HomeMy WebLinkAbout1978
SPECIFICATIONS
' AND
DOCUMENTS
CITY OF DENTON, TEXAS
METAL-CLAD SWITCBGEAR,
METAL-ENCLOSED SUS DUCT
PWO 5479
SxD 8579
D ~ .
.V
%01P
cps
DENTON MUNICIPAL UTILITIES
215 Eclat McKinney
Dentone texas 76201
Jitly, 1970
TABLE OF CONTENTS
Page thru Pago
ADVERTISEMENT A-1 A-2
INSTRUCTIONS TO BIDDERS B-1 B-4
PROPOSAL C-1 C-2
PROPOSAL DATA D-1 D-4
CONTRACT AGREEMENT CA-1 CA-2
PERFORMANCE BOND PB-1 PB-2
GENERAL CONDITIONS cc-1 CC-13
PART 1 - GENERAL REQUIREMENTS
1A - Description and Scope of the work 1A-1 1A-3
• 1B - General Equipment Specifications 1B-1 1B-4
1C - Engineering Data 1C-1 1C-1
PART 2 - DETAILED SP%CIFICATIONS
2A - Metal Clad Switchgear 2A-1 2A-17
2B - Metal-Enclosed Bus Duct 2B-1 2B-4
' I
'r
4
ADVERTISE ENT
15 KV METAL-CLAD SWITCHOEAR
15 KV Ws DUCT
FOR
DEIITOA; `TEXAS
Scaled bids wil" be received by the City of Denton; Texas, at the office
41
of the Purchasing Agent, prior to 2;00 p.m., July S, 1978. Central
Standard 'Dime, then publicly opened for furnishing on
Bid No. 5579
1 Set of Watal-Clad Switehgear
1 Metal-Enclosed Bus Duot
Prospective bidders may examine copies of the specifications at the office
of the Director of Utilities, 215 E. Winney, Denton, Texas 76201.
~
Specifications trill, be issued only to those biddero who havo been determined
by the City of Denton, Texas to be qualified to bid. Determination` of a
prospective bidder's qualifications wili be based entirely on written
evidence submitted by the bider in duplicate to the City and no later bran
10 days before the time set for opening the bids. Each prospective bidder
shall submit evidence that he.,
Has adequate plar:t equipment available to-do the work properly and
expeditiously
Has an adequate financial status to meet financial obligations
incident to this work
Has no dust or proper claims pending against him on other
similar work
It is desired that the equipment offered by the bidder shall be similar in
sine and type to equipment manufactured by him which has been in auccesaful
ca mroial operation "or 3 or more years in sub stations within the United
Ssatoa. The prospeetive bidder shall submit a list of such equipment in
iec vice 3 years or longer. The list shall indicate the Owner's namo, locution,
date of initial operation, rating, operating conditions, and typo.
I~ualifi.ed prospective bidders may obtain copies of the specifications from
Vio Ownor, City of Denton, Director of Utilities, 215 E. VMnney. Benton,
Texas, 76201, i
All bids must be made oat printed contraot document forma inoludea'in the
opeolficatione.
A-1
t i. r ♦ AL a H`
f '
1.
All bide shall take in consideration that the above equipment moot be
delivered to the job site prior to April, 1979.
No bid may be altered, withdrawn or resubmitted within 60 days from and
after tho date set for the openi+ig of bid:.
The City of Denton, Texas, reservea the right to reject any and all bids and
to waive defects in bide.
CITY OF DENTON, TEXAS
John, Marshall
Purchasing Agent
,
r,
j
A-7
INS 1'I H l MS 'A) 11111111 1-N
I W`NI;10L. llte-;o instructio,ts a11ply to tho IIrel+;ct•atitill of prolmals for
cxittlpn+riii;'1iiat10r)nl::, :end whiled mirk ror tho City of Wnton, 'I•exas, nc dli,
thrc%ni;lt It!'. 19111c lltilitles 1"oard mid City Coltiocil, hereinafter referrru' o
as tho Ay.mov".
11,2 pW1'sArO.S. 11joposols bcr Vvep rod tuts) :culnnitted In cluplicatte,
Inch cagy ccntnlnilift a conyrlcto btrtud coltiy of these Contract dtlCtt1tents.
prop3snls which oro not prepared in nccordanco with these instructions or
Which tiro stA,r;►itted wAllout a conq►lote bo►utd col+y of these cotitra;:t ►octumcats
will inl+ly Oat tlht^ bidclor duer not Intend to conilAy with tali of the contract
condi.ti.titis raid such pioposals trill Go consideved trrogulnr.
11.,2,1 Projvarat1on. t ic;i proIxisol shall be a►rtttitlly prepared usltrp, the
prOpasti: t1htf tit botuid l:crc;:rith. Vat.rtcs on ilia proposal ruid data
forms shall i:,~, tylsetl, usiui; dark black ribbon, or legibly written in Mnc•k
ink. 1111 1»ites shall be stated in words and figures oxcept where the form;
p:vvldo for figures only.
Each bicklr,r shall list III (lie space prov](6.1 in the: proposal form all
oxcaptions or conflicts botuven his proposal anti the contract tk,cttrtrnts.
If wre spaco it' roeitttred for this 'iistilip, udditlonol p,aites nary he added I
behind the I+roposal form, if ilia bidder tol;cs no ex-npHon to the ccettract
doctutrnts, iiia shall write "Novell in tho snaca provided for the )isthii;.
Proponnl, which da not rot,gtily ;pith this rcqui.rerx•nt will bo consiclcred irroplar
und, way be i•ejccte,l at the discretion of tbn Ovl r. In case of conflicts not
stulc,i`Lis directed, Those contract docilmoiits slialI ic+vorn,
11to bidrlor shall. not alter ony part' of t ho contract doctutrnts In any troy,
txccpt by stating his oxccptiuns in'the :atacc pi'wiclctl on tho 1►ropos,ll fon+t.
F
Tlt,a bidder shall stapla or otherwise bind, with rach bound copy of contract
cballivilts submitted, a si iod cony of each addendum lr:suucl for tbt+so contrnet
cbo..Oiwmit dorinit tho ltiddl.ng poriod. `Ilia biddor shall ussctti►ly till drrn.iol;s,
cr►tulun d;tu, ttnd othor supplurviitary informntlon rnccessary to thoroughly
dcSLcrJbe ua.tarinls and eciuiIiwnt covnreo .:y this 11roposnI, nn .l slinII attach
such ~t~~~l►lc.u~+nttt! inforir,atioi to tho bowl copy of tltese contr"Ict eloements
strbtt.it ted Will ill,, i'r•opos,+l.
11.2.7. 511t}t,ttttte•;,. lin4h b3tld:r shad thee lhctpoaal with ltis II.-mil
sinrtatui•n and ::h•111 give lilt full bttsine{s tnidre:a, Bids by 1+;►rtucrships
shrill be rsipled ttiitlt the 1+t11•1 uersillp Ivitjr~ fullo►, -0 I+y the slpmturc mnd
dor,11,11ation 01' rno or the 1+;11411ors o,• other nuthurl;:ed repres,cotativa.
Aids by n corix•►rotien shrill lit, sii;ncd in ilia nanx+ at the coll>oratit,i, 'to11mcd
by tha .)piatur ovii dtim1,mo ton of the prrritlrnt, secretory, or other ►Or4011
twthorj:;ed to hntd the corioratlou, 'Ilia ruuvs at tilt persons signing sItoultl also
by tyl,ed or t%i irttrtl brlow the silartttliv.
111
T-
,A bled by n Ici-sun who irfixos to his siiviaturc+ the mii1- "prosident"s "secretary",
"agent", or whor dvslplritIoil, without. tliscloAlig his prlGcipal, will he
rojectod. h1len rrcita+stvd, satisfactot , svitimice o1' thff nuthorlty of the officer
aigiling in twhair of my curlxlrot.iun shall 110 ftn,lisl+1.d. Itithlinl; c:ot7+or;ttlolls '
shrill dasil~~trctu the state itl aitich they aro incorporated and tiro 1IM-ess of
their princlpot office$
11.2.3 Schmitt;cl. 1'ralx~:;als shall hu submitted in it scalk-d onvelopo addrvssc.+l
to tho ir117 111,11;flo\', T1iMS, Attention: Purchasing Agettt, and endorsed un the
c,cttsldo cnvoTOpo With the, bidder's nrnlv and the nmia or tho work hid ;
upon .
1i.2,4 Wlthdrnwal. l'tolwsals iway be withdrawn, altered, and restiamttted at any
tfilo bu7or'r ilia tln:c set for olxnlug (11e hid::. Proposals may not be withdrami,
altcrrtl, or rc-sulvOtte:d withlo 60 days thoreaftur,
r
11.3 lt\'IM1.11'I•ll)\ '11) BE SIIBMI-11'1:1) 10'111 PROM ML. loch bidder shal l submit with `
his 1- Ihc TifiiiiI► i+IriiTtTu.Nef- rap ;tiid-flioy type or imclel of each prin:ipal `
item of 'vq prrmt or inatorial l1c proposes to furnish. Ile shall also submit
thereldth drr,l%.hlgs mud ex.•srri hive natter which trill show general ditl,cn:.lons,
principal of operntl0rt, and No i-xiterials from which the parts aro t,ride,
Any bid cut having Miffic.lent descriptivo tnatter to clescriho accurately the `
e(jolplll lit or tinter: I0.: bit] a1x+n will be rejected ns irro~,filar. 1110 above drn,dlnls
submitted bu tho suceessful E)idder will be mUtinod by t!`u amer, Any m.iterial
dvixtrturo from those chi+wimgs as submitted will trot be permitted without
w,•It:tcit purn+ission from the replier.
Verbal statcrttants im(le by the hicddor at cuty;tine regarding quality, gtmffiy,
or arrralgclttant of vgUipilryilt will not bo Considered.
If nlternato equ.I iment. or materials are incllciltecl in thu Proposal, It AIM be
undarstomcl that t to Maier wlll hnve the option of sclectirol+, any ono of the
alterivaus so indleatcd and such selection shall not be cnuso for extra
eogviisntion or extension of time.
11.4• TAXIN I'1;1:A1i'1'S A4NI) i,1CJ.'NSJ; 111e bid price stilted in the Proposal shall
i lICION 1.117 to os, ponlllts,,niniconscs 1,•1111'11 might be i4io lay) assessed
11pinst th~± t~, nor or tho bidder on tho date of the l'rol+c+sal. 11tis shall
3110tide Yrtlcral, 51atr and loc;iI taxes, use taxes, orcul,ation,:l
liccrlscs, nl+d 011101. siutilar to\cs, pot•mtts, and licellses applieltWo to the
spat!l od wul.k.
'111v sltcccr:,ftil biddor will Igo copp-Mi"oted for nny %creaso Ili tax rates,
licrltso rvos, rntid lvi-mlt fees ar tali new twws, licewcs, or po A t:3 imposed
lifter tike ditto 01' the Prow"'ll; proridcd hr.+•,ticvor, 1.11at. tl:is projr,1011
shall bo llhtlted 1o use, exclso, raid (111101 ad valc+rcm tares asst+s.:ed
agnitlsl thu cowpletrd iron: ruin to licensus rind pot,nit.s required slx:cificalLy
for thu prupo:,cd work.
It Shall bo t11e bid"lor's ra:hons1111lity to dr.telmim, the app': i::lhla taxes,
herrllts, and l acuna's, If lht, hicl+lrr is itt dw lit a,; to whelfior or not It
tax, lx:tmil, or Ikonse is applicoblo, 110 shall state 111 111;4 proposal
1010-ther thk itccl has bent itlcluded lit hi% hid price: nttd tho two-suit of tho
appl icabla tax, permit , or l icunso in cluest ion.
=71T, 7 -7
L TIME ill., 010-111.171,111N. mto tim, tr conglit•tI(,,, or lilt* cork .la h:l"Ic 1
c'++uslilri'r ioii ilI III,' CIA ulrart, Ihtl I'tv1x1;;;I1 ;.Gail i)v h1:40 4111011
cuugllc~tlolt
or tlro 1..-ork in rltrurtlrnt(t~ 141111 lilt! I;urlrallte('d IlAtr or dtsi~Yc'1)', 11 will
h~a ll4% TS:;;IIy INot 111.' hi410011- 'SOOsiy 1110. thmer of his ;11±1111.7 to Coalllottl
1
th id Ihii thi It ilr(',
In this c1:alnc~airn, attvilfloll is crll.led to th(i ilrovislolt:: of the attached
General 1S11t+lit io11:; rilloti.W to dl!]n)'s all(i (-xionsinlls or time, I
.I'.
11.6 WIND. '1110 contralJor to whortl tho uw). is awarded will ho re('It1i.f•c,' to }
turn's! i vorrorimot-v Rued to the laity of lk'nton, Tuxos,ln all twOunt equal
to 100 1K, 14 cent VI' tllc Col" ir:let ;r1rmit. 'lire coo of tiro lxmd shoji be
Jncluded in the Jullip :•tml bld prico. Tho hund shall l1(` executed t)1l tlio ron s
111ovJti<<l, tulrit• rl'ttllich urc r1t!;Idt;J hcrr.tn, ail;ut41 by {l Sul•oty Collgrnly
miihorized to tlo Ltsal.uess in ill(, sitato or 'roxon WId 4ICCCI)IO1110 Its surety
to th'7 l~„nc r, pith thu, lmn(l ;:!tall ha 19 ted collies of "4'111 er of Attorney", I
eortil'ic(I to 111C]lldt' ille dato of too bond.
