121x1'I'101vs 1 .... il. 1!1NiI�S lt,i (�if1'(i1tY1!„ �lluu 3r,sttt)ctiotta apply i . pit y to tt)o }»rl;rrhlinn of pru}lc�arIls for }uiiluky)t; ntiil'ptit)i , and 1•altit'ed wort; !`ar tl)o City a1' Ih:ntOf' 'TONS, at:fo LilrCyco it:; hut)lic Utilitlus Ploard a)tct clty: t:ouncfl , hrroin,7ftu)' roterrrd to as 1110 1�,r1111)'". I o 13,2 P1�01�15 fir,, , l•o•ra] ;: Shall. bo pi'o}>;c1 �`J r,11�t :+t,f,;ulit,:d ouch co,,y c. ic-11lni,tr� a to)►ylleta hou:ld copy c,!' 1,110;;o ennti,cct )tclocil�;cnts�� Proi>osais l�hi.c7i aro� lot }�rrir,+rest in accorctauco wilh th�ku instruction's or trhich t IV submittecl lritllout a con llacc boar, will imply that ch bidder door, trot intend to con lly with 0 c011t tha dOct ] C•(Py or. those contr;ut doccu,>ents conditions rutd such p)n}losols 1,/111 be considorectrlugular, 1,tct h.2.1 P)•a aration , ,.1' J?aclz prapnsAl shall ho raiorully . }iroposa. altc -fo��ns bound h01-01eitJl. Tstt�•ios on t1)o proposal and data' . a 1)) <'lrccl us).nR 11)0 forncs s11a11 be typed, using dart; black ribbon, ot1. legibly 1�71tten i.)t b.:,ck ink. All prices shall be stated in 1vords and figures excapt whore the fora proyido for figuros only. Rach bidder shall list in the sps provided in the exceptions or conflicts bot1;'een life rbposal and •t.ho wntract onn all • 7f r�,ra space if required for this 1�t proposal form t111 bel)i.nd th3 pprO osal form. 5ti.nJ;, adclitionll JAJ;QS truly he addcd dbcul>x►nt's, ho shall trrito "h'ne"oin)itholspttcosp)rovidr:`dl)�hrl)t the tlto colltr:ict Pro}losals which rojo do not t'-omply coat this rertuiretr�nt t�lll `be he listin i.rra 1 and] rtd )ray be rejected At the disctbtion of the U,',toil a listin , stated as directed, those contxact doclur�ents shall In case of conflicts )1 tla� The Wchtor. shr+ll not 0..ltor any part of the Coil docurno 1 ' except by stating his exceptions in the space ptrivicled on the proposal fonn, nts in any tray, 7'ho biclder,shall staple or othenriso Ibfnd, with each Ilotutd copy documnits urinth a si�ned copy of oncl} od<letldlun issued for those coal documents during fho biddill got iod. PY contract "to"' data, and other stc}�plamntil)y infolrnai3onsne11 as 'cillblYtlill drF�wings doscribo a,aterial.s and e�}uip;i3Out covrl•0ct by f11is Pronosnl , land shall attr,cl► such stcplllc,nent l 1nfo11rl'l',10:c to the botold copy of those conh•act docent ub)nfttad lritit t}lo Proposal , s B, 2,2 Si,.ptnturoe, Each bi,ddor shall alp the i')c, si attcra wli]`sl');iil give his full bu.,innss ncic Pro po.,r)] with his t)stlal shall bo signed with tl)c pnrt'uot:Sf)iJ) 11;un� follol+'ed b the b Bids by p.1t tnel'ships des IV ation of 0110 of tho vartnors rt� other atrtl,urired 1lb siscntatit�o. . , y fa),rluro and >;ids� by a co)7larntion sllr)11 tae si nett iu t11c )ru�� of the co)ylor7tioit '!o] tn� by the z-od ;)t bj mid 1 0 c4ltlt'io)) of tha prosiclL'nt' sccrotm•y, or Other �,•1•snnd authorized to bind the colt1c1rutior, l '1110 naves ar 41111 porsort5 siF>>1n}; s�)c,uld alsn . by ty}led or Aril:trot hrlolr the sit„tu),t1, Il•1 1 ' f • 1111111/111=F JUL 1 •t 19rS 1 I • � ' any;•. +• .r• ►•. ) ' t " 1 .,,-.f e k ' A bid by tI jI*rsoit silo trffiW-9 to lils si. tatty " fit", or 'c►thar cfc�:i • "t ' �. a !7 Ia rho hark 110 •ident" lads q t u'lihout d) gO.Ij 1'o ectccE. lihon ttgtlnstcci s,'rtisrr,ctut7/ a;3gm1»!: 311, brh tff nP tho corj,et,rtion slrlrl t i,o fur ti} 1It, inciii ll , tr h he skull _dos) c+tlidcnco of th0 autho1•J.ty or tite oCrJcor tJr•�lu th0 st,tto in I,hicla ttta tl. Nid�lirr thof>• pri,lci)1.1t Qfrico • Y uto inccIrporiltect aa� !, carlKU "tIMIS A. 2. 3 ,Strhnrltt.�7 , d tho addross of to the ! rojto:gals *hull ti Submit: pt itl a set120ci onvala �0 rrtt outsiclo�or 10 onvolop;, ritl�t11et ctti01?� 1'urchasil), A e» upon. icldei s u:,na rend thRit:vu3 f(I 01 work'-s hinstho 11.214 ro-Fdcirnt�;'rl , I'rn)�sAls naty be, withclrnt�n, alt tim0 bo 1'Q Sao ti,no set. for ojx�tibe the bids, altered, or i'esubanttted t,•ith III. GO clays tllorurftnrl ot•od, and rost,bnlittod at any ! aojxasaIs 1rkny riot bo t:ithdr:n,n, 11•3 IA'I_`1'rrA�' 70 ISl? S(!l3�lJi'II:A It'r't�i PltCrJ�y.4.^l 11iS Of C.S�if t IR 1�' t, u trrlll t'l,l'Rl' ttl1(�f]l(3�% t 0 Ol ittorn of agil.tpr fit tt•Ij>ritteriral !to �-_... inch bidder sliall submit irith Y?rinci l d"a"Itlj s find doscr� ttiva rtattor woi:c?1 ty/�, ti10dol oC aach pri.ncij,,tl , . ploposas to furnish, 110 shall also suf,l�:ft princip,�i of aaoration aitd ; ill chow equ Ile >>,�t havi,tg strfl'iciont descriptive matter to cfas �� o r+utoriais fl•om t►loch S11 genoml dirrcltslons, submicqui �ment or Mitorials bid it�)l will bo rejected as dose R•11 is 1110,a>1do. tted by •tho sticcossful biddor will cr#bo ace(, gtaly the depnrttir0 from those, dr4,11vings as submitted will not bo 1l l�! • �,,. r vR &.IwIngs written )>er;)dssio,j from the a+fiats be rIII nrc' by t ru Owners; /� Y Irttori.al Verbal stutcnxnts m+zdo b fie=�Ilittr. without or Rrrant;emarrt of equi)rrMnthefll not be cons idna 're 'axdin + umit acct. g g atlas, n itY, If altornritb a ui ' 9 pment or ,tutorials are incli,Cntect in tho'Pno understood that tile, amer trill havo a o In altornates so indicated and *fiefs solection sh;,ll not be posal, #t shall be CO'Vbnsatiat or extension .of tlCII n. slIa of selecting ,y one o the cause for oxtra 4 rnxrs, rjEZ� Ai'17 >.rc 'sI'sl incIu n H tacos 77t0 bid prico state( in t1)0 t'trposal shall ° path ts, tritc7lzcenses t,hitl> mi.fillt be, latrrul7. • assessed agrli.nst fist Ulrnor or Ilia biddor on tho ct��to of the, I',oj,nsal / include ,'cctelytl, State and local taxes, use foxes acct, tat } • licoltsos 'kris shall anct other sS�afl;,r taxos, pernuts, filid Iicc,tses appllc11b70 t slseclficci tr 'dkl to tite 7110 succassftll biddo,, will be conQ1011 tcci for 1 liccnso revs, 11nd pat•nli t fees or fiat , altar the alto or the, i'ra ) nat4 taxosan) incre;rsa + , ~ax rates, posal; 1,loviclRcl 11a;:e►vct'licc,tsc , , ,:Lt•1nit3 in111OSed shall be ll,efted to a;tlrs , that. this provision foloi,nst: tho c•o;l ,7otrd ►:ar a:td to lfcutsea raid +ol�ntts rc u us0, axcisa, ,•tncf atlrer till v:,lorem. taxes assessed for: th0 pruj,o:.act t,•or};1 ) ' ><t s11a11 be, the b.Ecic3or's ras wn:;ihllit ilad spocirically tllx# ttr, r,rid ticclttir,, , ,f Mt, bidder istjilc�luicl liciti tc, t,hnil! + . tax, paltinil , or lirc:n :o is rq,p7i.c;,il.le fie shall st:Ila i10 II)rft).ic:IG7o taxes, t,•llotlrc'r tllirc item h.1:: ;>cort lnc'lu�lc'd in his hjd IIstai and c.1 or fiat ;t ° appltcrlb]e t ;,x, lkrulit his )trtglo"al off' 11evirse �u- cUe ., the c, mmilt of tIm , ' few `,� , r ,+. .,t.• ,� 1 JUL 1 'a 1975 l �� x rA• ,•.N s^tl 'M j'y , c4lt�liltai c!'fuit l' ilrtr' nt!' c�t , tllhubl:ti�onq►1cr( Ioirf f igru t,�arl; ' of tire, htit1, fii' �rcro� ,lruico w3tir Ilia ytGlrcurit•cd cf;ftu of cic,l • 1x rr ha,�ic, 1i:►.•,rl h;I .r btu I►;iticti! "tIl><ut c1-%n )lc�tlun b� nc us04;rry tl►;r1- flit, bttider .,atisfy Ibu L'AINO of Iris :d�111t.y o ttnr )lr?I with trek 14111,111 "1.111:) tgi�e. Yn tilts connections, attention i crllled to tho �ruvisiort, General (:or),Jltions rcll;ttivo to c,,)]eys d t oxtonsiovI of 4.4Or. 1 � of 1.110 ittar11oc1 Il• G 'g X19). 191-0 corttncctor to Whom tl)a ti5,or1; is mrarderl t,�ill Ise rcr,ulrect tUl•ni'srt 'a` 1'c r[onrclrtco rcutd to fhb City of 1Mnton, '!'o�rrs in an a1lr�tiw equal to Included lud d 1 cent of 1-110 cOnt' act vivotutt, 'llro cost of 1.110 bond atiot l ha inc]udetl .in 1-110 lurr;) culn hid prJce. 9'110 bond sh:111 bo vx0ciltc;d or1 t.ho fotl,ts . Provided, tagtlos ui' t�hich 11"0 attiched horoto si �rt�d h authorized to do busiucss in tht* stato of 1'0x; and acccq)tnblo ns !,urct •. . i• ) n sul•et) cor��);rt)1• td. 1.116 l filar. with fl bond shall bo filed cug)ibs of ''1'ar,'or of ,1t�4ofiloy" cortificd `to incltxlo tho dato of tho bond, • 13. 7 Loam, (JO\D]'I'T(1\',S. "If tho taoik includos fiold'coils tluction, furnisMo)fi iio]d`IiTic`)r, or tur�'slling of fioitl suj�ort�ision, each bidder r) jAc of 1-110 (Iffo and Of inf'ornl 1111,;611' of alI conditions and factors �.r�tll t slit tho cost11thorootil Inct tho tho arran ,and,coinp]0tlort of t11u' 1-,'o 1; oncl thu r t 1tWing 1.110 arr�ulyt�nx,nt and, coildItiotfs or ' Oxisting or i)arog►nsed structures rtffcctinl; or whic11 zlt+ Affected bl: the 1)ia»osed t,ork thcl proposed cost far trw�it)tenMW of OW' 0l�orutioll', tho availability fill%g cost of 1ag)or, and facilities for transportation{ an ha1 Amp 0 rr►ateiials d cquipnrrtt. u11ing, and 8 f . It rust he d and coocl ttnd agreed t11at All s(tch factors 11avo been pro,�crly as thoibatod and considorect ill 1.110 preparation of every pro f sn] submitted, as thorn r,•i1.1 bo sub-cMlctt financier adjustnr0nt to a13y contract ubmiled tllaretuldor, t,hich is Lased on 1.110 lack oF, ,11_11 l)iibr' i))fornation or its offect on the cost of the t,ork. 13. 8 ']>\'ly:ltl'17L''f'A'l'Tfl�� tlgr cg► . ;T . ; • dot�t h1 trio title`It SI rC110(owl'ON's, if an � �' plti�1>ectivo bidder is in ho play Subirtit to tho ( 11or n 1-:rit1-n'ecu�F t 1-3 nroposc�d co:ltr�ltct .docturxints, 7'110 1 t for• nn int.orpretntiot) thereof. pd rson 'submltt:f.11f; the lvgt,est will Ix,, rosponsif�lt� for its prompt dolivri7'. My intatpret:ation of the proposod doctmoJ 1-•.s trf] ] bo rrAo onl) . by nddcndum dt!1y is�uod a,:;l ; roil, or •do]Iv(+reel to 0,101 pc�rsorr recolvi.tlg , ;, f Of�451trchccfor� ;tncs� g:o t:wrilect wi11, not ho rospollsiblo for ally otglor e. 0i-1,.' ;'; d]s or interpretntfolts)ofr the Proposed doctimomts, It shall 110 tho r0spon5Jhi11ty of the bidtlel' to ndvlso the Urnor of conF13CC]r)J; 1Ltgttircrlrinks or c„1lissions of inful7natian 1011ch aro uccussaly ,to a clear tu)dot:,tcurdill6 of the t•,ork bufure tho data fist far o11�+nJnf bias, I)Iotiu dtr ;stials flat: 1u:�olved by addonda shal'1, ho ] fisted in tiiu bldc]rr►ti i)ra1�o.;110 tol;et.hcl• t;.iti1 statcr:x+uts of 1-110 balls ulx,rl t,hlch the proppsal 104 nt;Ido as affectr.d by each cpresticnt. . A.QO3 A lUcuo.1 Ole ccep! the• �li i1'hiTrelt,•-'3n 3i : #•thl'�r�ertt• isPOW tltt���1�i.,,msorvcs the t'1l;ht llklj0ct clny turd fill' 11111;; '1110 to r�Iivnrc��ut;n'itics erne) i�nforutrll tius itt oily Idd that Is ,tiI1IwlItivd, It.',1s. tt�cx�lved ,1rter sper,itlotl til:1� of • cl.oshu; tit! b0 r.,tttrool tulol;,11'1-1, I l ... t, 1 r x X11 3 � ; JUL 1 .I Ins �: , 13•x0' CR�lCI:l,I,A17 bV (lN Mch bichlor shall suhmnit with I11s proposal CIO 04 culyy VIC15c' 0t oil clmrWes INVIlItl c6,41ncilco ,end u khoso 110 Of llio sppllcohlo callcol lrttiwt c11argos as" p1rvJcicd OND for In Jlrticlo CV-19 of tha GENERAL CITIox$, A. • r ' J()L 14 1975 ceill"'I"VIDIO co 11-4 - . City of Denton, Texa$ City llnli Denton, Texas Attention: Mr. John bhrshall, Purrha3ing Arent rl �.. , Bid tea. 8283 ,� Proposal for UU� .� .191 + !f " • � -+. COUP ', Gentlemen: The undersigned bidder having road and examined those specifications and associated contract documnts for the above designated equipioont does � hereby proposo, to furnish the equipment!and provide+ the service set ,forth I in the Proposal . All 'prices stated heroin are firm and Aall not be . subject to escalation provided this Proposal is accepted within 60 days. The undorsipied hereby declares that the following list states any and all variations from, and exceptions to, the requirements of the contact documents and that, otherwise it is the intent of no Proposal that the work will be porformod in strict accordance with the contract doctrwnts. See attached Qualification Letter. ' C-1 Al ..,.0,117 no ttndorsipied bidder hernl)v propose s tic furnish the 7mx4Vlp4crWt MVW )M k*VPQQQQbM,Motttx-Clncl 9witdKpar, llus Duch/ M*Xkx)M, Unttory and charger cony plots fob, hcnton, Zbxas, in accordiw,oa with 'thesv spegificatfons ttncZ, t1sso+.'lAted oontrACt docunnnts listed .n CSI M C)MIZIONS1 .Article CC-1, for the firm ltmp sum price of I One hu_ndred_nlne thousand thr•A u dyed seven ( r co in lividsj lire undorsigned hereby declares that only the persons or firms interested in the Proposal as principal or principals Uro named heroin, and that no other persons or firms than herein mentioned have any interest in this. Proposal or in the Contract Agrconnent to be entered into; thit this Proposal is marlo without connection with any other person, cOnpany, or parties likewise submitting a bid or proposal ; and that it is in all respects for And in good faith, without collusion or fraud. If this Proposal is accepted; ' the Undersigned bidder agrees to submit drawings and engineering Mta in accordance with Section 1C and to commpplete delivery of equipment and materials in accordance with the ,shipping 'schedule ' Specified in Section lA, The undersipred fully understands that the t3 me of drawings and data submittal and equipment and materials delivery is of the essence. Dated At Iron Mountbin. Mlchkao this_5 day of � , 1975 Bidder S steon Co rd tp, ' c/o P caster Supply Co. , Inc, . 1 BY.- V ' •� Ll A. Cd r8 Title Attest! y t _ W._d_. _Brule Business Address of Bidder_ North U. S. 2 Iron Mauntaln, Michlaon 4984 State of Incorporation Mlchlgan `~ ' Address of Principal Office u, s. 2 - "I'ron ountaln, Michigan 4a01 } } f' C.2 it JUL 14 1975 .; • 7t ... ' t1 �• *Yw 1� Su fin'{. Y 1 PROPOSAL DATA 1 t G[TI�RIIL. Teo following informatioll on the proposed equipment and materia s s a l be submitted with the Proposal ; A eompioto description of all proposed equipment Plan and elevation drawings shoring proposed dimensions 2,0 JIP' Mr MTA. The information required on the followin to assist io iner in evaluating the Proposal , g Pages is . p for data listed herein shall not relieve the (bntractor of his responsibility for ,r�eeting the requaYements of the detailed specifications. Note; Write entrios boldly with black ink or typo entries using carbon black ribbon. • , y � t JUL 1 .1 1975 fiYS1'r^US CODP. f D-1 �r �`F'•a r.P c. N 1 • JUL 14 X975 � Section 2A 15 KV S1r it _� • ' r 7 E'j"t:, Y c '�C'ar• -- cep. Manufacturor ' ' � , • �$temS CAN+rnl n_ r 7Ype of Circuit breakers °r • W lbko and type of current es fin house 150DHP-500 ' transformers •110stinghouse RCT-15 Make and t Goners ! Electric JCS-0 transformed °f potential • General Elect r1 JVM-5 IM0 and type of aux. power , transformers • 7Ype•of bus insulation Hevi-Dut 50KYA 762 -24 y TYPO of bus supports Westln house Micarta Sleevi�r � • • • _ We____ stlny+house Porc©lain �� 7Ype of insulation • 7Ype of supports YY- TYW of insulation on connections ' West!'nghouse PVC boots • 7* h•xl size of wire used in small wiring Circuit breaker . e Current rating, amperes --•-----�_ Voltage rating' , volts 3 E ; t Interrupting capability, max, ' • • 23 Closing and latching 0 a capability, amperes ' • 37 000 Snort time three second ' Capabzlity, amperes 23. 000 ' IYpe of closing mechanism • ( Operating current to close • Stored Ener Motor) at 12S volts d-c, amperes Spring Release Coll 4615A4 • Motor Run Am s 4.OA . Operating current to trip at 12S volts d-c, angvres ' Mike tuld tyi7o of wMieters - 1a . Yfost,___ use KAY241 Make and typo -q,voltj1k..to rs Y.�sst141h -Kgz�� e a} f • Y s r � 1 1Iako S sterns Control Cor , typo of control switches c `o S Make and t Westin house �' ��xs type of indicating o W g lights General Make and type of lightning --- Electric ET-b ar.estors ghtnin . -_Ohlo Grass Intermediate Make and type of overcurrent rolays Westi ?' Make and type of directional over- n house a CO current relays Make and t stin house T o8 overcurre P' of directional ground rolays , xe Westin house We T pe CRD-g relay Make of bus differential G., e�nera_�Ems ` Ic 7 e PYD rake and typo of pilot wire rolays Make and t Westin house 7 ypo of watt/var recordor e $ Ma:w and S---ane"o_�/CCVAFt difforentiWe of transformer relays Make and type Westin house T e relays 13.2 13.2 KV reclosing Make and Westin house T e relays tYP of 69 KV reclosing Make and type we---- souse TYpe YP of lockout rolays �R-12 Siza of co General Electric T --- switchgearletely assembled Width Depth 21611 ---- lloight " Total 'aright of switchgear . potuuis . Shf ppb�g pie os Woi JUL 1 .1. 1975 tart b J � •R,i iM •' * 4 •�f 1 PAnol boa . and 'type hfinufecturer Unit price for S uaro D Spam removablef breaker nelenMont • • 55,599, pp A;arantccd dato of delivery , 22 weeks aftg,• • °_lam of orAer • • • j}�' yea }n: ' j JUL 1 't 1975 ' ; � � • Y V + ♦ .._, � 1 x ceas Section 2B 15 Kv ?total-enclosed bus Tk�c t a oTs' . • Bus Duct Manufacturor " ---- Cable a nus IYPO. 1 5ystems Control ore. Metal-Clad Minber and size of bus bars ' or cables {3) x 311 ( l) " x 2" 7'pe Of insulatibn M carte Sleeve -4--------__ Porcelalrt Supp_ o � enclosing metal, type ' Steel ' Width, inches Depth, inches Weight per 3 phase foot, lbs. ' 165;1 Wit adjusting pricb par 3 phase foot measure@ along the bus center- line for additions or deletions 'to the bus systems, including fittings80.00Jtt_ Maxim.nm temperature ndthstand , Of insulation Standard , Space heaters Quantit +..�'/ . ' Swgr. 6 I� '► ( JUL 14 1975 INS ouct I Rating, jvglts t ' � V.A.C Rating) 1'.'•;irr$ tCb 250' g •25KW 4 (�aranteed date of dolively .` - 22 weeks A.R.O. • Section 2C, Battoiy • . S stems Control Cor' , • Manufacturer lii er s am,j Battery C d b 8a+terfes Cat. Ho, or Typo Battoiy number of cells ��� Rated capacities in Map. • 150AH ' 1lrs . , . . . • . , . . . . . . • ,8 firs. 10675 am s hour Ininal Voltnpe�4� inal 1 minute 38 Qs/how _ anal VoltLI • 75 am s ? d0 amps ltnl,ej�g `1�int;nl1�'0lta fp ' !l-5 . .71 q Battery total dimensions • arranged as in Section 2C.4 Nidth 18'� ► Length gr-0++ tBaattetory charger bf ko and C A D Dattorles - ARU13OAl2F3 Charger DC amps 12 DC panelboard mako and ---------- type ' Gwranteed date of delivery 20 Weeks after race! t of order 1 • • j .•) rna ' ' • . juL 1975 ' 1 D-6 Section 2v - S7M1- STRUCTUM . , er s ame r• . Supplier's name Estimated total weight of steel, pounds Delivery rate List structures which require . fi0if" assembly and describe ; , shipping sections for each ' ----ter ANCHOR DOLT DELIVERY DOS, • D-7 , i ELI i � 4 1975 r Ad Suction 28 - D150n\W1;C1' StViToMS ccor�s Naino "'- Items 2B. 1 ; Manufacturer's namo • Typo ; ; Catalog No. Item 2B, 2 """---- Manufacturer's name • 'moo 4 Catalog No. • �_'" , Section 2F. - INSIJLATOFLS Station post typo . Manufacturer's name Catalog No. Suspension type -;---�. Manufacturer's name Catalog No. ' : • Section 2C - LIatINING ARRWERS Manufacturer's name • Catalog nu&or • • • �, J� � JUL 14 1915 : ' 1 . • .• Manufacturer or Cat lay A'o, 1 Section 2H - PO'IiNI' AL DEVICES ; Section 2J - RIGID BUS, BUS FITTINGS, . AND awns . Conductors ; • _�_ Cabin '-------------- 'IPS Bus ; Connectors Fittings Section 2K - GROUNDING hV1IERIN, r Ground Rods Split bolt stud connectors Guaranteed Date of Dolivery All ljuipment .