Loading...
1987-1430923L 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 b~ds 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 here~n described bids are the lowest responsible blds for the materials, equipment, supplies or services as shown in the "B~d Proposals" submitted therefor, and WHEREAS, the City Council has provided in the C~ty 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 ~tems ~n the following numbered bids for materials, equipment, supplies, or services, shown in the "B~d Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 9763 All Motorola Communications $1,076,026 18 9766 All General Electric Co 303,356 00 9767 All Central Electric Co 119,825 00 9771 All Glass-Steel, Inc 29,748 00 9772 # 1 Van Tran 12,732 00 9772 # 2,3 Temple, Inc 36,301 00 9775 All Poly American 2 61 per roll 9776 All Wagner Corporation 25,000 00 SECTION II That by the acceptance and approval of the above numbered ~tems of the submitted b~ds, the City accepts the offer of the persons submitting the b~ds for such ~tems and agrees to purchase the materlals, equipment, supplies or services ~n accordance w~th the termst speclflcatlonst 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 approved and accepted items and of the submitted b~ds wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the C~ty Manager or h~s designated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract ~s ~n accordance w~th the terms, conditions, specifications, standards, quantities and specified sums contalned ~n the B~d Proposal and related b~d documents herein approved and accepted SECTION IV That by the acceptance and approval of the above numbered items of the submitted bids the C~ty Council hereby authorizes the expenditure of funds therefor in the amount and ~n accordance with the approved b~ds or pursuant to a written contract made pursuant thereto as authorized here~n SECTION V That this ordlnance shall become effective lmmedlately upon its passage and approval PASSED AND APPROVED th~s 18th day of August, 1987 ATTEST APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 JATE August 18, 1987 CITY COUIICIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9763 800 MHZ RADIO SYSTEM RECO~IENDATIO~ We recommend that the proposal receJved from Motorola Communications and Electronics, Inc be approved m the amount of $1,076,026 18 SUltRY This bid proposal ,s for the bas,c 800 MHz Radio System including installation and materials This expediture is sufficient to place police, fire, and emergency medical services into full operation Other departments will be added as funds permit and as need is determined BACKGROUND Tabulation sheet Memo from Ray Wells dated 8/~/g7 PROGRAMS, DEPARTI~ENTS OR GROUPS AFFECTED Police, fire, EMS and Utility FISCAL IUPA:T Certificates of Obligation Series 1987A as approved by City CouncQ, 3une 16, 1987 Respectfully submitted Lloyd V Harrell City ~anager Prepared by Name Tom D Shaw, CPM Tit]e Assistant Purchasing Agent Approved ~j~)~, Purchasing Agent CITY of DENTON DENTON, ~ 76~01 TO Rick Swhla. D~puty City M~nager FRC~ Ray D Wells. S~t~t. ~t~ & S~s~tz~ ~ ~t 4. 1987 ~ 800 ~ ~ ~IO ~ ~-led bi~ f~ ~ ~ lzst~ ~oJect ~re ~d J~y 14. 