Loading...
1998-089AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF A CONTRACT FOR THE PURCHASE OF A POWER TRANSFORMER IN THE AMOUNT OF $445,939 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2183 - POWER TRANSFORMER IN THE AMOUNT OF $445,939 00 AWARDED TO WAUKESHA ELECTRIC) WHEREAS, the City has sohc~ted, received and tabulated competitive bids for the constmcUon of pubhc works or improvements m accordance with the procedures of STATE law and Clty ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construeUon of the public works or improvements described in the bid lnwtatlon, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of' public works or improvements, as dascnbed in the "Bid Inmtat~ons", "Bid Proposals" or plans and specfficatlons on file in the Office of the City's Purchasing Agent filed accorchng to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUIVlBER CONTRACTOR AIViOUNT 2183 WAUKESHA ELECTRIC $445,939.00 _~ That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or ~mprovements herein accepted and approved, until such person shall comply w~th all requirements specified m the Notice to Bidders lncluchng the timely execution of a written contract and furmslung of performance and payment bonds, and insurance certificate after notification of the award of the bxd ~ That the C~ty Manager ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the pubhc works or mapmvements ~n accordance w~th the bads accepted and approved here~n, prowded that such contracts are made ~n accordance wath the Notme to Bidders and Bad Proposals, and documents relating thereto specff3nng the terms, condlt~ons, plans and specifications, standards, quant~t~as and spemfied sums contained thereto ~ That upon acceptance and approval of the above competitive bids and the execution ~f contracts for the pubhc works and xmpmvements as anthonzed hereto, the City Council hereby anlhonzes the expenthture of funds m the manner and xn the mount as specffied m such approved b~ds and anthonzed contracts executed pursuant thereto ~ That tlus ordxnance shall become effectxve immediately upon xts passage and approval PASSED AND APPROVED th~s the day of ,1998 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2183 CONTRACT ORDINANCE STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 7 day of APRIL A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and Waukesim Electric Systems, a Division of General Signal Power Systems, Inc., P.O. Box 268 Goldsboro~ NC 27530 of the City of Goldsboro County of Wayne and State of North Carohna, hereinafter termed "CONTRACTOR" WITNESSETH That for and m cons~deraUon of the payments and agreements hereinafter mentmned, to be made and performed by OWNER, and under the eontht~ons expressed m the bonds attached hereto, CONTRACTOR hereby agrees w~th OWNER to commence and complete performance of the work specified below BID # 2183 - POWER Transformer m the amount of $445,939.00 and all extra work m connection therewith, under the terms as stated m the General Conditions of the agreement, and at h~s (or their) own proper cost and expense to furmsh all materials, supphes, machinery, eqmpment, tools, superintendence, labor, insurance, and other aceessorles and serwces necessary to complete the work specified above, m accordance w~th the condmons and prices stated m the Proposal attached hereto, and m accordance w~th all the General Condxtxons of thc Agreement, the Specml Con&t~ons, the Not~ce to B~dders (Advertisement for Bids), Instructions to B~dders, and the Performance and Payment Bonds, all attached hereto, and m CA - 1 accordance with the plans, wluch includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Speclficatmns therefore, as prepared by CITY OF DENTON MUNICIPAL ELECTRIC DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the ennre contract Independent Status It Is mutually understood and agreed by and between City and Contractor that Contractor Is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, wlthholdmg, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supermslon and control of Contractor or any employee of Contractor, and it Is expressly understood that Contractor shall perform the services hereunder according to the attached spemficatlons at the general d~rectlon of the City Manager of the City of Denton, Texas, or his designee under thls agreement Indemnification Contractor shall and does hereby agree to mdenunfy and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or tlnrd persons occasioned by any error, onnsslon or negligent act of Contractor, Its officers, agents, employees, mvltees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at Its cost and expense, defend and protect the City of Denton against any and all such clauns and demands Choice of Law and Venue Tlus agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall he m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth m written notice to commence work and complete all work within the tune stated in the Proposal as amended by Waukesha Electric Systems letter of May 7, 1998 and Waukesha Electric Systems "Vendor Milestone" of May 7, 1998, subject to such extensions of tune as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown m the Proposal as amended by Wankesha Electrlc Systems letter of May 7, 1998 and Wankesha Electrm Systems "Vendor Mdastone" of May 7, 1998, which forms a part of this