• r r d . I I ;i JUL 1 •i 1975 �'� ' Mp , OWMAGT AGIth'awr TI IIS CA�7RACT'AGItC'L•'�1ENT '. 1 �97's' �-- made and entered into this V�nafy �� jled n t a CITY QV DrNlnv , day of�� � ter called the "Urner , and S Qor / +� � ,�art�yj t e 21'51 Party and-"" of the Second Part and he P' ' ' roinafter called the "Contractor", WICYH: ' 71IAT IV1iEREAS S c c N sthe has caused to be prepared, in accordance with law,• ' plans ans and nd °they con specified; and tract docuunents for tiro work as heroin WHEREAS the said Contractor has submitted to the acc ce with the torms of this Contract A C�rrter a Proposal in greem`nt; and WIi a': the afar s in the manner prescribed by lair, has determined 3are—'d the aforesaid Contractor Pr be, the lrnres said work and has duly atrarded to the s',}id Contractor a best bier outd for the sum or suns named in the Contractor's trot and hest ract t for the attached to and Trade a part of this Contract Agreement; f be posat; a copy thereof being �Jltracor ' in d0nsideration of the compensation to be paid to the of the mutual agreements herein contained, the parties 'to theso Presents have agreed and hereby agree, the Minor for itself and successors, and the Contractor fo his or their successors and assigns, or its, ms ft their executors and • x itself, h2msolf, or themselves or its, administrators, as follows, ' d ARTICLB I . ,Th t the contr c o rn s h p � 11 fe f b, Denton, Texts contra an spectf2 d d required iri accordance with the p'- rov" of the contract documents which are attached and made a part hereof, and shall execute and complete ail t,rork included in and Covered he eo a+nd s official award of this Contract Agreement to tlio said Contractor, ARTICLE II. That the Omer shall pay to the Contractor for the work and mater2a s embraced in this Contract, q accept a f H :full compensation therefor, e Sit' and tite Contractor will . for all work covered b tho foregoing Articlo 1; pd���c1''ded in ttto contract award, desifMated in in the tn<vtnor provided I tlIe �` to be made in cash or its equivalent pecifications attached horato, JUL 14 19'75 � r1 , -1 C011P. l Y 'y! Y 1 ArricLE ' . 1`> I., 7h7t tih of trai)1otion is `of the essence of the Contract Agreement and that tho Contractor shall proceed with the specified work and shall conform to the following schedule: (0wranteea delivery dato " Sbown in proposal data) IN WIIM?SS IMEMPI the parties hereto have executed tlyis Contract Agreement as of tie ay an`Tyear first above written. i CITY or. DWMN, TEXAS (S AL) ttost csp �� jt nr) 4 , 9 i as t By Attest I �... # k' RE• k• k R The foregoing Contract Agreement is in correct form according to law and is hereby approved. • f ttorney or Oirner i t JUL 1 .1 1975 �`' -CA 2 J , 1 Y ,# 2 . .. r ..• . ti e »V AM MFS7 i3Y TFffSE )'RLSL•NI'S that we, iYiTEMi CONTAOE tOM, lA0i1 MOUIftoIM� MIpHMk 01 $ Fe 0. #Ox hereinafter referred to as "Contractor", and FIDELITY AN Of►Oi l t tONrAW a coxpor' on organized under the laws of the and authorized to transact business State of "LAIp and held and firmly bound unto fn the State of 7texas,�""as g-----,r-- �roferred to as „ the City of Anton Roxas herein ,ftety • MuNDAm.SIVINTY TTWj1 "Ir Penal sLn of ON "UNDAp NIAi Noma TM . for the pament of which ws find ourselves ands well and m<�de our heirs Y to Owner and assigns, jointly and severalle these administrators, successors, Y' presentst S, on the day of s /7-ti �7'Z et�texsed into a w� t contract wi 19lf s►PplIes, and urivtshed Owner or urnfs zng thiale tractor equipsrnt, dPment not f by the Owner ► p t, wid the ► truction tools and in connection with PerfbnTWca of .all ,& with the•c�onstru of necessary labor, for &Mtw?Mp�j �l�I M I MATA«E�0 1 �, it was a condition of• the . No P4 f�i o presents by executed contract award by the Owner thst by the Cbntractok� and Surety; these NOWT MUREMM, if the contractor shall and faithfully observe0 perform and abide all particulars, well, y� condition and part of the said contract, aanndethe con Co enant, drawings, and other contract docu is there o ► speciEfcations, nada a 1� thereof, according to the to attached or, by reference �r then this obligation shall be null and Void;and manfng in each ., in full force and effect. otherwise it shall remain pIaOVTDI� F[1fTI#iER, that if the Contractor shall fail to assoaiatfa�i,a► in behalf of, any employee or other pay all just ciaim3 corporation,use for labor performed or tmt�erials, suppl firm or e5uipma�t ftirr�islzed, used, or oonstrmd ' supplies, contractors in the performance of the core' the Contractor or his sutr ' full value of all such claims or I then the surety will lay the the amount of this obligation, ethers i» anY total amount not exceeding with interest as provided by law . • I 1 . ' . ' � •? i ✓•i.' x'•19 ,,M �� • ., �iiii�ii 1 •1 1975 JUL .} I M-1 1!'l )'.U �' 1 !�! 'U'DF36I{NED SUO Y, for valuo received Of Wire, chango i.n, adiition 0#0 bontract or worfc to bo �O, Or OthCr�til0�djrf Sri s that no oxtensim perforM, ;�f ttx� terns of or other contract cbMmint, shall in thereux r, or, of tho specifiUktione, MIS bond, a:w] the Surety does }� n'Y way•affect its obligation on of tLnel rhango, addition, or modification notice of any such entension YT1 7'E•S"I'IM.YVY 4V1�•=FWF tl'e ' Surety has caused r0 t Contractor has hereunto scat his hand on the ` Corporate seal to be se Presents. to be executed in its nano and its by its attorney-in_fact at this the AZI—I dav of I' um, Ihe t... (SEAL) • wA100 I;,t � Pre ' 04OMPanY.this bond with attom y-in-fact's authori Y certified• to include the date of the bond.) ' front the Surety , } JUL 14 1915 FIDELITY AND DEPOPower of SIT CO 'orney MPANY OF MARYLAND ttOMI OFFiC& IAITIMOat?,Mo. ICNOw ALL State f1Y Maryland,PRESENTs: That the FIDELITY AND DEPOSIT COMPANY Or MARYLAND a cli tionoftheStalcofMaryland,by {,1.1, ]t. C. GRIFFITH ,Vicc•Presidr•nt,and Assistant Secretary, In pursuance of authority granted by Article V1, Section 2, of the By-L."19 of saidn_ IOIW C, C.4R[NJIsR , pony, which reads as follows: "do I?esldeot, a any one of tabs Executive Vice•Preaident a anyy one o!the Additional Vioc-J'residents s so to do by to Board of Uireeton or by the Executive Committee shall have Y authorized rotary or any One ne the AsstCom anrar+•aka to s power, by and with the tvncupr ear of the Sea in•Fact as the business of the Company ma ppoint Resident V(ce J'reafdenta, Resident Aral,tant Seers bonds, undertakings'r "o nlsanees atlpulaiioneu a to autboeixe say person or tariea u,.i Attorneys dirrces, mor a n and Instrument in the naturelicles,contract a recmenp per"Of s toatecuta on behalf of tabs CojmpaQny any the Company May require, and to affix the seal d the Comaa„d"f'° 11 other t "umenb and docudrrntin hw kj�thtbvu lass of does hereby nominate, constitute and a _ p' Y thereto" Vera Van Immcirseel , all. of IroIn Carl 0 , Hiller, tdaldo B. C+trlson and Mountain, Michigan, EACH . . . . . . . . . . . . . . . . . . . . . i an awru agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on ita behalf as surety, and as its act and deed: any and al l bonds and undertakings , each in a not to exceed the gum of FIVE HUNDRED THOUSAND DOLLARS not ($500,000) .. . . . . . . . A • the execution of such bonds or undertakings in pursuance of these Company,as fully and amply, to all Intents and purposes, Presents,shall be as binding upon said by the regularly elected officers of the Company at Its ofhrel jn Baltimore, d l in exccu their own n a ROwledged This Power November be attorney revokes that issued on behalf of Carl Proper persons. dated November 16, 1963 , G, Hiller, etas , 7'be said Assistant Sceretary does hereby certify that the at aid Company, and Is now in fora, oregeing is s true copy of Artlek Vf, Section T,of tabs By. of IN WITNBys tiVAIR$OP, the said Vice-President and Assistant Secretary have hereunto subscribed their names and afl"ixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this .............................i,Q.tll...................... of..................Mf}Y..................................., A.D. 19..44.... A-rrssT. RDEI.ITY AND DEPOSIT COMPANy OF MARYLAND (SIGNED) JQ]Ilf..G_...GA fiD),1611.. By................ (SEAL) AssisfanfStaefary .....•fit_..Ei....G_...G CITY r AL ITLANb Vice•!'rrsfdenf CITY Or BALTIMOIa } as: M On this 19th dayy of May aryland, in and'for the CflyOf Baltimore, duly.wmm!410;;ud•snd 6vali before the subscriber, a Notary Public Of the State of SCCR Of the FIDPLITY AND DarostT COMPANY or MARYLAND to in and executed the q . ume to to obe_he Ind Vduals and officers AssUtant severalf and each for himself eg Instrument and they each acknowltd Personally h� diau��aQnbyofTcedu ye , d me to they poseth and a1tb,that theyy are Llte said officers of the Company Afareraid, and that Iota seal atl4xed prceed oft Instrument b the Corporate Seal of said Com any, and that the aid'Cog officers were duly a.T,xed and subscribed to the said Instrument by the authority and dirudon of the borate Seal and Corr signatures v such IN above wri n, F.'auEOr, 1 have hereunto set my hand and affixed my Official Seal,at the City of Baltimore, day and year fiat about written. (SIONID) (SEAL) _ _---.. ...__....».........G I,Q)uA..L. . FA Notary Public Commission irea..Ha •,. >...t ... Fat 1,the uq- CERTIFICATE riy tj w Assistant"going Is ri the FIDELITY AND DaPOSrr COMPANY or MARYLAND,do lrreby certify that the original Power of Attorney of which the fonrgoing Is a full,trim and correct do furtherccrtify that the Vfte-Presidcr.t who executed the said Poo*e, olf Ai�aney Me'eR� thehadditta�onalf'Via pt k the yauLhITY AND the Board of Dimtors to appoint any Attorney in•Fact u .and 1 the FiDELiTY AND D he Board f Dir ct rs to appoint ftkknt ape• This Certificate ma be signed b facsimile under and by autE,xit Of the following rosolu on o[theYBOard of Directors of the yy y j y By-Laws of FIDPLItY ANO M-POSIT IOMPANY OF MA";LAND at a mectlrg duly tallied and held on t1,t f6lh da th R145O1YRD: "7hst t5e facsimile Or mechanically reproduced sgnature of any Assistant h day of made heretofore a We-after wherever it upon a ccttificd c y Y of)v�II 1969. valid and binding upon the !!ornpany with the ame force and c?tttpy f any�r of atom: lut d bYtt a Company', hall be IxyTuttMOr4Y WMRIEOr, IHheve her"nto subscribed my name and affixed the corporate seal of tJ.e said Company, thtr . day Of...... w._....._.. I ,t o ,.., , �1 �IC4 C MiRAL ()R%jD1'IIO,`'S OC'Z• WaRAC'r M=InB:,YrS. ' . Instruc ions to , roI s,•11. ilndorstoocl yid a Bond, Gene,-a1 . 1111TIt1011 po greed that the Mcicndn ' lroposal. I>.ita, ntract Agreement I and Lyles , Cenoral R�`quiremcnts Bement and en iltcerili �rtlers, all as issued b , Specirtcarior,s , Pcrrormslico are each gg data furnished b Y the onozor , Mails ch included in this contract and aCt r ' and sl�ciffcutions therewith. and rf Proved by the shall Ce done i Owner ae' �`2• 0>;rINITIO'YS, ►y�ords n accordance contrac oct� 1"---11 S shall hav�h � Sr other expressions used in these 1 , g as follows: "contracto+ or "contract documents" enumerated above under MVMICr UOC(J shall include the AQ:NfS, items deslpatedain ha the cit og Part Y Denton, Texas n actin contract Aggreement as exert named and wane l t through its Riblic Utilities l3oardf the rirst and their duly authorized aSents . All and other co. and City addressed tication directed to the OlvnAl shall es and delivered to Akmici al he Oi n notices, letters, 3+ '"Contractor; shall ywan P g, Denton . the co ) Texas. firm or individual n rporation, c Wnt as the ' ' named and design in�aY, partnership, `Party of the Second Part" who h Contract Agree. this contract for the, porforiunce of the hbr covorecd into and its, his, or th©ir duly authorized re Y, presontatires. therob 4. "Subcontractor+ shall Partnership) or individual and sngfa°dire- rt with t Contractor for Y to a co Performing i,•ork covered b t contract with the documents . Y these contract S, I'Date of contract", or equivalent Fords written in the first paragraph nt the contract A an the dato 60 "I}jyr1 or "days" Agreement, Y , unless he othe>�vise e shall mean a calendar day or days of t+rent�ressly defined, 74 '7'he Mork" Y-four hours each, shall mean the equipment • and services to be furnished under thoupplies out of all duties yId obligations i ' materials, labor, doclbAents , contract and the carlyi'lg mnosed by the contract M-1 JUL I • X15. 1 8, "Plains" or "drnirings" stiall navt all . by t1" QMor as u Dasfs for Micro als (a) d� ,1winis furnished drawings furnished by t;so amarj to clririC) a�9�1'le'► ntary $$rector detail the intent of the contract nl ndsto�defineiications, (C) drawings submitted by tl►o successful bidder with and by the Contractor to t):e Aaucc as approved b h the Prowsal and (d) drawings submitted by the A.ntcr to the Contractoa during the progress of tllo work us provided for heroin. 9, Whenever in these contract doctmnts th% tirords "as ordered" "as directed", "as required", ,as Pd17111tted „ or words or phrases of ,like irrgxrrt ire used, )itashall bed ' , understood that the ,'t if � , direction I or allowance of the a,nrer is intended only to tlicts 'ePermission, judging compliance with the terms of the contract these terms shall imply the Auer has any authority or f responsibility, for up none of s Operations of the Contractor's forces or construction operations such su responsibility the* boIng Such strictly resell rveddforothe CContractor, ?0. Similarly the words it " ►� �r " , reasonable", "SU table', "aCCCPtable", • "Proper . satisfactory" or• weds of like effect and unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable in the jud�ent of the Onmer, to the extent provided r satisfactory above. ' 11, Whenever in those contra" ct documents the ezPrassion "it is understood and agreed , or th an• expression of like import is .used, such expression means tile metal understanding and xec agreement of e parties e the r 8 antxact Agreement. CC-3, VERM . STATF MTS NOT HINDING" It is understood and Agreed the al stat terms an prov sions o this agreement shall sups all'that verbal statements of reprosentatives of the p; shall not be effective or be construed as being a part verbal this contract, +mer and verbal statements f a S9ANDMW SPCCIVICATIONS. Reference to standard specifications of any to ica sec ety, otanization, or association, or to code$ of local or state authorities, shall mean t1le latest standard, code specification, or tentative specific Ation adopted and puol;shed at the date of taking bids, Imless specifically stated othon�ise. • GC-S. IIXfi.0 ION Or COWRACT ikX:lMMS. four (4) copies of the contract docuuents will a piTI—in eFE-y tl1c 0/nor. Copies of engineering data, special fonns, or other documents 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 I execute the Contract Agreement, insert executed copies 'of the required bonds and p( mr of attorney, and submit all copies to the Omer. Tho date of contract on the Contract Agreement and bond forms shall be loft blank for filling in by the Oimer. The certification date on the powor of attorney doc,. .ient shall be also left blank for filling in by, the Owner. Tho Owner will execute all copies, insert the date of contract on the bonds and power of attorney, retain one copy, and fon¢ard cne copy each• to the Contractor, and surety company. CC-b. SCOPE NATURE AND 1NTENT Or SPECIFICNHONS AND PIANS. The speci- fications annd'plas`aro intended to Supplement, ut not necessarily duplicate each other. Any work exhibi.ted in the one and not in the other shall be executed as if it had been sot forth in both so that the work will be completed according to the complete design as determined by the Owner, Should anything which is necessary for a clear understanding of the work bo• omitted from the specifications and pplans, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Mor before proceeding with the work affected byy such omissions or discrepancies. It 1.s understood and agreed that go work shall be performed according to the true intent of the contract documents, =7 APPROVAL OF MGINEERING DATA. L'nigineering data covering all oquipmenE anU rabric—ateU orator a s to be furnished undor this contract shall be submitted to the Owner for approval, This, - data shall I include drawings and descriptive information in sufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connections, anchorages and supports required; perfonnanco characteristics; and dimensions needed for installation and correlation with other materials rind equipment. No work shall be performed in connection with the fabrication or manufacture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefor have been approved, except at the Contractor's on,m risk and responsibility. Four (4) copio3 of each drawing and necessary data shall be submitted to tho Amer, Each drawing or data sheet shall be clearly marked with the name of the project, the Contractor's nmrd, and references to applicable specification par.7gr.aphs, When catalog pages are submitted, the applicable items shall be indicated. JUL 1 .1 1975 (: Mamp Mon the drawings and data are returned m-Irked ANIN)VII) or lLr;0,lV1:b MR D1 Spit lFitli'NW, additional copies shall be submitted to the WZ.' U0 nurrd)er of additional copies will be determined b, the dolor but will not exceed six to) , When the drawings 'told data are returned marked APPrMin AS WrE.1), the changes shall be made ns noted thereon and corrected copies shall be submitted to the Omer. ']lie nwi'bor of corrected copies will be determined by the Omer but will not exceed eight (8) • When the drawings and data are returned marked Wt.,%NED MR CORRE.C71011I the corrections shall be made as noted thereon and as instructed by the OQ+mer and four (4) corrected copies shall be submitted. The amor'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 amer's approval of drawings returned marked APPRUVF.D or APf'R01'ED AS NKfED will not constitute a blanket approval of all ?imensions, quantities, and details of the material, equipment, device, or item shoim and does not reliovo the Contractor from any responsibility for errors or deviations from 'the contract requirements. All drawing, and data, after final processingg by the ON-ner, shall become a part of the contract documents and the work shoim or doscribed thereby ' shall be performed in conformity therewith unless othelillse required by the Omer, f1 GC-80 LEGAL ADDRESS, The business address of the Contractor iven in the Proposal s IereTy des±gnated as the place to which all notices, letters, and other communication to the Contractor will be mailed or deilvered, The address of the Omer appearing on Pago OC-1 is hereby designated as the place to Which all notices, letters and other communication to the Omer shall be mailed or delivered. Either party may changge the said address at 'any time by an i„strunent in writing delivored to tale other party. GC-9, PATWNS . Royalties and fees for patents covering materials, art iclos; apparatus, devices, or o uipment (as distinguished from processes) used in the work, shall bo included in the contract amount, The Contractor shall satisfy all demands that may be made at any timo fcr such royalties Fund fees, and lie shall be liable for any damages or claims for patent infringements . The Contractor shall, at ),is own cost and expense, defend all suits or proceedings that may be. instituted against the Umor !'er infringement or alleged infringment of any patents involved in tho work and, in case of oil award of dvma es the Contractor shall pay such award, Pinal payment to the Contractor by tho Omor will not be made, whilo Illy stkh suit or claim remains unsettled. Ito Contractor, hoarever, till not be hold liable for the defense of any suit or other proceeding, nor 'for the payment of any damages or other costs, for the iiffringemont o any Patented process required by the contract documents; oxcept if the Contractor r CC-4 , ..