Loading...
1991-068ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR EXPENDITURE OF FUNDS PUBLIC THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATES WHEREAS, the City has solicited, received and tabulated com- petitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, 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 con- struction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1241 Magnetek Electric $809,450 00 SECTION II 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 improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders furnishing of performance and payment bonds, after notificationaof the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying itles and condi- tions, plans and specifications, standards, quantities sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective im- mediately upon its passage and approv 1 ~1 14-1 PASSED AND APPROVED this the day of ,1991 BOB CASTLE BERRY, MAYO 91 ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPRO D AS O LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY KLASLtk CONTRACT AGREEMENT MAY 10 1991 STATE OF TEXAS COUNTY OF DENTON A~)SOC1ATEs THIS AGREEMENT, made and entered into this 7 day of MAY A.D., 1991 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. xaRRIU thereunto duly authorized so to do, hereinafter termed 'OWNER,' and MAGNETEK ELECTRIC, INC. c/o KEASLER ASSOCIATES, INC.. 2901 ST. ANDREWS. RICHARDSON, TEXAS 75082 of the City of RICHARDSON , County of DALLAS and State of TEXAS , hereinafter termed 'CONTRACTOR.' WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID #1241 - POWER TRANSFORMER AND/OR SDBSTATTON PACKARR in the amm.nr of $809,450.00. and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and CA-1 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF nFNTON FNCTNFFRTN(_ CTAFF , all of which are made a part hereof and collectively evidence and constitute the entire 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, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision 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 specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify 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 third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, 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 claims and demands-in accordance with the MagneTek Electric indemnification clause, section TC4 of the Proposal. ~YL Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in 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 in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. . The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CITY OF PJ61TON OWNER B~ VV /61' (SE ATTEST: MAGNETEK ELECTRIC. INC. c/o KEASLER ASSO. CONTRACTOR By Title (SEAL) APPROVED AS TO FORM: _ CC Attorney CA-3 0114s PERFORMANCE BOND r STATE OF TEXAS Bond SM 771 V®ND PREMIUM s'AGED ON Premiu'm3$8, 095.008 00 COUNTY OF DENTON ) FINAL CONTRACT PRICE s- KNOW ALL MEN BY THESE PRESENTSt That "MAGNETEK ELECTRIC, INC. of the city of AI SON County of DAILAS and State of TEXAS as PRINCIPAL, and American Motorists Insurance Company as SURETY, authorized under the laws o: the State of Texas to act as surety on bonds for principals, are held and firml bound unto the THE CITY OF DENTON as OWNER, In the penal sum of 1 NINE THOUSAND FOUR HUNDRED FIFTY AND NO 100---------.-Dollars ($-09,450.00 ) for.. the payment whereof, the sai( Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal hasentered into a certain written contract with the OVER, dated the 7 day of MAy 1991 , for the construction of non a,.... which contract is hereby referred to and oaade a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covananted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plane and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts' of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in.accordance with the provisions of said Article to the 'same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in lDa. County, State of Texas, Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to . the terms of the contract, or to the work performed thereunder, or the plane, specifications, or drawings accompanying the same, shall in auyvise affect its. obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 21st day of June , 1991 . MagneTek Electric, Inc. Principal BY ~2F~tcify/~cir try Title American Motorists Insurance Company