contract, such payments to be subject to the General and Special Condltmns of the Contract CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed thru agreement m the year and day first above written ATTEST .1 ~/n -~ ,~ ff~d. z2~ CITY OF DENTON {J .... F ~ OWNER q ' (SEA~ ATTEST f ' CONTRACTOR ltelanie Debrief Controller P 0 Box 268 Cnld~hnro. NC 27530 MAILING ADDRESS (919) 734-8900 PHONE NUMBER ('~ ~,~) 580-3244 FAX NUMBER ~'f-Tf.E Pregident John E Wa~ner APPROVED AS TO FO~ P~NTED NAME f~~ (SEAL) CA - 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems, a Division of General Signal Power Systems, Inc., whose address is P.O. Box 268, Goldsboro, NC 27530, hereinafter called Principal, and , a corporation orgamzed and existing under the laws of the State of NEW YORK, and fully authorized to transact bnsmess m the State of Texas, as Surety, are held and fLrmly bound unto the City of Denton, a mumclpal corporation organ!zed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of FOUR HUNDRED FORTY FIVE THOUSAND NINE HUNDRED THIRTY NINE and no/100 DOLLARS ($445,939.00) plus ten percent of the stated penal sum as an additional sum of money representing addmonal court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below Idenufied Contract, m lawful money of the Umted States, to be paid m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our hairs, executors, ad~mm!strators, successors, and assigns, jointly and severally, firmly by these presents, This Bond shall automaucally be increased by the amount of any Change Order or Supplemental Agreement which mcreases the Contract prlce, but m no event shall a Change Order or Supplemental Agreement wfuch reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is condmoned as follows Whereas, the Principal entered mto a certain Contract, identified by Ordinance Number 98-089, with the City of Denton, the Owner, dated the 7 day of April A.D 1998, a copy of which ~s herew attached and made a part hereof, for BID # 2183 - POWER TRANSFORMER. NOW, THEREFORE, if the Prmc~pal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract m accordance with the Plans, SpeclficaUons and Contract Documents durmg the original term thereof and any extension thereof which may be granted by the Owner, w~th or without notice to the Surety, and during the life of any guaranty or warranty reqmred under this Contract, and shall also well and truly perform and fulffil all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Prmclpal shall repmr and/or replace all defects due to faulty matermls and workmanship that appear within a period of one (1) year from the date of final completion and f'mal acceptance of the Work by the Owner, and, if the Principal shall fully mdemmfy and save harmless the Owner from all costs and damages which Owner may suffer by reason of fmlure to so perform hereto and shall fully reunburse and repay Owner all outlay and expense wluch the Owner may Incur m making good any default or deficxency, then flus obhgation shall be void, otherwise, ~t shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall 1,e m Denton County, State of Texas AND PROVIDED FURTHER, that the sa~d Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alterataon or addition to the terms of the Contra~t, or to the Work to be performed thereunder, or to the Plans, Speclficatmns, Drawings, etc, accompanying the same, shall m anywise affect its obligation on this Bond, and it does hereby wmve notice of any such change, extemlon of tune, alteratmn or addition to the terms of the Con~ract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc Tins Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this mstrumem is executed m 4 copies, each one of which shall be deemed an original, flus the ? day of APRIL 1998. ATTEST PRINCIPAL BY SECRETARY BY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resident Agent of the Surety m Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Performance Bond mu.vt be date of Contract If Resident Agen~ is not a corporation, give a per~on's name ) PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems, a Division of General Signal Power Systems, Inc., whose address is P.O. Box 268, Goldsboro, NC 27530, hereinafter called Principal, and , a corporation organized and existing under the laws of the State of NEW YORK, and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumcipal corporation orgom~ed and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish matermls for, or perform labor upon, the bmldmg or unprovements hereinafter referred to, m the penal sum of FOUR HUNDRED FORTY FIVE THOUSAND NINE HUNDRED THIRTY NINE and no/100 DOLLARS ($ 445,939.00) m lawful money of the Umted States, to be prod m Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby brad ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, fu-mly by these presents This Bond shall automatically be increased by the amoum of any Change Order or Supplemental Agreement wfuch increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME ~s conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-089, with the C~ty of Denton, the Owner, dated the 7 day of April A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2183 - POWER TRAuNSFORMER. NOW, THEREFORE, ~f the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claunants supplying labor and/or material m the prosecution of the Work provided for m said