11.7 lX'11, CO„I1111CMSP, I r the r(ltl: iltclll(lta Hold coils I.nictiun, romish,.11,
fittlchl ifit~r; oi` ATjWl's11JI;P of Hld supct'rislon, call bidder Oioll visit the
site of tlla t':orl; rltd 11urot1r)O). i,nfonll tlitu:;clf or a]1 can(utious turd factors
villch 1,t+uid nffcct 1.11:1 prusac'ut.ion ;Ind ctm(plot':on of Ilia wor,I ,uttl the
cost thclruf, Mcin'.Iirtg tot' arl.Ingt•1imit rend collditioll'; of oxistinp• or prolxvwd t
structurer, arrvetinl, oe which atr orrectei by the 11ro;'wused gunk, flit' proccduro I
Ir;t:essaly for m.litttn.rltco or tutinterrupted operattan, Iha avalLibility mid i
cast or Libor, and r;lcili.t.ics for i.r,ulsixlrtation, han(mag, and storaw of
rt'1tcrMls and egnlpiont,
It 1.11st bu tu1Jol"ACKltt and ngr•e•e(I that till. such fnctors have been proi+tlrly
investit;:lted `and Ci I;sillotrtt ill the pre ;hilt ion of every proposal stilimitted,
.I, tltorc 4;111, he snlt;:aaucnt fin:utcinj nd lwAliuant, to nny cotltr, ct. ut+artled
tltt'retukkr, whlCII h; kvwtl oil tits loch of cameli prior iurornrttlon or its
offect all the co-,t Of the )cork,
11, f, 1Kli;1;l'IS1 rA~l(!l~_OF S111'.'11'll:A`f1MS, if my ptwlxrct'ive bidder is in
(lnubt~nc 111"th. till:' i~t~iiilinll c+( ruty part of tile propbsetl contract .(laclulicnts,
lie ntJy tiu'lalit to this I),1ior a I:ri t foil Iv'(11k1st. for rm inicilirettit ion thereof,
'11th 1xa•51l:) submltt ill;; dio rtvtuO;t 1}111 ho Ivs1K+nSIble for its
~,lcllrgll
(IM ivt tv, Any i~1tt r1lrt~lrlt.irn of tho ptvIXI.-ed dOcnlll!1lt:; %.gil l he I1:.ld0
onl)- by 'rAld lultull inrt)' .is.mictl, mid a Col+y of such adilc'IIdwil 14111 he llKlilctl
or (IC11V lVil to V.101 ;'UrS(Ill t'ecc-io tr, a svt or stlclt tlat•iue.'nis. jiw onsuor
will )IO, lift 1'C:'•lK$1! ll~lo for any other Cxp;altatlojin or IntQCprototions of
tho p1%,ro"ed rltlclw%'I118,
It x11.-111 k. tilt' t1•1:Il(,Wdi)imv or tip., hlddrr to advise file amer or
(Y111f111•'tllll; or tllllt!;5,loll, of llll't11.111'Itloll 01101 aro 11t'tess-ay
to a elcril' 1111~1t:1:,I:}}U11111; or th(' )Calk, h(`fort' Or) thto sot for opellill ;
III J:,, 'lll(I,;C (Illa:'llow; Ilot ll':;C111'P;I h)' 141J610:1 ;;11,11 110 11stCd ill 110
hiddor' ; 1+tt,~,s;Il, tul;:lhcl• with stntcvilt'nts of the Iutsis 111)011 which the
proles-.1] Is nl'Ille wt (iffected I1y erlc.h (Iurt;tIl~n.
11.9 Nn'I e-mi 01* 1)11)9, 'I'll(, ( mcir rc.;crves ills rtl~lf. to
646:Cl'I11 Iha lilt( 1ii,illl, 111 li,~ Ilkllrilellt~, i!; till, (t11iC1;1 1111,1 11C;;I (1111' ttl
rt,icct any trot! all 11111a r(ot) i.o•t•:;llvtl irrootl il•lt1('s :Intl illrotrtilhics
in tiny 11111 111.,11 k ;:111dllittt•d.
I,~ds t4'ct~lae11 ;If.trr sllcrlrlo(i.lfcla of
• (:)it+slnl~ Kilt lug )rlunu'(i unt+l~rnt'Il,
,
11,10 (ANC1:1.1J11 ON, (7NUTS, Midi bidder shall stbidt with his prolWal
tho Jala ;niy ctii~c~~llutloii cli irl;+:: would cownc>>cc and a schedillu of the
lippliruliio ~anct!l cation cliargos as proviJrd for in Articlo (X;-19 of the
G)NI RAI. 0OND 1'1' 1 U.\'S .
' a
• l
u~
i1-A
1
PRAT' W4
city of Donton, Texas
>Jlnicip;il Building
Denton, Toxas
1
Attention: Mr. John Marshall, Purchasing Agent
BID NO. 8579
Proposal for: wtal-Clad Switehgear, Motal-Enoloeed Due Duet
Gentlemen:
The undersip,..d bidder having read and•examined theso specifications and {
ha tract %,)cuments for the above desig~nnated equipment does
associated co»
rnish tho equipment and provide the service set firth
itiby propose to fu
in this proposal. All prices stated hurin are firm and sliall not be
subject to escalation provided this proposal is nccopted within 60 days.
• Tho undersigned hereby declares that the follaiing list states :utiy and
all variations from, and exceptions, to, the requirements of the contract
withethellcontractProposal
i strict tAcis the cordanceintent
documents.
work will be ~l that, otheivise
Sea Attached uallilcatlon Letter
it
• 1
F
.
1
Nr~~I•r • 1
F•-
t
10
The underaigned bidder hereby proposes to furnish tho Metal-ClaJ Switch-
gear, Bus Duct/Cable Sus, Completo fob, Denton, Texas in accordianco with
these gposifications a1d associated contract documents listed.in GENERAL
CONDITIONS, Article OC-11 for tho firm lump sum price of
One Hun~r-ed Three Thousand
Five Hundred Fourty Etght Dollars
(Prico in Words)
The undersigned horoby declares that only the persons or firms interested
in ',;he Proposal as principal or principals are named heroin, and that no
otl,or persons or firms than heroin mentioned have any interest in this
Proposal or in the Contract Agreement to be entered into; that this Proposal
is made without connection with any other person, company, parties
likewisa submitting a bid or proposal; and that it it In ,all respects
for and in good frith, without collusion or fraud.
If this proposal is accepted, the undersigned•biddor agreos•to submit drawings
and engineering data in accordance with Section 1C and to complete delivery
of equipment r,nd materials in accordance with the shipping schedule j
specified in Section lA. The underaignea•fully understands that the
time of drawings and data submittal and equipment and materials delivery i
is of the essence.
1978
Datod rlt r Iron Mountain, Michigan this 29 day of .~1•
Bidder Systems Control Corgi
c a r e3 or upply Ca., Inc.
By L.A. Capra
Title President
Attests
. w. e
North U.S. M.D. Box 788
puniness Address of bidder
Iron Mountain .Michigan 49801
Stdto of Incorporal-lon Michigan
Address of printlil+al Otf.icn U.S. 2, IrojMountaln. Michigan 49841
1.
'fir .a
{
1
F
r
I~
CITY OF DENTON, TEXAS
METAL-CLAD SWITCWEAR
METAL-ENCLOSED 6US DUCT {
PWO 5979
DID 8579
SYSTEMS CONTROL CORP. PROPOSAL NO. 60478
1
'ALIFICATIONS
I. This proposal is based on furnishing the following:
a.) Section 2A - Metal-Clad Switchgear
b.1 Section 2B - Metal-Enclosed Bus Duct
2. No sales or use tax Is Included in the firm lump'sum price.
Systems Control Corp. Is not authorized to collect tax In
the state of Texas.
3. Cancollatlon charges will be based on audited cost plus
overhead and prof It, Tho'..jst to be computed at the time
of cancellation.
4. The total lump sum price Includes five (5) days of field
engineering service plus travel expenses for one (1) round
trip to Denton, Texas.
5. In response to instructions to bidders, paragraph 8.3, please I~
be advised that Systems Control Corp, furnished design)
enginbvring and fabrication for the swltchgear for the City
of Denton, Texas under PWO 5998 dated 1973, under a safes
agreement with Southern,States, Inc, and under PWO 5988
dated 1975, under a sales ogrooment with P'riester Supply
Company, Inc, This proposal will be administered directly
through Systems Control Corp, through a sales agruemont wlih
Prlestor Supply Company, inc.
L. A. Capra, Pros dent
a
i
PRON)SAL DATA
1.0 GCNIML. The following information on the proposed equipment and
matoria~Ts shall be submitted with the Proposal:
A complote description of all proposed equipment
Plan and elevation drawings showing proposed dimensions
2.o lim-mi'IATA, The information required on the following pages is
to assist t rT o~iwi~cr in evaluating the Proposal.
The data listed herein shall not relieve the Contnnctor of his responsibility
for Meeting the requirements of the detailed specifications.
NoW Write entries boldly with black ink or type entrios using carbon
black ribbon.
ll•1
• ,
Section 2A, 15 KV S+ritch„ ccar
Wnufacturer Systcros Control Corp.
Typo of Civcuif breakers Westinghouse 1500HP-500
Rike and type of current Westinghouse ROT-15 I"
transformers General Electric JCS-0
Make and type of l)otential
transfonners General Electric JVM-5
btiko and typo of aux. power
transfonnors Hevl-Duty, 50KVAL7620-240/120V,
lype of bus insulation Westinghouse Micarta Sleevlng
Type of bus supports Westinghouse Porcelain t
t
Type of insulation f
Type of supports
Type of insulation on connections ~~~a J-13004~
' i
7yly and size of wire iised in ,
small wiring S I S 114 AWG ~
Circuit bre,nker Westinghouse 150 b1413-500
Current' rating, -anq)eres 1200
Voltogo rating, volts 13.8 KV
Interrupting capability, mac. 23 KA F44S Symetrical
Closing mid latchin; t
capability, amtieres 37,000
Short. time three second
ca1),+1Wi ty, w4wres 23,000
f
• •r,
'iyho of closing nec.hmism Stored Energy (Motor) t
Olxiratinl; current to close spring Roiease Coll 4,15A,
at 125 volts d-c, angvres Motor Run Amps 4, OA , ,
r
01wathig rurmni to trip
tit 125 volts d•c, imixres
4
iU-o itlid type Of unrik•tars , Wg.ItInghouso KA-941
Riko tald tylk, or volttioers
West ingliouse leA-241
144
• ,1
Systems COntfOl Cik
p
(Bidder'B Name) y
Hake and typo of control switchas General Electr [c Se,-I
Hake and type of indicating lights General Electric ET-6 ,
Hake and typo of lightning
arresters Ohio Brass, Intermediate
Hake and type of overcurrent relays West. Type CO-8 d C4-II
Make and type of bus differential
relay G.E. Type PVO
Hake and type of watt/var recorder Sangamo-Weston CCW/CCVAR
Hake and type of transformer
'differential relays West. Typ.9 HU
Make argil type of 13.2 KV reclosing l
relays West. Type RC #
Make and type of lockout relays G.E. Type HEA J4
Size'of completely assembled i
switchgear
Width 180'1 1
Depth 86"
Height g0"
Total weight of switchgear
pounds l3,5001
No. Hgighi-ea cart
Shipping pieces ( 8100# Unit 7160
2 5400+-- 1 Unit i 0a I
l
Section 213, 15 KV Metal-enclosed'
Sus Duct /Cable Bus Bus Duct Cable Bus t
Manufacturer Systems Controliiii
Typo Metal-Clad
`Win-9egroga ed
Number and siro of bug bars (3) 11h'311
or cables (I) ex2"
f
D-3
77 T x.
Micarta Sleeve
Typo of Insulation Porcelain Supports
Enolosing metal, type 11 GA. Steel
Width, inches 21-3/411 a
Depth, inohon 161'1
Weight per 3 phase foot, lbs. 1651
Unit adjusting price per 3 phase
foot measured along the b+3s center-
line for additions or do'etions to
the bus systems,,including fittings $335.00/ft.
Maximum trr,perature withstand
of imulation Standard
Space heaters SWGR 5
11
Quantity But Duct 2
Rating, volts 250 V.A.C.
stating, kilowatts .25 KW
Guaranteed date of delivery 26 Weeks A.R.O.
I
r
.
G
D-4
h
ooi~rrlrAC:r Ac1~:l~>IVr
;I
•111ISCNIKACI' AGIUh11ur, inado and entered into this ST` day of iQtJl ,
1gy8 Tiy ancTGet% ecn tT,c MY Of IKNION, TEXAS, Party o t ►c Tirst tarty and
hereinafter called the "Owner", curd i
i
of tho Second fart and hereinafter called the "Contractor", l
I
Wi'INIESSlil11:
11INV 1+ IRWiAS, the Oonter has caused to be prepared, in accordance with law,
spc` cluations, plans and other contract docunents for ilia work as herein
specified; and
hillil'DS, the said Contractor has submitted to the Aotor a Proposal in
a-CCW-rice with the teilns of this Contract Agreement; and
- t
WlllidlM, ilia Ntier, iri the manner prescribed by law, has dotcnnined and
iTec r_&I the aforesaid Contractor to be ilia lowest curd best bidder for ilia
said work curd has duly awarded to the said Contractor a contract therefor
for the stun or stuns nam-d in tho Contractor's Proposal, a copy thereof being 1
attached to and pride a part of this Contract Agreement;
I+101V 11i111210M. in consideration of the cotWnsation to ho Laid to 'tho
tractor an of tho paitual agreements heroin contained, the parties to
these presents have agreed and hereby agree, the Ovnicr for itself and its
succossors, and tlj-.% Contractor for itself, himsuif, or theinselvos, or its,
his or their successors raid assigns, or its, his or their executors and
administrators, as follows.
AIr17C1J3 , 7ltat tho Contractor shall furnish fob ilenton, Texas
complete as specified and r"juired in accordance w th ilia provisions of ilia
contract doctMMnts which N -C attached and made` I part he,rof, and shah
execute anti conj lot, all +,vrk included in and'covored by the (Imer's official
award of this Contract Agreement to the srtid Contractor.
AdrrlUM )1. 71iat the Wier shall pay to the t'.ontractor for the work and
Ri-t6rj7?s cidivoced in this Contract AgreciiKnt, and ilia Contractor will
accept a full comixnsation therefor, ilia stin
• for all work covorcd by and included in ilia contract award, desilTated in
the foregoing Article 1; haiirnt to he mido in cash or its equivalent
in ilia )rvuner provided in t~ic specifications attached hereto.
CA-1
i
ARTICLE 111. That ti:tie of completion is or the essence of the Contract
ecinent, ;hid that ho Contractor shall proceed with tiu; specified work '
taxi shall confonn to the following schedule:
1
Muranteed 6oliwery date as shown in proposal data)
L)
IN 19TTA'iV9 fllIEWDP, the parties hereto have executed this Contract Agreement
as o t T TWand-year first above written.
r
CITY OF UIINPON, '1TXAS (SEAT.)
B
ttost_
t
f
(SEAL)
By 'op
Attest r
* * * * * * R
11W foregoing Contract Agreement is in correct fonn according to law and
is hereby approved. w
A
Attorney ?or ier
.