♦ r,,1 !! r t JUL 1 •l 1975 has information that tho ' patent the Contractor shall bas linbZcaforC, nis��an lr;rrin9curent of r� thorew t11 unless ho prornptly notifies tho any damages of ses or claim n ccni=cction Ow -10' Il,"Uli rAyl)r,yr (1D:VTRACr0R. the relation of the contractor to the GC Own- shali c t at o an�ndepcndent contractor. OC-11, fh'GTNTCRIA'G TNST'l CTIQV. T1to avner trig appoint such Inspectors as he deems proper, to aspect tho work performed for ouch wit,, the plans and specifications . no Contractor shall for fill reasa t assistance required by the inspectors for the examination of the work. Proper inspection and The Contractor shall obey the directions and instructions of the ins when Contractor consistent with the obligations of this contract Should the Contractor object to an given pector MY make written a Y order iven b an insppoctor, the Contractor appeal to the Q+mor for his decisfon. Inspectors and other properly authorized representatives be free at Oil times to perform their duties and any att Of one of them by the Contractor or his empted intimidation errrployees of the Owner shall Shall be sufficient reason to terminate the contract if the Owner so decides, erf inspection shall not relieve the Contractor from any " �iRetion to Perform the Mork strictly in accordance tritli tho plans an Work not so constructed shall be nimoved and replaced by e.�CocntrACtornat his Own expense. GC-12. NO WAIV1?R Op RI(itTS. Neither the inspection by the Amer or an Of their 07.M �a�"'is z6tiloyees , or agents, nor any 'order b the Omer for Payment of moneyy or an y Y part of the Work by the any Payment bxteision�of ti.ltl'OowhAle or any taken by the Omer or its employees, shall rate as a waiver of any provisiyn of this contract . or of s, operate f possession any riF.h`*. to damages heroin provided, noreshallean Waiver to the reach' or '. in this coniraci be held to be a waiver of any other orvsubsequentbbreaacch'. order A )DIT7ICtITIO1'S. The Contractor shall modify tiro work whenever so ordered tiy`tilte +nor, and strclt modifications shall not affect the validity Of' the contract, Wdifications may involve increases or decreases in the be of the work for which ,art approprinto contract price adjustment will be made. I3r ' t far minor changes or adjustments which involve no contract price badjustment or other monetary consideration, all modifications shall he do under the authority of duly executed ch:utgc orders issued and signed y the A,1icr turd accept�d arrd siVtcd by tho Contractor, OC-14, LXfRA WORK. If a modification incrLnses the amount of the work, and the a• T( c�c r,•or ,0r an earl properly ,antl fairly bepclnssif cclf is of onotoremora unit price ricer�iten►s of tlhe 1'j'olyosal , then tiro added work or accortl3nfi to the frn>crurt actUally clone And lit thorallnlicrnbleliwrfti�rke or prices. Otltor1riso, such work shall Ise P,11d for as hore�ina [ter l�r,ovldcci. , j cols { JUL 1 .1 19" f , � rluiiir� for oxtra work 14111 not be paid unless the work covered by such claims 103 euthorized in writing by the avan r and the Contractor shall nut have tho right tr, Prosecute or maintain either an arbitration Proceeding or aii action in court to recover for extra work unless his claim is based upon a 1-mitten order from the Owner. Payments for extra Work ~hall bo based on agreed Burgh s�u,ts or ai,reed unit prices whenovor the OlMor and I the Contractor agree upon such prices before the extra work is started; otherwIso payments for extra work ;shall be based on the actual direct cost of the work plus a percentage ,sllosdanco. 7'ho percentage allowance shall include the Contractors extra profit and extra overhead and, unloss otlie�,rise agreed by the Contractor raid the Omier, the percentage allowance shall be fifteen per cent (154) 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 gmer, upon request, a detailed cost estimate for proposed extra work, The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allaranco to cover extra profit and extra overhead, Unless otherti�iso agreed by the Contractor and the' aanor, the percentage allowance shall be fifteen per cent (151) Of the total direct costs, GC-14 .01, DZCkp11SED WORK, If a modification decreases the amount of work to bo done, su ecrease`shall not constitute the basis for a 'claiin for damages or anticipated profits on work affected by such ,decronso• �� , Where the value of omitted work is not covered by applicabl trait prl&f the Owner shall determine on ;an equitablo basis L}x: amouiht of (a) credit duo the Met for contract work not done as a result of an authorized Change, (b) allowance to the Contractor for jury actual lass incurred In connection with tlhe purchase, delivery and subse w6rlals or equipment required for use on the work quent disposal of as planned and which could not be used in any part of the work as actually built, and (c) any other adjustment of tho contract amount where the method to be used in making such adjustment is not clearly defined in. the contract documents . (}C-15. ARBITRATION. Before bringing any action to court decision o » he nor, the objector (hereinafter referred toasrtParty A)oto the decision s11a11 first offer to arbitrate tile questionh with the other art 10 the contract (hereinafter referred to as party B) by notifying him my Writing and setting forth in such notice the question to be arbitrated. Party 1s can elect to arbitrate or not. If Party D agrees to arbitrate lie shall so advise Party A in writing within ten (10) days after rece of party A's notice, ivotF.co by Party 9 that he does not wish to arbitrate or failure of Party b to notify Party A within the ten (10) flay period will givo Party A the right to start actior► in court. If Party B agrees to arbitrate, Party A shall choose an arbitrator and Shall notify Party l; of the Promo of the arbitrator within ten (10) days • after recolp} t of Party it's notice, Par writing wit ty U shall notify Party A In within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall nairo an additional arbitrator, If Party n 111ws an nclditioiinl. aarbitrato;, then tlxi arbitrator na,�u d by Party A and the arbitrator na,nxd„Iiy�!ah•y g' $11011 choose a third arbitrator. 1 p JUL 1 .1 to 9110 arbitrator or arbitrators shall act with non tnoss, , Of throu arbitrators, tho dectsion of ,trt p ' In the c,,se dispute is t110 Colltl'Uct, its shall that of a sinlfifilalarbitl4 tlargifntl tti dispute is st,bmitted thereto as heretofore provided. tho arbitrator or arbitrators may be filed f+i court to he d0cititutof effect. If they consider that the case so derands, the arbitrator or arbitrators are authorized ao- to a�rard the party whose contention is sus they such st:tn or sums as they may deem proper for tho time to the appeal, and if ttje appeal was taken witexpense andablouble cause they may award clamagos for any delay occasioned thereby, shall receive reasonable compensation for their servics, 'Cho arbitrators shall assess the costs and charges of the arbitration upon either or it boors parties, beo decision of the arbitrators must be mado in writing, and shall not be open to objection on account of the f0m "r proceedings or atrard. If for any reason after the said notices have been duly given by Party A and Party Do the arbitrators appointed shall be unable or stall fail to ect with reasonable `,6ro rptness in appointing a thirst arbitrator, Party A (or, If ho does not t,"'so Within a reasonable time, party D) may request a judgo of the United States District Court who regularly holds court in the district in which the site of the work or an t0'aVOInt the third arbitrator, If it appears to theJudgeethatit'hd°t�aed, arfA ators originally appointed vote unab a or failed to act with roasoriable , pmaigtt4ess in appointing a third arbitrator, he may appoint'the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed wore so unable or failed to Gilt VA promptness and if the said judge acted at the request tlf -°ai-ty B, that party A did not make such request within',a reasonable time. If for any reason Otto!' the arbitrator or arbitrators have been duly appointed, the arbitrator or arbitrators shall be unablo or shill fail to act with' r'easonablo promptness in reaching'a decision regarding' tho question submitted to arbitration, party A (or, if he does not do so within a reasonable time, Pdrty B) may request a jt><1go of the United States district Court who rogtdarly holds court ii; the district in which ' the site of the Mork, or any }part thereof, is looted to appoint three net' arbitrators to rat •rs 0* If If it appears to such judge that tlto • arbitrator or arbitrators originally appointed were tunable or failed to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, he may appoint three new arbitrators to act horeunder, and such an appointment shall constitute a conclusive determination t1z,�t the arbitrator or arbitrators originally appointed Wore so unable or failed to Oct with reasonable promptness and, if the said Judge acted at request of Party B, thrt party A did not make such request within it reasonable nano. If for any reason a third arbitrator or three new arbitrators shall not be appointed L. a• jtvlpe of the lhnitcd St;ttes District Cotu•t under the , circum tances tereina ovo described, or if three now arbitrators tiro so appointed and aro u,nablo or fail to act with reasonablo promrntness• in reaclt9ni; n decision regarding tho question sulnn.ittcd to ;arbitration; ' , ;i� JUL 14 1975 �} ;r . , , , then tha arbitration procedure shall be deemed to have failed and t . parties sl;all be freo to assort their riglils in the snn� n1i11nefi as he they had not be to submit t}te question to arbitration. It' the above agreement to submit quostions of dispute to arbitration not enforceablo under the lair oF. upplica}+lo on is question after it has arisen may by agreement of hereto be Submitted to arbitration in the manner set forth above, 1ho Contractor shall not causo a delay of the work durin an procoedings, except by agreement with the D.mor. 9 Y arbitration agreed by t}te parties to t}te contract that no rcquIt isntnorrstaooemnnt heroin shall be intotpretcdas curtailing the power of the Owner , the ari>oa�nt, quality, turd z;cceptability, of work and materials, to determine OC-l6, RY 112, Or 01INU TO • EUMNAT13 MVTRACP. ! under this con tact is a an ne If the work to be' Is assigned by him without the writtenoconseitcofrtha QQt�lorcontract Conti-actor is adjudged bankrupt ; or if gsent ass. wner;of his p if the . assets is made for the benefit of his CO reditersi or ii appointed for the Contractor'or Any of his tra art a receiver is is violatingg any of ,tho conditions of this contract, orathatehec'Oisractor executing the some in bad faith or othonrise not in accordance wi terms of Said contract; or if the work is riot substantially completed within tho' time named for its completion or with'En the time co le the Which such completion date may be extended; then 'tho O,,mer may serve written tibtice upon rho Contractor and'his suroty of said O+,mer's Intention to tonninato this contract, UAlos trithin five (5) days after the serving of such notice a satisfactoryy arrangen>ent is made for continuance, this contract shall terminate, In the event of such made co the SLIMY shall havo the right to take over and complete th4. taork that -if the surety does not commence porformanCe within thirty provided, toycho Y rand prosec�lta the work to corr>rlotion) days, the Qmer :na tako over y contract or r all ,.K The Contractor and his surety shall be liable p Ater for excess cost sustained by the miter by reason of such in comploting thopi,ork,lall materials ls, equipment tools; of, and utilize site of tho work. is, anti plant on the ( :-17, SUSPENSION Or. WRK, "Oro A,r1or reserves the right to sus+ ro�nstate exectl ; ott o t eirltolo or tin gh Pend and `` the provisions of the 1101 contract. y part of the work without invalidating rA .r::,;O - , v Orders for suspension or reinstatement of the 1�ork will be issued 1.s Omer to the Contractor in wiihin , by the C71 ! ' will be extondcd for a period equal tottileitimeolocon leticn of the work suspension, y reason of the Changes in Contractor's trice or dolivo><y schedules wlti t —, parsed of suspension ordered -by the Q,T1or shall not afIch occur contract except ns' agreed by the a,iler and the Contractor. proposes to a}tply 51101 chanpos to - this contract , holsha2le Contractor Present ltis proposal to lrte [h,nler In t,�ritin after the rrcelpt by the 0%,,ter of st�ching tllc '30nolros l , Itde io Miter r�shall bo }>armittcd to reinstate the work without cj""ge, If the work Is not CC-8 reinstated during this 30 da agree upon seasonable and properrchatigchooQtiie O�,Ttoti � Contractor shall unshipped portion of the work, 1 Changes in delivery schedule slinll mean extension of the sdteduled tim3 of delivery boyornd tiie monbor of days of thc' susixision period. i X-18. nrr,AYI n SIII!'AfrN1'. 1110 Nner reserves the rip ht to order the Contractor o o ay s— "Prrodnt of equipment and materials herein contracted. In the event such a dole is ordered b the O.,Iner in writing, will pay thu Contractor delay and proper extra chargosnC rredner 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 tite storage facility. GC-111. . WCCLLATION OP !FORK. The Otmer reserves tiie ripj to cancel . the unshippee portion o - t e trork. In the event of canco lation, the Owner will pay the Contractor reasonable and proper caltcellation cliarges. OC-20 . LAWS AND ORDINANCES. The Contractor shall observe and "conply with all ar nancos, aigs , and regulations, and shall protect and indennify the 0ismor and the owner s officers and absents against any Claim or liability arising from or based on any violation of the same, All Permits and licenses required in the prosecution of the work shall be Obtained and paid for by the contractor. GC-21, 111ARAA'CPS /-(p DE MAYS. In executing th4 `Contract Agreemwr,t, the Contractor axp expressly covenants that, in undertaking to com�nleto,. the work within tno time 'thoroin fixed, he has taken into Complete and made alloirancos for all hindrances and delays-incident to the work. No claim shall be made by the Contractor for hindrencos or delays from paragraph ctnriSoSpMSIQN OpslsORK11, trork, OYCept as- provided in the • i I � GC-22, p?(MSIONS 011 TIM Should the Contractor bR delayed in the final Comp et en oT tfic tror by strikes, fire ' or other cause beyond the control of the Contractor and which, in tho opinion of tho Ownor could have been neither anticipated nor avoided, then an extension of time sufficient to compensate foe• Vitt dolny, shall be granted by the Osmor� provided, that the Contractor shall . givo the Ow►tor prompt notice in writing of the cause of delay in each case and shall demonstrate that lie has used all reasonable means to minimize the delay. F.xtensi.ons of timu will not be granted for delays caused by tutfcworablo tctether, inadequate working force, or tiie failure of tite Contractor to place orders for equipment or materials sufficiently in advanco to insure delivery when needed. CC-23. 1< ERIAIS ANI? rQtilr,�{C�1'T. jhlless specific, wiso in oa t case, Fi Tinatc ils vii equipment fumishedfo`lest other- . instollation in tiro work shall conform to npplicablo std f rdpont nent, ions and shall bo new, unused, turd tmdv�wigcd when installed an othenrlci Incorporated in the work, h10 such naterial or° equfl ed or shall be used by the Cajttrnctor for any ptit•liosc other than that intuttdecj or specified, unless such use is specifically nuthorized by the Amer in oaF.1t case. .�� JUU. 11915 OC-24 , {11Nt�VlT•[:. The Contractor guarantoos that tie m �tcrial •Intl ' cquipm±ntTi'"ic3n contractor) will be hs s£rclficd grid n•: il be f»eo� /re:a defects in dosign, wo Ankanship and matertals . If within the g(larunteo porlod the Miterial or `q liyyn:rent foils to moot tine provisions of this guarantee, the Contractor shall pror:l)tly correct any defects, including nonconfomurco with the sxcificutibns, by adjustrrr_rtt, repair or replacement of all defective parts or materials . Unless othetwiso specified, the•guarantee period shall bos;in on the date of final payment or the date of initial operation, Whichever is later, and the guarantee period shall end 12 months later. If manufacturer's field supervisors are included in the contract, such Supervision shall be furnish by the Contractor without cost for the correction of any defects , The Contractor will be given an opportunity to confirm the existence of .he defect but he shall not delay tho correction while making such determination. The Contractor shall extend the pprevisions of this guaranteo to cover all repaired and replacement parts furnished under the guarantee pro- visions for a period of oae year from the date of their installation, If within ten days after the Nnor gives the Contractor notice of a , defoct, the ODntractor neglects to t.