Contract and any and all duly authorized mochficatlons of smd Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obhgation shall be vmd, otherwise it shall remain m full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie m Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficatlons, Drawings, etc, accompanying the same, shall ~n anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB - 3 Thls Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had In matters arlsmg out of such suretyship, as provided by Article 7 19-I of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed m 4 copies, each one of which shall be deemed an original, tlus the 7 day of APRIL 1998. ATTEST PRINCIPAL BY SECRETARY BY PRESIDENT ATTEST SURETY BY BY ATTORNEY-IN-FACT The Resident Agent of the Surety m Denton County, Texas for dehvery of notice and service of the process IS NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract If Resident Agent ts not a corporatton, give a person's name ) 2183 CONTRACT & BONDS 5115/98 REV PB - 4 CERTIFICATION I, Janlce A Sullivan, Assistant Secretary of General S,gnal Corporat, on (the "Corporation"), a New York corporation, hereby certify that the follow,ng Is a true and complete copy of a resolution adopted by the Board of D,rectors of the Corporation at a meeting thereof duly called and held on June 16, 1994 and that said resolution has not been modified or rescinded since Its adopt,on and m ,n full force and effect as of the date hereof RESOLVED, that James H. Doherty, Assistant Treasurer, ,s hereby authorized to execute documents relating to apphcat,ons for, and obtainment of, surety bonds and Insurance contracts, and all documents relating thereto IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Corporatlon thls /o~'>~ ~/~ /??~ MAY-28-1998 10 42 WAUKESHA ELECTRIC 414 521 0190 P 03×06 PERFORCE BOND STATE OF TEXAS § Bond ~ 373455 COUNTY OF DF2qTON § KNOW ALL MEN BY T'rlF:~E PRF_SF-,NTS That Waukesha Eleetr~ S~m~, a Di~on of ~ 8~ ~ ~, I~., whose ~s ~s P.O. ~l~m, NC 27~, ~ ~M ~, ~ Seaboard Surety Company , of Te~, ~ ~ ~, m ~u~ e~, ~' f~, ~ 1:~ b~low ~ Co~, ~ ~ ~ of ~ U~ S~, ~ b~ ~ m ~m Co~, ~s Bo~. ~ OB~GA~ON TO PAY SA~ ~d ~4e ~ pm ~f, f~ B~ ~ ZI~ - ~ ~O~. NOW, ~~, ff ~ ~l~ ~ w~, ~1~ ~ ~ ~o~ ~d ~l~l ~1 of ~ ~s, ~w~, ~, ~mo~ ~ ~ of ~d ~n~ m m ~e S~, ~ d~g ~ ~e of ~ ~d a~ of ~y ~ ~1 d~y ~o~ mo&fi~om of s~ Con~a~ ~t ~y h~ be ~, ~ of w~ ~m a~ ~ a ~ of o~ (1) y~ ~ ~e ~e of ~,1 ~pleUon ~d ~ ae~ of ~e Work ~ ~ ~; ~, ~f ~ ~ Ow~r ~ ~ ~s~ ~ ~g~ w~ ~em ~ s~l ~Hy ~m~ ~ ~y O~r ~I ou~ay ~ e~e w~ ~ 0~ ~y s~ r~ m ~ ~ ~ e~, PB - 1 MAY-28-1998 10 43 WAUKESHA ELECTRIC 414 521 0190 P PRO~BD ~T~, ~ d ~y le~ a~on ~ ~ upon ~h~s Bo~, venue s~ he ~ D~n Co~, S~ of T~. A~ PRO~ ~, ~ ~ ~ S~, ~r v~ r~iv~, he.by sup~a~ ~ ~ ~ ~ ~, e~m~ ~ ~, ~r~on or ~di~n ~ ~e ~ of · e C~t, ~ ~ ~ W~k m ~ ~ ~, ~ ~ ~ Pl~, ~fi~t:o~, ~a~s, ~., a~~ ~ ~, ~ m ~i~ ~t iU obli~on ~ ~s B~d, ~ ~t ~ ~ w~ve ~ of ~ s~ ~e, ~on of ~e, ~fion or ~d~!~n · e te~ of ~ ~t, or ~ ~ Work ~ be ~o~ ~, or m ~ P~, ~a Bo~ ~ ~vm ~t m ~ ~m~ of ~ ~s3 of ~e Te~ ~v~m~t Co~, m ~, ~ ~y o~ app~ m~ of ~ S~ of Te~ ~ ~~ ~ ~,~ ~t ~ ~by d~M by ~ ~ ~ ~ ~e ~s~t Aim ~ ~n C~ ~ w~m ~ r~i~ w~ ~y ~ ~ver~ ~ on w~m s~ of ~ ~y ~ ~ ~ ~ ~g o~ of s~h ~p, ~ prow~ by ~de 7 19-1 of ~ ~ C~e, Vei~n's ~o~ C~v~ Smm~ of ~e S~a~e of T~ ~ ~S ~OF, ~s ~t ~ e~ ~ 4 copies, ~h o~ of w~ s~l ~ ~ ~ ~, th~s ~ 7 ~y of ~n, 1~, ATI~EST PRINCIPAL ay ~ Waukesha Electric Systems, A Division of General Sl~nal Power Systems f Inc gSSISTANT ' James H Doherty, Assistant Treasurer ATTEST SURETY y~ ~ ~~ Seaboard Surety Comp,ny ~e ~t Ag~ of ~e ~ m D~ Co~. Te~ for dehve~ of nonce ~ of ~e p~ NAME: ~/~ S~ET ~D~S: PB-2 For verification of the authenticity of th s Power of Attomey you may call collect, ~08-658-3500 ~ =ower of Attorney clerk Please refer to the Power of Attorney number, the above named Indivlduel(s) and details of the bond to which the power is attached In New York Dial 212-627-5~.~.~ ACI~IOWLEDGMENT OF Ai~rt~.~)~ED ~NS~; x~N STATE OF NEW YORK COUNTY OF NEW YORK Ontbas 7th dayof A0nI ,1998 before me personally came Sbarley DeweI¥, to me known who being by me duly sworn, d~d depose and say that he resides m New York, NY that he Is the Attorney-m-Fact of the SEABOARD SiJR-~''~v CO~?Alk~V 9 the corporation described in and which executed the above instrument, that he knows the seal of smd corporation, that xt was so affixed to smd instrument is such corporate seal, that It was so affixed by order of the Board of Directors of said corporatmn, and that he signed bas name thereto by llke order; and the affiant chd further depose and say that the Supenntendent of Insurance of the State of New York, has pursuant to Section 327 of the Insurance Law of the State of New York, issued to Seaboard Surety Company bas cemficate of qualification, evldencmg the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of aceeptmg and approving it as such, and that such ce~ficate has not been revoked STATE OF MINNESOTA ) ) SS COUNTY OF RAMSEY } 3ohn Treaoy, Vioe Pr~sidunt o£the Seaboard ~ur~y Compal~y, b~m8 duly swo~, g~o~ ~d =a~ ~g ne t~ ~e abov~ de~rl~ offi~ of ~J~ ~p~y~ ~at ~d ~ny tu ~ ~or~m~l~ duly o~, a~ ag l~bliJtl~ or.Id ~y oft~ 1 la day of ~b~, l ~9'1. PAYMENT BOND STATE OF T~AS § Bond ~ 373455 COUNTY OP DENTON § KNOW ALL M~N BY TH~SE PRESENTS: ~ Wa~ ~ S~, a Di~n of ~ ~ ~w~ ~, ~,, whine ~s ~1~, NC ~0, ~ ~ ~ip~, ~ Seaboard Surety co~n~v a ~on or~ ~ ~ ~ ~ ~ of ~ ~ of N~W YO~, ~ ~ p~d m ~n, ~. T~. ~r ~ ~ of w~ sm w~ ~ ~Y ~ ~ ~, ~ s~y, ~y ~ ~ ~. ~ ~ s~ ~Y b~ ~ ~ ~t s~ a ~c ~ or ~!