1988-1450923L
NO S
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING
FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the purchase of necessary materials, equip-
ment, supplies or services in accordance with the procedures of
state law and City ordinances, and
WHEREAS, the City Manager or a designated employee has
reviewed and recommended that the herein described bids are the
lowest
serviceseaso shown ein bids the for Pr posals" submitted t equsuplies ipment, and or
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the
materials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the numbered items in the following numbered
bids or materials, equipment, supplies, or services, shown in
als"
the Propo
are appro edd as being the lowesteresponsible bidshfoere r suchcitemsd and
BID ITEM VENDOR AMOUNT
NUMBER NO
9887 1 & 2 Wesco $ 36,453 00
9887 3 Poleline 9,015 00
9887 4 & 5 Priester 3,339 00
9888 1 Kuhlman Electric Company 308,804 00
9891 1 F & J Forms 24,315 00
SECTION II That by the acceptance and approval of the above
numbers tems of the submitted bids, the City accepts the offer
of the persons submitting the bids for such items and agrees to
purchase the materials, equipment, supplies or services in
accordance with the terms, specifications, standards quantities
and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents
SECTION III That should the City and persons submitting
approve an accepted items and of the submitted bids wish to
Manager
enter int acceptance ~ , aPPs roformal val, and written awarding of bids, a the result
p
or his designated representative is hereby authorized to execute
the written contract which shall be attached hereto, provided
that the written contract is in accordance with the terms,
conditions, specifications, standards, quantities and specified
sums contained in the Bid Proposal and related bid documents
herein approved and accepted
SECTION IV That by the acceptance and approval of the above
numbere tems of the submitted bids the City Council hereby
authorizes the expenditure of funds therefor in the amount and in
accordance with the approved bids or pursuant to a written
contract made pursuant thereto as authorized herein
SECTION V That this ordinance shall become effective
imme ate y upon its passage and approval
PASSED AND APPROVED this 20th day of September, 1988
Rpy g P S, M~ OR
ATTEST
J I'° L ET Y
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY / - \I
PAGE TWO
SEPTEMBER 20, 1988
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9887 PADMOUNT TRANSFORMERS
RECOMMENDATION We recommend this bid be awarded to the lowest
bi er for each item as listed below
Item
1
6
c
150
kva
Transformer
to Wesco
at
3,663
OOea =
21,978
00
2
3
p
pc
300
kva
Transformer
to Wesco
at
4,825
OOea =
=
OO
14,475
015
9
00
00
3
1
pc
750
kva
Transformer
Poleline
at
t
9,015
967
ea
OOea =
,
934
1
00
4
2
pc
25
kva lph
Transformer
Priester
r
t
i
a
at
405
1
00 =
,
1,405
00
5
1
pc
75
kva lph
Transformer
e
es
Pr
,
TOTAL BID AWARD
48,807 00
SUMMARY This bid is for the purchase of electric distribution
pa mount transformers These units are replacements for inventory
stock and will be utilized in the maintenance and new construction
for the electric distribution system
BACKGROUND Tablulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Electric Distribution
an Underground
FISCAL IMPACE 1987-88 Budget Funds Account 1611-008-0252-9222
Respect
City
Prepared by
N e Tom aw
Title Assistant Purchasing Agent
Approved
m John J Marsha
Titl Purchasing Agent
I
I
I
I
vl
CII
oI
m
ml
I
C
m
C
I
1
K'l l
m l
I
I
I
r N~ w e
i ~
I -.c
i
I
I
i
I
I
I
i
I
i
i
i
41
V N YVJI O O
U U O O 6
_
i -
_
I
I
p
O I
pI
I
Z g
1
1
'91
p
G1
;
I
I
~I
I
1
I
1
y
1
S S
1 S
I
11
~
1
I
O
j
N
1
G1
~
I V
I
I
~11
-
G I
I
I
I
"'1
~3I
j ~
1
1
1
~I
I ~
1
I
ml
~
1
j
1
1
I
N G ~O1 LV pT
[NJI W
m }
I
p~
~
n~n
O
O
i
I
I
I
~
.