1987. at 2 00 pm ~ ~m ~c~~t for ~ Ci~ of ~. T~ We ~d ~ bid ~et~ ~c~i~ti~ ~s ~ ~ bid ~tted by ~t~la ~ ~ ~ice ~ ~ syst~ ~ feasted ~ $1.295.602 58 ~s bid p~ce ~ $219.576 00 ~e ~ ~et ~get fi~e ~ ~tt~tes ~ly r~ted ~ ~ bid ~ ~= ~ ~so ~i~ly ~e~ to ~d ~ solve ra~o ~nt~ s~ti~ of ~ Elec~ic Utmlz~ 0253 Di~sm~ ~ ~all re~t of ~t rem~ti~ ~d Elec~c Utili~ ~ re.ted ~ ~ to~ ra~o pa~e to ~ M~ed ~ ~t~ola eost~ a tot~ of S1.076.026 18 At~d ~ ~ e~t ~s ~c~e ~11 ~ for ~ ~>.,~lete f~i~ ~ '~ F~e. ~d ~080687085 cC R E ~ls~, ~t~ D~, ~t of Utilities E B ~los, D~t~ of glec~c Utmlities CITY OF D~ PRICING SII~wARY J~LY 10, 1987 F~ JULY 1987 C~NT~m~ L~ 67,447 00 CCNT~S.~.'~R ACRKqSOREIS 5,760 41 ~ 75,675 35 ~ ~1~ 26,358 50 S~ 86,142 00 S~ ~ 2,024 00 ~ ~. ~~.q 1,291 35 ~ ~ 18,856 65 ~ ~CS 197,338 60 C~ ~~ 14,504 98 R~ ~ 1,196 75 D~C ~ ~~ 8,445 50 p~ ~.~:~f~ ~r~'~ 4,222 75 ~.~ ~ 7,410 00 ~ ~_~ 451 67 ~ ~'A~ 4,079 40 ~ ~ ~S 16,003 72 ~.~ ~ ~ 3,842 60 ~ ~ ~_~.q 2,969 90 ~ ~ 900~ ~B~.~-q 140,0~ 40 ~ ~.q _ ~ ~ 46,750 22 ~ ~m~ 207,784 85 ~ ~~R 40,459 58 ~ ~ 979,038 18 S~:RVICF.,~ / blIPPORT IN~T ~ A.TIQN 65,970 00 SY~-.t:~ ~G~q 31,018 00 ~ ~/~ 96,988 00 TOTAL E%~ AND SERVICF.~/~ 1,076,026 18 rd~bw 1Ri~080487085 DATE August 18, 1987 CITY COUNCIL REPORT T0 Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9766 POWER TRANSFORMER RECOI~IENDATION ~/e recommend this bid be awarded to the lowest bid meeting spec,fication of General Electric Company in the amount of $303,356 00 with delivery m 39 weeks SUIItARY This bid is for the purchase of a 138KV/13 2KV power transformer to be used in the dupJexmg of North Lakes Substation General Electric is the lowest priced transiormer and also has the lowest evaluated total hfe cost BACKGROUND , Tabulation Sheet PROGIU~LS~ DEPARZI4ENTS OR GROUPS AFFECTED BJectric Utility-Metering and Substation Department and Electric Distribution FISCAL IUPACT 1986/g7 Budget Capital improvement Pro)ects (CIP) Funds Account # 611-008-0253-9217-5638 Respectfully submitted Lloyd V Harrell City Manager Hame Tom D Shaw, CPM Title Assistant Purchasing Agent Approved ~'~'l ]~]~P'urchasin~ A~ent DATE August 18, 1987 CITY COUllCIL REPORT T0 Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9767 METAL CLAD S~/ITCHGEAR RECOI~IEliDATI0li We recommend this bid be awarded to the lowest bidder meeting specification, Central Electric Co in the amount of $119,$25 00 with delivery m 150 days SUI~IRR¥ This bid zs for the purchase of metal clad switchgear with 2000 amp bus duct This is a portion of the North Lakes Substation Duplex Pro)ect and will be utdized along with the power transformer on Bid # 9766 BACKGROUIID, Tabulation Sheet PROGRAHS~ DEPARTMENTS OR GROUPS AFFECTED Electric Utility-Metering and Sub Station Department FISCAL IUPACT 1986/87 Bud§et funds for Capital Improvement Pro)ects (CIP) Account # 611-008-0253-9217 Respectfully submitted Lloyd V Narrell City Manager Name Tom D Shaw, CPM Title Assistant Purchasing Agent Approved T] ~;)l~, Purchasing Agent DATE August 18, 1987 CITY COUNCXL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9771 FIBERGLASS GRATING RECOI~IENOATZO~ We recommend this bid be awarded to the lowest bidder meeting specificat~o~s, Glass-Steel, Inc in the total amount of $29,748 O0 SU[~ARY This bid is for the purchase of high strength fibergalss grating to replace several walkways at the Wastewater Treatment Plant the lower price of Jered by Flbergrate does not meet the dimension