CA-2
it -
~4r40
,i ♦ i!
Pf3RMR! WdCE DOW
}Q01 AM Mi BY 'THESE PRF.SEWS that We, "tM Control Corp's, tea's boat 788,
Iron v&=tata, Kiddoss 49601
hereinafter referred to as "Con Hxactor",
and Yidslitjand n WjWtt -EoMmy '
{
a corporation organized uhtr the laws of the State of
ZYIAMA
and authorized to transact business in the State of 'texas, cis Surety F,
and hel4 and irmly bound unto the City of Denton, Texas hereinafter ~
rref kited to as "Owner", in the penal sum of Cos Khsmdrad nets Ybouaasad
A nv# radr■orty knelt and 1!/100 r r« r w w r r i r r M w r w w r r r r
forte payment of ithich sum, well and truly to be made to the Owner,
we find ourselves and our heirs, executors, and adninistrators, successors,
assigns, joird:ly and severally, by these presentss
,WAS, on the tat day of August , 1978 , the Contractor s
ntered into a wr`Wten contract with the OmZr or urnnis~TiSg srsaterials,
supplies, and equipment not furnished by the 6~mr, construction tools, 1
equipment, and plant, and the perform+nee of all necessary labor, for #
and in oonnection with the construction of certain inprovemants described
in the attached eontracL docunentsI and
HIEIEAS, it was a condition of the contract award by the Owner that these !
presents by executed,bY the Contractor and 5uretyl
NOW1 7111;M Ft'M, if the Contractor shall, in all particulars, w~s~11., duly, '
and faithfully observe, perform and abide by each and every eowhant,
condition) and part c£ the said contract, and I-lie cosxUtions,, specifications,
drawings, and other eantraet documnts thereto attadned or, by reference
muL s. part therhbf, ao,=,dinq to the true intent and tmaning in each
case, then t1,is obligaLon shall be null and void; otherwise it shall remain
in full force and effect6
PWWDM FUIYriII:j that if the Contractor shall fail to pay all just claims
and demronds by, or in behalf of, any employee or other Ivarson, or any firm
association, or corporatJon, for labor perforwd or materials, supplies,
or eq uip rent furnished, u:ed, or consumed by the contractor or his sub-
contractors in the perforrianee of the cork, then lie Surety will pay the
full value of rll such edaissn or demands in any total amount not exceeding
the amount of this cbliyation, togetkM r with interest as provided by law.
I Pfi•-1
sq~ nc ~ c.
-7 77
a P 1
Wr; U4)EFiSIG M StW Y, for value received, herd)y agrees that no extension
of time, dianae in, addition to, or other modification of the terms of
tho contract or work to be performed thereunder, or of tho specifications
or other contract cbcurent, shall in my way affect its obligation on
Surety does reby waive' notice of any such entensi
this bond, and the 1ne on
of time, change, addition, or modification.
IN IMTIM)NY W OMr, the Contractor has hereunto set his hand on the
Surety has caused these'presents to be executed in its name and its
corporate seal to be affixed by its attorney-in-fact at
it ma Nummtaiao Midum 44801 on this tine Wt dray of
► utt , 14 yb f
M-36
r
ti
L1Ye t
r at
(SrJ1h)
`I 11i~d0 Cax1~011 ~ t0 imtYYMt ,
„210 34 19416gaty► Awaw
itlWka~ NiaQOfl~fA 53201
(Rcooq=y this band with attomay-in-fact's authority from the Surety
corpany eartifieci to include the date of the bond,)
M3-2
Power of Afforrloy
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
NOMtI OFPCS, 9ALnMOM, MD.
KNow ALL MEN By TttESE PRESENTs: That the rtDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by 0. M. PECOTr JR. Nice-President and C. Y. ROBBINS .
Assistant Secretary, in pursuance of authority granted by Article V I, Section 2, of the By-Laws. of said Com-
pany, which reads as follows:
"The Presidtct, or any one of the Executive Vke•Presidents, or any one of the additional Vlu•Presidents specially authorised
so to do by the Board of Directors or by the Executive Committee shall have powe,, by and with the concurrence of the Sec-
retary or any one or the Assistant Secretaries, to Appoint Resident Vice-Presidents, Assistant We-Presidents, Resident Assistant
Seereuirles and Attocneys•ln•Fact to the business of the Company may require or to eutborite any person or persons to execute on
behalf of the Company any bonds, undertakings, rrco;nixancea ati?ulatwns, policies, contracts, agreements, deeds, and releases and
assignments of Judgments, dmees, mortgages and instruments in the nature of mot ages. and also all other instruments end docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint Carl G. Miller, Waldo B. Carlson and Vara Van
Immereeel, all of Iron Mountain, Michigan, EACH. .
a true an awful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its lrhalf as
surety, and as its act and deed: eny and all bonds and undertak' , each in a penalty
not to exceed the suet of FIVE HUNDRED THOUSAND DOLLARS 4500#000)....... A.J
n tie execution of suca bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and ackn,jwledged
by the regularly elected officers of the Company at its office in Baltimore. Md., in their own proper persons.
This power of attorney revokes that issued on behalf of Carl 0. Hiller, etalf
dated May 10, 1976.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article Vi, Section 2, of the By-laws of
said Company, and is now to force.
IN %VITNESs W);tzimotr, the said Vice-President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
» 1.01.4.................... day of...... ..........d=d...................... A.D. 19.16....
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
' ATTEST:
SEAL
A rrirJanr Setydary Yia•Paridast
STATE Or NIAYYLAND u:
CITY Of BALTIL a4
On _ 1 Alt day of dune A.D, 19 76 before the subscriber, a Notary Public of the Suite of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice-President and Assistant
Secretary of the FIDELITY AND DAPOSIT COMPANY OF NIA1YLAND,to me personally known tobe the individuals and officers described
In and who executed the preceding Instrument, and they arch acknowledged the execution of the same, and being by me duly swan
severally and each for himself deposeth and salth, that they are the said officers of the Company afore5kW, and that the seal affixed
to the precedin instrument Is the Corporate Seal of said Company, and that the said Cl +orste Seal and their signatures as such
Officers were dufy affixed and subscribed to the said instrument by the authority and dirt Moa of the said Corporation,
IN TastmoNY Wurmtor, I have hereunto set my hand and affixed my Official Seal, ►t the City of Baltimore, the day and year
first above written. "
96 Cc
sor 4 Notary Public Commission Expiregt UIX.L.19.7.8.
CERTIFICA17E
I, the undersigned, Assistantr"euetary of the FIDlLITYAND DEPO6ITCOMPANY OT NIAarLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, a in till force and effect on the d.te of this certificate; and I
do rurther certlfy that the Vice-President who executed the said Power of ttorney was one of the additional Vice-Presidents spe-
elelly authorindyby the Board of Directors to appoint I,ny Attorney-In-Fact as provided In Article VI, Section 2 of the By-Laws of
the FIDELITY AND DaPOSIT COMPANY OP MAMYUND.
This Certificate may be signed by facsimile under a,u1 by outhoorit of the following resolution of the Board of Directors of the
FIDItITY AND 14POSil COMPANY OF MANYLA" at a meeting duly called and held on the 16th day of July, 190.
RasOLYeD1 '"Chat the facsimile or mechanically reproduced signature of any Assistant Secretary od the Company, whether
made hereto k-re or hereafter wherever sppearing upon r certified copy of any power or attorney issued by Of Company, shall be
valid and binding upon the company with the same New and effect as though manually affixed." i
IN TEsitYoNY WitEEEOT, I have hereunto subscribed my name cud affixed the e,Py,.;me seal of the said Company, th t
t9.~g....
1 ST...__.. .day of.. Auguet_...
1.,119-Cit. m5rns - ArrlrGr n! ~ c:arq
dy s _k A r
%
M MW, CONDITIONS
`i
OC-1, CONTRACT DOCUMM. It is understood and agreed that the Advertisement,
Instruc ens o i rs, n)posa1, Proposal Data,' Contract Agree dent, Perforymce i
Bond, General Conditions, Ckineral Requiremcnts, Specifications, Mans,'
Addenda, and Change Orders, all as issued by the Owner, and specifications ;
and engineering data furnished by the Contractor and approved by the Owner,
are each included in this contract and the work shall to done in accordance
therewith.
GC-2. DEFINITIONS. Words, phrases, or other expressions used in these f
contract ctunents shall have meanings as follows:
1. "Contract" or "contract documents" shall include the items
b.
enumerated ati rve under CWMACP DOCUMVXM.
2. "Owner" shall mean the City of Denton, Texas named and
designated in the Contract Agreement as "Party of the First n;
Part acting through its Public Utilities Board and City
Council and their duly authorized agents. All notices, letters,'
and other communication directod to the Owner shall be
addressed and delivered to Z1unlcipal Building, Denton, Texas.
3. "Contractor: shall moan the corporation, company, partnership,
firm or individual, nitmed and designated in the Contract Agree-
ment as the "Party of the Second Part", who has entered into 5
this contract for the performance of the work covered thereby,
and its, his, or their duly authorized representatives.
4. ".Subcontractor" shall mean and refer only to a orporation,
partnership, or individual having a direct contract with the ry
Contractor for performing work covered by thesu contract
docum:, its.
`i
S. "Date of contract", or equivalent words, shall mean the date 4
written in the first paragraph of the Contract Agreement.
6. "Day" or "days", unless herein otherwise expressly defined,
shall mean a calendar day or days of twenty-fotrr hours each.
7. "The work" shall mean the equipment, supplies, materials, labor, ;
and services to be furnished under the contract and the carrying
out of all duties and obligations imposed by the contract
documents.
GC-1
8. "Plans" or "drawings" shall vpoan all (a) drawings furnished
by the Owner as a basis for Proposals, (b) st"ilementary
drawings furnished by the Owner to clarify and to dofine in
reater detail the intent of the contract plans and specifications,
~c) drawings submittod by the successful bidder with the Proposal '
and by the Contractor to the Owner, as approved by the Owner, j3
and (d) drawings submitted by the Owner to the Contractor during
a
the proffoss of the work as provided for heroin. '
9. Whenever in these contract documents the words "as ordered",
"as dim%cted", "as required", "as potmitted", "as ailuwed",
or words or phrases of like import are used, it shall be
understood that the order, directive, requirement, permissic11,
or allcwance of the Owner is intended only to the extend of
judging compliance with the terms of the contract; none of
these germs shall imply the Usnor has any authority or
respon!-Dibility for supeM sion of the Contractor's forces
or construction operations, such suporrision and the sole
responsibility therefor being strictly reserved for the Gontractor,
10. Similarly the words "approved", "reasonable", 0.iuitabio", "axeptttile",
"proper", "satisfactory", or words of like vf.-..t and import,
'
unless otherwise particularly specified herein;, shall mean
approved, reasonable, suitable, acceptoble, proper, or satisfactory
in the judpwnt of the Ov ier, to the extent provided i,t 119"
above,.
11. Whenever in those contract documents the expression "it is
understood and Wooed", or an expression of like irport is
used, such expression means the mutal understanding and
agreerent of the parties executing the Contract Agreement.
GC-3. VERBAL S'IATEHMS NOT BINDING. It is understood and agreed that
the written terms an proy s ens o his agreement shall supersede all
verbal statements of representatives of the Owner and verbal statements
shall not be effective or be construed as being a part: of this contract,
GC-4, STANDARD SPECIFICATIONS. Reference to standard specifications
of any Tca-viicaoc ety, organization, or association, or to codes of
local or state al►thorities, shall mean the latest standard code,
specification, is, tentative specification adopted and published at the
date of taking 'Ads, unless specifically stated otherwise.
GC-2
g..
4
GC-S. EXEQJf1ON Or OONT%A f DOCtsEWS , Four (4) copies of the contract
documents will be prepared by the owner. Copies of engineering data,
special forms, 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 tho Contractor shall
execute the Contract Agreement, insert executed copies of the required
bonds and power of attorney, anal submit all copies to the Owner. The
date of contract on the Contract Agreement and bond forms shall be left
blank for filling in b the Owner, The certification date on the power
of attorney document shall be also left blank for filling in by the Owner.
The. Owner will execute all copies, insert the date of contract on the
bonds and power of attorney, retain one copy, and fo n,?ard one copy each
to to Contractor, and surety company,
GC-6. SCOPE NAIMI, ANI+ IMI Nf OF~SP • "ICATIONS AND PLANS, The speci-
fications and plans are Intended to supplement, ut not necessarily
duplicate each other. Any work exhibited in U.; one and not in the other
shall be executed as if it had been set forth in both so that the WJTk
will be completed according to the complete design as determiner, by the
Owner.
Should anything which is necessary for a clear understanding of the vrork
be omitted from the specifications and plans, or should it appear that
various instructions are in conflict, the ContractoY shall secure writtan instructions from the Owner before proceeding with the,work affected„
byy such omissions or discrepancies. It is understood and agreed that
t h work shall be performed according to the true intent of the contract
e
documents.
GC,7 APPROVAL OF ENGINEERING I]ATA, Engineering data covering all
equipment an fabricated materials to be furnished under this contract
shall be submitted to the Owner for approval, This. data shall
include drawings and descriptive information ir, sufficient detail to show
the kind, size, arrangement and operation t conponent,materials and
devices; the external connections, ancLoiages and supports required;'
performance characteristics; and dimensions needed for Installation and
correlation with other materials anc'.equipment.
No work shall be performed in connection with the fabrication or manufacture
of materials and oqu;p;ueint, nor shall any accossoiy or appurtenance
bo purchased until the drawings and data therefor have been approved,
except at the Contractor's own risk and responsibility.
Four (4) copies of each drawing and necessary data shall be submitted to
the Owner, Each drawing or data sheet shall be clearly marked with the
name of the project, the Contractor's name, and refe-ences to applicable
specification paragraphs, When catalog pages are submitted, the applicable
items shall be indicated.
GC-3
When the drawings and data are returned marked APPROViA or RMEIVED
POR DIST'RIBUMN, additional copies shall be submitted to the Owner.
?he number of additional copies will be determined by the Owner but
f
will not exceed six (b).
When the drawings and data are returned marked APPROVED AS NUIT.D, the
changes shall be made as noted thereon and corrected copies shall be
submitted to the Owner. The nunber of corrected copies will be determined
by the 04ner but will not exceed eight (8).