..b+w
i
ir
r
`
I
m
p
N b
U
~
I
y
y
ICY
~
4
411 O C
l1
V T U" T
I
~
I
~
1
I
I
I
~ O
I
1
'I
1
U
.F
O
1
I
I
m
I
I
i
N ~f
m
p
~
0
W
N
Q
~
r
O
C
II
i
~
i
.,K
1
1
I
I
...oozy.
I
I
m
I
ti
al
I
1
~
I
I
I
I
1
I
r~ O U}
i
I
<
1
1
~
p. r r m m
I
S
°
I
I
~
r
I
I
i
I
1
r 0 0 .M
i
T
I
I
n
`'9 ~
.p P O O W
I
I
~
I
I
I
I
I
1
r O O• W
I
11
1
t
I
I
CJpCpJ11 b
[V WW
p O n
E!1 W O N
i
1
1
i
r O
.r r b CII
4
1
I
m
p
p
N N w b
1
m
I
1~I
y M
y
.r [JI EJI UI
I
1
~ m
I
I
I
I
DATE SEPTEMBER 20, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9888 POWER TRANSFORMER
RECOMMENDATION We recommend this bid be awarded to the evaluated
low bi der Kuhlman Electric Comnany in the amount of $308,804 00 for
Denton jobsite, with delivery in 34 weeks
SUMMARY This bid is for the purchase of a 3-phase, 138kv substation
power transformer This unit will be utilized to "duplex" or up-
grade the Paige Road Substation capacity
The evaluation process involves a comparison of purchase price, life
expectancy, full and no-load losses and the cost of kw losses
Tabulation Sheet, Memo dated September 7, 1988
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Electric Utility, Meter-
ing an Substations
FISCAL IMPACT 1987-88 utility Bond Fund, Account 611-008-0253-9217
Respectfully submitted
Z6 W
Lloy V Harre 1
City Manager
P ared by
Name Tom Shaw
Title Assistant Purchasing Agent
Approved
e n J Marshal'
itle Purchasing Agent
CITY of DENTON, TEXAS 215 E WKINNEY / DENTON, TEXAS 7MMU / TELEPHONE (817) 585 8200
TO: John Marshall, Purchasing Agent
710 FROM Joe Cherri, Engineerinq Associate Il
DATE September 1988
SUFJECTe AWARDING POWER IRANSFORMFR PID # 9888
The Utility Staff recommends the acceptance of the bid proposal
of Kuhlman Electric Company, 198 Porter St Crystal Springs.
Massassipa 39059 The original bad pace is 6 308 804 The
delivery date as 34 weeks after receipt of the order which as
expected to be at the end of May of 1989 The total evaluated
cost of the transformer would be $ bNo 16,
In our bid evaluation, the lowest bidder. Heavy Duty, dad not
include the adder for the cost of shipment to the aoh site
The vendors proposals
are listed
below
ORIGINAL BBD
ADDER
EVALUATION
FRILE (N F )
ro P F
cosr
Kuhlman Electric Co
0S,S04
IM 1,165
Heavy Duty
296,298
a,boo
587,444
ANb Asea Electric
7iop uo
57h 04'
Westinghouse
39'0,555
6?6 41/
General Electric
357,Ug2
581 o12
Mc-craw Edison
401,674
616 676
#axK Evaluation is based on 100/ losses of the 15 MVA self
cooled ratings with no au iliA ry losses and at a cost
of $ 4.072/1w loss
v
~
1 nl
m
1 Gi
a
I
$
M,
I ZI
pl r+l
_
j
1 M1 I
I m l
~ 1
1 I
1 ~
C
i
1
1
1 j
'T
S
~
1 rl
NI OI
4bi
i
1
Z
m
91
1 41
'OI
~
I
~
~
g
T
I r~
1 OI
I
1
m
uo
1~1
'
i
I
y'
wI TI
g
m
fit
1
I
L1
pl
I
71 ~1
G
.