>ako, or undertake with duo diligence to make, the necessary corrections, the oinler I s harebyy authorized to make the corrections himself, or order the work to be dono 'by a third party, and the cost of the corrections shall be paid by the Contractor, In the event of mi emergency where in the Jude nt of the Osmor the delay resulting from giving formal, notito would cause serious loss or dam,,.ge which could be prevented by imm corrected by the Mort or a third p ediate action, defects may be arty chosen by the a,mer without giving prior notice to the Contractor and the cost of the corrections shall be paid by" the Contractor, In the even such action is taken b the Owner, the Contractor will be notified promptly and shall assist wherever possible in making the necessary corrections. 6C-25. CLAD13 roR LIBOR tivD MATERIALS, Me Contractor shall indemnify and save >ann oss t te +mer rem aTTc`l'aims for labor and materials furnished under this contract. T110 Contractor shall submit satisfactory evidence that all' persons , firms , or corporations who have done work or furnished materials under this contract, for which the Nner may become secure antler the laws of the state, Lave been fully paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount shall be rotained from monoys due tiro Contractor which, in addition to any other stuns that may be retained, will be sufficient , iri the opinion of the (Mier, to DLot all Claims of the corporations as arot�esaid. Such 'sum or stuns shall ba retainedotmtiIti od liobilities as nforeshid are fully discharWA or satisfactorily secured. , CC-26. RT1,!_ASL OP l,IAilII.1TY6 77te acceptance by the Contractor of the Ij 0 JUL I ;.( ��r4 f " f" r , last payment 811711 be n release to the 0,4tor artcl every officer a, , thofoof fro;n all claims and liability hcrc�ald0r for anything done e1- furnished in connection frith the imrk td anent Otrnor or or any person relating to or�ai`fecell tiny act or no Icct of tite �, the tlork. GC-27, ilyn wsf? OC surrs, in case an the 06v), or an Y action in court is i�rought ,��ainst o zcer or agent of either of them or things of t c Contl;tctor to porfotfi any of rho cotenants ��• or things by this contract undertaken; or far in 'ul ' for the failure omission b the alleged negligence of the Contractor r his agent' Acts' matters J yen damage caused s oln all losses and Savo harmless the (X11101- And their Of%; the And Agents from nll losses, (j_ l cs, costs, e>g)onses, jud�7ncnts, or decrees d A ents arising out o£ suds action, • ' GC-2S, 11�SURr�+�3, 77te Contractor shall secure '1 of the t' ypes an[Yn the amo d tn<'tintain Insurance' ir►torosts of the Owner agaittstsallc}aezards or risks of, 105S as heroin• after specified, 1710 fo to protect himself .tt1d the the undeW71ter thereof n each case so, of tlebonnpproYed together with but, regardless of such approval it shall bo the res xtnsfbility of t con tra"ftor to maintain adequate # ` Contractor to maintain adeq cove Ro°Shall not �rolailu him of he contractual responsibility or obligation, g lovero of the , any r'nr insurance u ' pp rpes©s , the title of ollrtership of equipment atld materials , shall remain with the Contractor until the Omer recoivos such and materials at the ,iob site. a ui q pment It the Contractor does not furnish supervision of the equipment, the workmen 's con of erection or testing liability and comprehensive general liability insurance specified herein tpcnsation, comprehensive automobile my be omitted, no Oontractor shall submit a co ' to the otrner at least `thirty (30� days before the scheduled shipping ate Y of the transportation insurance policy 7110 policy shall quoto the insuring agreeing and all exclusions , ' Gbntractor si1all submit a certificate for e� 71so policies to the Mer not less thvt thin c}1 of the other insurance the manufacturer's supervisor or supervisors are ex >,� Y (30) days ;prior to the date the job sits• Fach certificate shall state that ten 10 notico will be given the (X1-101- shall state 1 cted to arrive at changed or canceled. Y policy covered}therebyristC1t �-28,p1 , born +___s__�n*sensation and�l0or+ s I,,�ability 7>ensltion ,v1 employer�la i zty ltlsurvlco F,� W0rn+s . Contractor against all claims under ;, 111sur u e . t ll protectf the In"s and against claims for in u pl � ate workmen s co any t lson, tray not fall withi,l�thcsprbvisionsoofit for tOf employ°Cswhich, I-lab pity comilotinco Po law. 71115 lrorkmetl'5 cOJIVOnst+tion nliclpemploye►''s liability irtsttranco policy shall include M "all states" endersoment. ' (iC-11 • . 1 + JUL 14 1975 -J r The liability limits shall not be less than the rollotring: Workmen's conq)onsation Statutory frtpioyor's liability $1000000 each person GC-28. 02. Comghensivo Automobilo Liabili&t . 71+1s insurance shall be written in corrqre7iensxvo o»a and s all protect the Contractor against all claims for injuries to members of the public and cfan+a c to property Of others arising from the use ,.)f motor vcl+irios, �+nc! sliafl to the operation on or off the site of the work rf all motor vehicles licensed for highway uso,• whother they are ot%ned, nonouned, or hired. The liability limits shall not be ii+ss thaii the folloaaing: Bodily injury $250,000 each person $500,000 each occurrence • 'Property damage $100000 +Pacli occurrence OC-�a:0 . :arohensivo Goneral Liabilit . . Thris insurance shall be ivritton in co-mprehensivo orm�Tcan 's iacct tl�o Contractor against all claims arising from injuries to members of the public or dame to proppeorty of others arising out of any net or omission of the Contractor or his agents, 4nployees, or subcontractors . In addition, this policy Shall specifically irsuro the ccnttbctwl liability assumed by the Contractor under the foregoing paragraph entitled "Defense of Suits,, The liability limits !;hall not be less bleu+ the following: Bodily injury 1250,000 back person 500,000 each occurrence pe•rt Y damage Pro a $500,001' eath occurrenc6 $5000000 aggregate GC-28.04. Transportation, This insurance shall be df tho "all risks" typo and shaITpro`tec +o Contractor a+nd the Oti,mor from all insurable risks of physical loss or damage to equipment and matol-Isis in transit to the job site and until the Otmor receives the equipment and materinis at the job site• , 77te coverage nwkult shall be not less than the full amount of the contract. Transportation insuranco shall provide for losses to be payable to tho' Contractor and the a%)Ior as their interests may appear. • GC-29• 1.4 1 +i'1'ff'S AV) PAYJP M. Pa Tr_nts will be mado 'each., month it, the ' amount o3"ti no y'�`{J0 'Pr cent of t�io ostftuted value of. the equipment And mitorials delivered at t1!o job site during the previous culendar ' month, providing the shipments were roasenoblo conggote and intoglal units of equipncnt or reasonable congrlete lots of materials, JUL 1 -11975 1, Ga. x0'^'Y �lS Irv . 1 t S ' , After official approval anti acceptance of the trork by the chimer, tite Owner W111 trithin thirty (30) days thereafter, pay the entire sum found to be duo after deducting all anaunts to be retained Provision of this contract. wider any contract imrs, PI:R�'I1'S, 0' LI . SCS. Unless otherwise specified in thr,se contract ocunx'nts, t e ntractor s 1,111 pay all sales , use, excise, rn�d other taxes that are lawful=y assessed against the Omicr or Contractor in connection with the work tattler this contract out(' shall obtain and pay for all licenses and permit:- required for the work. The Contractor will be compensated for any increase in tax rates license Zees, end parnit. fees or any nets taxes, licenses, or pennits imposed after the date of the Proposal ; provided however, that this provision shall lie United to sales, use, and excise taxes assessed against tite ;ompleted work and to licenses and permits retjuirod specifically fo* the proposed work, ��=� r� r,:Z •tea a. tl-•� j� �CJUL141915 � � r • • PAm' I - GENEItAI, �u'�Qurlu�rr�rS . Section lA - SUOPE OF 77fr- 1i0FJ� Pn es IA IA-1 tln-u ]A-4 � 1 Clone Work Included in this Contract IA-2 IA,3 tliscollnneous Materials and Services IA-2 IA,4 h'ork Not Included in this Contract IA-2 I&S Schedule IA-2 1A96' Contractor's Services 1A3 Section 1B - ORAL E-01P�L%T SPECIFICATIQ,YS lA= iB.1 Genoral iB-1 thru IB-4 1B.2 Srecifications and Standards 18-1 18, 3 - U.S. Materials IB-1 113.4 ConPonent Parts ID-1 113,5 identification 18-1 iB,6 Manufacturer's Instructions and Parts Lists ID-1 113.7 Shipping Notice 1B-1 IB,B Factory Assembly 18-2 IB,9 Slop Coating ID-2 t ID-10 Protection 1B-2 113.11 Correction of-Manufacturing Errors IB-2 1B:12 Colitrtil Power IB-3 f IB:13 Raceway ID-3 ID- 14 IViring iB-3 113.13 Shipping 11equirements IB-3 Typical ui 113-4 �1 Pment Instruct{on Book Cover Section IC - E,1IGINEERING DATA 1C.1 General 1C-1 IC, 2 rom'sPondence 1C-1 IC•3 Drawings 1C-1 IC,4 Schedules IC-1 IC-1 JUL 14 1975 IA-1 Ractiion IA SOOPI: Or hM 1,01;X U1.1 ('224-Z N,' . This section covers the ' work► plemntaty regt:frer�nts mineral c-scrlption, seopQ of sarviecs included in this contract. for equipment► materials, aril 1A.2 WON 7P7CImm IN TnIS CO.vrivlCr. Otte .n+brk include funds "no of�ie speficc7 magi tls ritltis Oantrlct shall . r engineering data, aca'ssories, and field `;ers and as Gtfento Pr herein, and in aceord� nc�e with the contract docu,,�. v fined i Article rein of the � �• OQVDITIONS, The Contractor shall furnish and deliver fctb, Denton► Texas electrical equilxmnt complete with accessories ass t the following DETAILED SPDCIFICATIO&,S. P=cified in Part 2- QCIAWITY 1 set DESCRIMON 20 feet khtal-Clad :laitchgear 1 set total enclosed bus duct As roguired Battery and charger g Steel St*-uctures As Bred nisoonr�ect switdt(s 6 Insulators 6 Lightrn� Arresters As Required Potential .Devices As Required Dus Ong Material Tx`6nsportaticn insuranoe shall be carried with the G WAB-L COMITIMS• A-11 risk of loss hl�ractor in accordance shipment shall remain with the Contractor until cbliv� d 4Vb9a during "V Contractor shall raride r5' at fJentott, Texas. field services p _drawings and erigineering data► manufacturer's and services as specifiedsherein�n rt►anuals, and misc+allanQous materials 1A.3 MT UWB-O 4 MATERIAIS AND SERVICES. e , furnisa s curd serviees not o 10 -ise'^'�""specificallyfca] ier� for shall be ftateria tl �1 miscellaneous by the Contractor. All bolts and gaskets between ; Park furnished by the Contractor All piping integral to or be tlgeen (•uny cVdpmnt furnished by the Contractor except as otherwise specified All necessary instrurnt and pager and control wiring and raceways integral to any equ'rwnt furnished tho Contractor. include terminal blocks and internal wiring to these This shall for eguipn>~nt requiring external conditions terminal blocks Drawings, 'prints, information, instructions, and other data fo the Omer's installation contractor r us© of 111.4 ititlI2K NOT rn'ct.U.I1? 1N T!!TS CMTRNCr,. rHsoellanWrnis% b (j,cr S 1 eots materials and services JUL 1 •I 1915 (; t ;'3A- 2 a S"'""T77 thloading field installation of all oquirment lbundaL'ions and sleeves Lubricants Operating personnel for startup and tests Permanents electric wiring to ooniect the oquirn_nt terminal boxes to the substation electrical system. 1A.5 £CNtEDULti, The shilx=t of equipment for a substation to City of Denton, Texas, Mu C"_CfI a1 f:lectsic System shall be ocmpleted in time to assure arrival of all exponents on the job site in accordance with the following sc;heclule: SDG'rICt1 Description MPE r---- - ----, 6 out r BusJY"J7b Metal Clad Switchgear 3/1/76 P 2B Metal enclosed bud duct 3/1/76 i -i hrs V r ZC Battery and Charger 3/1/76 m r. 2D steel Structures 3/1/76 ^ �' 29 Disoonneet Switches 3/1/76 t -� .-a gbtr ing Arresters 1/1/76 i !' 23 potential Devices 3/1/76 Buts.7K Grounding Material 3/I16 . Within 30 days after the purchase agreement the Contractor shall submit to tho Ck wr a production schedule for all major equipment and mgxnents. %his schedule shall be corrected and resubmitted quarterly until all equiixrent has been shipped. Drawings rind engineering data shall be swbriitted in a='rdanoa with the schedule specified in Section 1C. lli.'6 CMCRALMR`S SERVICES. The sex-Aces called for in WORK INCi:,WM IN M"S CONI.?A r s ITS= "accordance with the following. 1A. 6.1 Subrdua_l_o_f_lh�irieering Data. Drawings and engineering data for the specified hnate it als and�equi�are essential to the design and subsequent oahst:ruction of the substation. The Contractor will be required to .submit drawings and engineering data in accordanay with -the schedule, specified under Section IC-MIGWEERING LINT.N, to assure compliance with the overall Mistruction and operating schedule. Fa.lure of the Contractor to submit arawi.l;gs Wed engineering data on or before the dates specified shall be considered a breach of contract and reason for U rmination of contract if theCity of Denton, :Texas, so desire. IA-6-2 Manufacturer's Field Services The Contractor shall provide the servioes of a mvhgufactal is fiold mpresenkatiw. The s0rvio3 ro►;resentativo shall W technically competent, a direct: employee of the manufacturer, factor trained, expericnoad in the installation and operation of the specified equipment and autlhorized by the manufacturer to perform the work stipulated. The service rerrrrentative shall provicti technicnI direction and assistance .for tho unloading and in sLillation of (ba csluitxwzit ind shall iwpect the equilcrnt after. + 11r;tall.1tion; aS',jut tlx: 0,4i><.>r. 's op2ratinct Ix.`rf,orolel in p)'Oj/:`1" Oi?^)'i)j:ln�' .Hld ltlifilleivu1Q? 1)1'acCl mx.!i; il)lll l�?h'fo1�n Otj1Cr dul:ic:i ltxtltilL'Cl to lLIU011 and ar;:;nru ,ucU s�,ful. olr rtiLicxh US' th^ rcn)i� u±:vlt. 1A♦6. 3 instruction Manuals lba Contractor shall furnish 6 coRplete rM final copies oi''�truc u.an nWn�s not later than 30 (bys prior to slui�rnent of th© 411piuent. 7lue instruction manuals shall cover OMV10w installatiof operating a:nd mai.ntentuiae instructions, and dr&4iuuc mxi lc�'urts list far c�adu item of eyuilxn±uut furnished. pre copy sha11 be snit to the a Wr. and upon approval the]Lvof, the rentiuuing 5 dies shell be delivered to the Owner. The instruction manuals shall be in aocor�danoe with the x�uiiet�nts stipulated in section IB. • i f JUL 14 1,575 J1►-.1 vR 4 r,W,,r 414:,, Section 113 - C•fNl:RN. I:c►Uli'tl Nf 81'I:c;t1'tC.A'i'tI>,V;I iB.i Gt1�'iitAi.. 1itcse n:ntl��(t1 I'Alul�1110 )t Npocificat Ions apply to all ccJuipren`t`,— 'i4icy sh,711 %Ir1�h ru �Jit I ict tutttilett (1gk:!J,ment spacificntirnts but fit case of conflict the du'tniled equipment specifications shall govern. t 113,2 &JECTFICNI IUN"j AND SI'Mll)Altl);l, 1110 si)cclficulitu 3, cocks , and standards refexencecT 31`1 cse sped icntioii`s^(inclialing addenda, tlnr_ndmcncs , and errata) Shall govern in :,11 caws '%'her0 r'c'fQA'llcas thoreto are made. In case of conflict bcth,'ctn ' he referenced specifications , codes , or sttuhdants and this specification, tlhesc sl)ccificatiuns shall govern to the extent of such diffcrcnce. 113.3 U.S. MATHRIA1,8, l:.quipment raid accessories furnished shall be from a reputnbrO nLliti ac uror currently engapecl ill production of such mlterial within the lhritcd States of Amerlua , To the extend possible, materitils+ nnci f(ltilpment (including coq)onents thereof) furnished tinder thosb speeifieatiolls $hall be produced, processed, manuf .;Lured, and assembled within the United States of America. All matorlal and equipment which Bust nbcessarily lie of foreign Wpufacture shall be cleat'ly desIRnated in the proposal itt t1lo 6paco provided for davit- , ions and exceptions. 18.4 CO,JNO`O'O' i PAM'H- Individual parts shall be manufactured to St,,ndard si2ns 11iid 'ggniT eb l et a air pat is furnished at any time, can be installed in lie field , lice Uni'1 s of thtplicnblo units s}hsill bo interchangealile. Ikluivrent shall not IWO 't©en In service at any time prior to delivery, except es IC(1111red by firsts . 18. 5 I I:N1,1PIC.AT ON, All correspondence , shipping notices, shop drawirgs , sp(:c ficnt Ons;engiiivaring diitct and Other documents pertaining to the cc�ui1t)ment Ilnd MIterJals furnished under those specifications SIMI. be i.d"A IIietl by tho. Chmo±•,s frame , specification number, and the name of the item o equipment or tnateriaL , IU.G !11r'IIFAMPER's INSTJWCTIONS AND p,'Ih1'S 1,I6TS . 1}he in'strthcti.on nmuals require n ec o1i T�"s in nc iicri spec c t�aizs , •dt'awins, and description of equipment ; installation instlatctionsl oporating instncctions; parts lists ; and Miere applfcslble, test data turd curves . Manuals shall be asseahblecl and bounce in Buchan Type 01U, (uId style) binders covered with pyroxylin i mpregltated buckram covers Inaiwfactured by Buchan Looso Leaf Records Co. , Clifton Sleights, Pelvtsylvania . Bindar shall not be greater than 3 1/2 inches thick and shall be adjust.rble to porrrtit secure compact binding. Fad, binder cover shall be stanped with the prolx:r identi fication as shown at the end of this section . A proof of the lettering for each cover shall bo submitted for the Owner's approval before the manuals Oro assembled ;utd submitted. 1>*here aPplicahle the infost;&lon contained in the niculua1 'shall include a list of recommended spare parts with the price of each Sidi item, and ilia schedulo of required luhrlctutts as reconitivildecl by the In:hntifncturer. 111a data shall also include all nameplato 'nforn►atirnl turd slhop; oi'i14. . .' itliq rs '' • for eact item or etluipnhcnt atad comlxment p;u't thereof. J .11975 UL T' Y c 1 � )Ile instnictinn twinuals sh, l dividors with iitdox tabs for easetoftt1eftabl Of contents and section t�%•7 SIIII1P1NG A'0'flCii, q7�o �ntractor shall submit two topics of ,� s1�iM�in�nUti��cs-,�liing e.�� shipment of material or equil e-s o shippping nr,ti.cc shall be mailed to ,arrive approxitrt�tely 7 days � of !ho estimated shipIncnt arrival , 77to Y �cacl 113.8 PAnDRy As.% ffil,Y. , assen�rlc tar c ss sh"'I be ,size arrFUtgctnont, or configUr;,tion of the equipnleilt or s i 'mPlctt size limitations, make the shipment of comlrletoly assembled 3mPracticablo, in s,hich case the eq��ipncnt shall be ed eqn plMli Dandling as stated in tiro �'cltt�prnent Contractor's Proposal, d mid shipped All accessory items shall be shipped with the equipment crates containing accessory • �xes and identified with the r,rrin equipment . The contents of the boxes and c ry items Shall bo marked so that They are Shall also he indicated, rates Paint S11GP -1—i 4 Steel and iron Surfaces shalh bo E paint or coat ngs applied in t)re shop. Protected by suitable after Assembly shall be Surfaces �ohich will jie inaccessible Shall be cleaned and p''otocted for the life of the other coat_ng's shall beer�e,Qv��n the she oqui�•nt. Surfaces P. A71. mill seal.o, oxides, and Exposed surfaces shall be finished s as necessary o mO*th, thoroughly cleaned, and filled with or.