E:
W,!en the drawings and data are returned marked Ri:fURNED IDR ODRRECTION,
the corrections shall be made as noted thereon and as instructed by the
Owner and four (4) corrected copies :hall be submitted.
i
The Owner's review of drawh.,gs a; d data submitted by the Contractor
will cover only general confoinity to the plans and specifications and
the external connections and dimensions which affect the plant arrangement.
The Mor's approval of drawings returned marked APPROVED or APPROVED AS
NuIT-D will net constitute a blanket approval of all dimensions, quantities, 1
aid aetliils of the material, equipment, device, or item shown and does
not relieve the Contractor from any responsibility for errors or deviations
from the contract requirements.
All drawings and data, after final processing by the Owner, shall become
a part of the contract documents and the work shown or described thereby
shall be performed in conformity therewith unless otherwise required
by the Owner.
tC-8. LEGAL ADDRFSS. The business address of the Contractor given in
the Proposal is here y designated as the place to which all notices, letters,
Ord other communication to the Contractor will bd mailed or delivered.
'(be address of the Owner appearing on page GC-1 ±.s hereby designated
as the place to which all notices, letters and other communication to
the Owner shall be mailed or delivered. Either party may changge the said
address at any time by an instrument in writing delivered to No other
party.
CC-9. PAIM'S. Royalties and fees for patents covering materials,
articles, apparatus, devices, or equipment (as distinguished from processes)
used in the work, shall be included in the contract amount. The Contractor l
shall satisfy all demands that may be made at any time for such royalties
and fees and he shall be lia'ole for any damages or claims for r.•Ltent
infringements. lbo Contractor shall, at Iris own cost and expense, defend
all suits or proceedings ti,4t may be instituted against the Owner for
infringement or alleged infrinement of any patents involved in the work
and, in case of an award of damages, the Contractor shall pay such award.
Final Payment to the contractor by the Owner will not be made while any
such suit ar claim remsains unsettled. The Contractor, however, will not
be held liable for the defense of any suit or other proceeding, nor for
the payment of any damages or other costs, for the infringement of any
patented process required by the contract documents; except if the Contractor
CC-4
..mss
K
has information that the process so requir^d .'s an infringement of a
patent the= contractor shall beliable fora ny damages or claims in connection
therewith unless he p mp Y notifies t
Ownor. shall EPUKia~t o~aTRACMR. 7b t contract of the Contractor to the
GC-11. I-2IGINE-ERING INSPECUM. The Owner may a2point such Inspectors
as he deems proper, to inspect iho work performed for compliance with the
glans and specifications. the Contractor shall furnish all reasonable
assistance required by the inspectors for the proper inspection and
examination of the work.
The Contractor shall obey the directions and instructions of the inspector
when they are consistent with the obligations of this c(,ntract. Should
the Contractor object to any order given by an inspector, the Contractor
may mako written appeal to the Omer for his decision.
Inspectors and other properly authorized representatives of the Owner shall
be free at all times to perform their duties, and any attempted intimidation
reason one o terminate ihtheocontract if the Cw orysosdeshall cidesbe sufficient
to
Such inspection shall not relieve the Contractor from any obligation to
perforin the work strictly in accordance with the plans and specifications.
Work not so constructed shall he remove:.'and replaced by tho Contractor at
his oem expense.
GC-12, NO WAIVER OP RIan'S. Neither the inspectioc, by the owner or any
of their o c a s, empl gees, or agents, nor pny order byy the Owner for
payment of money, or any payment for, or acceptance fj thhole oransion
part of the work by the owner, nor any extersion of time, nor any posses
taken by the owner or its employees, shall operate as a waiver of any
provision of this contract, or of any power herein reserved to the Ckner, or
any right to damages herein pprovidod, nor shall any waiver of any breach
in this contract be held to be a waiver of any other or subsequent breach.
CG-13. WDIFICATIONS. The Contractor shall modify the work Aenevor se
rordered by t e dT, and; Such codifications shall not affect thn validity
of the contract. bodifications may involve increases or decreases in'the
am.xuit of the work for which an appropriate contract price adjustment will
be made.
Except for minor changes or adjustments which involve no contract price
adjustment or other monotary consideration, all modifications shall be
made under the authority of duly executed change orders issued and signed
by the Owner and accepted and sighed by the Contractor.
CC-14. r3)crRA WORK. If a modification increases the amount of the work,
and thou e wor or any part thereof is of a typo and charac.cor which
can proporly and fairly be classified under ono or more unit price items
then the added work or part thereof shall boJ ppaid for
of tie P. 10
according to the amount actually dono and at the applienb]o unit price
or prices, Othotwiso, sudti work shall be paid for as hereinafter provided.
GC-5
Claims for extra work will not be paid unless the work covered by such
claim was authorized in writing by the Gamer and the Contractor shall not
have the right to prosec►:te or maintain either an arbitratio•r proceeding
or an action in court to recover for extra work unless his claim is based
upon a writ.ton order from the Oa,nor. Payments for extra work shall be
based on agreed lrarp sums or agreed unit prices whenever the. Owner and
the Contractor agree upon such prices before the extra -ork is started;
aldirect
otherwise payments for extra
ntek shall be 'rho npelrcentageactual
lo allowance '
cost of the work plus a percentage
shall incUxde the Contractor's extra profit and extra overhead and,
tailoss otherwise agreed by the Contractor and the Owner, the percentage
allowance shall be fifteen per cent (151) of the total direct cost.
For the purpose of determinijig whether proposed extra work will be authorized
or for detonoining the payment mothod for extra work, the Contractor shall
submit to the Omer, 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 percentago allowance to cover extra
profit and extra overhead. Unless otherwise agreed by the Contractor and
the Owner, tho percentago allo`gartce shall be. fifteen per cent (151)
of the total direct costs.
M-14.01. Al'fiitRASED WORK. If a modification decreases the amount of work
to be done, s i deecreasa shall not constitute the basis for a claim
for ijamages or anticipated profits on work affected by such decrease.
Worn the value of omitted work is not covered by applicable unit prices,
the O►+ner shall, determine on an equitable basis 'tho amount of (a) credit ,
due the Owner for contract work not done as 'a result of atr,authorized
charge, (b) allowance to the Contractor for any actual loss incrirred
in connection with the purchase, delivery and subsequent disposal of
materials or equipment roluire-d for use on the work as planned and which
could not be used in any }art of the work as actually built, and (c)
any other adjustment of thha contract amount where themethod to be used
in taking such adjustment is not clearly defined in lre contract documents.
00-15. AP.BITRkTIONl. Before bringin any action to court, portaining to a
decision `f tfio .mc~r, the objector (hereinafter referred to as Party A) to the
decision shall first offer to arbitrato the question with the other party
to the contract (hereinafter rofetred to as Party B) by rctifying him in
writing and setting forth In such notice the question to be arbitrated. ti
Party B can elect to arbitrate or not. If Party B agrees to arbitrate
ho stall so advise Party A in writing vithin ten (10) days after recept
of Party A's notice. Notice by party B that he does not wish to arbitrate
or failure of Party B to notify Party A within the ten (10) day period
will give Party A the right to start action in court.
If Party B agrees to arbitrate, Party A shall choose an arbitrator and
shall notify Party B of the frame of the arbitrator within ten (10) days
after receipt of Party B's notice. Party B shall notify Party A in
writing within ton (10) clays after receipt of tho said notico that the
arbitrator named by Party A shall act as sole arbitrator, or shall name
an additional arbitrator. If Party It names an additional arbitrator,
then the arbitrator named by Party A and the arbitrator named by 11a:ty B
shall. choose a third arbitrator.
d
the arbitrator or arbitrators shall act with promptness, An the case ,
of three arbitrators, the decision of any two shall be binding on both i*
parties to the contract, as shall that of a single arbitrator if the t.,
dispute is submitted thereto ns heretofore provided. 11io decision of pj
the arbitrator or arbitrators may be filed in court to carry it into
effect.
r~.
If they consider that the case so demands, the arbitrator or arbitrators
are authorized to award the party whose contention is sustained such sum .k
or sums as they may deem proper fur the time, expense and trouble incident
to the appeal, and if the appeal was taken without reasonable cause,
they may award damapos for any delay occasioned thereby. 11ie arbitrators
shall receive reasonable cc ensation for their services, lho arbitrators
shall assess the costs and charges of the arbitration upon either nr both
parties. The decision of the arbitrators mast be made in writing, and
shall not be open to objection on account of the fona of proceedings or
award,
If for any reason after the said notices have been duly given by Party A f
and Marty Be the arbitrators appointed shall be unablo or shall fail to j
act with reasonable promptness in aploointing a third arbitrator, Patty A
(or, if he does not do so within a reasonable time, Party B) may request
a jud a of the united States District Court who regularly holds court in
the district in which the site of the work, or any part thereof, is located,
to appoint the third arbitrator. If it appears to tho judge that the two i
arbitrators originally appointed wore tenable or failed to act with reasonable
promptness in appointing 'a third arbitrator, he may appoint the third
arbitrator, and such appointment shall constitute a conclusive determination
that the arbitrators originally ai;ointed were so unable or failed to act
with reasonable promptness and, if the said judge acted at the rcquost of
Party Be that Party A did not make such request within a reasonable time.
If for any reason after the arbitrator or arbitrators have,{,ecn duly
appointed, tlne arbitrator or arbitrators shall be unable or 5611 fail
to act with reasonable promptness in reaching a decision regarding the
question submitted to arbitrations, Party A (or, if he does not do so
within a reasonable timo, Party B) may request a Judge of the United
States District Court who regularly holds court in the district in which
the site of the work, or any part thereof, is located, to appoint three
new arbitrators to act hereunder. If it appears to such judge that the i
arbitrator or arbitrators originally o?pointed were notable or failed to
act with reasonable promptness in reaching a decision regardinfi the
question submitted to arbitration, he may appoint three new arbitrators
to act hereunder, and such an appointment shall constitute a conclusive
determination that the arbitrator or arbitrators originally appointed r
wore so unable or failed to act with reasonable promptness and, if the
said JiAge acted at request of Party Be tlkat Party A did not mako such
request within a reasonable time.
If for any reason a third arbitrator or three new arbitrators shall not
be appointed byy a judo of the United States District Court wider the
circumstances horoinabore described, or if three new arbitrators Oro so ~
appointed and Oro unable or fail to act with reasonable promptness in
-reaching a decision regarding tLo question submitted to arbitration,
CSC-7
then the arbitration procedure shall be deemed to have failed and th,)
parties shall be free to assert their rights in the same manner as if
they had not agreed to submit the question to arbitration.
if the above agreement to submit questions of dispute to arbitration is
not enforceable raider the law of applicable jurisdiction, each such
question after it has arisen may by agreement of both parties hereto be
submitted to arbitration in the manner set forth above.
The Contractor shall not cause a delay of th,% work during any arbitration
proceedings, except by agreement with the Owner, It is understood and
agreed by the parties to the contract that no requirement or statement
herein shall be interpreted as curtailing the power of the Owner to determine
the amount, quality, and acceptability, of work and materials.
GC-16. RI(Wr OF NNER TO TERMINATE CUNTkAM If the work to be dine
under thicontract ns a an ne y e n•£"ractor; or if this contract
is assigned by him without the written consent of the Owner; or if the
Contractor is adjudged bankrupt; or if a general assipent of his
assets is made for the benefit of his creditors; or if a receiver is
appointed for the Contractor or any of his property, that the Contractor
is violating any of the conditions of this contract, or that he is
executing the same in bad faith or otherwise not in accordance with the
term" of said contract; or if the work is not substantially completed
within the time named for its completion or within the time to
which such completion;Aate may be extended; then the Owner may serve
wtit'ten notice upon tb Contractor sna,his surety of said Owner's intention
to terminate this contract. Unless within five (5) days after the
serving of such npti:o a satisfactory arrangement is made for continuance,
this contract shall terminate. In the event of such termination, the
surety shall have the right to take over and complete the work, provided,
that if the surety does not commence performance within thirty (30)
days, the Owner may take over and prosecute the work to completion,
by contract or otherwise. The Contractor and his surety shall be liable
to the Mor for all excess cost sustained by the Owner by reason of such.
prosecution and completion. The Owner may take possession of, and utilize
in completing the work, all materials, equipment, tools, hnd plant on the
site of the work.
CC-17. SUSP114SHIN OF WORK. 17io Nior reserves the right to suspend and
reinstate oiceculion oUfTic whole or any part of the work without invalidating
the provisions of the contract.
Orders for suspension or reinstatement of the work will be issued by the
Owner to the Contractor in writing. The time for completion of the work
will be extended for a period equal to the time lost by reason of the
suspension,
Mingos in Contractor's price or do livery schedulos which occur during a
period of suspension ordered by the Owner shall not,affect this contract
except as agreed by the Owner anti the Contractor, If the Contractor
proposes to apply such changes to thi, contract he shall present his
proposnl to the Owner in writing. Wring the 36 day period from and
after the receipt by the Owner of stick written proposal, the Ownor shall
be permitted to reinstate the work without 6 ango. If the work is not
OC-8
reinstated during this 30 day period, the Owner and the Contractor shall
agree upon reasonable and proper changes or the Owner may cancel the
unshipped portion of the work.
1.
Ganges in delivery schedule shall mean extension of the scheduled time
of doliveiy beyond the mnnbor of days of tho suspension period.
GC-18. DIJ AYFI) S111mi M'. The Owner reserves the right to order the
Contractor to e ay sTiijiment of equipment and materials heroin contracted. F
In the event such a delay is ordered by the Owner in writing, the owner ~
Will pay the Contractor reasonable and proper extra charges incurred `
by the Contractor as a result of the delay. Such extra chnrges shall include `
storage charges, handling charges, insurance, interest. on investment,
and transportation charges to the storage facility.
GC-14. :ANCELI.ATION OF WORK. The Owrn,r reserves the riFmt. to cancel
the unshiFj-,&T'por` ton o t o work. In the event of cancollation, the
Owner will pay tha Contractor reasonable and proper cancellation charges.
i
W-20. LAWS AND ORDINANCES. The Contractor shall observe and comply
with all ordinances, aws, and regulations, and shall protect and
indemnify the Owner and the Omer 's officers And agents against any
claim or liability arising from or based on any violation of the same.
4
All permits and licenses required in the prosecution of the Mork shall
be obtained and paid for by the Contractor.