~
~I
I
ml
~
1
~
j ~
1
.pp1
1
I 41
I I
1 I
1
1
'
1
1
1
1
1 1
1 1
I
1
i
m
i c
i
In c
'
1
0
lIi
~
j
I
1'
i
'
~
Cpf
~
T
' ~
~
Cali
Rl
g
~
N
{p
~ yr
1 O
1 ~
1
I
TD K
y
N
~
~
1
K
I
1
if
mm
r~
C1
4
~
n
g
I
1
h g
m
b
C
I
1
41
i
~
N
k
'1
O`
411
1 '
C
1
r~-1
.
1
C
~
I
o
m
q
ai
g
v
i
1
vi
l
o
c
~
i
i
m
N
W
CJI
1
1
m
N
1 p
G
1
m
i 3f
1
1
K
1
I
i
m
Z
i o
i
m
¢
j 9
I
q
1
I
Cj
I
.A
GONTRAC:T ArREENENT
THIS C made and entered into this day of
O TRACT A RF.Rpl$NT,
by and between the CITY OF DENTON,
TEXAS, Party of the First Part and hereinafter called the "Owner",
and
KUHLMAN CORPORATION 198 PORTER ST., CRYSTAL SPRINGS, MISS. 3905
of the Second Part and hereinafter called the "Contractor",
` WTTNFSSFTH:
THAT WHEREAS, the owner has caused to be prepared, in accordance
with law, specifications, plans and other contract documents for the
work as herein specified; and
said of this Contract AgreeOment;
W11MAE, the Owner, in the manner prescribed by law, has determined
and declared the aforesaid Contractor to be the lowest and best
bidder for the said work and has duly awarded to the said Contractor
a contract therfore, for the sum or sums named in the Contractor's
Proposal, a copy thereof being attached to and made a part of this
Contract Agreement;
NOW. THEREFORE., in consideration of the compensation to be paid to
the Contractor and of the mutual agreements herein contained, the
parties to these presents have agreed and hereby agree, the Owner
for itself and its successors, and the Contractor for itself,
himself or themselves, or its, his or their successors and assigns,
or its, his or their executors and administrators, as follows.
ARTTCT,F. I. That the Contractor shall furnish fob, Denton, Texas,
substation transformer complete as specified and required in
accordance with the provisions of the contract documents which are
attached and made a part hereof, and shall execute and complete all
work included in and covered by the Owner's official award of this
Contract Agreement to the said Contractor.
ARTICLE I. That the Owner shall pay to the Contractor for the work
and materials embraced in this Contract Agreement, and the
Contractor will accept as full compensation therefore the sum for
all work covered by and included in the contract award, designated
in the foregoing Article I; payment to be made in cash or its
equivalent in the manner provided in the specifications attached
hereto.
ARTICLE ITT. That time of completion is of the essence of the
Contract Agreement, and that the Contractor shall proceed with the
specified work and shall conform to the following schedule:
CA-1
(Guaranteed delivery date as shown in proposal data)
34 WEEKS AFTER RECEIPT
OF ORDER ON JUNE 1, 1989.
TN WITNESS WHF.RF(F, the
parties hereto have executed
this Contract
Agreement as of the day
and year first above written
.
CITY OF TOE A
C (SEAL)
B
.
3
Attest
\
#
'
.
Kuhlm Corporation
a
x ( SEAL;),
~sJ3~
V~SG ~
H D 'Lesri-s
F- Z
By
~
Mar~eting ma
`v
Y
Attest T-),c
_
)I D. Glo_,er : J
Notary Public
My commission expires Sept. 19, 1992
The foregoing Contract
Agreement is in correct form
according to law
and is hereby approved.