^ Provide a smooth uniform base for painting and or more eats or primer arts tWO or more finish coa 1?ainted resin machinery enannel or lacquer as required to to of alkyd durable finish. Unless specified othenrisc, the color a asmoo smooth the Incorporated$ T dustrialnSales D�epartm ntenP,O 77036. ► m,crtufactulred by Garlock , Aox 361680 Houston, Texas electrical.sequipnentr enclosures and one allon of finish paint used hall 6c. furnished. ed on the Sinop primer for other steal and iron surfaces shall be Inertol "6 • ltustirrlribitive Primer", bbbil "I3-R-SO "77 (3remPr•ime" unless othenrise specific��ro x QO Primer" 2I or Tncmec Machined, polished, and nonferrous surfaces which should Shall be coated wi '_h rust pre�ontiro compot>nd 2w,0 I10;19)rton "Rust Veto 344„ # Dear'born Chetnical�NatOr-ld or Rust-Dlcunt "R 1A, 10 PROTEM-joV. All suitably pro' t�meted durinfieshipments tnshall be boxed, crated, or. othcn,•iso having ,nntifriction or sleeve bearings shall tight larotecte�I�byrCatlierz • tight enclosures . Coated surfaces sh311 bo protected a ainst imp, and other sat ill , Furfaces Which tire datm,1god duri�til?hshippfiigdshaliobetion, relr3i.red by the ConWactor, ' ' • r .i:-'tom • f Iii ..... •...,.;:....,: a-.. f �! / i1,, 2 d ° Returnable container!, and tile ttaraoifactta;•or's field rep rosentattivnlat tilelContr�tctorbe returned by 1$.11 OARi:ECTI(1,Y Or T•11\1lPACN)t1Nt; f:RftO12S. expense. be comp]ettc lit a r�p�cts t, t i` to Ixluipmcnt and m�tcrials shall facturing orrors or omissions require�besCherein Outl itho . A field ball be done by the Contractor or his duly authorized representative, 111. 12 CONTROL I'�t'GIZ, Electrical po+,•er for control artJ instnrmentution will he a nonuna 4"U11.20 volt, single phrase, GO hertz, alternatinp currcnt, or a nominal 125 volt direct currcnt. )be Contractor shall ptrvide any devices required for proper operation and protection of the equipment during electrical power supply fluctuations described in the folloaving paragraphs. All direct current electrical devices shall be designed for continuotas charge o ration on ran ungrounded station battery which t,•i] 1 float on triikle hen at 129 volts. the Contractor shall gus:antee When the ecyuipanent is continuously energizer] at an • v operation Volts direct current, with ambient temperatures as specified. Electrical on devices served from this supply shall not impose any ground connections on it. All alternating current devices shall, uAIQSs other specified, be design for operation on a nominal 240/120 volt, 60 hertz, single phase, alternattn current system. The Contractor shall guarantee when th equipment is continuously energized at anyisoltago operation m0/105 tc 264%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 betwe RACEWAY. Unless specified otheywise, all raceway interconnections between eve`ice`s , and UL 6. All conduits connect? andshittili of shall threaded to U AS C80. 1 18,14 WIRING, Unless otherwise specified, all electrical conductors shall be Class B stranded copper 14 MG or ]argar. Panel wiring shall have thonrio- setting Type SIS insulation rated 600 volts, desigracd for anlximurt.conductor tonaperattn'e of JO C. Conductor insulation for other wiring, shall be cross-linked polyethylene according to IPCCA S-GG-524 Interim Standard No. 2 except 1)•pe AVA shall be used where an'.,ient conditions cause conductor Operating temperatures to exceed 00 C. conditions sheathed conductors are not , acceptable, Preinsulated wiring terminals with metal reinforced sleeves shall be provided on all conductor tctminals . Terminals blocks shall be provided for conductors requiring conatection to circuits external to the specified equipment, for internal circuits crossing shippingg splits .vtd whom cgttipnaent parts replacement and staaintenvtee trill bt, facil3,tatcJ, Poch terminal block, conductor, device, fuse block, and terminal shall be pernrutcntly labeled to coniatcide a iw3tlt the ideaitificatlon shot,7t on the drawings. Conductors shall bo ilcaitificd by legiblo ntarkinFs on duvico tcrnaina.ly , . printing on the• conductor jacket or twining slcov��, or by other uy;a,ta .rclt)r1r,y�� by the (itiaarr. lurmlarrl and conductor Identific;atioa shall he by a 1>Carr�uitvaC 1. nothod trnarfectcd by };Cat, solvents, or stciun, and not easily a�;ja p(' 1 € 1075 116•;1 � ... �� Profernbly by means of inotal sleeves or printing on the. wire jacket. Adhosive labels are not acceptable. , • 1 3 1B-4 i .� 1UL 1 .1 19,1 � '. • • V CITY OF DENTON , TEXAS w � • ' a . . I w • 0 INSTRUCTION BOO K Lu a FOR x NAME OF EQUIPMEN "i ti 0 W a to MANUFACTURERS NAME U. MANUFACTURER'S ADDRESS 1 . L .•1~ ~ 2cRAVON "Y-F-- Y r Rsvlslor:9 DEPARTMENT OF PUBLIC UTILITIES TYPICAL . INSTRUCTION BOOK CRAVEN CY N6. OY DATE CITY 'OF DENTON. TEXAS 4 AS C6 MY 1 _. � [ k , Section 1C - ia'G11d+;i:RINC ibl'TA 1C•1 GFa\9iRAT„ '17ris section ".�vors akraulacturer's engineer�n�; rata which the Contractor shall submit d design infon�,tiun or approval., dr`'ltheGs and Other the 0,17 and for 1C. 2 CORRTSI'0,\'�f���CF, Correspondence fonrardin R drasrings and Other engine ring c ata`sj,"51 be addressed as follootis: Original and one copy to the QMer, Attention: 1�lr• R•B, 11r1IA . 1C,$ U1b11PIKC,S. Utilities pngibcor d±•ulrings o stru -tureoorection, anchor bolt mylar transparencies Of all manufacturer's furnished• 7110 transparencies shall Includo all hold cations made prior to final accept�;,co, pig and elevation shall be changes and mudifi When changes in the struction errors or equipment are msdo in the field to the Contractor shall to adapt the equiI)Mr to the acne„correct shop con- the a>:lor to AM the equipment and sub,,& eighIz cop,es of s• reluirements, substations, °�l p nt as f!hall; 2nstaled O record dratrings to the arner's iC'� S(1lEf�•[�• All outline Schem ar t c agrans for o drufrings, one-line dia�t• details rewired �, peral-ing mechanisms control associated with the the Amer for design and other drawings which show �0 caT„ndar days installation of the a structures and wit-ing Y after award of contracr.� pment shh11 be submitted within All �ment cfn manuals shall be submitted not 'later than 15 to shf, the e . qurpment, , days prior fit l► JUL "1 1915 to: •�.. .,, • . ., � ,: �,' . r!..1 r n l any ' r rnlrr 2 - Dl,�•nii.cn s►.r;c1l,rVrrows O NJTM,,S ' I Section ?A - Aai"rl1l, G . LAD SIVITt11CFAlt Pa es 2A.1 General ZA-1 `thrtI 1A-12 2A.2 Codes and Standards • 2A,3 General Requireirwnts 2A-1 2A,4 Arrange1rr.nt 2A-1 2A, 5 211 Switchgoar PJlclosures 2A-1 . 5. 1 N•unePlates 2A-1 ZA• 6 p0ti,•or Circuit bre,,kers 2A-1 2A• 7 Power and Control conductors 2A-1 2A. 8 Connections 2A-2 2A. 9 Mstiuments 6 Devices 2A-3 Mao Instnmrent 9•r 2A-5 Mal F ui m^nt �fOn�'� 2A-5 9 P and Afaterial required 2A-6 2Al2 Accessories 2A,13 Painting 2A-6 2A.14 Supervisory Control 2A-1i 2A is Mimfc Bus 2A-12 2#.16 ractory -Tests 2A`,12 . Switchgear Arran 2A`12 Blementnrv; diagr�nt ZA-12 Transi'ormer break-or 2A-13 Feeder breaker 2A-14 13.2 KV bus tie breaker 2A-15 69 KV breaker 211-16 69 KV bus tie breaker • 0 2A-17 • 2A-18 Section 211 - )DIAL ENCLOSED BUS DUCT I , 2B• l General 2B-1 thru 28-3 21362 Codes and ,Stan dards M3 EgUipment R 42B.1 2B.4 Details of Stu'red • 2B,l 2B. 5 Of cable cbusnduct 211 Bl Bus Duct arran � `1 J,ement . . 28-2 2B-3 Section 2C - BAT7CRY A�'D diN2GCR 2C.1 General 2C-1 thru' 2C-2 2C. 3 Battery Ihsign 2C.4 Battery Orip city 2C-1 Battery q 2C-1 ' 2C• 5 Battery Accessories •2C-1 2C•6 hatte QC-1 2C' 7 Battery fife lixpcctancy : 2C-1 Y alargar 2C-1 2C-2 r JUL Z •1 1975 . s I . Section 2D - SWSTMVj(.'IV STIM STSM Pages 2D1 •-21A 2D•1 General 20.2 codes & Standards 2D-1 I 2D, 3 Drawings and Calculations 2D-1 28. 3. 1 Basis of Design 2D-1 2D.4 Materials 2D1,2 2D.4. 1 Field corajection Bolts 2D-2 2D. 5 Fabrication 2D-2 2D.6 construction Details 2D213 2D. 7 Dead end Structures 2D-3,4 2Dr6 Shield Wires 2D-4 2D-4 Section 2E - Disconnect Switches 2E-l ' thna 2E-2 . . 2E.1 General ' 2E.2 Codes and Standards 2E-1 2E. 3 . EquiWent Rqc d 2E-•1 2E.4 Details of Constructicn 28,4.2 Insulators 2F-1 29.4.2 Switch Terminals 6 28-1 28. 4.3 operating Mechanisms 2&1 2Fr-1,2 Section 2P - Insulators • . 2F'-1 thn, 2F-2 2F.1 General , 2f• 2 Codes and Standards 2F-1 2r.3 Design Requirements 2F-1 2r. 3.1 Station Post Insulators 2F-1 2F. 3.2 Suspension Insulators 2F=1 2P'•4 Insulators Required 2r-112 2Ft-2 Section 2 G Lightning Armsters i 2G.1 General 26-1 2G.2 Codes and Standard& 26-1 2G.3 Rating 2G•1 2GA Equipment Required 26-1 2C-•1 Section 211 - Coupling capacitor Potentia:. Devices 211-z 211.1 General and Number ' 211.2 Codes and Standards 211-1 211. 3 Ratings 211-1' 2H.4 Material 21-1 2ri-1 Sect1o» 2J Rigid Bus, D s ritting and impers General ° �J• Codes and Standards 2J# 3 Material ROquired 2J. 3.1 Bus I' ; 2<7-1 2J.3.2 Bus rittings / •,' ,}. 2,7.-1 2j.3. 3 Jmrx!r:, i Lv. i •1 1975 2J• 3.4 n+'nCr Piumi:had ASrturial �� ,;�' � ; 2J-1 i 8'oction 2K - Grounding Material 2K-). 2K. 1 General 2X.2 Uodes and Standards 2K. 3 Material Pquired 2K-)• 2X.4 Material Rimished by (tgwr 2x--1. Slbstatlon One Line Diagram D ^�J K149-21 F'Onae, Plot Plat and Gro y&ry3 Dag. 149-22 Generalized Profiles thug, 149-23 Fence Grounding Details Dag. 149-24 ,JUL 1 -1197.5 c „ .s . 777-77-7 v Section 2A - M1IMI- - CLAD SWITC11GUR 2A. 1 MURAL. Those specifications cover the design, manufacturing, testing I and furnishing of 13 200 volts, indoor, heavy - duty metal - clad switchgoar for use in a substation. 2A. 2 CODES AND S'TM'D;1TM, All switchgear and switchgear components shall be •desiMc*J an a r1`cate'to conform to the requirements of applicable IL'EG, NDsA and ANSI standards. 2A. 3 GENERAL, Ttl' UTWIMM. The switchgear shall be designed and fabricated complete w tt a accessories for use on a 13,200 volts, 3 phase, 4 wire,' 60 hertz system. Power for the electric. operation of the breakers shall be stmplied from a 125 volts D.C. station battery which shall be supplied as in part 2C of those specificatio Proyisiors shall be made so that the switchgear can be extended to ''include additional units in the future. 2A.4 ARRMGLtim. The switchgear shall consist of the following ntembered units as s anni a ow. If rearrangement is required, a new layout will be givea to and coordinated with the Con',ractor. 7'ho units shall be numbered from right to loft when facing tho ins'trtnnent side of tho,switchgear, y` unit '11 Transformer ;%r' �y- .,...;.•� �` Unit A2 Auxiliary •t,{ ', Unit 0, 04, i5 Feeders ; ��� JUr I 4 Unit 116 Bus Tie ' Attached with this specifications section, there is v layout,.h tr pe-, A='I j02,3 describing the preferred arrangement of the controls 'iMtrwroonts and the relays in t t the front panels. Nk)&Acations of this arrangement shall r uiia Mor's approval . 8 M 2A.S SIVIMIGEAIt ENCLOSURES, Mtotal clad switchgear enclosures as specified shall be Ih3 aor genera 'purpose type in accordance with ANS C37, 20. The breakers shall be removable from the front. Grounded removable steel barriers shall be provided between the instrument panels tand the cable and current transformer compartments. Each switchgear compartment shall include a full height, hinged front door designed for uye as a panel for the motutti.tg Of instnMents, meterz, relays, switcltes, indicating lights and' othor specified devices. Concealed hing�e constntction shall be used. No hinge shall be visible from tho outside ,,•fion tho doors are closed, 2A5. 1 NA'►lfVA11. Trgravrd namcplates'shall be furnished -for each item on tho front Of enclt sw tc`1-01r unit. 71tc ttafnei)latrs shall be �,tulo of laminated block and t�h(te ]antic trltlt Clio black on t1so outside. '11,e lettoritti; shall be not less throt inch square, bold, engraved throwr;lt the 41AUCI, otat:ttdo laayer so that the letters appears white, MWIlluto engraving; will be diotettnined latter, 2A-1 -i n w4 F a., , u, , s 7• i .. '� • " :k"S 1 'r a 77n • drm,rnit tes iul MO I'OIt'EM Cl')tCU1T PRILAYI,ILS. 1110 Mier circuit breakerrs shall bo of standatYl Flt $117a)1 �e rated on the Sy�miotrical current basis accor rag to MSI C37.06 and tlhe follotvihtg: �! I Nominal 3 !rase ca acit p p . Y 500 mva ' '•7, Rated maxinxon voltage is Kv ' Rated insulation level I.ow frequency 36 Kv 1. jut ' Impulse crest 9s Xv Rated current ) Continuous 1200 amperes Shart circuit v at rated max kv 18,000 amperes �- f:~ • Rated into~rupting time (60 cycle C�" basis) 5 cycles or less , Rated prr4nnissible tripping delay 2 seconds Required capabilities Maximum interrupting 23,000 amperes Short time (3 second) 23,000 amperes ' Closing and latching 37,000 amperes Each power circuit breaker shall be a 3 pole single -throw unit furnished complete with all equipment on a drawout type carriage, The breaker operating mechanism shall be mechanically 'and electrically free, with stored energy operating mechanism using a d-c motor and d-c trip coil. Each brcakor shall be furnished with a suffAcient ntvber of auxillary contacts and auxiliary switch contacts to pr,e.oide all necessary interlocks for proper operation of 110 equipment. Not loss than four spare "a+' and fours are "b" auxi".ary contacts sliall be furnished on each breaker, In addition, station, switchgear housing mounted auxiliary switches mechanically -operated by the breaker mechanism shall` be provided with not less than five spare +'aa+' and five spare +'bb" contacts, All auxiliary switch contacts shall the wired to terminal blocks for use with control circuits where needed. lbo circuit breakers shall be capable of carrying their rated full load current continuotLcly without exceeding thr; temperature rise as specified in the latest If?1:C and NDIA standards , The circuit breaker insulation shall be coordinated with that of the switchgear structure. The breaker nnin contact surfaces shall be silver-to-silvor and the matorials Of hahich the contracts are comosod shall be 'suitablo for the particular service for Oich it is used; the arcing contacts shall be designed to resist burning and deterioration. Snore suitable arc quenching or arc extinguishing- device shall be provided, such as dolor grids, magnotic arc chutes and baffles. Materials shall oe nonhygroscopic. Secondary device contact surfaces shall be silver-to-silver, • All removable breakor units of the sang tyre and anrero capacity shall be wired aiiku and shall he n+ech;uhic;1lly ;u}d electrically interrhangu able• Overload capacity of the breakers shall be 1;itcd us sVcificvl in Circuit ;3reakers Standards MS1 037;010- 19014, Section 010-14. 4.21 p. 9 gilt] ANSI St:uhdard Cone,litti..e C37. 010a197X euvcring e;noriency current lo,;tllnf;, • 2A-2 V7777771, T 71 977777 All broalar units shall have a brew or operations counter. 2A.7 PUKU-11 &ND W\-"11101. ,00\'lx1C1n1tS. curncosductarstshalt i)o fu mist edi;icotions for 1+fIRYfi tu► or ction 3, sw tc �& gr p according to the requirements specified in the following ra a list 2A.7-1 Klkn B�• The switc13.2 main bus shall carry made ed currentxco tinuously less than 120u amperes at 13.2 Kv and shall terry without exceeding the temper rise specified in 1li13C and h'I:bV1 standards. She bus shall be installed wit11ca,abletoi''cwithstanding the lmapletic .forces nonhygros�opic insulating supports P l to the short time current rating of imposed by short circuit currents equa the largest circuit breakers $ Ile bus shall be supplied in unit lengths 14iich Will permit the reasserbling of the units in the field if desired. All joints Shall have silvetbe$insulatedtwithsrerpvables insulating it�1� contact resistance, and shall Which Will provide an insulation at least equal to that of the bus bar insulation. Provisions shall be made for bus esand$connections,tthrough aefulldestructive Mechanical strains in the bus supports ambient tcrlperature range from -40 C to +50 C. Expansion joints shall be supplied whero required$ „ 2 Ground Bus. An uninsulated copper ground bus with a.ftmentary and 2A. , . h rryy and short t iaiirncuitt least equal to the hedathro ghsthe entire length the largest c grounding of the switchgear. All of the switchgear equipment Jibe Wde for the shall be connected to this ground buss Provisions ettaclvnent of striinded external cable high voltage cable connections bus and in each cubicle t hat corn3 Bus Connections and Terminals. All materials required for malting the connect ens etand i ircult breakers shallibeafurnished and installed t ith transforniers, All main an insulation cover equal ions the insulation of the main bggus. tentz�l current carp ted bus or c1oN a tionsdshallbbe furnislti^-d for f tha,popp h, bar. insulated transformers. . and 14irin f Diagrams: JUL 1_,gjs 2A.7.4 w rinC >;_- Tho 'Contractor shall provide intornal sfaitehgear wiring, Conrectio�rs, and L.0 r diagrams in accord:utico with the requirements of the following CC%..�. All 1Ow volo'go control and i�}stnn fnSectio wiring use of tlese�specificatlionsr shall conform to the 1•cquirementa o and shall be installed and tested It the factory. All. interior wirhil; shal l be ne,�tl�'. ho�ltcl7 Initcyi it5stiil.t.►hl� toi 111W W�ring jsutters or conduit aid 5 • 2A-3 r y r blocks plainly lettered or marked in accordarv^o with the Contractor's • connection dlagramms, .r Sufficient clearance shall be provided for all control and instnwnt I leads, All leads for oxtornal circuit u,,irin S!1,111 bo connected to totlninal blocks suitably located for corulect pg external circuits. Splices will not be poimitted in control wiring or instntnr.nt leads. 'Arrangement of circuits on tors:inal blocks shall be such that all connections for one circuit plus any spare conductors shall be on adjacent teiminal.:j, Any switchgear units that are split for shipment shall have tenninA blocks adjacent to the split and shall be provided witli wiring required ±o interconnect the switchgear units, Control and potential buses as required shall be 12 A1VG switchboard wire or larger installed at the rear of the in'�trv=,Mt and control colpartment. Switctigoar schematic, connection, and interconnection diagrams furnished by the Contractor shall be based on schematic (elementary)diagrams and connection diagrams furnished by the Amer, After receiving the Osvier's diagrams, the contracto'w shall prepare his schematic (elementary) , connection, and interconnection dingranns, which shall show the saw terminal dosiViations and the same tom:nai arrancement as show on t e"'btrner r s dia ratrs . The complete wiring of each switcligear unit shall he shoirn on an individual sheet, and all sheets shall be the s,.,mie size. Information on each sheet shall include point-to-point wiring of the entire unit shown as I-tysically constructed in the actual switchgoar unit, including %,i.'ilig on the breaker itself, elementary diagrams of control and instrument circuits contact r. arrangement of switches, and inte il wiring of rolays and instrurtknts. Elementary diagrams shall he cross referonced to terminal markings on - �" the connection and interconnection diagrams , but need not show completC r♦ "w'� . details of ci.rcuits 'external to the swltcligear, t ' Mien the Contractor's standard toimin l designations differ from those:`" °-' . required by the schematic and connection diagl-nms furnished by the Owner, '0 ( or from those marked on t11e Contractor's connection drawings submitte6 for '`4 f, approval and returned by the Amer, t!,c Contractor may sLotr. tn+o sets of I terminals dosibmations; one set in accordance with the manufacturer's ! '� standards, and one set complying with the Oki7ier's requirements., Sufficient space shall be loft on the "Niier's" side of outgFoing < <,uyminal blocks for nddini cablo cold•,• codes and ( ircrti.t niud)er. 