OC-21. HINDRANCES AND DM AYS. In executing the Contract Agreement,
the Contractor expressly covenants that, in undertaking to complete
the work within the time therein fixed, he has taken intoo consideration
and made allowances for all hindrances and delays incident to the work.
No claim shall be made by the Contractor for hindrances or delays from
any cause during the progress of the work, except as provided in the
paragraph on "SUSPENSION Or WORK".
GC-22, gar-GIS1oNs Or TIM, Should the Contractor be delayed in the
final completion o t►o work by strikes, fire, or other cause beyond.
the control of the Contractor and which, in the opinion of the Ownei,
could have been neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay, shall be gidnted by the
Ownori rrovidedgo that the Contractor shall give the Owner prompt notice
in writing of cause of delay in each case and shall demonstrate that
he has used all reasonable means to minimize the delay. Extensions of
time will not be granted for delays caused by unfavorable weather, inadequate
working forco, or the failure of the Contractor to place orders for equipment
or materials sufficiently In idvanco to Insure delivery when needed.
T-23. MATIATAIS AND P IPML IT. Unless specifically provided other-
4.se in eau case, a T materials and equipnent furnished for permanent
i,istallation in the work shall conform to applicable standard specifications
and shall be now, unused, and und.unsged when Installed or otherwise
incorporated in the work. No such material or equipment slwnil be used
by the Contractor for any purpose other than that intended or specified,
unless such use is specifically authorized by the Owner in each case.
W-n
r 4P
OC-24. WARAN'IEE. 71pe Contractor guarantees that the arterial and
equipment ~e-T ~e~ in contracted will be as specified and will be free from
defects in design, workmanship and matcrir►ls. If within the guarantee
period the material or equipment fails to meet the provisions of this
guarantee., the Contractor shall promptly correct any defects, including
nonconformance with the specifications, by adjustment, repair or
replacement of all dofeetivo parts or materials. t
I
Unless otherwise specified, the guarantee period shall begin on the
date of final payment or the date of initial operation, Whichever is
later, and the guarantee period shall end 12 nxpnths later.
t
If manufacturer's field supervisors are included in the contract, such
supervision shall be furnished by the Contractor without cost for the
correction of any defects.
The Contractor will be given an opportunity to confirm the existence
of the defect but he shall not delay the correction while making such
determination.
The Contractor shall extend the provisions of this guarantee to cover it
all repaired and replacement parts furnished tnnder the guaranteo pro-
visions for a period of one vrar from the date of their installation.
If within ten days after the Owner gives the Wil ractor notice of a
defect, the Contractor neglects to make, or undertake with due diligence
to make, the necessary corrections, the Owner is hereby authorized
to make the corrections himself, or order the wort: to be done byy a }
third par j+, and the cost of the corrections shall be paid by go Contractor.
In the event of an epnorgency where in the judgment of the ckNner the
delay resulting from giving formal notico'would cause serious loss or
damage which could be prevented by immediate action, (ofects may be
corrected by the Owner, or a third party chosen by the Owner without
giving prior notice to the Contractor and the cost of the corrections
shad be paid by the Contractor, In the even such action is taken
by the Owner, the Contractor will be notified promptly and shall assist
wherever possible in Poking the necessary corrections,
GC-25. CLAIM 11OR LABOR AND KNTERIALS. 1ho Contractor shall indemnify
and save af rmless t7ie Niter rem n claims for labor and materials
furnished under this contract. The Contractor shall submit sati!ractory
evidence that all persons, firms, or corporations who have done work
or furnished materials vender this contract, for which the Owner ma,- become
liable under the laws of the state, have been fully paid or sat.isfa_torily
securest. In case such evidence is not furnished or is not satisfactory,
an amount shall be retained from moneys due the Contractor which, in
addition to any other sums that may be retained, will be sufficient, ~
in the opinion of tho Owner, to moot all claims of the per!,ons, fins and
cor~poraNons as aforesaid. Such sure or sums shall be retained until the
;s
liabilities his aforesaid are fully discharged or satisfactorily secured,
OC-26. RlIX SE OF LIABILITY, 11ho acceptance by the contractor of the
OC-10
last payment shall be a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for anything done or
furnished in connection with the work, or for any act or neglect of the
Owner or of any person relating to or affecting the work,
CC-27. DCIMSE Or SUITS. In case any action in court is brought against
the Owner or an o icer or agent of either of them, for the failure omission
or neglect of the Contractor to perform any of the covenants, acts, matters
or things by this contract undertaken; or for injury or damage caused
by the alleged negligence of the Contractor or his agents; the Contractor
shall indeimify and save harmless the Owner and their officers and agents
from all losses, damages, costs, expenses, judgments, or decrees whatever
arisino,out of such action.
OC-28, INSURANCE., The Contractor shall secure and maintain insurance
of the types 1 lh, the amounts necessary to protect himself and the
interests of dic Owner against all hazards or risks of loss as herein-
after specified. The form and limits of the insurance, together with
the underwriter thereof in each case, shall bo approved by the Owner
but, regan1l.ess of such approval, it shall be the responsibility of the
Contractor to maintain adequate insurance coverage. Failure of the
Contractor to maintain adequate coverage shall not relieve him of any
contractual responsibility or obligation.
For insurance purposes, the title of ownership of equipment and materials
shall remain with the Contractor until the Amer reciAves such equipment '
and materials at the job site.
If the Contractor does not furnish supervision of ert!ction or testing ~
of the equipront,''tho workmen's compensation, comprehensive automobile
liability and comprehensive general liability insurance specified herein
may be omitted,
The Contractor shall submit a copy of the transportation insurance policy
to the Owner at least thirty (30) days before the scheduled shipping date,
Tho policy shall quote the insuring agreeing and all exclusions. The
Contractor shall submit a certificate for cart of tho' other insurance1
poli.cios to the Owner not less than thirty (30) days prior to the date
the manufacturer's supervisor or supervisors are expected to arrive at
the job site. Each certificato si:nll state that ten (10) days vA tton ;
notice will be given the Owner befora any policy covered thereby is t
changed or canceled.
CC-28.01, Workmen's Cot >cnsation and F to er's liability. Workmen's
compensation iuicT emp oyer's a Trt)- nsurance Pian1 protect the
Contractor against all claims under applicable state workmen's compensation
laws euid against claims for injury, disease, or death of employees which,
for any roasorn, may not fall within the provisions of the applicable
workmen's compensation law. This workmen's compensation and employers
liability insuranco policy shall include an "all. states" endorsement,
C1C-ll
1
The liability limits shall not be less than tho following:
Workmen's compensation Statutory
Fhployer's liability $100,000 each person
GC-28.02. Co rehensivo Autonxibile Liability. ibis insurance shall be is
written in coapre enslvo o i an s is protect the Contractor aga6st
all claims for injuries to members of the public and damage to property
of others arising from the use of motor vehicles, and shall cover the
operation on or off the site of the work of all motor vehicles licensed
for hidiway use, whether they are owned, nonamod, or hired.
9ho liability limits shall not be less than the following:
Bodily injury $250,000 each person
$500,000 each occurrence
Property damage $100,000 each occurrence
GC-28.03. Comprehensive General Liability. This insurance shall be
written in compte ens vc o nn andsh-all protect the Contractor against
all claims ariA ng from injuries to members of the public or damage to r
property of others arising out of any act or omission of the Contractor
or his agents, employees, or subcontractors. In addition, this policy
shall specifically insure the contractual liability assumed by the
Contractor under the foregoing paragraph entitled "Dofense of Suits".
The liability limits shall not bo loss than the following:
Bodily injury $250,000 each person
$S00,000 each occurrence
Pro,,vrty dam.go $500,000 each occurrence
$500,000 aggregate
GC-28.046 . Trans ltatian. This insurance .hall bo of the "all risks"
typo and sha prote` Z contractor and tho Owner from all insurable
risks of physical loss or damage to equipment and materials in transit
to the job site and until tho Owner receives tho equipment and materials
at the job site, The coverago amount shall be not less than the full
amoUnt of the contrnct.
TriuAsportation insurance shall provide for losses to be payable to tho
Contractor and the a,-nor as their interests may appear.
GC-29. USHM41'ES IM i'AYAk M6 Payments will be made each month in the
amount o n noTy To) par cent of the estimated value of the cquipnx~nt
and materials delivered at the jeh site during tho previous calendar
month, providing the shipments wo ro reasonable corq)lete and intogral
units of equipment or reasv.iablo completo lots of materials.
' I
=F
After official approval and acceptance of the work by the Owner, the
Owner will, within thirty (30) clays thereafter, pay the entire sum
found to be clue after deducting all amounts to be retained tutdor any
provision of this contract.
CC-30. TAVS Pf.WTS AND LICENSES. Unless otherwise specified in these '
contract ccmtonts, ttTo~ntrac`tor shall pay all sales, use, excise, and
other taxes that are lawfully assessed against the Owner or Contractor in
connection with the work under this contract and shall obtain and pay for
all licenses and permits required for the work.
'Ilia Contractor will ,,e compensated for any increase in talc rates, license
ices, and permit fees or any new taxes, licenses, or permits imposed after
the date of the Proposal; provided however, that this provision shall be M
limited to sales, use, and excise taxes assessed against the completed
work and to licenses and pormits required specifically for the proposed
work.
i
s
:i
~I
Y
CC-13
min, I - aihumt, k1;Q{E1 W ums
Cf]rfll ~Y E'S
Section IA SWIT OF '1111: WOI{K IA-1 thru IA 3 ~
3A.1 General IA-2
1A.2 Work 111Clllded in this Ckaract 1A-2
1A.3 Miscellaneous Dtatcrinls quid Services lA-2
}A.4 Work. Not Included in this Contract IA-2
IA,S Schedule IA-3
JA.6 Contractor's Services IA-3
Section 113 - CUNI:itAi, L•QUII' IM SPEC111ICA'i'IONS IIS-1 thru 111.4
16,) fi,neral 1E3-1
IR.2 Specifications and Stwidards 111-1
Ili.3 II,S. Kiterinls Ill-1
111.4 Cmponcat Parts jls'l
lli,S Identification )1i"1
111.6 Atuiufucturcr's lnstntctions quid Parts lists 11i-1
111.7 Shipping Notice ID-2
111.8 Factory Asscobly IB-2
111.9 51iop`Coating 111-2
111,10 Protection 111-2
111,11 Correction Of Niu}ufacturing Errors 111.3
111.12 Control Power X11 3
111.13 lw7remay
111.14 Miring IB,l
111.15 Shipping lte(Iuircinents 111.4
1,ypicnl l:gtaipmciit Instruction Book Cover,
Section IC - I:NGINI:Ii11iNG VA1'A - 1C-1
1C.1 CaleraI 1C-I
){;,2 Cor~'csl~ondcncc ]C-l
)C.3 Ilr;nings IC-1
1C,4 Schedules IC-1
IA-1
77 T-7
Section 1A - SCOPE OF THE WORK
IA.l GENERAL. This section covers the general description, scope of
work, and supplementary requirements for equipment, materials, and
services included in this contract.
LA.2 WORK INCLUDED IN THIS CONTRACT. The work under this contract shall
include furnishing of the specified materials and equipmentl providing
engineering data, accessories, and field se~vlces as stipulated herein;
and in accordance with the contract documents, defined in Article GC-1 of
the GENERAL CONDITIONS.
The Contractor shall furnish and deliver fob, Denton, Texas, the following
electrical equipment complete with accessories as specified in Part 2-
DETAILED SPECIFICATIONS.
QUANTITY DESCRIPTION
1 set Metal-Clad Switchgcar
28 feat Metal enclosed bus duct
Transportation insurance shall be carried by the Contractor in accordance
with the GENERAL CONDITIONS. All risk of loss including damage during
shipment shall remain with the Contractor until delivery at Denton, Texas.
The Contractor shall provide drawings and engineering data, manufacturer's
field services, tools, instruction manuals, and miscellaneous materials
and services as specified herein.
1A.3 MISCELLANEOUS MATERIALS AND SERVICES. The following miscellaneous
materials and services s)ot otherwise specifically callyd for shall be
furnished by the Contractor.
All bolts and gaskets between parts furnished by the Contractor
All piping integral to or between any equipment furnished by the
Contractor except as otherwise specified
All necessary instrument and power and control wiring and raceways
intergral to any equipment furnished the'Contractor. This shall
include terminal blocks and internal wiring to these terminal blocks
for equipment requiring external conditions
Drawings, prints, information, instructions,, and other data for use
of the owner's inotall.ation contractor
1A.4 WORK NOT INCLU')ED IN hills CONTRACT. Miscellaneous materials and
services furnished by the Owner shall be as followas
Unloading field installation of all equipment
Foundations and sleeves
Lubricants
Operating personnel for startup and tests
Permanents electric wiring to connect the equipment terminal
boxes to the substation electrical system,
IA-2
1A.5 SCISEDULF,. The shipment of equipment for a substation to City of Denton,
Texas, Municipal Electric System shall be completed in time to assure arrival
of all components on the job site in accordance with tho following schedule:
SECTION DESCRIPTION DATE
2A Metal Clad Switchgear 4/l/79
20 Metal enclosed bus duct 4/1/79
Within 30 days after the purchase agreement the Contractor shall submit to
the owner a production schedule for all major equipment and components.
This schedule shall be corrected and resubmitted quarterly until all equip-
ment has been shipped.
Drawings and engineering data shall be submitted in accordance with the
schedule specified in Section 1C.
1A.6 CONTRACTOR'S SERVICES. The services called for in OWRK INCLUDED IN
THIS CONTRACT shall be in accordance with the following. }
1A.6.1 Submittal of Engineering Data. Drawings and engineering data for t1he
specified materials and equipment are essential to the design and subsequent '
construction of the substation.
The Contractor will be required to submit drawings and engineering data
in accordance with the schedule, specified uixler Section 1C-ENGINEERING DATA,
to assure compliance with the overall construction and operating schedule i
Failure of the Contractor to submit drawings and engineering data on or aefore
the dates specified shall be considered a breach of contract and reason for
termination of contract if the City of Denton, Texas, zo desire. 1
1A.6.2 Manufacturer's Field Services. The Contractor shall provide the services
of a manufacturer's field representative. The service representativo'shall be
technically competent, a direct emp),)yee of the manufacturer, fact.'Ar trainel,
experienced in the installation and operation of the specified equipment and
authorized by the manufacturer to perform the work stipulated. i'
The service representative shall provide technical direction and assistance
for the unloading and installation of the equipment and chall inspect the
equipment after installation; assist the Owner's operating personnel in
proper operating and maintenance procedures and perform other duties required to
obtain proper installation end assure successful operation of the equipment.