Attorney for
Owner
CA-2
ADDENDUM 1
The Contract Agreement between the City of Denton, Texas and
Kuhlman Corporation, 198 Porter Street, Crystal Springs,
Mississippi 39059, referencing bid #9888 is hereby amended
to include the following statement:
Where there may be and if there is a conflict between
the City of Denton's Contract and Kuhlman Corporation's
Contract terms and conditions, the City's Contract
shall apply.
In witness whereof, the parties hereto have executed this
Addendum to the Contract Agreement.
~ Y
e~~_.' it/y/Iof Denton, Te a
f~r B V•
Title
Attest
Kuhlman Corporation
By Kuhlman Corporation
Title Marketing Manager
Attest H.D. Lewis
O11.DOC
PE6Fi1RC1ANCF.~~NL1
KNOW ALL MEN BY THESE PRESENTS that we, KUHLMAN CORPORATION, 198
PORTER STREET, CRYSTAL SPRINGS, MISSISSIPPI 39059
hereinafter referred to as "Contractor",
and Continental Casualty Company
a corporation organized under the laws of the State of Illinois
and authorized to transact business in the State of Texas, as
-Surety",-and held and firmly bound unto the CITY OF DENTON, TEXAS
hereinafter referred to as "Owner", in the penal sum Of.T4ree Hundred
Eight Thousand Eight Hundred Four Dollars ($308,804.00)
for the payment of which sum, well and truly to be made to the
Owner, we bind ourselves and our heirs, executors, administrators,
successors, and assigns, jointly and severally, by these presents:
WHEREAS, on the --L -day of OCTOBER , 19&8 , the Contractor
entered into a written contract with the Owner for furnishing
materials, supplies, and equipment not furnished by the Owner,
construction tools, equipment, and plant, avid the performance of all
necessary labor, for and in connection with the construction of
certain improvements described in the attached contract documents;
and
WHEREAS, it was a condition of the contract award by the Owner that
these presents by executed by the Contractor and Surety;
NOW THEREFORE, If the Contractor shall, in all particulars, well.,
duly, and faithfully observe, perform, and abide by each and every
convenant, condition, and part of the said contract, and the
conditions, specifications, drawings, and other contract documents
thereto attached or, by reference made a part thereof, according to
the true intent and meaning in each case, then this obligation shall
be null and void; otherwise it shall remain in full. force and
affect.
PROVIDED FURTHER, that if the Contractor shall fail. to pay all Just
claims and demands by, or in behalf of, any employee or other
person, or any firm, association, or corporation, for labor
performed or materials, supplies, or equipment furnished, used, or
consumed by the Contractor or his subcontractors in the performance
of the work, then the Surety will pay the full value of all. such
claims or demands in any total amount not exceeding the amount of
this obligation, together with interest as provided by law.
THE UNDERSIGNED SURETY, for value received, hereby agrees that no
extension of time, change in, addition to, or other modification of
the terms of the contract or work to be performed thereunder, or of
the specifications or other contract document, shall. In any way
affect Its obligation on this bond, and the Surety does hereby waive
notice of any such extension of time, change, addition, or
modifications.
PB-i
IN TES'FlMUNY WHEREOF, the Contractor has hereunto set his hand and
the 'nret.y has caused these presents to be. executed in its name and
its corporate seal to be affixed by its attorney-in-fact at.
Detroit, Michigan on this 16th day of
December lg 88
(SEAL)
By By
Kuhlman Corporation Continental Casualty Compa ,
x
1.466ntractor (SURETY COMPANY )-S*-'-'
- ~r rl g:j Manager (Attorne in-fact)
PO r,.ketini Manager C
1, ,ns Ge
~ r Std
H'.D. Lewis g
\\M ~ ` (Sta Rep esentative)a
(Accompany this bond with attorney-in-fact's authority from the
S.irety Company certified to include the date of the bond.)
PB-2
70 6
Continental Casualty Company
CNA
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute
and appoint Vernon S Glendening, Martin Horwitz Connie G Gould Gerald Stafford
Individually
of Detroit Michigan Its true and lawful Attorney-in-fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature -
In
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By Law duly adopted by the Board of
Directorsof the Company. - -
- "Article IX-Execution of Documents
Section 3. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys-in fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney-in-fact." ,
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this _13th day of November , 19 84 .