'ilia Contractor will be furnished thic. infollNition later, which h- shall they" :nclude on his drawings , , At the HIM: the Ccwltractor's connection drawing nra tbmitted for approval , the Nner will mirk thercon all oxteiYtial circuit a1W i1r drsi ,;�tinr, , itixiuiroci, njid ;.ucll cicsignatirnus shall he act(t:d to th( cor ioctlern dro ingi by the linnurnatti '.r, 1:xcept ns marked on the drwoint;s sid>tnitted I y the Obit rector and returnedt to film by tltu A�m1ar, nd extcltiutl ircul + and 1411.0 de0gilati(Mis shall he shOM11 dri the Contractor's drawl igs, . 7A-4 r , a ' ,.I •�-...._.1.x..1.... ,i ( ' .' JUL 14 1975 MOM Torininnl 1ilocks: l,r� � ;�, : Terminal blocks shall be provided witltil:d on marking strips. 1'ont{ittal des19"tldns h the oiner shall be instyilnot lesshthacutr25tpertcent ofttllolintor- furnisiwc Y 1:ztra terminals in grovi�ied on each tersni.:al block for circuit connected terminals shall be p , modifications and for termination of al.l conductors in mbe as approved a ca , c . The arrang en,ent of connections on terminal blocks shall be as ayproved by „ the a,'nor. arttnrnt Torminal blocks shall be grouped in the instrument and control comp ient space shall be proviclea on each side of , Fact�ted for easy accessibility t,nrestricted by interference flrom structural � ers M Kid irastrumnts. Suffic P terminal block to allo" an orderly arrangement of all leads to be terWn. .on the block. Ample space shall be provided at terminal system also ibetproviiedll oxternal circuits . An adequatc raCet�'a sy for all ++iris► provided shall tin t i,uner,al Elvctric EB-5 Cl fksiwith itonshorting type 5terminals hill be bl or fi type er leads. All bloc for current tTan_ General 1:1ectric La-5 or equivalent. rt, termination, 2A,8 Cp,�;dC I,IM. 1'aci -. Dios for the entrance, svppo and cor.necti— o o r s1'ply wicl feeder conductors shall behsrovidea in accorda,tce with the requirements of the following p g 2A.8.1 Iattrance, Adequate openings shall be provided for all /c�onductLorsy M,' r insialled by the �,'xteY g}]all. }7C: entering t e stri�e]tgear. leAconduco�� of +'�r cable ent Marco shall be fall ro�to� t Control of each MiAclee ' r '' '*ion type connectors for power cable and 2A.8. 2 Termi____nal Connector uctors shall y;rovided' external gro libere shielded cable is specified for sutply or , 2A.8,3 Stress hones . rting facilities sha!1 be p hQ�.ded feeder con uctors, adequate ;l,aco and : pao to properly install stress cones on U.0 cable termination and support cable. I or feeder conductors . q Bus duct. 1Vhexo bus duct is specified for stcpp Y 2A'8' askets, flexible bus and enclosure joints , bolting all flange- st'PPorts , fi all fl al, insuintton and connections shall be provided as required to terminate t ttte bras duct . ' ,g INci'C•U\,g"-xf A-SM DEVICES- Indicating instrtn„ents shall be on, aild ,�0 1,,it t one por cent accuracy cic�ssificatiun, mwtcd s,�iil-sI'ocit'c t)T` 1� q incl►rs square grit t oxcept as othettiriso s}xcificd shall be open-ximjt iald cinc rS instn,nacrtts black ?.54 cicl;rec ,c:alc� oft a 1�ltite backs.' All ntor. incutd to bc'1,arc tlrut 2 per cent tlscc.nwnttwltl►jot�lto�trtoutoo e}Oro tile Contractor for calillr.�tion or �'cl Oil AC i,tstituncnt4 sl�,tll bu de-Aplod for Operation ation scconcla�ries.ClAu�li�arylts ot'lw1' ' sccontl:arses and 120 r�,it pntcn 2A-5 M , .� UL 14 1975 transformers shall be furnished Ullorg requirod to produce correct and pliaso' anglos of measure(I quantities " for' tine instticments, lnstnbentsdes f Shall he General Electric Type AB-40 or Westinghouse Typo K-241 . 1 2A. 9,1 Relays, Relays, as specified, shall be semiflush mounted designed for user witTF5 ampere AC current circuits, 120 volt AC potentinl circuits , and 125 volt DC tripping circuits. Protectivo relays sliall be induction or static dratrout type equipped with operation indicators. Lockout relays with 125 V, D.C. coils shall be General Electric Typo 1VL-2 or approved equal. Typo 111A, 1Vestinghouse Auxiliary relays with 125 volt Dc. coils shall be General Electric Typo HFA, iVestinghouse Type W6 or approved equal. 1 '2A.9. 2 Control Devices. Control and instnument stritches shall be 600 volt, 20 amper'g, ma tt stas rotary type with black fixed modern grip handles. Each switch shall have an engraved black plastic escutcheon plate. Switches sh?.11 boYestingbouse Typo 11, General Electric Typo SR-10 or approved equal, Each switchgear section shall have a Local/Remote stritclr. All circuit breaker control switches mounted on the front instrument panel shall be equipped with modern pistol grip handles and red, and green indicating lights using Typo T-2 slide base toloplione lamps, Bach electrically operated breaker shall be provided with one 2 polo control potrer disconnect , and pprotective device in the closing circuit and one in the tripping circuit, T7ra discoinecting and protectiyo device shall` ba either a molded case circuit breaker or an enclosed fuse pull-out. 2A'10 INST'RUAiFNP IRMSrOMEt.S. Instrument transform;i•s shall be designed for useir t imoters, ro ayI`si-Ia d iitstr.tnta%nts, in accordance with ANSI and Maid standards, Instrument transformer secondary leads shall be brought out to terminal blocks grouped for the connection of external circuits, 2A,10.1 Current Transformers . Current transformr"r thei7m' l and mechtaitcal limits sta �e coon iitate frith the short time rating of the circuit breakers with which they shall be used. All current transformer leads small be brought out to terminal blocks arranged to provide any combination of connections or polarity. 2A,10.2 Potential T'r;tnsforners, I'he potential transformers shall have a rating o not ess t �,•in`�(T vo t-t ores on a thennal basis and shall be designed to withstanj a secondgry short circuit for at least one second. Trio rating of these potential transformers shall be as specified, and thoy sliall be ' suitable for tise on a nominal 13,200Y/7620 volt, f,0 hertz system. T7re accuracy of these tr.insformors sh,111 be not 1c,s tha,r I15/�S (MA) standards accuracy clnssificatioa 0. 3 witlt burdens of iV, X and Y and M. with burden Z. . All p otenti.hl tr;misformors shalt be provi ed with current limiting; fuses and shall 1>o Haunted on trithdr1wil units so derlipte,l r�s to isulato turd protnrd the potential circuits When the rc,novnhlc cicine:nt is in the iitlly witixlrcwmt positi«t. 2A-6 1}� ti 4, JUL 1 2A.11 MI1 o > -xr /Wn Al watrNS !2I•mjj .[): Equipment and ijutortals provided shall conform, to tho follow irig requirements..20.11,1 Unit 1, 7'rnns!'onncr lirenker. This unit shall consist of the • t follosr;btg; 1 - Abtal-clad switchgear conpartment with the following equipment furnished and mos,nted within the unit, 1 - Set of 1200 amperes insulated bus, 1 - Removable air circuit breaker, 3 pst, 1200 amperes, 13,200 volts, GO hertz. 1 - Set of primary and secondary disconnecting devices. 9 - Current transformrs, single secondary, 1200/5 ampere, three mounted on the bus side of the breaker and six mounted on the line side of +'' breaker. , 3 - Auxiliary current transformers 5%10 ampere to be used with the transfo differential current relays. rmer Set of ptovlsions for use With non-segregated bus or cable duct (Specified in Section 2B) . 1 - Breaker operations counter. ' i - Space heater, The following shall be furnished and mov-st'ed on the front instrLtw.nt panel ; 6 - Overcurrent phase relays, tnvorse range, . time, approximately f4 - 12 � ere 1 - Ovorcurrent ground relay, inverse .time, 4 ' - 12 ampem range. 3 - ]Differential current relay for two windingg transformer protection completo with percentage slope and harmonic restraint equipment. 1 - 1g0k011t relay, 10 contacts, 12S V D.C, manually resot, With egber and green indicating lights. 1 - Indicating ammetor, 0 - 1200 ampere scale, 1 - Awater transfer switch, 3 phase. 1 = Circuit broakor control switch with red -,nd grcon indicating lid,ts, I Time dolay 1.elay to be used with )111;11 volfago side of the transfor'Wr ovorcurrent inverse tfine relay, '?S V 1)•C. lt,711go of ti�r,e delay $hall br O,s - 30 s�cuncls. 2A-7 Y . .e ,r. r. - w . a 1 Loal/Remote control switch. 1 - Set of reen ruin red indicating lights for 69 Kv transformer .air stri.tch indication. 1 - Voltmeter switch, 3, phase. L ''y 1 - Indicating a-c voltmeter, 0 - 1S,000 volt scale. 1 - Control switch for transformer load tap changing. t: 1. - Let of anel cutout and Wring for load to t IP p g p position indicator furnished by the Owner. 1 - Lot of nameplates. Sps,;e in panel shall be provided for future installation of 1 Batt and 1 Var trtunsducors to be'used with a future tolemetering equipment. Those transducers will bo connected as shown in the Omer' I 2A.21.2 Unit 2 Auxiliary and Potential Transformers. This unit shall consist of the fo ow ng: 1 - Metal-clad switchgea: compartment with the following equipment furnished and haunted within the unit. 1 - Set of 1200 ampere insulated bus. 3 - Potential transformers, 7620 - 120 volts , Y -r', connected to the 13.2 Kv, bus, mounted on a dra%gout carriage, -nd with primary current limiting fuses. 1 - Auxiliary transformer, SO KVA, 71620 - 240/120 volts, 1 phase, 60 hertz, with current limiting primary fuse connected to 13.2 Kv bus and :secondary t breaker connected to AC panel. 1 - Space heater. 1 - 'thermostat control for the space heaters on the units 01, l20 030 040 15, and 66. 1 - Panel board, 126/240 volt AC , with molded cash breakers 14,000 ampere interns)rting capacity at 120/240 volts AC ,, mounted and connected in the pvucl board as follows: 1 - 225 ampore, 2 pole - Main breaker . 1 - SO ampero, 2 polo - Mtchgear and bus duct space heaters 1 20 m-Apere, 1 pole - 19mitchgear lights , The following; broal-r^rs rhall bb included tar tho Qvnor' s connections: 1 - 20 augrorc, 2 hole - luattery chary l' 2A-£ -a-7 s ; . . 4 711 1 e 1 , t/Ul �•�.' ' ��-.;.+ 2 - 5Q amporo, 2 polo-AC float ��r' , `• 1 19j5 20 LQ%vro, 2 !x�.o - 2 Air snitch, T pCB 2 j . I 5 , transfonrars 20 arrgrero, 1 Polo-Building lighting and rorep'enclos, Panel board shall be according to Mab1 Stanclsrds and will all con )onents shall it UL app7bved. Provision shall be nude for armers circuits to o The follo,ting shaall i,cefu furnished and mounted on the t through o front instttirment panel : 6 - Directional overcratrent phase relays, inverse Limo ampere range, IPesti.ngbouse 'type Cf2-8 or approved ,equivalent, 4 - 12 PP equivalent. 2 - Directional overcurrent ground relay, very inverse time 0.5 - 2.5 ampere' range, IVestin house.© . g 'n'Po Cf2D-9 or approved equivalent, '' 2 - ' Aeclosing relay automatic,GR-12 or equivalent, only ono instantaneous reclosura q Lent. Itrith an auxiliary relay to prevent reclesing whono cirrc'uit hreak type Sk o is tripped by cont 1Vestir:ghtuse ty rol switch, or suporvisury control , r approved c-quivalent , 2 Recloser cutout control mvitch. 3 - Local/*Aemot0 control switch, 3 Circuit breaker control s -lltch with red and green Indicating 2 - Set of pilot hire relay, high speed, Ifest.ing�roilso -lypo IICf3 nr�a�roved equivalent with all other accessories provided including insulating truns- fornerrs, nutralizing reactors, drainagge reactors', pilot wir current ametcrs; pilot wire current control switch, and auxiliary mays. 1 - Lot of nameplates. Space in panel should be provided for ilituro instnllation of four Voltage transducers d no , throe to be corurectc d with the 13.2 Kv potrrrtial transfonners, and one with the 69 Kv Potential transformer, 211.11, 3 Units 3. 4 .' and S. Feeder Areakors . These u:r.its shall consist of the foll�naing�""""j 1 Metal-clad switchgear compartment With the foll.olving equilmnt furnished and mounted with t)ro unit, 1 - Sot of 1200 a►)ere insulated bus. Removable air circuit breaker, ; Pst, I200 vrgroro, 13',200 volt, GO . ` hortz, 1 - Set of prim,•rry and secondary disconnecting devices. 'Current transfMllor 600/5 turporc, rolaying typo, Located on thJJ bus stele Of tfie breaker, : 2A-9 yy . i. • a :i. A r.E ! A r 3 - Gbrroat transfonier 1200 1 mp°ro,5.a the b't•eaker. relaying tYN* on tho Line side of 3 - Lfghtning errosters, rated 12 Kv, intermediate to to tho line side of the breaker• ! type with 1cads connected 4 - Oonneetors of ccopziession L• ' , oanductors - 750 wj4 AL. : h�e3fancl 4�po�rs u� for undFrgxnu�nd exit fencer / copix'r neuCral, _ 1 - Breaker operations counter, 1 - Space heator. The following shall be fu)°nished and mounted on the front in`tnv�x�nt 3 - Overcurnint phase relays, extremely, 31: A , rango, comploto with 20 - SO ) inverse, approximlt,ely 4 ;3,2 ampere ampern instantaneous trip attaclu�,nts 1 - rrent groan rlanWre range, co l ay, extremely inverse, a �pnsxiete with '10 mately G, S - 2. 5 - 40 ampere instantaneous trip attaclmnts, 1 - Recicsin . o rolay, autontatic, 3 shot, one instantaneous and ttib 'tiw delay reclosuros, with nn auxiliary relay to prevent breaker is tripped by control switch, p reclosing when circuit r 1 - Recloser cutout control switch• 1 - Watts - Vars transfer switch srltli feeder currents to the Watts - Va a removable handl connected to sir itc rs recorder in Unfit' 162,Gly 1 - Indicating ammeter, 0 - 600 ampere scale I" 1 AMnetor transfer switch, 3 phase. � � Uj 1915 if � - Circuit breakor � ' � • � ' control switch with red an i '� � .J•j . d green indicatring'' �llig�'ts' . �%:•'� • 1 - Local/Renate control switch, 4y''� 1 - Lot of Jumepla.tes. Space in panel shall be provided for fuiur installation of 1 Var transducer and 3 current transducers for futuro tolcmetinsta They will Va connected as shoarn in the Owner's drawings. 2A.11,4 lhsits AG. Bus Tie Breaker. This wjit shall consist of the following: 1 - lJetnl-clad switchroar conpartine w "it with the following equipment fnished and sratuited wit .11j, the alit: 1 - Set of 1200 wnporo iissulatcd bus. Y - 110130 'ble air circuit brrakor, 3 Jsst, 1200 , 60 hortz, tu"ro, 13,200 volts, ti •2A-10 x sot of kjW1 y and secondary discontiecting devices. l - Breaker operations counter. 1 - Space heater. 9 - Current transformers, 1200 15 ampere, relaying type, three mounted on ono side of the breaker and six in the other side of the breaker. The following shall be furnished and mounted on the front instrument p'onel : 3 Ovorcurrent phase relays, inverse tuns Opp 4.4 12 a 4 mpdry range. I Indicating ammeter, 0 - 1200 ampere scale. - Ammeter transfer switch, 3 phase. 1 - CiMit breaker control with red and green indicating lights . • 1 - Local/itemate control switch. Bus differential rtllays, high speed, General Electric Typo pVb (87Dl) or approved equal. l Lockout relay, 12S volts D.O. , hand reset with amber and green indicating lights and with 10 contacts. 1 - Watt-Varmeter recorder to b6A;sed for monitoring one feeder at a time 3 phase, 4 wire Y (211 element) 1 5 ampere, Sangamo -typo Coo/CCVAR, , Cat. l90 759074-100 or approved equal , Space in panel shall bo provided for fixture installation of the following: 3 - Current transducers. I - 1,06'Out relay, 125 V D,C. , hand• resot with ambe and with l! contacts r and green indicating rights 3 - Bus differentlull relays, high spaed, General Rlectric. or approved equal. Typo PVD (8782) 2J1, 12 ACCi?S.90RIFS. The following accessories shall bo supplied with the . metal-cla -swat og�ar. 1 ' - )bintenancc closing lever for closing the circuit breakers. l Manual operating lever for° moving the breaker operating position el.ervnt into and out of :ho , 1 - Tost jpnpor fir operating breaker outside their Wgiartments, 1 - Sot of test plugs suitable for' testing the r,;lnys, ', ` i•�'� L J �' ' Y00 }x.-r cent rcplac t-m nt nn fuses. 1. JUL Z 1975 4 • t' •/ • I••7 �G•x.. � ' .. to t-: ty�. ps. a •• \ •. w. • FPO, r/ / ? R •b ► •'too IV ,R)rt, , .it ./11. !/ Ij/p S'h/ SY'�1 fay S�, SR�1, SSIY Syr Nn, Sf/•F � 14Y• 4••/tt w1� [r`' •+1 1/ • ,t �J ,iy�t4tera �n>'.wragr� rremcc► ( vrrmcrrara>�;. ':�vc..n'n.� dal .•.';1 .+.. {` ! a 5j r:� ► �� Lr4 � `•r ..�/ •1 '!t •1� it � L�� fit? N ".IRL al .�� itl .0�10� 9!1!»'w1-.. �S'Jii`.@• •.ft it��TJI�.!'. _Y'•.7ff TS!t•tS 7S'L/t•T1Cttw I.LI•..I•• IY• • �.. 9 • f [i+'J CL�d C'D • f = / '• y; ♦.� r� a ;�,•N 1• • , �. T T a.R.l Cpl ►.��M ., N i L . �• .� � ,cam Y'11 . O t;a. /ti �• '• L. il:. r ;4 �IIt1 t r ' It r11 , •Ir ri It I II r r IMI' fK•ryt Yw't•N!. 1 f / N'1 t , L 11 11• • , t . ,, !/11 •T•ttll Np•!tt '�, !, v'.r, ►t Rtr!T ! %vt s 4 Uw, w f t.N.. n i ..•.. 1 • • 11.t N IJI tt 111 tf PIMA • • r1! t♦OWIR , !i,t 1•,lbtt Af ..i• . 1'/. ••t 11•i;rt•It+ I f • ' 11•0 tf•••1L !! • ••••1 e , • ' 7• ' �y • , :' •'', i+ 'j � .�• �.• � 1 / / 1 ' •.rq' . •r /. t`f 1•.9 t•'L � r + � � TAN!' tv's'C•t:AR7 `� • i • V•7 •//• tt.t•r L'<' L•'f �'• Ire.• •.��.."`.�'�ii.1 .1;4�L�1 • � . . . _ _.../r jai - D!' i+ ''F.'� '.'� k k , i ce .� 4 T 3 4"t ►l • 1. ' 31• r,s r � 43 5 6 43 6 4 43 S 8 436 86TI 10 10 �t' i Ij � iii ;r� N•h � {- ' . 8681 0 TRIPPING i:. . . ... . . .. x 1 R DEVICES c 96T1 1 } 52 62 _ } {{ I ` TO SUPEAVISORY TO TRANSFORMER •�, �,S2 S2.2 INDICATION DISCONNECT -CST 13.27 13.2M _ 62 b2 tvlITC14 1 J. 62 � 62 � CLOSING L_ J OEV3CE5 TRA"ISrORUCR OARALLEL AUTO NEGATIVE OPERATIOq 1 SUPERVISORY 13.2 KV TIE 'BREAKER CONTACT .:� 52 62 i !i 13,2 I I 86TI' TRAIISF, 01 LOCKOUT RELAY • , ; LIS TRAYS►, ,,o I DISCONNECT SWITCH Z.2 13,2 KV FUTURE TRANS. 0 2 TO TRANS, TO 13.2 KV MAIN 61 OVERCURRENT RELAY 13.2M MAIN BREAKER CONTACT MAIN BREAKER BREAKER SSSI 'BUS 4A 1 ,DI1f, LOCKOUT' RELAY 43 S LOCAL- REMOTE SWITCH A 69 KV TIE 2REAKER CONTACT a �. 697 � ! „ , a -:r a 3, a x.. ,• r31 .. ,if R!�y 1 7 ' + i t •5,.r , .e'�C'`l •S li.�►p'�"'t,'.. /•� r�� R„Grrry , }�' �e--Fit LL I 435 �J 439 10 r Lj `» j 3 CS •..�668x ' _ ` ,,n `�I ' S; Vo a—�T O r I } ' bd CS N 2 SUP(RVISOAY .. E p ° - R O INOI.AYION ea 43. •mac 52.1 4.Z.I G9f_-r 13.2 1A 13.2M J • 62 ; t 62 52 62 ' .