1A.6.3 Instruction Manuals. The Contractor shall furnish 6 complete and final F
copies of instruction manuals not later than 30 days prior to shipment of
the equipment. The instruction manuals shall cover complete installation,
operating and maintenance instructions, and drawings and parts lists for each
item of equipment furnished. Ono, copy shall be sent to the Owner and upon
approval therof, the remaining 5 copies shall bo delivered to the Owner.
The instruction manuals shall be in accordance with tea requirements
stipulated in section 30. r
IA-3 j
J°
Section 18 - GNERAL EgUIPHM SPECIFICATIONS
18.1 C,cT'littJll,. 't'hese General Equi went Specifications apply to all
equipmenis -fiby shall supplement the detailed equipment specifications
but in case of conflict the aetailed equipment specifications shall govern.
18.2 SPECIFICATIONS AND Srg.'RNRDS. 1111 specifications, codes, and standard,
roforence in these specs icaattie s-(including addenda, amendments, ar.i errata)
shall govern in all cases where references thereto are made. In case of
conflict between the referenced specifications, codes, or standards and this
specification, theso specifications shall govern to the extent of such
difference.
18.3 U.S. KATFRIALS. Equipment and accessories furnished shall be from u
reputable manu acturer currently engaged in production of such material
within the United States of Amarica.
To the extend possible, materials and equipment (including components
thereof) furnished under these specifications shall be produced, processed,
manufactured, and assembled within the United States of America. All
material and equipment which must necessarily be of foreign manufacture
shall be clearly desicnated in the Proposal in the space provided for
deviations and exceptions.
18.4 OG,M9' %W1' PARTS. Individual parts shall be manufactured to standard
sizes ann gauges so i~iat repair parts, furnished at any time, can be
installed in the field. Like parts of duplicable units shall be intorchangeatle.
Equipment shall not have been in service at any time prior to deliveiy, except
as required by tests.
1B45 IDINI'IFICATION. All correspondence, shipping notices, shop drawings,
spocifications, engineering data, and other documents pertaining to the
u1 mont and materials furnished under these specifications shall be
'q p
by the Owner's name, specification nunber, and the name of the
item of equipment or material.
1$.4 MMUFAGIIWR's INSTRUCTIONS AND PARTS LISTS. The instruction m+luals
requir irt-ua!t`ion"TK sha include spec cat ens,.drawinbs, and description
of equip--ont; installation instructions; operating instructions; parts lists;
and whore: applicable, test data and curves.
MUnuals shell be assembled and bound in Buchan Type ORL (old style) binders
covered with pyroxylin impregnated buckram covers, manufactured by Buchan
Loose Leaf Woords Co. Clifton Iiciglits, Pennsylvania. hinder shall not
be greater than 3 1/2 Inches thick and shall be adjistablo to poniit secure
roapact binding. Each bindor cover shall be stamtxd with the proper Identi-
fication as slrotm at the end of this section. A proof of the lettering for
each cover shall be submitted for the aiiior's approval before the manuals
are assembled ai-.d submitted.
Where applicable the infovNition cont.nined in the manual shall include a
list of recomnLnded spare parts with tho price of each such item, and the
schedule of required Iuhrlcants as recommended by the nknufacturer. The
data shall also include all nameplate information and slop order cumbers
for each item of equipnx-nt and comionent p.irt thereof.
ID-1
L
The instruction manuals shall contain a table of contents and section
dividiers with index tabs for ease of reference.
1B.7 SHIPPING NOTICE. The Contractor shall submit two copies of a
shipping notice describing each shipment of material or equipment. The
shipping notice 0311 be mailed to arrive approximately 7 days ahead
of the estimated shipment arrival.
1B.8 rAC'rORY ASSEMBLY. Equipment shall he shipped completely factory
assembled unless specified otherwise or unless the physical size, arrangement,
or configuration of the equipment, or shipping and handling limitations,
make the shipment of completely assembled equipment impracticable, in
which cane the equipment shall be assembled and shipped no stated in the
Contractox's Proposal,'
All accessory items shall be shipped with tho equipment. Boxes and t
crates containing accessory items shall be marked so that they are ;
identified with the main equipment. The contents of the boxes and '
crates shall also be indicated.
3
r.
1B.9 SHOP COATING. Steel and iron surfaces shall be protected by suitable]
paint or coatings applied in the shop. Surfaces which will be inaccessible
after assembly shall he rpotected for the life of the equilment. surfaces
shall be cleaned and prepared in the shop. All mill scale, oxides, and ;I
other coatings shall be removed.
Exposed surfaces shall be finished smooth, 'thoroughly cleaned, and filled
as necessary to provide a smooth uniform base for painting and painted i
with one oi, morA rw%ats or primer dnd two or more finish coats of alkyd
resin machinary eame) or lacquer as required to produce a smooth hard
durabol finish. UnlOss specified otherwise, the color of the finish coats
shall be A.S.A. 161 Grey Enamel.
f'ne gallon of touch-up paint and one gallon of finish paint used on the
electrical equipment enclosures shall be furnished.
1
Shop primer for other steel and iron surfaces shall be Inertol 11621
Rustinhibitive Primer", Mobil "13-R-50 Chromox QD Primer", o±: Tnemec f
1177 ChemPrim" unless otherwise specified.
Hachinod, pol.shed, and nonferrous surfaces which should not be painted i
shall be coated with rust preventive compound, Dearborn Chemical "No-ox-id
2W", Houghton "Rust Veto 344", or Rust-Oleum "R-9"..
111.10 PROTECTION. All equipment shall be boxed, crated, or otherwise
suitably protected during shipment, handling, and storage. Equipment i
having antifriction or sleovo bearings shall be protected by weather-
tight enclosures.
Coated surfaces shall be protected against impact# abrasion, discoloration,` 'i
and othor damage. surfaces whiti are damaged during shipping shall be
repaired by the Contractor.
• 1
111-2
Returnable containers and special shipping devices shall be returned by
the manufacturer's field representative at the Contractor's expense.
18.11 001MCHON OF MNUFACi'URING EIMRS. &luipment and materials shall
be congilcir r aTI-respects it rn`h' tTiic limits herein outlined. All tn,nu-
facturing errors or omissions required to be corrected in the field shall
be done by the Contractor or his duly authorized representative.
lit.12 wtrwi. imi'lR. Electrical roger for control and instnunontation
win be ii nominzl-74-G/12p •,ult, single phwse, 60 Hertz, alternating current,
or a nominal 125 volt direct current. Ilic Contractor shall provide any
devices required for proper operation and protection of the equipment during
electrical gvwer supply fluctuations described in the following paragraphs.
All direct current electrical devices shall be designed for continuous
operation on an tnigmunded station battery which will float on trickle
charge at 129 volts. The Contractor shall guar.vitee satisfactory operation
when the equipment is continuously energized at any voltage from 100 to 140
volts direct current, with ambient tengreratures as specified. Electrical
devices served from this supply shall not impose any ground connections
on it.
All alternating current devices shall, unless other specified, be designed
for operation on a nominal 240/120 volt, 60 hertz, single phase, alternating
current system. The Contractor shall guarantee satisfactory operation
when the equipment is continuously energized at any voltage from 210/10s to
260/130 volts alternating current.
i.li alternating current and direct vurrent devices shall be guaranteed to
operated satisfactorily -ruder voltage conditions specified in the above
paragraphs and at 50 C ambient ter,Irerature.
1B.13 RACEKAY. Unless specified otherwise, all raceway interconnections
between evcT~i~ces, panels, boxes, and fittings shall conform to U.SAS 080.1
and M, 6. All con(luit connections shall be of the threaded type.
1B. 14 WIRING. Unless otLrnrisc specified, all electrical conductors shall 1
be C1assT stranded coppvt 1.4 AWG or larger. Panel wiring shall have therms-
setting Type SIS insulation rated 600 volts, desipled for maxlmuun conductor
temperature of 90 C. Concluctor insulation for other wiring shall be
cross-linked polyethylene according to 1PCHA S-66-524 Interim Standard No. 2
except gape AVA shall be used M',ore anMent conditions cause conductor
operating ten1vratures to exceed 0 C. Wtalli.c sheathed conductors are not
acceptable. Preinsulated wiring; terminals with metal reinforced sleeves
shall be provided on all conductor terminals.
Terminals blocks shall be provided for conductors requiring connection to
circuits external to the specified equipment, for internal circuits cussing
shipping splits, and where equipment parts replacement and maintenance will
be facilitated,
Each terminal block, conductor, device, fuse block, and terminal shall ter
permsuently labeled to conincide with the identification shown on the drawings. F
Conductors shall be identified by legible n►crking;s on device terminals,
printing; oil the conductor jacket or wiring,, sleevvr, or by other means approved
y the Owner. Terminal wid comittictor ident i fication shnl I be by a per7i►uuent
method unaffected by lwlt, !--olvents, or slv:i m, ,und not easily dislodged,
x
Preferably by means of metal sleeves or printing on the wire jacket.
Adhesive labels are not accept.-11,10.
i
i
s
IB-a
-
7. 1
,n •i' ' x
o
a CD
s
j z
o
w
'z
N J
v
x Y z }a
w 0 W f+
M a x o
z
0 z
o c~ a W y
u
°w ~W Z
O V U.
0
O w m o0
z 80
W
0 5
1N3WdinD3 JO 3WbN 6L69 OMd
NOIN30 d0 AII3-
r
i
77
1
Section 1C - ENGINEERING DATA
1C.1 GENERAL. This section covers manufacturer's drawings and other
engineer,ng data which the Contractor shall submi! to the Owner for
design information or approval.
1C.2 0111RESPC►NDENCt.. Correspondence forwarding drawings and other
engincor,ng ata shall be addressed as follows:
Original and one copy to, the Owner, Attention: Mr. E.B. Tullos
Utilities Engineer
1C.3 DRAWINGS. Reproducible mylar transparencies of all manufacturer's
drawings o structure erection, anchor bolt, plan and elevation shall be
furnished. The transparencies shall include all field changes and modifi-
cations made prior to final acceptance.
When changes in the equipment are made in the field to correct shop con-
struction errors or to adapt the equipment to the Owner's requirements,
the Contractor shall preparo and submit eight copies of record drawings to
the fter to show the equipment as finally irstallod in the Owner's
substations.
1C.4 SG11 Dlli,13S. All outline drawings, one.-line diagrams, control
schema*_.jc lagrams for operating mechanisms, and other drawings which show
details required by the Owner for design of structures and wiring
associated with the installation of Cho equipment shall be submitted within
30 calendar days after award of contract.
All instruction manuals shall be submitted not later than 15 days prior '
to shipment of the equipment.
M
lc-1
PART 2 - DETAILED SPECIFICATIONS
CONTENTS
PAGES
Section 2A - METAL-CLAD SWITCH GEAR 2A-1 thru 2A-17
2A.1 General 2A-1
2A.2 Codes and Standards 2A-1
2A.3 General Requirements 2A-1
2A.4 Arrangement 2A-1
2A.5 Switchgear Enclosures 2A-1
2A.5.1 Nameplntes 2A-1
2A.6 Poker Circuit Breakers 2A-2
2A.7 Power and Control Conductors 2A-3
2A.6 Connections 2A-5
2A.9 Instruments and Devices 2A-5
2A,10 Instrument Transformers 2A-6
2A.11 Equipment and Material Required 2A-7
2A.12 Accessories 2A-10
2A.13 Painting 2A-11
2A,14 Supervisory Control 2A-11
2A.15 Mimic Buu 2A-11
2A.16 Factory Tests 2A-11
Existing Bus Tie Cubicle-Sideview 2A-12
Switchgear Arrangement 2A-13
Elementary Diagrams 2A-14, 2A-15
Transformer Breaker 2A-16
Feeder Breaker 2A-17
Section 2B - HSTAL ENCLOSED BUS DUCT 2B-1 thru 28-4
2B.1 General 2B-1
28,2 Codes and Standards 2B-1
2B.3 Equipment Required 2B-1
2B.4 Details of Construction 2B-1
2B,5 Preassembled Cable Bus Duct 2B-2
Bus Duct Arrangement - Top View 2B-3
Bus Duct Arrangement - Sideview 28-4
Section 2A - METAL - CLAD SWI MGEAR
2A.1 GENERAL. These specifi^ations cover the design, manuracturing, testing,
and furnishing of, 13,200 volts, indoor, heavy-duty metal-clad switchgear for
use in a substation.
2A.2 CODES AND STANDARDS. All bwitchgear and switchgear components shall he
designed and fabricated tca conform to the requirements of applicable IE14E,
NEMA, and ANSI standards.
2A.3 GENERAL REQUIREMENTS. Tho switchgear shall be designed and fabricated
complete with all accessories for use on a 13,200 volts, 3 phr,se, 4 wire,
60 hertz system.
Power for the electric operation of the breakers shall be supplied from a
125 volts D.C. station battery.
2A.4 ARRANGEMENT. The switchgear shall consist of tl:o following numbered
units as shown below. If rearrangement is required, a new layout will be
given to and coordinated with the Contractor. The units shall be numbered
from left to right when facing the instrument side of the switchgear.
Unit #11 Transformer
unit #10 Auxiliary
Unit #90 #B, #7 Feeders {
Attached with this specification... section, there is a layout sheet (P.?A-13)
describing the preferred arrangement of the controls, instruments and the
relays in the front panels. Modifications of this arrangement shall require
owner's approval.
2A.5 SWITCHGEAR ENCLOSURES. Metal-clad switchgear enclosures as specified
shall be indoor general purpose type in accordance with ANS C37.20.
The breakers shall be removable from the front. Grounded removable steel '
1-1
barriers shall be provided between the instrument panels and the cable and
current transformer compartments. Each switchgear compartment shall include
a full height, hinged front door designed for use as a panel for the mount-
ing of instruments, meters, relays, switches, indicating lights, and other
specified devices.
Concealed hinge construction shall be used. No hinge shall be visible from
the outside when the doors are closed.