~ A~ w~ r~ ~e Co~ p~ ~e ~ p~ s~ of ~ Bo~. ~ OB~GA~ON ~ PAY ~ · ~!g~ ~ ~ows ~~ a ~ Co~, ~ ~ ~i...~e N~ ~, ~ ~ Ci~ of D~, ~ ~, ~ ~ ~ ~ of ~ A,D. 1~, a ~y of w~ NOW, ~~, ~ ~ ~ ~ w~. ~y ~ ~ ~ ~ duU~ ~ ~ ~ ~ d~y ~ ~~ of ~d Co~ ~t ~ no~ 0f w~ch ~o~ m ~ ~ ~ ~ ~Y ~v~, ~ ~ ob~pg~ s~ he ~ D~n C~, T~. AND PRO~ED ~, ~ ~o ~ S~, ~r ~uc r~Iv~. ~by sup~ ~ ~ ~ ~ c~, ~ o~ ~, ~ or ~u~ m ~ ~ of Dmw~s, ~. ~~ ~ ~, s~l m ~ ~ i~ obli~on on ~ Bo~, .~d it do~ h~y waive ~ of ~ ~ ~e, ~ of ~m~, ~on or s~l~o~. ~. MAY-PS-1998 10 43 WAUKESHA ELECTRIC 4i4 bzi ~l~ ~ ~ ~ ~ p~ m ~e pm~ of C~ ~ of ~ Te~ ~ve~ C~, ~ ~, ~ ~Y o~ ~le ~ of ~e S~e of Te~. ~ A~ ~ ~n ~W m w~ ~ ~1~ ~u~ ~y be de~v~ ~ on whom s~ of p~ ~ ~ ~ ~ ~ ~ ~ of ~ s~s~, ~ ~d~ ~e 7.19-1 of~ ~ C~e, V~n's ~m~ CNg S~ of&e S~ of Te~ ~ ~S ~OF, ~s ~ ~ ~ m 4 ~pi~, ~ o~ of w~O A~T' ~C~ Waukesha Electric Systems a Division of ~ ~~ General S~gnal Power Systems, BY~ ss~sl~ :~T~Y B James H Doh~rty, Assistant Treasurer A~T: S~  Seaboard Suretv Company Shirley Dewely ~ R~i~ Ag~t of ~e S~ m ~mn ~, T~ ~r ~hv~ of no~ ~ ~/~ ~ ~D~S ..... (NOTE: Date of Payment Bond rnt~ be date of Contract. If Res,dent Agent is not a corporation, give a p~rson's name ) 2183 CONTP~CT & BONDS PB-4 TOTAL P 06 For verification of the authantlolty of this Power of Attomey yo~, may call collect, 908-6583500 and ask for the Power of..A,tt .o ~mle~/.~12~?~Ple a s e refer to tho Power of Attorney number, the above named IndlvldlJal($) and details of the bond to wh~oh the power Is attaohed In New York, ula~ ~:~-o - ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF NEW YORK COUNTY OF NEW YORK Ontbas 7th dayof April ,1998 before me personally came Sbaflev Dewelv, tome known who being by me duly sworn, did depose and say that he resides in New York. NY that he is the Attorney-m-Fact of the SEABOARD SURETY COMPANY, the corporation described in and which executed the above instrument, that he knows the seal of soad corporation, that it was so affixed to smd instrument is such corporate seal, that it was so affixed by order of the Board of Directors of smd corporation, and that he signed bas name thereto by like order, and the affiant did further depose and say that the Supenntendent of Insuranea of the State of New York, has pursuant to Section 327 of the Insurance Law of the State of New York, issued to Seaboard Surety Company las cemfieate of quahfication, evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving it as such, and that such certificate has not been revoked ROBYN M WALSH NotaryPubhc, StateofNew York NO 01WA5043427 ~nm~::~r~ In New Yor~ Cotmty,~,,~ Assets LiabllltJ~q. Ru,~_ lust.. & ~ther l?unds Bonds $135,983,177 Other ]Bxpenaee $ 1 IS,429 ate=ks l 1,824,864 Taxes, L~onses smd F.~s 6,007 Cash on Hsmd/Doposit 2,481,633 Federal & Foreign Xnonme Taxes 388,7S2 Short Term Investments 6,400,287 Duo to Affihutes 618,380 A~orued Interest & Dividends 2,204,301 Payable for Sooudt,es Other A~s~U Total LiabJlJtiss $ CnpJtsl Paid Up S,000,000 Surplus Surplus us l~s,,rde Policyholders Total Assets $~11L2~ Total Liabilities & Surplus Seourlttcs e~med at $S,219,446 in ~ f0rognin8 statements, are dopostted as rcquired by law .STATE OF MINNESOTA ) } SS COUNTY OF RAMSEY ) Jolm Trency, Vice President of thc Seaboard Surety Company, bom8 duly sworn, doposus smd says that ha Is thc tubers dnscrtbed officer of ut(i* enmpany{ that said company is a corporation duly o~anized, existing and enSaglflS In buslfloss ns u surety company under and by virtue of the laws of tho State of New York, and has duly complied with all roquiranents of' tho laws si' said m_*.*.*, apphceble to nM company and, is duly qualified to 0~t ns SUt*~/under suoh laws, that tho above is a true statement of thc us,ts end Ilabilltiu of said eompsmy of tho 31st day of l~mber, 1997 Subsorthe~l and swam to before mo this ~ day of~ ,, . CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention ia directed to the Insurance requirements below. It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine In advance of Bid submission the availability of Insurance certificates and endorsements as prescribed and provided herein. If an apparent Iow bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to msinta,n throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the mimmum cnsurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file w~th the Purchasing Department satisfactory certificates of msurance, containing the bcd number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any Insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the Insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver -,ny material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintmned ~n compliance with these general 8pacifications throughout the duration of the Contract, or longer, If so noted: · Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A · Any deductibles or self-lnsured retentions shall be declared cn the bcd proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its AAA003~O Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to prov,de the following: Name as additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. That such Insurance Is primary to any other insurance available to the additional Insured with respect to claims