• f9681 � •' &3Bx . TO 13.2 KV TO 13,2 KV T RAN S.;VI TRANS, id 2 MAIN BREAKER MAIN BREAKER ' +lO5ING TRIPPING U;�VICfS 0tVICES } Q SUPERVIaORY 43 S LOCAL REMOTE SWITOk ; ,L 69 KV TIC BREAKER CONTACT 61 OVIRORRENT RELAY 6 ( 62 i r;j:,L 13.2 KV TRANSF, v 1 MAIN BREAKER CONTACT • 6661 , BUS 01 LCCXOUT RELAY TRANSF. 'PARALLEL � 1 ,1312`A 8682 CUS +/! 2 FUTURE, LOCKOUT AUTO CONTROL 13 2 KV FUTURE TRANSF. 0 2 MAIN BREAKER RELAY � I � 13.2M CONTACT + • r � 7 I • ♦ I '��:.� i�+ .'.4^ 'r _ .::f,� r i ,i�'} syt'a G Y. ttr ) rt ✓ E�: �' 4i. 1� ' . . ..'. •y 1 a ., t .o i., � y.)r ' . V, v � 7."(. V J VJ � ��� 'r.•. � •: � K . V,fi r T'�«. ,y .l . .,: •� � �t ��.� Yey ..��, V 1 ,. , r . +,.i•,Y �� {� mr y ',fir :'�/� '4 '�'; ' .Y;rr•I: 1 h 10 y u 0 a•13 CS 4 ' CS ' 3 2 I > s�'r N �- sa - O to see 0 .4 T a r j . 3. 211 ; --� I ' A 3 �Y7 221 i 43R F1 . la y, .4 ' A. 1 J 8681 SZ > 3 - Y13 . N h » 9 r'•-- I '•-- I 50 7yK , 5 CS 16 IS a TRIDPIka DEVICES fl ,F., • .;=:' :) 8 6 P 4 S4 79 �Y '..r `• 7 cn -CLOSING '7+ '' `•; DEVICES 52 • 0 S2 tr..J•, .,f ! �� t • Q SU?EAVlSOAY ,, ,' i � ;'"4"'�•- , � t � 1 79 RECLOSIt:O RELAY, WESTINGHOUSE TYPE RC OR EOUIvALENT I f • • 50 IN$TANYANCOUS OVEACURRENY RELAY 1 I I 91 CVEACURRENT RELAY • t . 43k RECLOSER CUTOUT SWITCH i � I ;• • •43S LOCAL REMOTE SWITCH S 6661 BUS 061 LOCKOUT RELAY E � • • p ow I:y, • �y h ` .x n ;af ,9(: 3 84r 10 I0'; 5.1 y �3 2 �• O _rr r_r ..r r _ T IT 5 I 4 67 67 87 a Y t0111t 43R ""`4346 435 I 10 10 I 7 3 0 Pw tav 2635 . .�.. . I S% 179X2 43A . 8 435 35 ul 1 I 9.1 1 p N 9 I rw ?Y 1 79 { 86T LOS I 7O 3 '' ; r.r r r i • {� j {� X R 79221 { I b : 1 1 7gg 2 I t 70 I A I N 52L0 5272 I � I 8 1 � 7 � I I . .:::r , • pt r t I 2 I 52b I 4 78 1 1 I E»..» » ' � i s:• s'? I ' � 79Xi I ( X•0 i 1 10 . 7921 i �S% +•c,G � i 636 E + 626 cr cn L•r _rr.i • 2aa SOR12 b% 520 5271 5 i:• { 52C 5274 627 635 627 •'� ' =� f , h I' SUYERYISORY CONTROL ' LIS TRANSFORMER OISCONN COT SWITCH, USE ILIS FOR TRANSO 0� 1 O AND 2LIS FOR TRANS. et 21FUTUREI 43R RECLOSER CUTOUT SWITCH 43S LOCAL REMOTE SWITCH 867 •` TRANS. LOCKOUT AEIAY, USE 8671 FOR 8U8 01 AND 8672 FOR BUS 0 2 , 67 CIRECTIO`AL OVERCURRENT RELAY 07 P PILOT-WIRE RELAY V/ HCBI i lI i 70 X,Y411 JiSCLOSER RELAY Q TYPE SOR•12 792 RECLOSER AUX. RELAY UW Sx 63S' PRESSURE OPEAATED CONTACTS , 4 N i Y � ti T+ 1 • { � n . .ti , Y• VAS'.:d. k' •'�� 4 �.: � Y liv � 1 �,�� 5 •'`M '�S'' e u 3 T.S. , 06T1 /IT2 k O d 4 2 C 7� 435 b� 435 , I C ZS W . r I '"" 435 6 ' 431, 8 4 C H 2 b � ' 86TI ILts , G > R G �r •�•• • N - -- • t: '' A YRIOFINO DEVICES f • b2 62 ft ,j •� ,•1 • CLOSING DEVICES ' '{ ;�,�,,• . Q SUPERVISORY • /6T1 TRAW. 01 LOCKOUT RELAY IST2 FUTURE TRANSF. 02 LOCKOUT RELAY ILI$ TRRNSf, * I DISCONNECT SWITCH �. 2LI5 FUTURE TRANSF, 0' 2 DISCONNECT SWITCH 43S LOCAL REMOYE SWITCH s it Section 213 - wrrAL maosum nus Duc 20. 1 (BIM-1W.. 71ieso specifications cover furnishing of 15 Kv, 1200 amperes , I metal-ertclos� e1;r)tonsegt-ci;ated group phase bus duct. 211,2 rhrMS AND S,AA'1ARDS, Bus duct provided under theso specifications shall be in ace<<i• inco i0ffi appTfFablo specifications of HIM, MIA,, and M'SI C37 ,20 Standards. 215,3 1PMi3q I_�U1R1:D. The following group phase metal -enclosed bus duct egwipment Stiall be�?urnished• 22.3,1 Rating.ting. Bus duct shall be furnished with the following ratings: Voltagfl1 volts Qarrent, arpores --VrDUplSe Morren't No. of %ninal Cortinuous ,r(AsM.J. Conductors 13,200 95,000 1200 , 370000 4 28,3. 2 Length, Bus duct shall be furnished according to do following details: Locatior. aibx. Length, feet From TO !3o2 W Unit 11 Ot,ner's Transformer 20 Suritchgoar doscrib- tonninats. Federal ed in Section 2A 1439tinghouse 12/16/20 WA 213, 3, 3 Arrangement. Tha arrangement of the bus duct 'is sh(mi in page 20. 3. Specified-'7c eta1ecT—information regarding the Arrangement will to furnished to the Contractor followvlg award of contract. 28,4 DBTATLS OF MNSTRUCTION. Tho bbs duct shall bo a giodp of rigidly supported su atec'fc`opp`oF Gars assembled In a metal enclrCulo and designed to satisfae.torily carry rated current continuously without exceeding the tonperatuiv rise specified under 11iCC and ANSI standards .' The current carlying capacity shall be based on actual service conditions including skin and proximity offects, and tho effects of insulation, steel enclosuro, rued an anbient temperature of 40 C. The bus shall be shipped completely assembled in section 1611,ths of approximately 10 feet, 2b,4,1 Bus Conductor Joints. All joints shall have silver-to-silver convict surfaces tind s uu lcinsu ,tted with rosnclvablo insulating f ilingS which will provide nn instAntion :it )cast Nrlual to the bus innst'IL n. The contact. scrf,lces of each joint shall be tnachittcd before silver plating to tninanixo contact rosi.st,mico tuui heating. Bach joint or splice shall conform ``p N1.1.1,1 50- 1,A..0'�,, ,;� JUL 14 1975 � S sa w, 28.4.2 1s�ts randl1ct01' T»su]atian. Tau$ conductor insiilirtion shill lu+ u araterial (IFS-f-15 70(r-110-776—ry co , rated Volt 1 dod conductor. 1110 MOldcd instilatioli shall ha�oLa hid isrosixtUnco the ont nc surface In contact Frith the conductor to eli,nin,►to corona d,umapo to thensutrttion. The bus shall be installed •lt1; nonshatterablo instilatin St withstand tho irolnetic forces imposed by short circuit curt 'ntslts designed to 2864, 3 liYallsion Jaints. provisions shall be rmde for bus oxpan!;,9.on to undosiraM or c est>;Yrct{ve mechanical strains in the bus supports n1ld cauieci . I n through a full ambient temPoraturc range from -30 C to + r 1 ?'oven) Shall be supplied where required. 50 C. Lx ,ansion joints 28.4.4 enclosures . 711e sections of bus duct shall have nonventilatJd w p:ooL enc osl ��es it )h the thormrstetically controlled spaco hcatin equipment cathar- tequired to maintain thh inside temperature of the enclosures above the dew point. Space Treaters shall be wired to the space heater supply source in • switchgear. 28,4. s T'orminal Coordination. The Contractor shall supply the complete bus duct system alqu re nc u ng allparts necossar), to make cornpleto'nelectrical and mechanical connections between bus duct sections and the equipment to which the bus duct is to be connected. Connecting parts shall include All fixed and flexible connectors required for connecting the bus to equipment, including terminals in the indoor metal-clod switchgoar, connections to the switchRear enclosures, and connections to the transformer ,terminals in the flan ed tlur�aE of t]v3 9 leer transfornmr, The Contractor shall coordinate the tormination, at the transformer with the trwis- former manufacturer. The name of the transformer the will be furnished later. 20.4.6 Transition Pine es. All necessary wall flanges and barriers shall be t. included tr t e us uct. 28.4.7 ��rts, '1110 bus duct shall be designed to be self-supportin . any supports are roquired they shall be furnished by tho Contractor, 8 If 28.5 i REASS'DIBLED CAnl,L T;IBS 11UC1', PreaSSenrrlcd outdoor t cable bus`7c u`ct n�,1y e�iid"as``C1z�nta to t;te nonsegregated ductl'�ted specified herein. , Voltagpe and current ratings, lengths, applicable details of construction, and duct, natian batti�cen equ�.pmcnt shall be identical to that specified for tT duct, �e bus 29.2 i OLDO. WAIF UUS Duct f' �o'OIAr ' r-- 20" AO" r 1 1 r !GO" 13.2 KY '--• -- .._• • . S�VITCIIGEArf I. SLAB G"T0,1S 1 ; 1 + , 181, •.-._-r.,,�,_,� ^— • 1 ..• + / 186" A� ' Vr � tirlr v v 13.2KV ! ylV� _ s $%VITCIIGf•AR 1 1200 AMP I GUS DUCT ` 1 1 J � ,j , I, JU 1 1975 1 WALL 1 • 60/13.2 kV SUOSM'I'UNS I h I f f 11.x._.-•.!. �- • � ' t q 1 •'-'�•-r f"1Ay hnlwin+ wo•�.. ��_ • Dp.M4T41lNt or 1111IIUCUIH�r'- �rrworlell` 1 CITY or DI:NTOII, TEXAS S, . qa R .rA ,p + a .r �;l�s' - �,. • a ` '•�.' •+x +has q,_.4�11.. .:y .7 w.r rr,R; . 1 SIB; M 2C - PAITITY MD dMMIR 2C. 1 ONI:Ib11o, 1110so specifications cover tho design, Irrinuracturing rued furnishing of'ii 12S V U,C, station battery and a wall n0lultod battoty I chargor for substation operation. 2C. 2 RA1`HAY DRSTM Each wait shall be equipped frith explosion resistant vents, fifio u `s slia'I7 bo equipped witlt safety vents designed to prevent 'internal explosion rind allow for the escape of bas but to trap and return to the Coll any spray, positive grids shall he c;ist by a process oliminating possibilities of impurities, dross inclusion, undue anodle corrosion, or mechculical woaknesc. Specifically, they are to be manufactured b1 some Process othor than "die ' or "pressuro casting". Each twit shall )o encased acid - tight scaled, heat resistant plastic jar, 2C.3 DWERY CAPAC17Y. IVhen fully charged and at a temperature of 770F or 250C.,`the b ectro yto being at the proper level and of a proper specific rallify Of apprbximatoly 1.200 - 1.2.20, the storago battery shall ?h,,ve w, hour capacity of not loss' than 150 amps - hours; 3 hour capacity of not less than 114 amp - hours ; a one minute rating of not less than 220 an,�s to a final voltage of 2 . 75 volts to obtain a total ndnirmun voltage from the batteries of 105 volts. 2C.4 1><n'rMRY 'TYPE. Battery shall be composed of 60 individual single lead calcium its. ter proposals for different type will be considered upon approval •by the City of Denton Utilities Engineer. 2C.S M1.T.RY ACCESSORIES. 1horo shall be furnished complete with; One vent mounting hydrorrlater syringo corn;Aete with suitable specific gravity scale with single point scale dimepsions. The syringe shall bo of` the offset typo. , Ono small, 6 inch mounting vent hole thermometer with hard rubber vent Plug and specific gravity correction scales. Lead platted copper lugs, including disconnectable compression type connectors for external cable connection. • r. \.•�• •: 1 I 1 r Liftiltg strip JUL 1 ,,� l 1 1915 1 �, Cell nwnbers ,� One set of connector inches for lead covered nuts—', '~ !� LG14PA Datto�y shall includo all necessary intercell connoctors, connector bolts, ferrninal lugs , end a taro-step stool. rack assembly having uiaximtun dinx•nsions ' of !1•'�'!/ x 3 IV. hack nsscjl�)ly is to be installed in center' of buttery room • with walk spaco on all sides. 2C, (4) IRAIiITRY 1olr-fl 1;1TECTAti'CY, Wsilnts of battery shall be of such that life axptctaucy tiTin�,'f i cc 1'-not 7`r'ss th7n tl,`cuty year::. IVnrrality pericul shall bo stated in thu bid, • 2C-1 I W' " 19 kPfr. S! vA T .,• I M1 it 2C,7 �1sA1'IlIIAY. Q l ( -Ili Battery charging oytllpnont shall bo fully autanatic, full tira o s co1Y ' r ct !'lor type• '1116 clOrgor 4611 ba dosip ed tiAd constructed to indii'Idually st )ply the nonnai load uund charging loads !'or the battery to be furnished rand shall have the follwing fcattires; (a) AcLoulation of the output voltai+,o within plus or. ntintts 1 .0 percent from t:o 10A to full load capacity for variations Of plus or minus 10 percent on input voltage, (b) Potentiomotors for adjustment of float and equalizing voltage, (c) P(wor and control circuits shall be proto%;ted from volt.kgo transients by solid state surge suppressors. , (d) "Fail Safe" circuitry to olitainato charging current in too event the charger voltage exceeds 2, 35 volts per cell , (e) One direct current voltm ter uund one direct current ammeter each plus or minus 14 accuracy shall be furnished. Circuit breakers to prevent damage by AC input and DC output overload current shall be furnished. 1`,9) Ground detection switch with incandescent• ltitnps having a clear Jens shall be furnished with spare sot n lanq�s , (h) Tho charger cobince shall be ventilated and 'suitable for wall mounting. Cabinot shall be Painted ASA 61 Light Gray flat, lustreless paint, Iho design shall porMtt, cosy wiring and component accoss from tho front, (i) Terminal blocks and space foie incoming and outgoing circuits shall be provided for entry through the bottom of the charger. , (3) Convection doling only is pormissiblo, no fans. (k) No vacuum or gas filled electron tubes are pormi.tted,. • (i) D.C. output filtering shall be provided to minimize tlto ripplo content of 30 millivolt MIS or less. {t�) Adjustablo high and low voltage alarm relays are to be furnished to signal high turd low DC voltage conditions, (ri} Charger shall be capable to opernto on 120/240 volts single phase 60 hort 2C••/. 1 Rr ttcry Cluirger Ct1 ncity, Itattory chn 'gor shall have a continurus ratrd outp1ut oi" 2 angio:es ar Is2.0' volts D.C, with 120 volt AC st�prly�, Battery c! arger shall be capriole of operating at current lineiting (1201%) continuously, at an ambient tenr oraturo of 60 drgrocs cell tigr,ndu, JUL I .l 1975 ` .. Socti.on 2D slAls�rm v srrr;i, S1-PjX URrs 2p.1 Chi lj'IN,, 'I1joso shocificdtions cover matorials "Ad fAhricntion for substnlli n s Col Stlucturos, .ho stnIctures shall be furnishod coliploto with all fiaid connection Dolts required for orectingg the sttl�ctures area all bolts required for Mounting the cquilurrent furnisP t i�sti other sections of tl'oso Specifications. 1111a stjaactutos Will be installed in ,ti City of All Denton Substation. shalleireing and �ielcl'ing gt►;t]ificati.ons required by tljeso specifications porfonned by an indopende,it testing laboratory retained by taro Contractor and approved by the o%mer, 1•.11 tasting and qualification expenses shall be paid by the Contractor, 2p. 2 COltr„g !N1) STAh7)AItDS, All material furnished wrclor this section shall can orm to t rT'c al l l'icablo toles cued snishedds of the s section societies and orErnizations listed in those specificatio;is and to the Specific standards mentioned in this section. Reference to technical societies or organizations in accordance with the following list; may be made by abbrovi ation ' AISC ATSI• Ylrnerican Institute of Stool Construction • �I American Iron and Steel. Institute ASCE American National_ Standards Institute ' ASTM American Society o£ Civil >vnginoors ' AWS Awrican Society of Testing and Mtatorinls` American Welding Society 13xccpt Ks otherwise, specif'ically noted on tho 'drawings, or specified herein all materials funz,cl;�d and work porfnrmed in connection with substrit er structure work under this section shall ba in conformity with the AIt [ , "Manual of stool Constavct.ion, Sixth Edition", 2p.3 D12I11VI14(S AND . erection a a . r��a erausn vi" islie�c1i der thisssectionrshail t,. � field checked, and submitted to the Owner as spcificd in Section iC, prepared, Design data small be submitted which shall include caiculatior,s shoring the adequacy of each rmniber and connection, the reactions ti 'the existing structures, and anchor bolt stress calculations. i110 calculations shall include gground "no reactions (shears) moments, and axial goads) and all other design data required for the arnorrs foturdation design. Uesi to the 0-nier as specified in Section 1C, FA data shall be submitted 2D, 341 BASIS OP 11rSICV0 Substation structures shall be desi fpled in accordance oftrrot less G"M Tat 8c, unless of rucdstospecified P A momentary current fault conditions, nnino stresses uidar . . • , { •r r.Y .rM 1•ryy •. �' 3 JUL 14 ^Y `•Y 1 • ��� s f ti ' � : yds. uy � . nn . ;. 7 177 771F., lc:rl d1i� Iu. Lltne a: .Sti7tutur1L•:; niticat 'tits , , lu,t�J rettc.tl Yo t��rc•:rtl f a ow };oI . ,t c,t• tiia i l'ol l tdtri;rrr,�nt ,' trcltt,lln�; ;rrt ls•c txiutl.:,r•r,l , �h:, ! ) 1•t• I1:'•: t� d LCD rt rtxft.»s,t oi' lilit,u' t110 t:lt•urtul•6 ;rtd sitnss r.��:ulftiln�. 1'ci :lcrl) d('riaet.iuir,� of. slrtW orc•�}ttrhli�lrttsluld i.11LIaimun • �c tai ' ice t.ctnvl to om, sh:+11 b�, linitcc! to 1 /7'.'1 of tiw sl,;ut, '11;11f t}.a• rcaii;)rt ut• the st :u.:turo I 2p, 4 11.111,14):It All 1:N;ur}als shall be t1c,r ntrcl tr;;;l;,r,�t3,Ml utd shrill confoint to itoYtiitius::tlti(,' ;�•ti ::zl'�f standard stlecificat1or15 ;,:t�1 flip falloc,ins Stc��l shap:s and plate's Agm A CS h'al.ciinr o?c;tree :$ &Ml unci AKS spacificntlatts Class >-70 sories or Grrtcio GannL•Ctinn bolts anct bolts i for equiptv:n; t�_ : tting ASIM A3194 ; hoxagon bolts ,mnd'nuts, flat o> bet•oled arnallcrs, and 1%cLeat Ogg .`', l- Locl. VIIL ill,,lo•l:ir;�; cl^vI /�l l bo1 t ing nlaterlt,l s slrtll be . galvoni tcl • Galvanizing ' Shapus raid plates A5111 Al23 Bolts Galviinized as specified in MIA A 3. 2!). 9.1 Held Ca:tnection Bolts, )'i01c1 co:tnection bolts rhail bo ftrrnisl:ed £o'r a] 1 structure CO la ronttcctions Find cctuipntent macetting With all ovcr;rF;c 11 of S per cent pp:us five bolts of each t}jtc, size, and longtW. 7)te over,11p Of each bolt sl/all pYo> fdc sufficfettt ptbjection of u-aslter, nut, ;utd lack-nut, Smooth Raveled washars shall be ft m ishad for, use 1,h tt the beating faces • F' of tho bolted parts will have a slopo of 1:20 or greater whit respect to a Plano ;tornlal ' to tho bolt axis. 5 FABRICATION. tho dim ins ans, ur ieSt�csi lxob tr,cc, fecl s-isnhcon nl'fonity t,'ltrange sizes anceig hfyo `bot siaolnated on tr0 aI;Im-eved fa')ricctio!t drawings. All ttct With i ,1 bcotnited ttnlessor:h0rIsc noted n thodrawngs orspoflt ations , and delu f ls cicchcrein 9110 stn,-tures shall be shipped nsser411ec1 who shfl� ting conditions pomit , i;ach 1lictcier shall furni=h with hxs proj,o•;cl, tuul0r LfsO 1n;iJirt !� a list of tho stru_ture itelaq that 1,•111. rcquiro field assc�ni 1� 1"0IU5.1l. It�ITi1, tho s11i1>ltini; s^cticns . S11ten proposrtls tiro st,lunttted- ithaut stattcmencat �Ju desrribInfi sc,;tiorl:,l sht,)r,X"tti, it 1,•111 lk0 tntdorstood that no field ;t4;,ombly of thu stt'cicl.ul•0's will la rcquircd, • lt'i,cn c)ri i piped, t:;:�,�:;ors alu,? l • c)cl'or, .a;}u:�y, he s•tt;nif;ht, frcc fro:- ��at7�, hcnds ,• or ks% al llul�s ;.r;;: otlrar prut•1a'iut:; fur fivid .oi,ncc•11+.at: ;.hall 1 . �acxur`+ta 0;1c1 ;?rc,)t checi:0 sa that h1wil the gttlrr.ture is firid n�ccr,, ,lr,i, Irx, for fit t,•, 1 ! be tr�t •:r: 1. 