CONTINENTAL CASUALTY COMPANY
z a.,e
State of Illinois 1
County of Cook I ss
J. E. Purtell Vice President.
On this 13th day of - November , 19 84 , before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of
Glenview, State of Illinois; that he is a Vice President of CONTINENTAL CASUALTY COMPANY, the corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that it-was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like
authority, and acknowledges same to be the act and deed of said corporation.
sale A. g
v° ?~a
NOTARY'
PUBLIC
n
Co.. Pv.
CERTIFICATE My
I, P. F. Granahan , Assistant Secretary of
that the Power of Attorney herein above set forth is still in forre,,0z;odrfyrther c
Company and the Resolution of the Board of Directors, set`orth _il~saiP!'her~
hereunto subscribed my name and affixed the seal of
v
,o„or„/
SEAL
Iy
Leslie A. Smith Notary Public.
Commission Expires November 12, 1986
VTINENTAL CASUALTY COMPANY, do hereby certify
y that Section 3 of Article IX of the By Laws of the
torney are still in force. In testimony whereof I have
_ day of December 19 88.
P. F. Granahan Assistant Secretary.
Form 1-23142-B
Kuhlman Corporation
Quotation G-9562-D
PROPOSAL
City of Denton, Texas
901 A Texas St.
Denton, Texas 76201
ATTENTION: Mr. John Marshall, Purchasing Agent
PROPOSAL FOR: I. POWER TRANSFORMER
BID NUMBER: 9888
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 declares 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 will be performed in strict accordance with
the contract documents.
1) Section 13, para lb.6 - Special Buchan, type ORL binders. We
have taken exception to furnishing these special binders and
propose to furnish our standard American Thermoplastic bound
standard.Manufactures Instruction Manuals
2) Section 1C, para 1C.4 - Drawings for approval required within
30 days ARO. Our lead time on all drawings for approval will
be a minimum of 14 weeks ARO.
C-1
K
KUHLMAN
QUOTATION
G. 9562-D
POWER AND SPECIALTY DIVISION 1198 PORTER STREET / CRYSTAL SPRINGS, MISSISSIPPI 39059 / (601) 892-4661
TO: City of Denton, Texas
Office of the Purchasing Agent
901-B Texas Street
Denton, Texas 76201-4229
Attn: John J. Marshall CPM
Bid Due: 2:00 PH August 30, 1988
CUSTOMER REF. NO. Bid No 9888
DATE: 8/18/88
PLEASE DIRECT ALL QUESTIONS, CORRESPONDENCE, ETC., TO
Kuhlman Corporation
2675 Manana Drive
Dallas, Texas 75220
Attn: Bill Ball
WC ADD 01 CAOCn Tn C"DUIT TUC cm I nWINr. nOnTennN_ UNLESS NOTED BELOW. QUOTATIONS ARE VALID FOR 60DAYS.
ITEM
ONTY.
DESCRIPTION
UNIT PRICE
A
X
Power Transformer with LTC: 15/20/25 MVA, IIV 138000
$308,804.00
Delta (550 BIL) taps 2-21%O A&B to LV 13200V/7620
Firm N.E.
11
(110 BIL) with LTC taps + or - 10% (32 - 5/87o
1
steps) 3 phase, 60 cycle, cooling OA/FA/FA,
impedance 7.8`Io, 55/650C with standard ANSI acces-
sories plus the following special features per
f
City of Denton's Bid 9888 and our POA 387.