covered under the policy and that this Insurance applies separately to each ~nsurad against whom claim Is made or suit ia brought. The inclusion of more than one Insured shall not operate to increase the insurer's limit of Iiab~lity · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction ~n coverage. · Should any of the required insurance be prowded under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required Insurance be provided under a form of coverage that Includes a general annual aggregate limit providing for clmms investigation or legal defense costs to be ~ncluded ~n the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liabil,ty Insurance. · Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the C~ty receives satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date. If ~nsurance ~s not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. REWSi~D ~0/~2m4 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of ~e Contract, or longer, if so noted: ~] A. General Uebility Insurance: General Uabllity Insurance with combined single limits of not less than $[,000,000.00 shall be provided and maintained by the contractor. The pohcy shall be written on an occurrence basis either in a single policy or ~n a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 curren: edition) is used: · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liab~hty covering this contract and broad form property damage coverage. · Coverage B shall Include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Uabillty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ,t shall include at least: · Bodily injury and Property Damage Uabillty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual liability (preferably by endorsement) covering this contract, personal ~njury liability and broad form property damage liability. AAA00360 ~'VISED 10112M& Ci - 3 Insurance Requirements Page 4 Automobile Uability Insurance: Contractor shell provide Commercial Automobile Liability insurance w~th Combined Single Umits (CSL) of not less thar~X,ooo,ooo.o0 either in a single policy or In a combination of basic and umbrella or excess policies. The policy will Include bodily Injury and property damage Iiabillty arising out of the operation, mainmnance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a pohcy endorsement for: any auto, or · all owned, hired and non-owned autos. Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the m]mmum statutory requirements for issuance of such ~nsurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 par each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the Insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment I in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and mmnta,n at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance pol,cy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an I~'VISEO 10/12/~4 C] - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same Insurance company that carries the contractor's liability Insurance. Policy limits will be at least combined bodily injury and property damage per occurrence w,th a aggregate. [ ] Rra Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not prey,dad or ~s unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required [ ] Professional Liability Insurance Professional liability Insurance with limits not less than per ciatm with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. ( ) Builders' Risk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their Interests may appear. [ ] Additional Insurance Other insurance may be required on an ~ndlv,dual basis for extra hazardous contracts and specific service agreements. If such additional tnsurance ~s required for a specific contract, that requirement will be described tn the "Specific Conditions" of the contract specifications. n~vmr~ ~o/~4 CI - 5 Insurance Requ,ramenta Page 6 ATTACHMENT I [ ] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A, Definitions: Certificate of coverage ('certiflcate")-A copy of a certificate of Insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84}, showing statutory workers' compensation ~nsurance coverage for the person's or sntity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 096} - includes all persons or entitles performing all or part of the servmes the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the projec; "Services" Include, without limitation, providing, hauling, or dslivenng equipment or materials, or providing labor, transportation, or other service related to a project. 'Services" does not Include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable to~lets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor providing services on the project, for the duration of the project. AAAOO3~O REVISE~ 10/12/~4 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, pr~or to the end of the coverage period, file a new certificate of coverage wIth the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after recmpt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the currant certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mall or personal deliver, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, Informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. .