Surety Wil is J..Shupper, Attorney;'In'Fact. Ti nanona, tai"-r PLC STATE F CALIFORNIA, COUNTY OF LOS ANGELES S.S iomnanma On J~1N 2 1 1991 , before me a Notary Public, within and for the said County and State, personally appeared William J. Shupper , known to me (or satisfactory evidence) to be the person whose name is subscribed rtoetheowime on the basis f thin instrumentoas the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to me that he subscribed the name of the AMERICAN MOTORISTS INSURANC COMPANY there o as Surety, and his own name as ATTORNEY IN FACT. I~ = 1 H~ cFF!cIA sent NOTARY PUBLIC cF c, bVli_LIAMS r ° ti .n. > is .cuvCnwA Uf9TY A"•V commtssian Expues uay 6. 1994 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PATIENT BOND STATE OF TEXAS Bond # 3SM 771 008 00 COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTSi That 81ECTRIC INC c/o ~EASLER.ASSO__ rNC~ of the City of R CHAgDSO County Of DALLAS ' and State of TEXAS as principal, and American Motorists Insurance Company authorized under the laws of the State of. Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON , OWNER, in the penal sum of EIGHT HUNDRED NINE THOUSAND FOUR HUNDRED FIFTY NO 100 Dollars 809.450,00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a. certain written contract with the Owner, dated the 7 day of WAy 0 19 91 . bid 1241 Power transformer and /or Substation package in the amount of $809,450.00 i to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SIICH, that if the said Principal shall pay all Claimants subcontractor in supplying labor and material to him or a the prosection Of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed provisions of Article 5160 of the revised Civil Statutes of Texas as tamended tby tthe he bond acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this shall be same extent as if it were coopiedoataleng h herein. provisions of said Article to the PB-3 Surety, for value received, stipulates. and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, :or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHFREOF, the said Principal and Surety have signed and sealed this instrument this 21st day of June 19 91 , MagneTek Electric, Inc. Principal By Title, I American Motorists Insurance Company Surety l Willi m' Shupper, Attorney In Fact Title Address Address 7470 N...Figueroa, Street Los Angeles, Ca 90041 r-1 narlona amranlcs ITATE OF CALIFORNIA, COUNTY OF LOS ANGELES S.S . A On JUN 2 1 1991 , before me a Notary Public, within and for the said County and State, personally appeared William J. Shopper , known to me (or proved to me on the basis of tisfactory evidence) to be the person whose name is subscribed to the within instrument as t e ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and-acknowledged to m, that he subscribed the name of the AMERICAN MOTORISTS INS CE COMPANY thereto as Surety, a d his own name as ATTORNEY IN FACT. L I~ NOTIAKY MUG OFFICIAL SEAL KE HNA D. WILLIAMS NOTANV PU P.IIC GALIPo nNIA ,2 ~+i el?;;I :G R~L Q~%ICiIN k'ii'~}7_OS aNGEI_CS COUNTY - N.y Cocmasmn Exprtc; P.1ay 6, 199E PB-4 0092b MAINTENANCE BOND STATE OF TEXAS Bond # 3SM 771 008 00-A COUNTY OF DENTON KNOW ALL.MEN BY THESE PRESENTS: THAT MAGNETEK ELECTRIC; INC. clo rgkgLRR Agso_ INr._ as. Principal, and American MOtorists Insuran VaLly a Corporation authorized to o usinese in the Rate of Texas, as Surety,- do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of EIGHTY THOUSAND NINE HUNDRED FORTY FIVE AND Dollars of c-~al amount of the contract for the payment of which h..sum sai pr neipal and surety do hereby bind themselves, their successors and assaigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said MAGNETEK ELECTRIC. INC. c/o M Du INC, has this day entered into a written contract wit t e said City O Denton to uil and construct _ BID 11241 - PrNPR TRAMRVAUKRV arm/no OMUM.Tlnv nA. A^v which contracts the plans and specification;-therein mentioned, adopted by -t e City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set,out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that. may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions.of said contract and this bond. MB-1 0093b nuw, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance .period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in Full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that Successive recoveries may be had. hereon for