All copper windings
Removable radiators
Cover mounted HV bushings
Sidewall mounted LV bushings in segment 4
Short LV air terminal chamber with flanged throat
(No transition section furnished)
External paint Denton green
BCTs: (6) HV 1200/5, C400
(6) LV 1200/5, C400
(6) LVN 100/5, C200
Qualitrol sudden pressure relay with seal in circ
it
Winding temperature indicator
Automatic inert gas, oil preservation system
IIV 120 KV arresters and LV 10 KV arresters
Ground bars
No external bushing connectors specified nor
furnished
Ground connectors
SIS control wiring
(2) gal touch up paint
Rigid conduit
Protective undercoating on bottom of tank base
ASEA type UZE LTC
LTC LDC CT
LTC spare for paralleling equipment
LTC remote transmitter & receiver
LTC remote/manual sel switch
LTC Beckwith Automatic control
THIS OUOMATION IS SUBJECT TO THE TERMS AND CONDITIONS. COntlnued... Page 1/3
SET FORTH ON THE FACE AND REVERSE SIDE HEREOF. BY
IE4C QUOTATION G. 9562-D
KUHLMAN
POWER AND SPECIALTY DIVISION / 198 PORTER STREET / CRYSTAL SPRINGS, MISSISSIPPI 39059 / (601) 892-4661
ITEM
ONTY.
DESCRIPTION
UNIT PRICE
LTC Time Delay relay
LTC sudden pressure relay
Reproducible drawings
Standard commercial test plus Corona test
Price addition for special Short'Circuit Test if
required: $100,000.00-per-transformer
Estimated Shipping Schedule: 1st unit in 34 week
after receipt o order in our Crystal Springs, Ms
plant. One transformer per week thereafter.
Drawings for approval within 14 weeks ARO.
Method of Shipment: Will ship via truck FOB job
site, prepai uotation.is on the basis that th
job site can be reached by an over-the-road low
boy truck. Will ship less oil, dry air filled.
Bushings, radiators, fans, arresters and arrester
brackets will be removed for shipment and shipped
via separate truck. Oil will be shipped via tank
truck.
Unloading install'a't'ibn and 'field' testing:
Quotation includes the crane equipment, manpower,
and our Service Engineer to unload transformer
and parts delivery carrier and set on customers
pad. Quotation is on the basis that the trans-
former can be placed on owners pad in final
position by on over-head crane. We will install
all parts removed for shipment, fill with oil
using our oil processing equipment, field test,
and certify that unit is ready to energize.
Exceptions to Specifications:
1) Section 1B, para'lB.6 Special Buchan type ORL
binders. We have taken exception to furnishi
g
these special binders and propose to furnish
our standard American Thermoplastic bound
standard Manufactures Instruction Manuals.
2) Section 1C, para 1.C.4 Drawings for approval
required within 30 days ARO. Our lead time
on all drawings for.approval with a minimum
of 14 weeks ARO.
THIS QUOTATION IS SUBJECT TO THE TERMS AND CONDITIONS
SET FORTH ON THE FACE AND REVERSE SIDE HEREOF. By Continued Page 2/3
K QUOTATION G• 9562-D
KUHLMAN -
POWER AND SPECIALTY DIVISION / 198 PORTER STREET / CRYSTAL SPRINGS, MISSISSIPPI 39059 / (601) 892.4661
ITEM
ONTY.
DESCRIPTION
UNIT PRICE
Special'Terms of Payment: Terms of Payment as
stated in page GC-13 para GC-29. 9076 of the valu
e
of the equipment and material received.will be
payable within 30 days and balance 10% within 30
days after acceptance and approval not to exceed
90 days are acceptable.
Extended Warranty: Price quoted is our standard
warranty as stated on reverse side. Extended
warranty is available at, the rate of (1)% of the
selling price per each year extension, not to
exceed (4) additional years.
Cancellation Policy: Cancellation charges shall
e per t Re fo lowing schedule:
Time from date of the Cancellation charge
cancellation request in percent of
to scheduled completion selling price
30 weeks or more 10
less than 30 to 20 25
less than 20 to 16 50
less than 16 to 10 75
less than 10 100
Performance Bond: A Performance Bond will be
furnished upon receipt of order.