- AAA0031~0 REVISED 10/12~04 Cl - ? Insurance Requirements Page 8 I, The contractor shell contractually require each person with whom ~t contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of olaaaiflcaflon codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom ~t contracts, and provide to the contractor: (a) a certlflcats of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAAO0360 ~v~s,~ ~o~, C] - 8 Insurance Requirements Page 9 (7} contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor ia representing to the governmental entity that all employees of the contractor who will provide services on the project wJII be covered by workers' compansation coverage for the duration of the project, that the coverage will be based on proper reporting of cla~siflcaticn codes and payroll amounts, and that all coverage agreements will be filed with the approprlato insurance carrier or, in the case of a self-insured, w.th the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of nctlca of breach from the governmental entity. AAA.O,.O Re/mm) '~o/'~2~4 Ci - 9 03/10/98 QUOTATION to: CITY OF DENTON~ TEXAS x,,q,,~: 2183 O. uote. L-21027 Representative Syd Kcasler Phone 972-669-4000 Koasler Associates Fax 972-669-4060 Prepared By Mary Schopper Phone 800-835-2732 Application Engineer Fax 414-521-0198 Regional Manager' Randy Rensl Phone 713-682-7974 Houston, Texas Fax 713-682-8014 03/l 0/g8 Qeotetlon L-21027 P~e ) Ciiy o£ Denton, ?exes 901-B Tox~m S! Denton TX 76201 ARa. Purchasm~ Wc ~n~ pioas~ to uff~ our qtmt~mon ~'or ~o~ ~o~ ~u~ts I~NO.:oI OUANII~: I NETPRICE: 5 45~.~ S~P~T: 42~ ~ ~er ~t~ ora wn~ p~whn~O o~ m O~ office Item 0l ~ be manufaetmd h our Wauk~ha WI fae~ T~fo~, I~0~S ~VA, O~A. 3 p~ ~ lr~, ~6s ~ c fl~ Delta to ~.2 ~ Wye ~ ~ vol~ d~ tap% low ~ltage Iond mp ~ging ~sor~os ~ ~e wf~ your ~uon~ ruth ~co~on~ list~ ~ow, ~us NE~ ~d~s. Thts ~s~ ~ boil dm~ wt~ con~us ~sc ~ HV wining. boh~! ~po f,~ wrongs md s~mte ~[athg wmd~ to ~lJy ~t~buto ~p~ tu~ for the l~ t~ ~hmger All ~dmgs mil ~ ~r ~M NO.. 01-A OtrANtO: I NaT PRtCE. $ ~5,939.00 ~A. S~flP~T. 42~ Meb a~ ~pt o~a ~t~ p~e ~ ~ our Item 01-A will bo maa~aem~ h our ~Msbo~ NC Tr~sfo~er, IM0~S MVA, O~FA, 3 p~qe, ~ Hz, ~/6S ~e C rise, I38 z 69 Dol~ ~ 13.2 kV Wye ~ h~ volt~ de~ed Mp~. low volhgc f~ mp ~gfng ~Sso~ m ~co~e M~ ~ ~e~ifi~ons, ~th ~cepHons [~t~ ~low, plm N~ s~. ~s ~fo~er h~ ~ d~i~ with ~ntsnuo~q ds~ typo HV ~dings. hch~M ~p~ L~ Mndfn~ ~d ~p~ ~8Maung Mn~gs to ~ly ~q~bute ~p8~ tumq for Io~ tap c~g~. All ~ ~ ~ The Waukcebo Load Tap Chsnijer Of] Filter Systcm iq tnclud~i with the U~msformer Tfus sy~lem ~Wll reduce your mnintunnucc com. ~xmnd contact ]t('~, and ef~aAcc thc already provon rcl,abfhty ~)f our Load Tap Changer by filtering thc t,l ~A~e tar tr~for~r re~iffs is ser.fcel Ploas0 )~fer to thc anc/osed bro..hum t.br mom mforma*,on ~_~WAUKBBHA BLEC?RIC BYBI'EMB - 03/10/98 Quotation L-21027 Page 2 In accordance with the currant ANSI Standard C57 12 00-1993 Section 5 9, No-load (core) loss guarantee on the enclosed performance specification(s) is based on the standard reference temperature of 20°C Load (winding) loss guarantee is at the standard referance temperature of 85~C on 65°C nse rated lnmsformers (or 75°C on 55/65°C rise rated transformers) The above transformer is quoted with the Waukesha Elecmc Five Year Warranty The quoted pace includes our field serviceman for dress out of the transformer To qualify for the Waukesha Electric Five Year Warrant~, a Waukesha Electric service techmclan must be present at the tune the transformer ts dressed out Approval drawings will be sent 12-16 weeks at~er receipt of a wntten purchase order m our Waukesha Office and f'mal drawings and mslruction books will be sent before sinpment (Drawings winch show details reqmred by the Owner for design of structures associated with the installation of the equipment will be submitted witinn 60 days after award of contract ) The enclosed Waukesha Electnc Systems Transformer Terms and Conditions of Sale are an mtagral part of flus offer Netther modification of the aforementioned terms and conditions nor substitution of other terms and conchtaons shall apply to any contract resulting from flus offer, unless agreed to tn writing by an authorized employee of Waukesha Electric Systems m our Waukesha. Wisconsin o ftice Seller agrees to indemnify Buyer to the degree the Seller is negligent Seller will not be liable m any event for special redirect, or consequential damages Clarifications: The transformer and LTC will be designed to withstand full voltage short circuit conditions The transformer will be designed to withstand short c;rcuit forces assuming an infinite bus, however, the specified application of s~x short circuit tests is not included in the quoted pace, but ~s g~van as an adder on the second page of the proposal data sheets, m the space provided Page 12, Detmled Specification, OA/FA/FA At 15/20/25 MVA, the average winding temperature rise will not exceed 55°C. At 16.8/22 4/28 MVA, the average win&ag tempernture nse vail not exceed 65°C The winding hottest spot temperature rise vall not exceed 80°C Per IEEE C57 12 00-1993 - "The average winding temperature nse above ambient temperature shall not exceed 65°C when measured by resistance The win&ng hottest-spot temperature rise shall not exceed 80°C" WAUKEBHA ELECTRIC 03/10/98 Quotation L-21027 Page 3 Panel wrong will be SIS or FEP Alternate designs wath internal series parallel terminal board instead of external dual voltage swatch are available at the same price and slupmant