successive breaches of the conditions herein provided until. the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall hot be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS HEREOF the said ese presents to be y as Contractor an Pr ncipa His caused execute and the said as surety, has Caused these presents to be 1!11 y its Attorne y- n-Fact and the said Attorney-in-Fact has hereunto set ids Sand this sy o 19 SLRETYt PRINCIPAL. American Motorists Insurance•Company MagneTek Electric, Inc:__ . BY: illiam J.,Shupper STATE OF CALIFORNIA, COUNTY OF narmna /~/~1 LOS ANGELES S.S rtc On .JUN 1 1QQ1 camranmI before me -a Notary Public, within and for the said County and State, personally appeared William J. Shopper satisfactory evidence) to be the person whose,namewistsubscribedrtoetheowithin instrumentoas me (or me on the basis the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to me that he subscribed the name of the AMERICAN MOTORISTS INSURANCE COMPANY-thereto as Surety, an his own name as ATTORNEY ,.PACT OFFICIFlL SEAL a, , ) D~ /I. Kl ANA D. N'iILIAM$ ~l A ~,Y f xn-+F. ~uei it cnu~aanu I:~'^ PUBLIC ~(~..~f•:/ .CiIkC, P{L Of FCEIN ~.<z•~ Losnvc,.Lescourarr _ - ~'IY Cammssmn EM pire; May fi. 1930 HB-2 00936 AMERICAN MOTORISTS INSURANCE COMPANY Home Offico: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: f naTlonaL InsURance companies That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint**"************..**"*.*.. William J. Shupper of Los Angeles, California *****ftfttttt*4F4F4F4tft4tfttttt4tf[iFft ft its true and lawful agent(s) and attorneyls)-in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1992, unless s r revoked f its behal as surety, and as its act and deed: Any and all bonds and undertakings proviYeVtTe amountt of no one bond or undertaking exceeds FIVE MILLION DOLLARS ($5,000,000.00)**** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bone within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1992. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizanoes, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Socretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 232 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this l 5th day of A1gu S t. , 19 cZ, Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY By F. C. McCullough, Secretary S. Kemper, III, Senior Vice President STATE OF ILLINOIS SS COUNTY OF LAKE I, Grace E. Condon, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known to me to be the same persons whose names are respectively as Senior Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois', subscribod to the foregoing instrument, appeared before me this day in person and severally acknowledged that~thay being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as-thi floe and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes thernim, set forth. 7 "OFFICIAL SEAL" ► f j 3 Grace E. Condon ► - - Publicm,ssion expires: 5-14-94 Notary Pu01ic. SUIe of Illinois ► Grace E. Condon, Notary N1, Commovon Empves Si]4J94 ► ,V ~y ~ v v v v v~ s v v FM 836-5 5-90 1M Power of Attorney - Term PRINTED IN U.S.A. CERTIFICATION I, Lea B. McClain, Secretary of the American Motorists Insurance Company, do hereby cart i f that the of tarhed Power of Attorney dated Allgitet. 15 1 QQ() _ on behalf of Wil liATM .T- Rgttnnp. nr. ■s a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the data of this certificate) and I do further certify that the said J. S. Kemper, III and F. C. McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively ware on the data of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American Motorists Insurance Company on this day of 111,1, 19 J tj 1`1 ~ Lee B. McClain, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 836-5 7/88 IM CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written nctice will be given to the Owner before any policy covered thereby is. changed or cancelled. The bid number and title of the- project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change. or cancellation shall be-given; ' o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Emnlover's Liability. This insurance shall protect the Contractor against all claims under applicable state. workmen's compensation laws. •The Contractor shall also . ce protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o workmen's Compensation - Statutory c Employer's Liability - Statutory Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o a combined single limit of $1,000,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damace to oroperty of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Recuirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $1,000,000 IV-. Owner's Protective Liabilitv Insurance Policv. This insurance shall provide coverage for the Owner and its employees, in the name of t:ne City of Denton, for liability that may be imposed arising out of the work being performed by the- Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of #1,000,000 INSURANCE SUMMARv: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such: time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Apocoval of `he insurance by the Owner shall not in any way reli=ve or decrease the liability of the Contractor hereunder. It is expressly understood 'that the Owner does not in anv wav represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect _he interest or liabilities of --he Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) davs written notice of cancellation, non-renewal, or material chance of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with. ice Contractor. The Contractor shall not begin anv work until the Owner has reviewed and aroroved he insurance certificates and so notified :he concractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 GI II ur UEIVIUN Name and Address of Agency Phone Name and Address of Insured: Phone City of Denton Reference: Project Name: Project No: Project Location: - Managing Dept: Companies Affording Coverage: A B C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. Company Expiration Limits of Liability Letter Tvnp of incuranrp Pnlirv Niimhor natP in Thnucanck rnnnl Comprehensive General Liability Occurrence - Occurrence - - Claims '-lade (see 4-Page CI-4) Bodily Injury Broad Form to Include: Property Damage $ - Premises/Operations - Independent Contractors - Products/Completed Operations Bodily injury and Property - Personal injury Damage Combined $ - Contractual Liability(see 13-Page CI-4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability coverage - Fire Legal Liability (see ;.'S-Page CI-4) - Broad Furor Property Damage - Professional Errors/Omissions - occurrence - claims made (see ;14-Page CI-4) Comprehensive Automobile Bodily Injury/Person $ Liability Bodily injury/Accident $ - 014ned/1_eased Automobiles Property Damage $ - Nun-owned Automobi les - - Hired Automobiles Bodily Injury/Property Damage Combined $ - Workers' Compensation and Statutory Amount Employers' Liability each acciTfnt - Owners' Protective Liability $ Other Insurance Description of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See !:2, Page CI-4). Name and address of Certificate Holder. CITY OF DENTON, IEXAS PIIRCHAS MG AGENI 901-3 TEAS ST. OENION. TEXAS 16201 CI - 3 AUlI10RI!_ED REPRESENIAItVF SEE DEFINITIONS ON PAGE- CI-4 ATIACHED. DEr'INIT IONS 1. ADDITIONAL INSURED: The City of Denton, itS elected and appointea officials, officers and employees. (i".his does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall require that thirty (30 ) days prior to the cancellation, non-renewal , or any materi al change in coverage, a notice thereof shal l be given to owner by certified mail. If tine policy is cancelled for non-payment of premium only ten (10) -lays written no tice to owner is reduirec. 3. MO TRACTURAL COVERAGE: (Liability assumed by contract or. ayreerlent, and would not otherwise exist.) T,-,e contractual liability requirement shown on tnd reverse side of this Certificate of Insurance under Conpre'nensive General Liability, must include a definition of coverage .road enough to provide coverage for obligations assuec cy the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing contrac 4. CLAIS !AD'c' POLICY FOR',!: oe determined by the coverage for the life of provide coverage fcr the discovery period for a snail oegin at the end of 3equirec period o= coverage '.rill following formula: Continuous the contract, plus one yea- (to warrant,! periodana a extended minimum of five years whim the 'warranty period. J. FIRE LLG ?L LIA31LITY: (Required 1n ail co n.t rac ts that involve the occupancy construction or alte'acion of 1tV-owned or !eased fac it 1c 1eS.) In Sura nce is to Cover buildings, contents (:where appiicaoiu and permanently installed equipment with respect to property