4
2A5.1 NAMEPLATES. Engraved nameplates shall be furnished for each item on
the front of each switchgear unit. The nameplates shall be made of lamin-
ated black and white 14 inch square, bold, engravod through the black outside
layer so that the letters appear white. Nameplate will be determined later. Y
2A-1
i
1,7 we
i
2A,6 PCIER, CIRCUIT BREAKERS. Ilre power circuit breakers shall be of standard
drsnaoat design an sa e ratod on the symmetrical current basis according
to ANSI 037.06 and the following:
Nominal 3 phase capacity 500 mva
Rated maximum voltage 15 Kv
Rated insulation level
Low frequency 36 Kv
Impulse crest 95 Kv
Rated current
Continuous 1200 amperes
Short circuit at rated max kv 18,000 wirperes
Rated interrupting time (60 cycle
basis) 5 cycles or less
Rated porno ssible tripping delay 2 seconds
Required capabilities
Maximn interrupting 23,000 amperes
Short time, (3 second) 23,000 furperes
Closing anei 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 rzchanically and electrically free,
with stored energy operating mechanism using a d-c motor and d-r: trip coil
Each breaker shall be furnished with a sufficient numtor of auxiliary
contacts and m Wliary switch contacts to provide all necessary interlocks
for proper o eration of the equipment. Not less than your spare "a" and
four spare "b" auxiliary contacts shall be furnished on each breaker.
In addition, stationary switchgear housing mounted auxiliary switches
mechanically operated by the breaker mechanism shall be provided with not {
less than five spare "aa" and five spare "bb" contacts. All auxiliary
switch contacts shall be wired to terminal blocks for use with control circuits
where needed.
The circuit breakers shall be capable of carrying their rated full load
current continuously wit;,out exceeding the temperature rise as specified {
in the latest IPT:E and NIMA standards. The circuit breaker insulation
shall be coordinated with that of the switchgear structure,
Ihs breaker main contact surfaces shall bsa silver-to-silver and the materials
of which the contacts are composed shall be suitable for the particular
service for which it is used; the arcing contacts shall be designed to resist
burning and deterioration. Some suitable arc quenching or arc extinguishing
device shall be provided such as deion grids, tnsagpetic arc chutes and baffles.
Materials shall be nonhygroscopic. Secondary device contact surfaces shall
be salvor-to-silver.
All removable breaker units of the same type and ampere capacity shall be
wired alike and shall be mechanically and electrically InterOiangeable.
Overload capacity of the breakers shall be rated as specified in Circuit Breakers
Standards MST 037.010-1964, Section 010-14.4.2, p, 9 and ANSI Standard Conaittee
C37.OlOalA7X covering emergency current loading.
2A-2
4
All breaker units shall have a breaker operations counter.
2A.7 PO -A AND COMROL 0ONLW. rOrS. In addition to the general specifications
for WIR tundcr ection 1B, sw UNgear conductors shall he furnished
according to the requirements specified in the following parugraphs:
2A.7-1 Win Bus. The switchgear main bus shall be made of copper, rated not
less than 120- ampo res at 13,2 Kv and shall carry rated current continuously
without exceeding the teiVorature rise specified in MIT and NERN stmidards.
The bus shall be installed with rigid, nontracking, non Munnable, and
nonhygroscopic insulating supports capable of withstanding the magnetic forces
imposed by short circuit currents equal to the short time current rating of
the largest circuit breakers.
The bus shall be supplied in unit lengths which will permit the reassenhling
of the units in the field if desired.
All joints shall have silver-to-silver contact surfaces, shall have minimum
contact resistance, and shall be insulated with removable insulating fittings
which will provide an insulation at least equal to that of the bus bar
insulation.
Provisions shall be made for bus exl)ansion, to prevent undesirable or destructive
mechanical strains In the bus supports and connections, through a full
ambient temperature range from -30 C to +50 C. Expansion joints shall be
supplied where required.
2A.7.2 Ground-Bus. An uninsulated copper ground bus with a momentary and
short t 1w rat ng at least equal tote momentary and short time rating of
the largest circuit breaker shall be furnished through the entire length
of the switchgear. All of the switchgear equipment requiring grounding
shall be connected to this ground bus. Provisions shall be made for the
attachment of 4/0 stranded copper cable to each end of the ground bus and
in each cubicle that have external hi0i voltage cable connections.
2A.7.3 Bus Connections and Terminals. All materials required for making the
connections between tTie main uses and disconnectbic, devices, instrument
transformers, and circuit breakers shall be furnished md installed with
an insulation cover equal to the insulation of the main bus. All main
current carrying connections shall be made by bolting to, ether f.lnt copper
bar. Insulated bus or cable connections shall be furnis ed for the potential
t ransforncrs . i.
2A.7.4 Wiring and Wiring Diagrams:
Uo Contractor shall provide internal switchgear wiring, connections, and
diagrams in accordance with the requirements of the following paragraphs.
All low voltage control and instrument wiring used within the switchgear t
shall confo-na to the requirements of Section IB of these specifications f
and shall ha installed and tested at the factory. r'
All interior wiring shall be neatly and carefully installed in suitable'
f,
wiring gutters or conduit and shall he terminated at suitablo terminal
2A-3
r
blocks plainly lettered or marked in accordance with the Contractor's
connection diagrams.
Sufficient clearance shall be provided for all control and instnai~ent
leads. All leads for external circuit wiring shall be connected to
terminal blocks suitably located for connecting, external circuits.
Splices will not be permitted in control wiring or instrument leads.
Arrangement of circuits on terminal blocks shall be such that all connections
for one circuit plus any spare conductors shall be on adjacent terminals.
Any switchgear units that are split for shipment shall have terminal blocks i
adjacent to the split and shall be provided with wiring required to interconnect
the switchgear units.
Control and potential buses as required shall be 12 MG switchboard wire or
larger installed at the rear of the instrument and control coimpartment.
Switchgear schematic, connection, and interconnection diagram,; furnished 1.
by the Contractor shall be based on schematic (elementary) diagrams and
connection diagrams furnished by the Owner.
After receiving the (Mier's diagrams, the Contractor shall prepare his ,
schematic (elementary), connection, and interconnection diagrams, which shall
show the same to-minal designations and the same terminal arrangement as
shown on the errs `diagrams.
The complete wiring of each switchgear unit shall be shown on an individual
sheet, and all sheets shall be the same size. Tnfonmation on each sheet
shall includA point-to-point wiring of the entire unit shown as physically
constructed in the actual switchgear unit, including wiring on the breaker
itself, elementary diagrams of control and instrument circuits, contact
arrangement of switches, and internal wiring of relays and instruments.
Elementary diagrams shall be cross referenced to terminal markings on
the connection acid interconnection diagrams, but need not show complete
details of circuits external to the switchgear.
When the Contractor's standard terminal designations differ from those
required by the schematic and connection diagrams furnished by the Owner,
or from those marked on the contractor's connection drawings submitted for
approval and returned by the U,nier, the Contractor may show two sets of
terminals designations; one set in accordance with the manufacturer's
standards, and one set complying with the Owner's requirements.
Sufficient space shall be. left on the "amer's" side of outgoing terminal
blocks for adding cable color codes and circuit rnud)ors. The Contractor
will. be furnished this Information later, which he shall then include on
his drawings.
At the time the Contractor's connection drawings are submitted for approval,
the O►,nier will mark thereon all extormal circuit and wire designations
required, and such designations shall be added to the connection drawings by
the manufacturer. Except as marked on the drawings submitted by the Contractor
and returned to him by the (humor, no cxtenmal circuit and wire designations
shall he showsm on the Contractor's drawings..
ZA-A
7 AI
x
r
2A,7.5 Terminal Blocks:
Terminal blocks shall be provided with white marking strips. Terminal designations
furnished by the Owner shall be inscribed on the marking strips with black
paint. Extra terminals in a quantity not less than 25 per cent of the inter-
connected terminals shall be provided on each terminal block for circuit
modifications and for termination of all conductors in nnhlticonductor cable.
The arrangement of connections on terminal blocks shall be as approved by
the Owner.
Terminal blocks shall be grouped in the instrvnient and control compartment
for easy accessibility unrestricted by interference from structural menhers
and instruments. Sufficient space shall be provided on each side of each j
terminal block to allow an orderly arrangement of all leads to be terminated
on the block.
Ample space shall be provided at tenninal blocks for termination of all
external circuits. An adequate raceway system shall also be provided
for all wiring.
Shorting type General Electric EB-S or equivalent terminal blocks shall be provided
for current transformer leads. All blocks with nonslhorting type terminals shall be
General Electric EB-S or equivalent.
2A.8 OMM OhNS. Facilities for the entrance, support, termination,
and connectio oT power supply and feeder conductors shall be provided
in accordance with the requirements of the following paragraphs,
*2A.8.1 Entrance. Adequate openings shall be provided for all conductors
entering t e switchgear. Direction of power cable entrance shall be from
the bottom. Control cable conductors .to be installed by the Armor shall be
fttough the top of each cubicle.
2A.8.2 Terminal Gonnectors. Compression type connectors for poker cable and
external ground conductors shall be provided.
2A.8,3 Stress Cones, %'here shielded cable is specified for supply or
feeder co`n uct~adequate space and supporting facilities shall be provided
to properly install stress cones on the cable termination and support the j
cable.
2A.8..4 Bus Duct. Whero bus duct is specified for supply or feeder conductors
all flanges, supports, gaskets, flexible bus and enclosure joints, bolting
material, inSil ation and connections shall be provided as required to terminate
the bus duct.
2A.9 INSfi2[JNt[M AND I)EVICFS. Indicating instruments shall be semi-flush
mounted sit-cliboar" Vt pe with one per cent accuracy classification, and
except as otherwise specified shall he approximately 4 inches square with
black 250 degree scales on a white background. Field checked instruments
found to be mare, than 2 per cent inaccurate shall be returned to the
Contractor for calibration or replacement without cost to the airier. All
AC inshuments shall -be designed for operation on S ampere current tr.unsfonwr
secondaries and 120 volt potential transformer secondaries. Auxiliary
2A-S
transformers shall be furnished where required to produce correct magnitudes
and phase angles of measured quantities for the instruments. Instruments
shall be General Electric Type AB-40 or Westinghouse Typo k-241.
2A.9.1 Relays, Relays, as specified, shall be semi-flush mounted designed
for use with 5 ampere AC current circuits, 120 volts AC potential circuits,
and 325 volt DC tripping circuits. Protective relays shall be induction or
static drawout type equipped with operation indicators.
Lockout relays with 125 V.D.C. coils shall be F.lectro Switch Series 24,
Type LOR/ER, catalog no. U25 DD or approved equal.
Auxiliary relays with 125 volt D.C. coils shall be General Electric Type HFA,
Westinghouse Type MG6, or approved equal.
2A.9.2 Control Devices. Control and instrument switches shall be 600 volt,
20 amphere, multistage, rotary type with black fixed modern grip handles.
Each switch shall have an engraved, black plastic escutcheon plate. switches
shall be Westinghouse Type W, General Electric Type SB-1, or approved equal.
Each switehgear section shall have a Local/Remote switch.
All circuit breaker control switches mounted on the front instrument panel
shall be equipped with modern pistol grip handles and red and green indicat-
ing lights using Type T-2 slide base telephone lamps,
Each electrically operated breaker shall be provided with one 2 polo control
power disconnecting and protective device in the closing circuit and one in
the tripping circuit. The disconnecting an& protective device shalt
either a molded case circuit breaker or an enclosed fuse pull-out.
2A.10 INSTRUMENT TRANSFORMERS. Instrment transformers shall be designed
for use with meters, relays, and instruments, in accordance with ANSI and
NEMA 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 transformer thermal and mechanical
limits shall be coordinated with the sae)rt time rating of the circuit
breakers with which they s1.All be used. All current transformer leads
shall be brought out to terminal blocks arranged to provide any combination
of connections or polarity.
2A.10.2 Potential Transformers. The potential tnusf
oir?wrs shall have a
rating of not less than 400 volt-ampheres on a thermal basis and :.hall be
designed to withstand a secondary short circuit for at least one second.
The rating of these potential transformers shall be as specified, and Uiey
shall be suitable for use on a nominal 13,200Y/7620 volt, 60 hertz system.
The accuracy of these transformers shall be not less than USAS (ASA) standards
accuracy classification 0.3 with burdans of W, X, and Y and 0.6 with burden Z.
All potential transformers shall be provided wirh'current limiting fuses and
shall be mounted on withdrawal units so designed as to isolate and ground the
potential circuits when the removable element is in the fully withdrawn posi-
tion.
-r
2A.11 EQUIPMENT AND MATERIALS REQUIRED
Equilxnent and materials provided shall conform to tte following requirements:
2A.11.1 Unit $11 Transformer Breaker. This unit shall consist of the
following: _
i. - Metal-clad switchgear compartment with the following equipment furnished
and mounted within the unit.
1 - Watt transducer; Scientific Columbus, Cat. No. X[.34-iK5A2, 5 Amp,
120 volt, 1500 w. = 1 MADC.
1 - Set of 1200 amperes insulated bus.
1 - Var transducers Scientific Columbus, Cat. No. XLV34-2K5A2, 5 Amp,
120 volt, 1500 vars - 1 MADC.
1 - Removable air circuit breaker, 3 pst, 1200 amperes, 130200 volts, 60 Mertz.
3 - Current transducers: Scientific Columbus, Cat. No. CT-510-A2, 0-5 Amp in,
out 0-1 MA.
I - set of primary and secondary disconnecting devices.
9 - Current transformers, single secondary, 1200/5 ampere, three mounted on
the bus siAa of the breaker and si:t mounted on the line side of the breaker.
3 - Auxiliary current transformers 5/10 ampere to be used with the transformer J
differential current relays.
1 - Set of provisions for use with non-segregated bus or cable duct (Specified
in Section 2B).
• I
1 - breaker operations counter.
1 - Space heater.
The following shall be furnished and mounted on the front instrument panel:
6 - Overcurrent phrase relays, inverse time, approximately 4- 12 ampere range.
Westinghouse Type CO-£i or equal.
I - Overcurrent ground relay, inverse time, 4- 12 ampere range. West in(3hou:,e
Type CO-8 or :qual.
3 - Differential current relay for two winding transformer pYotect-ion complete
with percentage slope and harmonic restraint equipment.
I - Lockout relay, 10 contacts, 125 V D.C. manually resnt, with amber and
green indicating lights.
I - Indicating ammeter, 0- 1200 ampere scale.