as quoted above Exceptions: Para IA 9 and IC 4 InstrucUon manuals furmshcd prior to stupmcnt will not be complete and final copies The cerufied test data and other mformauon wall not be avmlable at that time Performance specificaUons, outline drawing, Five Year Warranty, Waukesha Load Tap Cha~ger Oil Filter System brochure, Short-Clrcmt Test L~st, User L~st, B~d Bond, and product ~nformauon are enclosed with tlus proposal The above quoted prices arefirm for slupment shown Payment terms are net 30 days from date of shipment This proposal wall remain ~n effect for 60 days, unless changed ~n the interim by wnvten notice Sincerely, Waukesha Electric Systems D~vlslon of General Signal Power Systems, Inc Mary Schopper Apphcat~on Engineer MLS/mls ENCLOSURES PROPOSAL/=OR POWER TRANSFORMER City af Denton, Electric Utility Department, 901 B Texas Street, Denton, Tex~s 76~1 ATTENTION Mr Tom Shaw, Purchasing Agent PROPOSAL FOR Power Transformer BID NUMBER # 2ts3 GENTLEMEN The undersigned bidder having read and examined these spe=ficat~ons and associated contract documents for the above designated equipment does hereby propose to furnish the equipment and provide the service set forth ~n this Proposal All prices stated herein ere firm and shall not be subject to escalation provided this Proposal ~s aoceptad within s~xty (60) days The undersigned hereby declared {hat the following list states any and all varmt~ons from, and exceptions to, the requirements of the contract documents and that, othenv~se, ~t m the intent of this Proposal that the work be performed in strict accordance w~th the contract documents The undersigned b~dcter herel3y proposes to furnish one Power Transformer complete FOB, Denton, Texas, in accordance w~th these specifications and associated contract documents listed ~n GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of d (Price in Words) / The undersigned hereby declares that only the persons or firms ~nterested ~n the Proposal as principal or pnnclpaJs are named herein, and that no other persons or firms that here~n mentioned have any ~nterest ~n th~s Proposal or ~n the Contract Agreement to be entered into, that th~s Proposal is mede w~thout connection w~th any other person, company, or part,es I~kew~se subm~tbng a b~d or proposal, and that ~t ~s ~n all respects for and ~n good faith, w~thout collusion or fraud If this Proposal ~s accepted, the undersigned b~dder agrees to submit drawings and englneenng data ~n accordance w~th Section 1C and to complete delivery of equipment and materials ~n accordance with the sh~pp~ng schedule specified The undersigned fully understands that the t~me of drawings and data submittal and equipment and matenals dehvery ~s of the essence Datedat ~)~.~'~_~, u// th~s /D~ dayof ~'~, 1991~' Bidder /~)~'~.~,~ ~'/~,,'~ ..~$~ / Business Address of Bidder ~'~ $. ~, ~-~ State of Incorporation ~,-##~.~.-~ Address of Pnnclpal Office .~'~.,.,, ~_ OZBC C~S ~ ~Z~Z~ X ~Z~ ~ 3 138000 Z 69000 ~3200Y/7620 ~ ~0 ~ 15000 ~A 1S0O0 RZP~ 55/65 FA 20000 ~A 20000 ~A ~B~ BZqU~D OIL FA 25000 ~ 25000 ~A FA 28000 ~ 28000 ~A TA~ ~Z~G 144900 ~4L450 138000 134550 ~Z~ZNQ 724S0 70~2S Eg000 67275 65550 WI~ZNG 16 STEPS PLUS ~ MI~S AT 5/8 % DBR STEP ~ER~E ~ DX~LEC~C ~BTS ~XC ZMP~SF W~ L~.000 IS000 (TO ~R ~S X ~ 34 W~ 13.200 1S000 ~ GR~) X LI~ 110 I~U~ ~LT~ (L-~} I HO~ 12S ~ X P~R~ ~TA · 1~000 ~8~8 ~ ~CZTING ~ ~G~TZON 20 C 75 C 75 C ~CITATION %SX I NO ~ ~ ~SS ~ ~SS ~W~R FAVOR % ~GU~TZON 100 % 0 16 14~36 38910 53%40 I 00 0 49 105 % 0 22 16~40 0.90 ] 40 110 % 0 39 20440 0.80 A~ILZ~Y LOSSES ~I~ ~TA - DI~SIONS ~S~ ~A ~S WA~S ~ NOT ~R C~S~ION LS000 ~ -- ~E~ ~I~HT 20000 FA ~40 O~ N~ ~B) ~01 25000 FA 1080 ~T~ ~ ~P~ C~ ~40 28000 ~ 1080 ~T~ ~I9~ ~ C0~ ~Z~ ~Z~ (E) 307 A~GE ~T~ ~L 72 DB BHIPP~ ~IGHT ~ D~SZONE 16~W X 77D NZ~Z~S ~ ~R~ ~ ~ILS 61485 O0 H TO X XSOO0 T~ ~ FIZZES 28294 OIL (6401 ~0~) 48007 ~T~ ~IG~ 137786 SHZPPI~ ~I~ 8474~ BFFZCI~IE8 SHZ~PZ~ ~O~TI~ ~ ~ 3/4 1/2 ~/% ~ ~ ~ ~ SNIP BY ~U~ WZ~O~ OIL 99 6S 99 68 99 6B 99 S6 I 0 GENERAL. A complete descnpflon of all proposed equipment and matenals-shall be submitted with the Proposal 2 0 SPARE PARTS Bidders shall submit a I~st of recommended spare parts which the Owner should stock for normal ma~ntanance purposes The spare parts list sha:l be organized in the follo3Mng format Item No requlreci Unit price 3 0 EQUIPMENT DATA The information required an the follow~ng pages ~s to assist the Owner m evaluation of the Proposal The data listed herein shall not relieve the Contractor of his responsibility for rneehng the requirements of the detailed spec~icetions Note Wnte entnas boldly with black ~nk or type entfles using carbon black nbbon I POWER TRANSFORMER (B~dder's Name) Crass Gallons of Gallons of oil shipped external to transformer Total shipping weight, lb Total weight of assembled transformer including oil, lb {~--[ "7 Wetght, of tank and fittings, lb Weight, of ail, lb Weight of largest piece for handlIng _. during erections, lb Will transformer bo shipped completely assembled If not, what parts will require field Power requirements of ceollng equmpment at 100% sled load, kw Maxmmum calculated sound level, at rated 65' C FOA or FA load, decibels /~(::~ Approximate dimensions HeJght, fnches 2-2...z~- Wi h, ,rich. ?-- C) / Depth, ~nches Unmt Price for each additional ~dentical, Power Transformer Last date an identical Power Transformer unit could be cancelled w~thout penalty d ordered Pnca adder for the short arcuit d/ .., _ .