eamage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to oe a minimum of $000,000. u. OWi'dER: The term OWner shall 1nClude all author It ieS, boaraS, oUreauS, commissions, C1visions, departlilents, and OL'1ces Of the owners, and incividual mel~berS, _m J 1_0 y eeS, aria agents thereo_ 'n their official capacitl2s, and~or while acting on behalf or the owner. CI - .i KEASLEP Engineers i Consultants ! Sales ASSOCIATES April 4, 1991 City of Denton 901-B Texas Street Denton, TX 76201 Attention: Mr. Tom D. Shaw, C.P.M. Purchasing Agent Subject: 15/20/25/(28) Arco Substation City of Denton Bid 1241 MTE Proposal PDS-35865, Revision 1 Dear Mr. Shaw: KEASLER ASSOCIATES, INC. 2907 St. Andrews • Richardson, Texas 75082 PHONE (214) 669-0000 FAX (214) 669-1060 Thank you for giving us the opportunity of quoting on this requirement. Enclosed is the original and one copy of our formal proposal. Also enclosed is a guide "Calculation of the Total Cost of Ownership" which lists several costs associated with installing, operating and maintaining the Arco Substation. We respectfully request these tangible costs be factored into your bid evaluation, in addition to items A through I listed on page 69 of your specifications. Thank you again for the opportunity of quoting on this equipment. If there are any questions concerning this quotation, we will be pleased to discuss them with you. We would appreciate receiving your purchase order. very truly yours, MAGNETEK ELECTRIC, INC. c/o KEASLER ASSOCIATES, INC. S d Keasler, P.E. President SK/kk CC: Mr. Carlos Fox Mr. Cy Benisch Bid Number: 1241 Page 15 of 98 PROPOSAL City of Denton, Electric Utility Department, 901 B Texas Street, Denton, Texas 76201 ATTENTION: Mr. Tom Shaw, Purchasing Agent PROPOSAL FOR: I. Power Transformer II. Substation Package - Control Panels, Disconnect Switches, Battery & Charger, Substation Steel Structures, Circuit Breakers, Insulators, Grounding Materials, Potential Devices, Circuit Switcher, Rigid Bus, Bus Fittings & Jumpers, Lightning Arresters, and Enclosure. BID NUMBER: 1241 GENTLEMEN: The undersigned bidder having read and.examined these specifications and associated contract documents for the above designated equipment does hereby propose to furnish the equipment and provide the service set forth in this Proposal. All prices stated herein are firm and shall not be subject to escalation provided this Proposal is accepted within sixty (60) days. The undersigned hereby declared that the following list states any and.all variations from, and.exceptions to, the requirements of the contract documents and that, otherwise, it is the intent of this Proposal that the work be.performed in strict accordance with the contract documents. SEE MAGNETEK ELECTRIC'S PROPOSAL PDS-35865 RFVTSTON I FOR FXCEPTTONS CLARIFICATIONS AND ALTERNATE BID ITEMS. Bid Number: 1241 Page 16 of 9S The undersigned bidder hereby proposes to furnish one Power Transformer and/or Substation Package complete FOB, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of EIGHT HUNDRED AND NINE THOUSAND. FOUR HUNDRED AND FIFTY DOLLARS ($809,450.00) (Price in.Words) The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named herein, and that no other persons or firms that herein 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, or parties likewise submitting a bid or proposal; and that.it is in all respects for and.in good faith, without collusion or fraud. If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data.in accordance with Section 1C: and to complete delivery of equipment and materials in accordance with the shipping schedule specified. The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is of the essence.. Dated at WAUKESHA, WISCONSIN this 2ND day of APRIL n• 1991. Bidder' MAGNETEK ELECTRIC c By C. S. BENISCH Title PROTF(.T MANAcFR Attest: Business Address of Bidder 400 SOUTH PRAIRIE AVENUE WAUKESHA, WI 53186 State of Incorporation WISCONSIN Address of Principal Office SAME AS BUSINESS ADDRESS Sid Number: 1241 page 1 G`~ b u PROPOSAL DATA 1.0 GENERAL. The following information on the proposed equipment and materials shall be submitted with the Proposal: A complete description of all proposed equipment. 