1 - Ammeter transfer switch, 3 phase,
.rte -
i+
3
1 - Circuit breaker control switch with red and green indicating lights.
1 - Time delay ro:lay to be uacYl with high voltage side of the transformer
overcurrent invorse time relay, 125 V D.C. Range of time delay shall
be 0. 5 - 30 secotxls.
1 - Local/Remote control switch.
1 - Set of green and red indicating lights for 69 KV transformcr air switch
indicirt.ion.
1 - Control swilLh Sf-DT for transformer ,tic ,rr,aitct~ ra,+r~r ojK:r.~tor.
1 - Volti eter <;wit c;+, 3 phase.
1 - Indicating a-c voltmeter, 0- 15,000 volt scale.
1 - Control switch foa• transformer load lap changinr3.
f
1 - Lot of panel cutout aril wiring for load tap pos-ti<m indicator furnished
by the owner.
1 - Lot of nameplates.
t2A.11.2 Unit 10 Auxilz and Potential_Trarzformers. This unit :?hall
consist of the following:
I
1 - Metal-clad switchgear compartment with tYe following ri~quil._~ent r.irnished
and mounted within the unit.
w
1 - Set of 1200 ampere insulated bus.
3 - Potential transformers, 7620 - 120 volts, Y-Y, connected to the 13.2 Kv
bus mounted on a drawout car°iage, a-d with primary current limiting fuses.
1 - Auxiliary transformer, 50 KVA,,7,620 - 240/120 volts, 1 phrase, 60 hertz
with current limiting jsr.imary fuse connected to 13.2 KV bus acid secondary
breaker connected to automatic throw-over switch.
1 - space heater.
1 - Autoruztic flat)w-over r~witzl, rated to match rows auxiliary transformer,
Capable of autoruitically tronsforing load . nd stat:i,~n power' from bus 1 to
bus 2 and/or return.
2 - Frequency relays %load shcd) Westinghouse Typc KP style no. 671D287AI5,
range 55 hertz to 59.5 hertz or approved equal.
2 - Lock relays eleetro switch series 24, type IAR/F.R, Cat. No. 7825 DD or
approved equal.
1 - Watt-Var meter to be used for monitoring one feed r at a timo, 3 phase
4 wiry Y, (2)1 element) 5 ampere, sadgamo typo CC%I/CCVAR, Cat. No.
90-59074-100 or approved equal.
2n-f3 ~ i
2A.11.3 Units 17, 18, and N9. Feeder BreAkers. These units shall consist of
the followings
1 - Metal-clad switchgear cornpartment with the following oyuifinent furnished
and mounted with the unit.
1 - Set of 1200 impere insulatod bus.
1 - Var Transducer: Scientific Columbus, Cat. No. XLV34-2K5A2, 5 amp, 120 v,
1500 var a 1 MADC.
1 - Removable air circuit b-teaker, 3 pst, 1200 ampere, 33,200 volt, 60 hertz.
3 - Current Transducers: Scientific Columbus, Cat. No. CT-510-A2, 0-5 amp in,
Out 0-1 M.A.
1 - Set of primary and secondary disconnecting devices.
3 - Current transformer 600/5 ampere, relaying type, located on the bus side
of the breaker.
r
u
3 - Current transformor 1200/5 ampere, relaying type, on the line side of the
breaker. j
3 - Lightning arresters, rated 12 Kv, intermediate type with leads connected
to the line side of the breaker.
4 - Connectors of compression type for customers use for underground exit
feeder conductorr, - 750 mCH AL. phases and 4/0 copper neutral. .;3
1 - Breaker operations counter.
1 - Space heater.
HcMm?,s Unit 07 shall be furnished with necessary bus bars to mate with existing
unit 16 bus, as shown on drawing 2A-12.
The following shall be furnished and mounted on the front instrument panolr
3 - Overcurrent phase relays, extremely inverse, approximately 4 - 12 ampere
range, complete with 20- 80 ampere instantaneous trip attachments.
Westinghouse CO-11 or equal.
1 - Overcurrent ground relay, extremely inverse, approxi.matoly 0.5- 2.5 amper4u
range, comploto with 10- 40 ampere instantaneous trip attachments,
Westinghouse CO-11 or equal.
I - Reelosing relay, automatic, 3 shot, one instantaneous and two time delay
reolosures, with an auxiliary relay to provent reclosing when circuit
breake : is tripped by control switch.
1 - Reeloser cutout control switch.
2A-g
7 7
1 - Watts-Vars transfer switch with a removable handle Connected to switch
feeder currents to the Watts-Vars recorder in Unit 110.
1 - Indicating ammeter, 0- 600 ampere scale.
1 - Ammetey transfer switch, 3 phase.
1 - Circuit. hreaker control switch with red and green indicating lights.
1 - Local/Remote control switch,
1 - Lot of nameplates.
2A.12 ACCESSORIES. The following accessories shall be supplied with
metal-clad switchgear,
1 - Maintenance closing lever for closing the circuit breakers,
1 - Manual operating lever P,x moving the breaker element into and out of
the operating position,
1 - Test jumper for operating breaker outside their compartments,
1 - Set of test plugs u uitablo for testing the relays.
100 percent replacement; on fuses.
300 percent on indicating lamps.
25 percents'on color caps,
>1
t
2A-15
2A.13 PAINTING. Painting of the metal-clad switchgear surfaces shall be
as indicated in the General Requirements Section 1B.9 with exception of
the color of the finish coat shall be light gray, ASA #61.
2A.14 SUPERVISORY CONTROL. A supervisory control system will be installed
in the future by the Owner. Contractor shall furnish all equipment necessary
to block circuit breakers' reelosers when supervisory contacts call for trip
or close. All breakers shall be wired including the Local/Remote switch in
such a way as shown in the elementary diagrams (pg, 2A-16,17) so no other
equipment is needed to connect to a future supervisory control system.
2A.15 MIMIC BUS. Space in the front panel of all metal,ulad switchgear
units shall be provided for owner's installation of the mimic bus as shown
in page 2A-13.
i
2A.16 FAMIRY TESTS. After each group has been completely fabrictited, it
shall be subjected to and shall meet all requirements of the produ:tion
tests as listed in NEMA Standard SG.5.
2A-11
raa.r~e _
til
N ~
w
. Qua
w? Q
2 m
wN
ww
la- a> > a
m00
m m~ ~m
D m
Cl) to a
ww
U) 3
c ~ U % m
Q U)m a c
„J M(.) N
a
1 006
t
0
i•~I ~
y r ,w,r tee-- a^.,,'~d i s~_•W r4r
~ 355 5 ~ 4 w
M + h p ~ fY
' Q
Q Z
b
NI ft ~ s ~ a 4
r
qN
M It ~
hit t t u ® a y
N a „a
►h ►1 w W
H
N
O ►o1
~ o
~Nyl lb°'
(n►k c L~J
m ►n.►I
I--Sol
2 o v
v
1 1 um m ij es
<X*A 0 m
U. 9
1-" ►,s Rl ~ I
F-- ,
:VA ti Y
' O C
Nt ~ la
o n O
►n t: r /m a ® g s
Nl lt~ ~ + 6 1 u u
rK u r
M►1 + ~i l0
►/1 1
s
S
v,
' a wll
+ Off' ~ ~ O F_I
von M vl `c.. C- 1
x W Y i u r a S-a i g
ow,
MWo
I
} I N'Q
L j o I Q:o _ t M t~
U) cr
a
(D N
~N QQQ I O:OOZt .1 ~ .
t
N~
V
r
I c ym o
.
' a wz
t '
~p r M N
1"'r
F M
• _,f .w 1.,r _i /U 1~~-rw. .rw-r rr.. r~ ' a.
f~ .J ~ FO
FPPT ~~r
1 ~+.r.r-~w.~w r~w~wUiYwr ^ h • i
~ . Y Iwo
N
9.011 -pis IVA 9111 OD
AWSNIIM IIIIN 01 7
0 t x ; VI
c is ~ 2 ~ I F- J '
loll a r
a
114,
O
ad
co ~ lot
a Wool
i s
a. 3
z
W
ILI
Z u od r
OZ
F- Q a
a 4--
2. 1. " d
Q u N
a m
D U)
Om M
i
t7
x
F ~i
w. 1
y1 V) 1 w -
10 m 1 ! ` IYINYOI
A Y0 VAN 0 VAN 0
0
err. -r-r rw.-r----rrr rrr rrw rr w.r
M
• M•
e
.u
1 1
II
~ N
~ x
p W
a. r-
N
z
v a'w
N W N W S[ U)
. ~M 4 x z " ~~I d {n~ ~C a = W F
j tj be I..
LA i OTC W
p
O O 1.O N m Y v
C4
p ~ A 41 J
O in p in p In ~ W
^ h ~1Q N
x
OY F'O Fp-
fi~pr. -
Oda
l+ w
d
M v w x
ti
41 - Q
p
NL "
' Ip NAM
N
Colo a Nix
of) '44D
- N 00 ~ 1N- F-
j 40
M a mi? T x g~
1 W
N~ JW J
-N Nib VO N N
N y~, ~ O 1J
N
OOA9aI N r
fOso Jnq~Yfv°c
y
r r
~ a
r
ev w
Y c Ot
3ca otL
o d " 1 1 O
mL4 20
r
a ISE Cl
~ ~ NO
f
O
w ~ p~C 1
w Q ~ ~ J
n
0 "
r
s
. ae
CIO
t4 alp
H N~ ai Off` 2 NI
'YYAOiI
•~oA a t1
. r
(1
Section 'cE - METAL ENCLOSED BUS DUCT
1
a
2B-1 GENERAL. These specifications cover furnishing of 15 Kv, 1200 amperes, 1
metal-enclosed, nonsegregated group phase bus duct.
2B.2 CODES AND STANDARDS. Bus duct provided under these specifications
shall be in accordance with applicable specifications of IEEE, NEMA, and i
ANSI C37.20 Standards. ~
2B.3 EQUIPMENT REQUIRED. The following group phase met.il-enclosed bus duct
equipment shall be furnished.
28.3.1 Rating_. Bus duct shall be furnished with the following ratings:
Volta'lef Volts Current, amperes
Impulse Moment No. of
Nominal Withstand Continuous (Aaym.) Conductors
13,200 958000 1200 37,000 4
26.3.2 Length. Bus duct shall be furnished according to the following i
details:
Location
Approx. Length, feet From To
28' 4" 13.2 KV Unit 12 Om:er.!s,Trans`-
Switchgear described former terminals.
in Section 2A 12/16/20 WA
2B.3.3 Arrangement. The arrangement of the bus duct is shr" in page 2B.3.
Specified detailed information regarding the arrangianent will be furnished
to the Contractor following award of contract.
2H.4 DETAILS OF CONSTRUCTION. The b,,- 3uct shall be a group of rigidly
supported insulated copper bars assembled in a metal enclosure and designed to
satisfactorily carry rated current continuously without exceeding the tem;rra-
tune rise specified under IEEE and ANSI standards.
The current carrying capacity shall be based on actual Service conditions i
including skin and proximity effects, and the effects of insulation, Steel
anolosuro, and an amhlent temperature of 40 C.
The bus shall be shipped completely assembled in not more than two section
lengths.
2H.4.1 Bus Conductor Joints. All joints shall havu silver-to-silver contact
surfaces and shall be insulated with removable insulating fittings which will
provide an insulation at least equal to the bus insulatirr,. The contact sur-
faces of each joint shall be machined before silver plating to minimiru contact
resistance and heating. Each joint or splice shall conform to HEM SG 1-4.04.
211-1
x
2B.4.2 Bus Conductor Insulation. Bus conductor insulation shall be a molded
rriatcrial Tcsl'bmed~ior service ut rated voltago and s'iall cover Vita entire
conductor. the molded :nsulation shall havo,a high resistancecmducting
surface in ~:ontaci a.ith the conductor to eliainato corona •1,vnaga to thI insulation.
The bus shall be installed with nonshatterable insulating supports designed to
withstand the magnetic forcos imposed by short circuit currents.
2B.4.3 Up sion Joints. Provisions shall be made for bus expansion, to prevent
undesirable or destructive mechanical strains in the bus supports and conuiectious,
through a full ambient tcqtcraturc range flow -30 C to + 50 C. Expansion joints
shall be supplied Acre required,
2B.A,A Enclosures. The sections of bus duct shall have nonventilated weather-
proof end us iUi with the thermostatically controlled space heating eg0pm(:nt
required to maintain the inside temperature of the enclosuros above tha dew
point. Space heaters shall be wired to the space heater supply source in
switchgear.
2B,A.5 TermMal Coordination. 'rho Contractor shall st:pply the cor.pleto bus n,
duct system requlrc-3 i~tsrig all parts necessary to male coa+plete electrical
and mechanical connections between bus dtw-t scctions and the equi;nlent to
which the bus duct is to be`connecte.i.
Connecting parts shall incluie all fixed a„d flexibl^ connectors required for
convecting the bus to equipment, ir:cluding tominals in the indoor nkital-clad
switchgear,' connections to ti,e switchgear oi~closurna,`and, conntc:tioios to the
transformar:terml tala, in tha fl.mWd throat of the povur tranicfornor.
The Contractor shall coordinate the termination at the tra::sfvrmer with the traits-
former irmuLcturer. 'llte name of tiro transforw r mar►ufsct,nrcr will be f+trnished
later,
2A.4.6 Transiticri Flange t,. All necessary tall flanges and barriers shall be
included irM WTI -i t.
28.4.7 &!pj rts, 7 he buff duct shall 1w doelgned to ba self-strpporting. it
any supports sre required they shall be furnished by the CCntractOT.
lB.5 ME1"SENUMEU CML8 BUS IiIICI'. Preassembled outdoor type, ventilated
cable bus ufct mty U, bM pis-sit ornate to tho norks,%gregated but dr,ct
specified herein,.
Voltav and current ratings, lehs, applicable details of construction, and
coordination between ".nuipMUnt, Ill be identical to that specified for the bus
duct.
2B•2
4 \ ....p
~Mk
. W p
ro h , m
x
Nn
tj 40
~M\YiYw ww~/Y.M rrY♦ 4._ ~\}y~Y~\/ .!M\ .n
t rr
......_Y. `
IV)~ ~ ~ raw v R}
4
LAXI
r
' w
• u
~ x
o u
u
~ d
d
si
N `
Z f~
,._t
CI s
0
„OZ ON
{