-- _ _ _ tests No load loss at 55° C OA ratzng, kw 110% rated voltage, kw 100% rated voltage, kw 90% rated voltage, kw 75% rated voltage, kw 50% rated voltage, kw ~). ~ 2s% ~ed voltage, kw ~. t ~' : Total loss at 55' C OA rating, kw 100% rated KVA, kw 00% rated KVA, kw 75% rated ~A, ~ 50% rated ~A, ~ Total ~oss et 55o C F~FA or POA rating, ~00% rato~ ~A, ~ g0% rato~ ~ ~ 75% rated ~A, ~ 50% rete~ ~A, ~ 25% mt~ ~A, ~ Guaranteed effi~ency at 550 C OA FA or FOA rating 75% rated lead, % ~% rated load, % 25% rated lead, % ~c;t;ng ~ffent ;n % of ~11 55~ C OA,mted load ~ffeN at 110% mt~ vol~ge 1~% rated vol~ge Imp~an~ ~ w~ndlng at n~epiate 55° C OA rating 100% power factor, 80% ,agg,ng p~er favor, 80~ leading power High voltage bushmg manufacturer and type Guaranteed data of dehve~ TOTAL P ~6 ~-1a.-1998 10 ~gAH FROH P 3 May 7, t~98 Mr Ray Wells City of Denton 901-A Texas 8treat Denton. Texa~ 76201 RE Your Contract Waukeaha Electn= No GM981520 Dear Mr. Wells The team et Waukeaha Eleotrlc would like [o thank you for your purchase order and we looP, forward to the opportunity of serving you. Wauke~ha Eleoth(3 bas a team designed to follow your order These are the key Individuals who vail be dlre~Jy involved with your order, and as such am the key communlcalJon links for the proper flew of The team, membem Involved w~ your order are aa follows. t Sue Best, Order Administrator, I have the responsibility for administrative and schedule follow.up, and expediting. In~,lucIIrtg coordination of ehlpment. You ~ reach me at my d.mc:t line 919-6803239 2 Rlok I~m~vell, ~ our Field Sewice Manager, and is responsible for field service requirements on the transformer afl2er It leaves the factol7 He will conrdlnate any field actlvltiee requa'ed for your order An advance notice of 30 to 45 daye Is requrted for acheduhng field ~ervme His dlre~t line Is 919-580- 3219. 3 Kensler ~se~Hates. our Manufac~.urel~s Representative. calling on C~ of Denton Their office Is located In Rk3tlardsen. Texas. and you can reach them at 972-5894000 or fax number g72-669-4060 Pleaee in~luda the repmesntoflve for c:oples of all co~renpondence Ba~ed on our quotetlon and order/production s~hedullng, the following are our anticipated dates for key polnte in the order Gycle Approval drawings 08/14/98 Antloll:at~l tatum of approval drawings 08/28/98 Core/Coil In~ectlon 1110~/98 Stort final testing 11113/98 Alltk31patect all lppmg date 11119198 Receffi dnawlnge At Shipment The above anticipated dates am baaed on your I~mml3t review and return of al)13roval drawings (maximum of two (2) weeks) along wllh a written release for Immediate manufacture and shipment. City of Denton May 7, 1998 Page 2 Waukesha IEle~=~lo bs proud of lte people and fa~ltie$ We mvRe you to visit with us at any time during the cle~ign and~ manufacture of your oTder Again, we appr~late the oppon'unlty of eewlng City of Denton $1n~rely, WAUKESHA ELECTRIC SYSTEMS Sue BeSt Order Admlniab~or oo' O Sr, ott- City of Denton $ Kea~er- KeeslerAs~31atea C,-la.-199~ 10 ~M FI:;~M P 2 (~ WAUKB~HA ~p~ECTRIC ~Y~,TEMB PO I~K~0, GO. Z3SBOP~ NOR11-I Ce, I~IN~ ~80 REMIT TO P O BOX 277322, ATLANTA, GA 30384-7322 ~H981520 I 04/34/98 04/29/98 POE ORDER ,DT/COM,ON CARBTEB HET 30 CONTJIACT ~SP 566 CZTY OE DEN~ON~ ~XAS 903 -B ;EXA; ~~ F 050487 ~~ F 050487-~ 11/19/98 1.0¢ 445939o000 445939.00 3PH STATZONI LTC 10001-20000K¥; KVfl 15000/20000/25000/38000 ;o~ HV 138000 X 69000 DELTA~ BIL 550 KY LV 13300Y/T&30~ 8IL 110 KY MAUKEBHA GUtOTB O-3189e-~H/L-31027 I DATED 03/10/98 EXCEPTIONS; NONE WARRANTY FIVE YEAR8 PR~ QUOTEI HAUKEBHA R~PRBBENTATZ¥E(S) KEABLER AEEOCIATBB INC. ~ZCHA~9ON~ TEXAS PHONE NO. 9?2/669-4000 VAX NO. 973/669-40~0 APPLXCATZON GNGZNBER: STGYEN ~. HARDER SUBTOTAL: 445939.00 TAX: 0,00 8 0,000' 0.00 445929.00 WAUKESHA ELECTRIC SYSTEMS UNIT OP ENEP. AL SIGNAL VENDOR MILESTONE CITY OF DENTON TEXAS MAY 7,1998 PURCHASE ORDER NUMBER: CONTRACT WAUKESHA NUMBS: GM981~20 SCHEDULED DATE Ac.~t'tJAL DATE DOCUMENTATION I. DRAWINGS FOR APPROVAh 08-! 4..98 2. APPROVAL4~~h~HTT~D-' - 4. CgRTIFII~D TEST DATA S. IN~tKUCTION MANUAL 1. COI~K AND COlt, - START 10= ! 9-98 2. CORE AND COlt.- lqNISH 3. TANK FAB- START 10-16-98 4. TANK FAB - FINL%H 114)3-98 ~, t'gA~W~RE - STAaT 10-28-98 & I, REWIR~ - ~lNl~a 11-03-98 ?. n~S~ECT CORE AN~ COra -~_ 11-06-98 S. TANK COn~ AN~ coma 11-06-98 " 9. ~n~st. A~StMnt.Y - STAaT 11-06-98 10. ~- START 11-13-98 11. ~ - FINCH 11-13-98 ~2. FINAt. ASSEm~.Y- rf~nSH 11-15-98 * ~IEDU!.~n DATES ARE APPROXIMATE. ACTUAt. DATES FOR INSPE~.-r~ON PRIOR TO TANKING AND DAT~ FOR WITNF.~qING TI~T, WILt, BE SUPPLIED AppROXIMATKLY ~ DAY~ iN ADVANCe. ~ BF.~T ~ ORDER ADMINIaTRATOR ~ON~ 919/$80-3239 Rep~66 Keasler Asso~tates I~tcharclso~ T~xas MR. DAN' SCOTT Fil~-. Ol~ll $:10 MRY-12-1998 l? 33 FROM WAUKESHR ELECTRIC TO 919403497302 P ~ ~ouC~. '~ . ." ~ Box 20220 COMPANIES A~ORDING COVERAGE ~ A T~H~R8 Z~B~Z~y OF ZLL. A D~vLsLon o~ OeneFa~ 8Lgna~ 4OO Hough ~=~=~e Avenue Wsukeoh~; WZ 53186 ~ D ~ $ zoooo __ ~A~ ~Y ~ ~r ~ S ,., ~ ~y.~ ~~ TD~UB-165T4S90-98 4/01/98 4/0X/0X ~C~UB-~02~6638-98 4/0X/98 4/0~/0~ ~ ~ t sooooo0 BX~ WORR QOM~ ;%'~-220TS604-98 ~.4/0~/98 4/OL/O~ ~xoessz ~SO0;O00 SZR saoh Xooiden~ o= Ohio (He,aX Yo==e ~ll Ope=ation~ ~q~4ub~d by T~.~ou~od. . 1X A~tomo ilea ~he Znsuro~ ~x;Y o~nt~ s~x~ ~ an a~na~ ~nsur~. ~ed o= Used ~W ~ ~ ~ ~U~ used ~N ~ton, ~ 76201 ~ TOTAL P