Data Attached:
City of Denton's Proposal Sheets C-1 thru C-2,
B-1 thru B-4, D-1 thru D-4
Kuhlman Image Flyers and Power Transformer Bullet
n
Kuhlman Three Phase Short Circuit Test Data
ASEA type UZE LTC Manual
THIS OUOTATION IS SUBJECT TO THE TERMS AND CONDITIONS qq Page 3/3
SET FORTH ON THE FACE AND REVERSE SIDE HEREOF. By
H.S. Adair - Marketing Supervisor
The undersigned bidder hereby proposes to furnish the one Power
Transformer and/or Substation Package complete fob pad, Denton.
Texas, in accordance with these specifications and associated
contract doucuments listed in GENERAL CONDITIONS, Article GC-1,
for the firm lump sum price of
Three hundred and eight thousand, eight hundred
and four dollars firm net each or Nine hundred twenty six
Price in Words)
thousand; four' hundred and twelve dollars total for three
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.
units
Dated at 4:00 PM' this 18th day of August y-t7a~6 1988
Bidder Kuhlman Corporation
By q. D. &utlto 0 H .D. Lewis
Title Marketing Manager
Attest:
R.S. ~.S, Adair
Business Address of Bidder 198 Porter Stree
Crystal Springs, Ms, 39059
State of Incorporation Michigan
Address of Principal Office 2565 W. Maple Road _
Troy, Michigan 448084
Bid# 9888
C-^
F'ROPCISAl, DATA
1.0 GFNFRAI.. 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 jqn RPqu i rPd 11n i t. Pr i ne
3.0 FCjIITPMF.NT 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.
Price Additions for spare' parts if required:
a)
(1)
spare HV bushing =
$2,916,00
per bushing
b)
.(1)
spare LV bushing =
898.00
per bushing
c)
(1)
set..spare gaskets
= $200.00
per set
D-1
Bid# 9888
Section 2A - Pnwrr TrenSformrr
Class
Gallons of oil
Gallons of oil shipped separately
Total shipping weight, lb
Total weight of assembled transformer
including oil, lb
Weight of tank and fittings, lb
Weight of oil, lb
Weight of largest piece for handling
during erections, lb
Will transformer be shipped completely
assembled
If not, what parts will require field
assembly
Power requirements of cooling
equipment at 100% rated load, kw
Maximum calculated sound level, at
rated 65 C FOA or FA load, decibels
Approximate dimensions
Height, inches
Width, inches
Depth, inches
POA-387 J.F. 8/12/88
Kuhlman Corporation
(Bidder's Name)
OA/FA/FA
6555
All
79400
138100
26000
49200
79400
No
Arresters & mtg., HV bushings,
Radiators Fans, and Oil
Fans Pumps Thal
1.1 N/A 1.1
76 N/A
215
245
165
D-2
Bid# 9888
Unit Price for each additional
identical Power Transformer
Last date an identical Power
Transformer unit could be cancelled
if ordered without penalty.
Price adder for the short circuit
tests
No load loss at 55(: OA rating, kw
110% rated voltage, kw
100% rated voltage, kw
90% rated voltage, kw
75% rated voltage, kw
50% rated voltage, kw
25% rated voltage, kw
Total loss at 55 C OA rating, kw
110% rated KVA, kw
100% rated KVA, kw
90% rated KVA, kw
75% rated KVA, kw
50% rated KVA, kw
25% rated KVA, kw
Total loss at 55 C FA or FOA rating, kw
110% rated KVA, kw
100% rated KVA, kw
90% rated KVA, kw
75% rated KVA, kw
50% rated KVA, kw
25% rated KVA, kw
POA-387
Kuhlman Corporation
(Bidder s Name)
T
R $308,804 Firm N.E.
I
M
L
1 See Cancellation Policy in
N Quotation Write-up
E
$100,000 per transformer
22.97
17.2
13.3
6.1 (Est.)
4.5 (Est.)