'l , }�1 . , , 1 lotrr :shrill ?,c� ,tnrl } in �111 , uutthcrl r. chtlltnt�, • tkv rc•:sitirtg of ihc� ht , be I'utr• 1;:,)�.;n1t : liti;. . •; JUL 14 1975 2n-2 tii r R.4 tit, E ,r, . xnsop a'tIo flume cutting rind chi i.n 441,111 INo dono cnrofully anj .'rccurate pp r. �seplatos , fillers st ffor•:rs turd connection plates shall )�o ncrrtiy 1 fitting; awi s1ru11 Writ Iravo raggccl ed s ) . bptabun) at r1�1rt nnGlos" to "tho�surFaco r�ud p1�llCn�ntlho�nlcloIor�enlnrgedr by burning. i lcs shall be clears-cut �rithout torn burrs rasultin;; frc4�r drilling or reaming operations�shaF)� edges, and the in•op;r tool. removed w!tlr Solt holes shall be provided for future additions to the structures and for mounting equii}ment. conduit , and grounding attachments as s)ioi,rr on the drawings. h Shall be t as otironviSO sa noted on the drawings or specified herein hall ail woldod and field connections shall be all bolted, , shop corur;.ctions IV31ding shall he ;k • i performed using only those joint details which have a pre- ' Qualified status r�?ren performed in accordance <<'ith the Society code, All melding procedures and operators shallb�cgql�I ' b an independent testing 1lboratory in accordance with' ANS St, 91131 Procedures. Accurate records of operator and y be >rcaintained by t)re Contract.rr and shall be available to the a,nealrircation procedure qualifications shall All, wolds shall be continuous and shall �loYelop the full strength Nn of tile least strength component unless otheri,fse shor,m on the drawings. Co Shall be thoroughly cleaned before welding and, shall be accurately f'itte and ri idly secured in Components stren h weld without drsition Baringg welding'to nrovido a sound, ,full d and all be thorou 1 stortion. }gold surfaces Shall- be smooth and unlforra f y cleaned of all slag arld flux before galvanizing, Al stool matorinls shall be hots shall be prepared for dip alvanired after fabrication. Abterials a•*rd dried. galvanizing by being properly cleaned, pickled, rinsed, All structural mcrnbers rind parts shall be plainly marked, as an aid .in assembly, with the identifying Durk on the member corresponding to the Identical mark on the erection drawings. )kirks shall be 'metal sttvrmed into each member in characters not less than 1/2 inch higfi. Stalrgri.-e shall ea done before galvanizing, but marks shall be clearly legible after ggalvanizing, `• lbrks shall also be painted on r�rith nonpermanent black paint in characters not less than one inch high, • After galvanizing, +,he galvanized members shall be inspected menbers, if any, shall be straightorLed, and warped 2u.G COAIMUC'PION DETAIIS. Substation stool structures shall consist o£ liifrt`ninp, a luster, sw tch stands, coupling capacitor, potential devices, stands and bus supports. The bus Su-)port colrMs shall be of colranns with plates at the top for securing the bus support insulators, and base plates nt the bottom for . �, the colrurms to the concroto forurdations, ;/ !; A ( JUL 2D-3 i. rrr yu r.r' A i 5 J.. i' •'a• k A,�.. }t :r! p'r`L I. p, ' 7 'j-7 , 91ie stands for disconnect switches and potential devices shall Igo €ab kntod from structural st•cel and shall be suttablo for supivrting the associated cquipW.nt. Stands for disconnect ,*witches shh 11 utilizo colulm s similar to those 11sed for bus supports. i Individual stands shall be 1mvided for each of the (6) six lightning arresters. • 2D, 7 MAD END S1'RUMIRCS. It is the armr's intent to dead end the iinooming Rine co -- aors to the line side disc=ioi t switch structures such that the cKmAuctors shall be 450 to 600 incoming emgg e plane, ahabove iho horizontal •t s 2D. 8 SHIELD WIRES. Shield wires will be installed by the omier and will not attac to - le structures in these specifications. N • j 21)--4 �Ih� I r;;; JUL 14 1915 X, ' Section DISO(WIT S,ITTO 11S T 2 1"beso speci f lent lons co-,,)r ivinual gr(xip disconnect disco ect l�t switchost uerinl , and accossbries, ltchos specified shill be f0iiished complete with 111 nccossorles ready for mounting on sub.",t(ttlon steel structures. 213,2 ODDTS Am) ,Trmjwzps. All equipiient furnished undel- these specifications shall ZORFO-ni to rppTiffit-file standards of XNSI , NINA, and IME. E RNFNT FAUIRD). The following disconnect switch equipment shall be 2E, A U11 V Wro-a: Item 2�„y Item 2E_2 Quantity 6 2 Current, ampores Continuous 1 1200 600 Wmojitary 40$000 40,000 volt4go► W 69 69 Insulation lovbl, W, (DIL) 350 3S0 Wunting Horizontal Horizontal Operating Mechanism Mmual Wtor Oj-*rated 29.4 DBTATLS OP 6STRUCTRIN. All disconnect switches shall be three pole, single throw, outdoor group operated, complete with bas6s, insulators, contacts, terminals, blades, operating mechanisms, and counting bolts and shall conform to the requirements of the following paragraphs . Too switches shall be vertical air break type. 2,E.4.1 INSMATORS. Switch insulators shall he station post type apparatus insulators coiMorming to NEM Technical Reference No, 216 and Section 2C of these specifications. Each insulators shall have a 3 inch bolt circle and a grey colored glaze, 2E.4.2 S111MI TERMINAL. Each switch shall bf% provided with spade typa high conductivIty copper or copper alloy terminals dosigncd to carry rated switch Current continuously without exceeding NDik or JECE temperature rise requirements. Switch tenninals shall be furnished with nct less than four holes located and sized to conform with NIMA SGI-4.04 M(Ldiremcnts.. 21;, 4, 3 OMIRATING W-MIANTSMS, Ench operating mechanism shall includo operating pipes, -t-C r-PT1-a-i�0—,4rTM5T-E7E56uplings, guide bearings , pround braids, mbVJ1tl11g rnckets, opornthip, h3ndlo, padlocking -IZicilities in both opon and closed positions , mid offsets required for operation from tJio grr=ld. 24-1 ti MCA operation; mechanl an 01;111 bo the torsion typo desf Feed nn4 fabricated to provide a minl,ntrn of deflection in any nrmber of the assem'�led darts i when operated and shall not require nn operating for•co Froator than SO pounds. All lovers and operating rods shall be cut to lea t11. . threading operations shall be completed at tho factoty.�lSIlitch b,,ises,l operating Md"nisms, rods, and othor steel parts shall be hot-dip galvanized after nil cutting, threading, and machining has been conpleted. Each motor operating mechanism shall be suitable for use on a 125 volt it=c system and shall include a molded Cass circuit protective device, an 'Open- Closo" push-button station , contactors, 120 vo),t a-c space heaters, at least four normally closed and four normally open auxiliary switch contacts in addition to those required for control of the motor mechanism, and other devices required for operation. All devices , contacts, and ac�uipment shall be mounted in a NDIA 4 and wired to terminal boards located inside the mechanism housing. pack discorn'Oct switch shall be ecluipped for imual operation without disturbing thO motor operating mechanism. t S( •4 lr� � At SoCtiorr 2F 1N8lllr11n12S 2tm C��\7:1�1f.• "Oso specific.�tioris cover insulators for use c;t tJic substation strtktuos l ecified undor Section 2A. 21`'.2 coilI A\'p S!'A?,Ili pS: /�!1 insulators f�:;nfshed tutdcr the ci s1ta11 coil o ��to ie requirements of the latest apj�ifcr:blc standards of AN 7IL[3, �! hry ,y�, I>c fic.7tions ' SI, 2l.l !)t9 pa a IrrS-:- ' Insulator desist requirements are covered in the follow ng n,'tx•agraphs. .2F.3.1 STATION POST ,[�SUI,ATORS, Station in accor�T"MC t,• t t'T�jorlti n� Station Post 1))sUlators shall be Provided Withstand, KV lntptxlse 350 Law frequency, dry 23S Low frequency, wet 180 Bl.ctrical distance Inches Aking 26 Leakage y72 Strength, ' Pounds Cantilever, upright 1500 Cantilever, underh'ung 1500 Tensile 120000 Comprossivo 25,000 Tensionproof 2000 Bolt circle diameter, inches 3-MIA TR 216 Porcelain color Grey ' Those station post insulators shall be tuecj in switch- stacks and bus supports, ac 3.2 SuSPFA'SIr1V 1HSULA�` Suspension insulators shpiI be provided In accordvtce tort Z i'o'�olluiaxng regtLirements; Aianictor, inchcr 10 r 1.c,�k;tl;e distance, J ' ; � Inches 11-1/2 '' , JUL 1 # 1915 , 21�-x • v a` comd�incd 111echanical and electrical`'strength, potulds 150000 Mechanical impact, inch 1 pounds 55 Tells ionproof, pounds mininum 6000 7�w Ball and Socket Poirelain color Grey Theso susponsion insulators shall be used in strings of seven units per Phase conductor to dead-end overhead circuits at the substation. Each insulator string shall be provided with a Y-cicvis ball , Ohio Brass No. 82857' or approved equal, 2FA INSULATORS REQUIRED, Insulators shall be furnished in the specified typo rc�qu r`co to _PWO3v'de'a complete installation in' ncco a�lca with the drawings. '1110 following npproximate quantities shall be verified or changed as required by the Contractor. A1'PROXII y1T1; ANFI'1'IFS OF rnstuTOR$ I1td;;) ` IA__TIaNr STATION POST TypB SUSPENSION 7YpH Bus support .12 Overhead lane dead end 42 t JILL 14 1975 t tN ,� ;. . a� 77777", 7 1 Section 2G Ma n1 in, Am%:a- 73 is 2G. 1 111eso• specifications substa cover Outdoor lightning arresters for ti ►�so, 2G.2 ODDI:S AM STAAD:1IM All equipmnt ful"ished tuldor these specifications Shall conroila to the app icable standards of ANSI, IFET, and h'G11. The lightning arresters shall be designed, fabricated, and tested in accordance idth AA'S C62.1 series, and theso specifications, 2G.3 RATING. Outdoor lightning arrester shall conform to the following roquirement`s. Tlxe intermediate typo ariesters, shall be rated 60 KV for use on a 69 KV grounded neutral system. Arresters shall be furnished with complete har(hanro for field mounting on individmil stands described in Section 2A of these specifications , Arresters shall be Iles tinghou:!� • Electric Type , IVS or General Electric 'Myrite or approved equal , ';Porcelain color shall be grey. ' ' 2G.4 P IP)i:.W REQUIRED. The :`ollowing quantities of lightning* arresters shall e provide ar t e loca%ion specified: Location antit WO 69 KV lines teiminat5mg 6 (3 each) In the substation Jut 1 j .,, �. 2G•-1 { Section 211 - CMPI,lNc CAPACITORS Fp V;TIAL DIVICCS , 211. 1 Cif T1tso specifications crver fu»lishec! of G outdoor coupling capacitor potcntiul dcvicos. 1 2 pp5 AN[) STM' >S, i?quipimnt furnisheC• t�nctcrdtlL4.sg ,specifications shall 2116 ic�� 11c Iv.qulremcnts of /1NSI; Zll:A11, an conform to apt '21:1.3 1�r��• �,tiiigs of providrd cquipm^nt- shall conform to t.ho following roquirencnt5 : , Insul,qtion class ,69 KV Basic Impulse level 350 KV Voltage ratio 40,250 - 115/67 & 115/67 volts 60 hertz ' Frequency • l�k or loss , class A Accuracy 1500 Cantilever strength , Dolt circle diameter, inches 3 - N13UA TR 216 porcelain color " Grey VATEltIAL• The contractor shall provide six complete coupling capacitors 211' 9 i dev" ces with fuse rotection on the Secondary side. GrounJing potent a per cable• clamp should accommodate nu or 4/0 cop I I i JUL 1 .1 1915 r' • !� ;� ' 6666 ,.., 6666 ' '� � C , 211-1 2J AIGID JUS1:S, BUS F11TIA'CS, AND mirms 2J,1 GOMML. 'Those specifications cover furnished of rigid bus , jumpers , materials;�fittings, andaquipiiient connectors required for n 69 KV suhstatiolt as shoiin on included'Drawings • Ilie current carrying capacity of connections and fittings 'shall not be less than the current carrying capacity of the largest conductor in the connections. 27,2 C+DDIS AND S9' NDARi1S. All bus materials provided under these specifications shall con fonli to applk Ac standards of ANSI , 'I MNO ;aid 111-13. 2j. 3. MWERIAL IOiQUIRED. I'ho Contractor shall provide all quantities' of bus, fittings, connectors, jumpers, and all other components required incliKling connections to equipment. 2J, 3,1 BUS. Rigid bus shall be 6063-T6 aluminun -,Iioy tubing. Schedule 40 Standard Pipe Size (IPS) tubing shall be used e::cept where Schedule 80 must be used for strength requirements. 2,J,3,� BUS PITTIICS. All fittings required to interconnect the aluminum substation bus and connections to equipment shall be furnished. Sliding and expansion joint fittings shall be included as rr4uirod to prevent expansion ' and contraction'force damage to the bus system 'ovena tempArature range of 75 C. Cc:v tt�!runs' from bus to transformer autd oil circuit' breaker terminals shall be 10'/j blR. .fittings. The £ittings,•shall be highest '� '"ality s.,eldment. typo as W..A factured by Anderson Electric Corporation or t1►e Kurndy Corporation, 2,Jr 3.3, MPERS, Flexible nluminum conductors, Alloy 6201 19 strand, 559.S Man (Kaiser Company, 7)Tpe AAAC) shall be tts6d' for jumj>�,r cable connections to equilnnent as necessary. Each jumper shall be complete with compression type terminal fittings and all materials required to make the connections. ,?7,3,q. WNW. I'UI21•IISI10 MATERIAL: The oumer shall furnish all S59. S MM type lwccoli uctor as require . r' JUL 1 •! Mgr. ;, ;; ' 2J-1 . Y nl I Yip f'r S Sc :lion 2r. - OMMING 194 - 13RIA1. 2K, 1 GE&MRAI. 171oso�specifications coyer firnishing of grotmding material require n t 1e 0,mor s 69 KV substation as shomi, on Draleing• (6149-22) 2K.2 ODITS AND S'Tfl*!f)AM. Croundinp, material provided under tl;ese specifications shall concon o"�"im to`ap�icnTilo AMi standards. 2K.3 MTERIN. M UIRrD• 'Ilia Contractor shall provide all giotMing material require or t e grotmd grid of the substation Including. flexibZo cable ��nd connectors required for the connection of switch operating handles, equiq�nd And bus support coltmins to the substation ground grid. Connectors shall be provided for grotmding each leg of each structure and for supporting the gromd wire riser to the oquiprent . 7710 ground wire shall be supported at intervals not exceeding 5 feet. MA MATERIAL FURNISHED BY MWER. All 410 NVG Copper Conductor shall be furnish" by 't e ot� Amer". f • 11 � . JUL 1 •t 1915 RIF In InX l ,• + _ ' ' \ 'I ( .�2 •G e Q:I,.ea"•t. TOMCD �"ti', ed s rr J•�•ten. r .?\%' %�' t •••�ti' a \• 1 ` '7 r\ i —!\ ;f" r .../..,—. .. + ; _.. vv • / .,.v �.,/• . % r . /\ "/♦ to tl+... %X/'/\'� l \/ ///\\\ /. r . �! •s.., \ \\ \//\� • \/\�+. y�• /\/. . _•• • r.r• ' : / •/ %, r�J' • 11% a 1 /`� / IlliiiJ r i •' ,/ a ` ��1 ♦ . •1 /\ e',% \ r\ ♦ \ ra ♦/\!\/'/' Lam.. . 1 01 x o/�r . .•,r ,` ♦r\/`i� ' ?r r '� rY'�/` r �/♦ '\�� \ � I'�.... ^ ;/♦�}.,Y♦ f. %/ . .• • � 'a ' ♦ '\,, ♦ �✓•'i • • ♦/� '/ � \\/ `1�~ 14'31�/� \ • /� \ � I 1.�yi r1 �'a �,/\/\ ��/j/ \/\/ \ \/\,\I•,'.� I !,i' 's . '.'. i �% /\��' i� \) .! / � i� Y I r!� Y fir\ r \�./ �/\\j\��� TI . >r ,n/\/\ ��T � /�•f a\ ../1\I\/`. r ' S , / • ,. r /. '. • /'./'. /\/-4 J � ' /,\//1/.i♦ / ,•. ...\J\ /\ /•`\ ♦ \ \ �Y�••� �� •♦{)\ , \aa/\ la rya/J r�/\. • :.T . � / �/ Al is ! ►, c:wac Illl 4 ' ....• + CtPPt4IA4I0. F6tal0tt. T1kAttl TTO:e41, urt roar , •Tra:C+ CAO:'�•t NS CLTiIL, IAfC4T i' GLit4 IN wile YllOIA 4040 but L tt4\t.T ►O:TO a'-G' ctlow wn Iw:r.{ C PDT! IMATO rV CIC CROUADU'G A,AWIAM A L-IM O(OP 1' Cl=TAASI,GtTwttN PEACC AMDAA'Y GP,*VNO(o GrIWCTUAt. OTHER G4OU1,02. ITC. r FENCE GRQU: CIM1 1 C S ,,;�•_"�c CITY • w.T:• L�. .Val/ad Sr e I L•/A. AS. POT/ DEY. TRANS. Oci G 'ELEVATION L.A. L.A. N • S ELEVATION • • • ffA$ S;Vt"LT D MY E. T. .visicria - • DEPARTMENT OF PUBLIC UTILITICS GENERALIZED PROFILES m DY W.L.S k0. kY .1AT,I cITY o� n�N;ov, 'r>rxAS TAIFE�R�RG SUBSTATION BY t ir K ccA�e s i{•T• S• DATC, • 7- 1 - 7 5 23 sH• • �i r r vw r�V��r«.�•t(�!V r+"�,�.'=« «r rQ]I w-r/�r.•.. .r r.r _a+ ..r r/ r_r r ry+ir w w ryw ...r...+'.�. • i I � i I !" I . Q _�., ..ter w _r r�r w«•r.wrr.+q I Irrrr ..w •,r. _ r�.r i� �+ wr.r rw.w �.• r. 69 KY i JJ7 I i - •� I '� O I ' rr.... i•..}._ rrrrr ra w_ _r r _I.Qrrr_rwrr { � • rr rrwrd�r_wrrw rrrrrww _ aprrr T ` ,�ijf.4V . �•,�.• TT I OUT�OCR G9�KY EOUIPni � :� I ', ' , alt( ,.;•) I 1 I (�rrr _ wrrr« r .I..rr_... ��rr _ ..�+wror�rr rwr wr rr r0 ' `;\� I •:� . 6✓5 f I 0 I r( I I I a foil X . I _ I j j 11y i xi W .r t o ..,Alr.`rr, r�/u «Mr... « r. ro I , rrar rr r_r rrnr � rO •rrww _ r T I ' ~ i 1 25 X G0' •.� BLDGt. I X rrw w { ' 1' • �rrrrrrrrr � rrr rrrrr rr �o"• rrrr_ r orrr rra rwr• _r rr \..N arw• .+ � i uw r r • ELM ST: r ALL ==IONS BE WI GROUM SMALL BE THEiM4 O TYPE r 0 r GROUND RDDt 3/4" x 101cw, (26) FMIRED •r,' ; GiOUW 04/0 CU 21 OUTSIDE FWCE ' P3Z 00NZ.N G'1'1rD TO Fr`ICE C»tPNE'PSr • GATES AND AT 30' 1WERVAL!q G iUED USr:G 0 4/0 cU r ALL STPLtwi'U:ZI',S hliD Cl,'ZIM,R rtWISHIED L7?UlpilnTP ICIU ,L BE F"lJ.�S G ^ .� i3U9. OIvF; rR')i1 D OG4:':;Ci_t�ri Px.f�UIRi.D FOR L.A. , BW SUP?OR'IS, ' [TAS .r l rl1A.L 1,;Vlc:-,S. �?0 Ot'i\z=lOtiS� D FOR 5;7`PCs1 5, OC3t S, TR�`;Sk'J -:RS CNto bY ' RiVliYDt PARTMENT OF PUBLIC l'TlLlT1L3I TALIFERRO SUBSTAT ION AWN aY No. DY o.1YC C]TY O DENTON. TEXAS F'ENCC 0 GROUNDING UilY SY t 3 K. s:�itn r . o�Yt� t.u.�.o. 148- 22 1i"' cr • �t � �� }, � 1915 ,' ' •'�� 2H 2H 2F 21.1 2E. 2E,1 ,�/C-T 2E.2 2 E.2 r r r � Jll � � JIJ / Yl fY1 'J. 28 . 2A NOTE, DASHED LINES INDICATE UNITS FURNISHED BY OWNER OCSS - ITE - 69KS 3500 .12D BUSHING CONNECTIONS REQUIRED TRANSFORMERS W - 12/16/20 MVA BUSHING CONNECTIONS REQUIRED OfflOhtD DY E. T. 'ACVIS10NS r • DEPARTMENT OF PUBLIC UTILITIES SUBSTATION ONE LINE 4PANAM 0Y W.L.S. No. Or DAT[ CITY, OF DENTON, TEXAS DIAGRAM AS G7iLT OY NL�'H 1 P'Sitlj 6Y 2 X. 19 SCALCs P' . - - .1 N.TrSr DATG 10 4 75 a•.U.L.D. i 149 - 21 fH. pURC:HdSI ER DIRECT ALL CORRESPONDENCE AND INi00ttA ZION ���""� �+� �+ 70$ PURCHASINn DEPARTMENT DATE 95-75 w.o.No. 5988 CKY OF OENTON mum4IPAL BUILDING TERMS DELIVERY 42 Wks, DENTON, TEXAS 76901 BID NO. 8283 ACCOUNT NO. None PLEASE SHIP City of Denton# Systems Control Corp. Ao Dir, eted x Priester Supply Co. , Inc. P.C. Box 5507 Ariingtonl Texas 76011 ITEM C1(V STOCK NUMBER OtSCRIPTION QUAN. PRICE AMOUNT Bid Item 1. 2A KV Switchgear 2, 2B 15 KV Bus 3, 2C Battery Charger $109,373.00 This P,O, is hereby a part of the contract and all invoicing and referencing should be made to P.O.$ 26679 EIP) # 8283 and W.O, # 5988. Council approved 9/2/75. Please check contract for details . TAY. EXEMPT TOTAL _ ALL PRICES SHOULD BE NET • IN CASE OF DISCOUNTS THEY WILL BETAKEN FROM DATE OF INVOICE On LATE OF DELIVERY, WHICHEVER IS T11E LATEST.THE CITY Uh bt"!TON DOES NOT PAY INVOICES UNTIL THE MERCHANDISE HAS BEEN RECEIVED. INVOICES 114AT DO NOT HAVE A 12ED EMPLOYEE. ALL PURCHASES ARELMADE BYU7HEEPURCHIASING DEPA117MEENT AND WITH A PURCHA E ORDER NUMBLR Y AN AUTHOR• CITY OF DENTON DENTON, TEXAS 9Y - ��l JOHN J. MARSHALL, CPO. FORM tio. OU?ID Purchasing Agent r DIRECT ALL CORRI:SPONDEN4'E AND INFORMATION Nu sER 26682 f0� PURCHASING GF'-ARTM[NT BATE '? 575 CW V OF DENTON - WA. No. 5988 MUNICIPAL BUILDING DENTON. TFxAS 76201 TERMS DELIVERY 28 Wks . etc NO. 8283 ACCOUNT CVO, Arthur Tatum & Associates, Inc, PLEASE SP41P City of Denton P,O, Box 22189 As directed Cleveland, Ohio 44122 ITEM CITY STOCK NUMBER DESCRIPTION OUAN, PRICE Bid Item AMOUNT 10 2D Steel Structure 2, 2E Disconnect Switches 3. 2F Insulators 4, 20 Lighting Arresters 50 2H Coupling Capacitors 6'* 21 Ridgid Bus 7, 2K Grounding Material This Purchase order is a part of the Contract and all 0670800.00 invoices, letters and information should reference this purchase order !126682, Bid 8283 and W.O. � 5988 Details in Bid Contract TAX EXEMPT TOTAL ALL PRI •IN CASE OF DISCOUNTS THEY WILL BE TAKEN FROM DATE OF INVOICE OR DATE OF OELIVEnY, IYHICHEVER IS THE LATEST, THE CITY OF DENTON DOE$ NOT PAY INVOICES UNTIL THE MERCHANDISE HAS BEEN RECEIVED. INVOICES THAT DO NOT HAVE A WC1fASE ORDER NUMM WILL BE RETURNED TO THE VENDOR UNPAID ALL IZED EMPLOYEE. ALL PURCHASES ARE MADE BY THE PURCHASING DEPARTNIONT AND WITH A PURCF ASE' ORDER NUMBEhgY AN AUTHOft CITY OF DENTON DENTON, TEXA,,S BY rORM NUJ. 011210 JOIN J. MAASHALL, CTO. S Pulchacing Agent