2.0 SPARE PARTS. Bidders shall submit a list of recommended spare parts which the Owner should stock for normal maintenance purposes. The spare parts list shall be organized in the following format: Item No. required Unit price 3.0 EQUIPMENT DATA. The information required on the following pages is to assist the Owner in evaluation of the Proposal. The data listed herein shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed. specifications- Note: Write entries boldly with black ink, or type entries-using carbon black ribbon. Bid Number: 1241 I. POWER TRANSFORMER Class Gallons of oil Gallons of oil shipped external to Page 18 of 98 MAGNETEK ELECTRIC _ (Bidder's Name) OA/FA/FA 5 580 transformer 400 Total shipping weight, lb 131,000 Total weight of assembled transformer including oil.,. lb 131,000 Weight of tank and fittings, lb. 33,600 Weight of oil, lb 41,900 Weight of largest piece for handling 120,000 during erections, lb Will transformer be shipped completely No assembled If not, what parts will require field.BUSHINGS, RADIATORS, FANS, RAPID assembly PRESSURE RISE RELAY, BUSHING TERMINAL Power requirements'of cooling equipment at 100% rated load, kw Maximum calculated sound level, at rated 65R C FOA or FA load, decibels Approximate dimensions Height, inches Width,, inches Depth, inches Unit Price for each additional identical Power Transformer SURGE ARRESTERS, GROUND CABLE Fans Pumps Total 0.0 - 0.0 75 - 75 216 181 173 NOT APPLICABLE Bid Number: 1241 Page 19 of 98 MAGNETEK ELECTRIC (Bidder's Name) Last date an identi cal Power Transformer unit co uld be cancelled NOT APPLICABLE without penalty if ordered. Price adder for the short circuit $ 72,000.00 tests No load loss at 55° C OA rating, kw 22.5 110% rated voltage, kw 15.8 100% rated voltage, kw 12.3 90% rated voltage, kw 6.8 75% rated voltage, kw. 508 rated voltage, kw 2.4 258 rated voltage, kw 0.8 Total loss at 55° C OA rating, kw 110% rated KVA,'kw 69.4 1008 rated KVA, kw 60.1 90% rated KVA, 'kw 51.7 75% rated KVA, kw 40.7 .50% rated KVA, kw 26.9. 25% 'rated KVA, kw 18.6 ,Total loss at 55° C FA/FA or FOA rating, kw 110% rated KVA, kw 164.7 100% rated KVA, kw 138.9 90% rated KVA, kw 115.5 75% rated KVA, kw 85.0 46.6 50%i rated KVA, kw 23.5 25V rated KVA, kw Bid Number: 1241 Guaranteed efficiency at 55° C OA rating 100% rated load, % 75% rated load, % 50% rated load, % 25% rated load, % Exciting current in % of full 55° C OA rated load current at 110% rated voltage 100% rated voltage 90% rated voltage REGULATION Pmped- nc.e-vf-T ndi-nq at nameplate 55° C OA rating 100% power factor, % 80% lagging power factor, % 80% leading power factor, % High voltage bushing Manufacturer and type Guaranteed date of delivery MAGNETEK ELECTRIC - (Bidder's Name) 99.60 99.64 99.64 99.50 1.0 0.5 0.25 0.56 4.73 - 3.92 ABB 0-PLUS C 48 WEEKS ARO Bid Number: 1241 II. SUBSTATION PACKAGE Page 21. o MAGNETEK ELECTRIC (Bidder's Name) Manufacturer Type or Catalog No. SECTION 3A - CONTROL PANEL Reference detailed specification dLQNETEK SECTION 3B - DISCONNECT SWITCHES Reference detailed specification ABB TTR-6 145 & 15 KV . SECTION 3B - BATTERIES AND CHARGER Reference detailed specification ABSOLYTE OR NIFE 45A OR HED LAMARCHE A12B SECTION 3C - SUBSTATION STEEL STRUCTURES Supplier's name LATER - AFTER ORDER PLACEMENT Estimated, total weight of steel, in pounds Delivery Date, ' List structures which require field assembly and describe shipping sections for each. LATER - AFTER ORDER PLACEMENT 44-48 WEEKS, ARO AVAILABLE WITH FINAL DRAWINGS Anchor Bolt Delivery Date SIX WEEKS BEFORE SHIPMENT Bid Number: 1241 image ~2 of ~o MAGNETEK ELECTRIC (Bidder's Name) Manufacturer Type or Catalog No. SECTION 3E - CIRCUIT BREAKERS Reference detailed specifications ABB SECTION 3F - INSULATORS Station Post Type Suspension Type SECTION 3G - GROUNDING MATERIALS Ground Rods Split Bolt Stud Connectors Guaranteed Date of Delivery of all supplies i VHK-15 THIS INFORMATION AVAILABLE WITH APPROVAL DRAWINGS DENTON SECTION 3H'- POTENTIAL DEVICES' Reference detailed specifications GE OR EQUIV. i SECTION 3H - HIGH SIDE PROTECTION Reference detailed specifications MAGNETEK JVM OR EQUIV. HLT-145. Page 23 of :8 Bid Number: 1241 MAGNETEK ELECTRIC (Bidder's Name) Manufacturer Type or Catalog No. SECTION 3J - HIGH SIDE PROTECTION MAGNETEK HLT-145 Reference detailed specifications SECTION 3K - RIGID BUSES, THIS INFORMATION WILL BE PROVIDED BUS FITTINGS WITH APPROVAL DRAWINGS & JUMPERS Conductors Cable IPS Bus Connectors Fittings SECTION 3L - LIGHTNING ARRESTERS Reference detailed specifications OHIO BRASS TYPE PVR SECTION 3M - WEATHERPROOF ENCLOSURE Reference detailed specifications MAGNETEK