61.01
52.69
41.85
28.16
19.94
20000 KVA
111.44
95.09
80.29
61.00
36.67
22.07
D-3
Bid# 9888
a
Guaranteed efficiency at 55 C OA
FA or FOA 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
Impedance of winding 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
POA-387
Kuhlman Cornorntion
(Bidders Name) \
20000 KVA
99.59
99.63
99.56
0.6
0.3
0.2
0.60
T 5.09
R
I 4.24
M
Lapp Breaker Interchangable
I
N
E 1 - 84 weeks ARO
1 - 35 weeks ARO
1 - 36 weeks ARO
D-4
SEPTEMBER 20, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9891 PRINTING PARKS BROCHURES
RECOMMENDATION We recommend this bid be awarded to the lowest
bid meeting specifications, F&J Forms in the amount of $8,105 00
per issue for a total of $24,315 00
SUMMARY This bid is for the printing of the 1989 Park and
Recreation activity schedule brochure Three issues are printed
during the year There are 35,000 copies of each issue
BACKGROUND Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Park and Recreation
epartment
FISCAL IMPACT Funds will be taken from 1988/89 Budget Funds
Respect lyssubmitted
v w
Lloyd(R Harrell
City Manager
ared b~
Name Tom S Taw
Title Assistant Purchasing Agent
Approved
N o ars a
le chasing Agent
1
s 1
if
C
CC1
W
_
I
I
G I
I
m~
I
4 1
91
w
N
I
wl
I
XI
S
41
til
r
1
1
+I
I
I
1
1
W
W
W
I
10
~
1
I
i
I
1
I
I
1
I
1
I
I
;
I
I
T
Ifl I
I
I
NI
I
I
~
W N ~ ~
~
'
O
M
-1
F
9
~
I
I
I
of
~I
1~ ~
~
~
1
1
~1 I
[ill I
~
02
1
1
I
~
N
'
~
1
I
I
1
1
1
j
1
1
1
I
I
1
1
I
1
1_
_
1
1
T
I
I
4
W
I
z
I
m
aiEi ~ r-
.
-
mo
~
~
b
~
V'
.
o
b
b
i
a
o
i
.
p
i
~
I
I
T
i
~
m
m
1
I
C
1
1
~1
W
T
6
~
~
N
'
p~V C
y
T
L
II
L
11
I
I
r
y
s/i rn
~
~
~
[Pll
1
~
1
L
JI
Ell
11
C
N
Vl
I
1
I
I
~
N
C1N1
W
'
mT
1
b
N
~
I
b
I
Y
~ Z
W
V
W
V
V
I
~
I
1
n
N
N
'
y
O
1
y
r
T
O
O
O
O
I
~
I
mH
Cf
I
I
'
P
4411
~
V
~
Z
I
9
ti
N
~
J
1
d
1
n
m
N P ~
oo
O
pp
4
qq
O
i
'.~9
I
S
N 9
i
I
1
I
r
I
Ny
~
t
IL
49
4O
1
'
1
1
O
CI p
Z O
'p
~i
p
.p
..p
i
T
~
a
C'f
CII
fJl
YJI
U1
'-0
i
'
In
p
.y '
S
T
r
O
4
4
O
i
I
S
.
N 1~
n_ n n
n_
1
An
"
T'
A
4f
j
O
1
L
! RI
CI
b
O
I
I
y
'
I
I w
N,p r~i m
w
w
w
I
o
i
a
~ o
I
p
r
T
pp
OJew V
O
O
O
I
31
I
p$j eTif
1
1
I
I
~rtll
n_ _ n_ n_
n_ nn n
1
1
Ci
N
O
O
O
1
I
6
I
1
~ 9
~
~
~
b
I
m1'
I
Tmn
y N
V
.P
l
JI
9
L
11
CO
f
Jl
40
0
'
.
.r~
T
1-1
S T
T
u
V
Z
w
.;p
m
I `
i
i
i ~
I t
~i
I
I
t
1 t
~ _ _
L