Loading...
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