requirements on the Jive foot material BACKGROUND Tabulation Sheet PROGRAPIS, DEPARTI4ENTS OR GROUPS AFFECTED Maintenance of Wastewater Treatment Plant FISCAL II'ACT 1986/87 Budget Funds Account # 620-082-0#70-8339 Respectfully submitted Lloyd V Harrell City Manager Name Tom D Shaw, CPM Title Assistant Purchasing Agent Approved /Naf. e'~' ffoh/n 3' Marshall, C P M ~cj l;jgj~ Purchasing Agent DATE August 18, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9772 DISTRIBUTION TRANSFORMERS REC01~IENOATION , We recommend this bid be awarded to the lowest evaluated bidder for each item as follows I 150KVA VAN TRAN at $ 3,183 00 ea or $ 12,732 O0 2 500 KVA Temple, Inc at 6,t~88 00 ea or 25,952 00 3 1000 KVA Temple, Inc at 10,3t+9 00 ea or 10~3#9 00 TOTAL BID $#9,033 00 SUI,~IARY This bid is for the purchase of three phase distribution transformers These items are replacement for inventory stock The evaluation includes cost of operation in KW losses over the life expectancy of the transformer BACKGROUND, Tabulation Sheet pROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Utdity-Electric Distribution Department FISCAL II,ACT 1986/87 budget funds for purchase of transformers Account # 611-008-0252-9222 Respectfully submitted Lloyd V Harrell City Manager ~pared by Hame Tom D Shaw, CPM Title Assistant Purchasing Agent Approved ~_ohn ~3 Marshall, C P M ~l;)g, Purchasing Agent DATE August 18, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 977~ THI~TYGALLON REFUSE BAGS REC01~IENDAT)0N We recommend this bid be awarded to the lowest bidder, Poiy american in the amount of $2 61 per roll Total annuaJ estimated expenditure is $10~,#00 00 with dehvery as requested SUI~RRY This bid is for the annual supply of 30 gallon refuse bags these are ~used by the citizens of Denton for residential refuse collection This contract has an optional one year extension clause with all terms and conditions remaining the same BACKGROUND Tabulation Sheet ~ROGRAHS, DEPARTHENTS OR GROUPS AFFECTED Warehouse Working Capital and Solid Waste Department FISCAL II,ACT Budget Funds for Warehouse Working Capital Inventory Account # 710-043-0582-8703 Respectfully submitted Lloyd V Harrell City Manager Name Tom D Shaw, CPM Title Assis~ant Purchasing Agent Approved ~)';)~Jl), Purch~sing Agent DATE August 18, 1987 CITY COUNCIL REPORT lO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9776 ACOUSTICAL SOUND PANELS REC01~ENDAT~0~ We recommend this bid be awarded to the only bidder for this requirement~ Wenger Corporation in the total amount of $25,000 00 SUIt4ARY This bid is for the purchase of acoustical sound shell panels for use at the Denton Civic Center Park Amphitheater The Wenger Corporation is the only known manfacturer of this type material Bids were solicited from four possible sources Only one reply was received BACKGROUND Tabulation sheet PROGBAFL5, DEPARTI~NTS OR GROUPS AFFECTED Parks and Recreation Department Program ,FISCAL I/IPACT 1986/87Budget Funds Account # 26t-031-0062-9107 Respectfully submitted Lloyd V Harrell City Manager Name Tom D Shaw, CPM Ti t ] e Assistant Purchasing Agent Approved ~:1~, Purchasing Agent fl.'~l lu~~~1 CITY OF DENTON I CITY MANAGERS OFFICE THIS AGREEMENT, made and entered into this ;L9 day of ~~u{ß<' ,198~7, by and between MOTOROLA Communications/- and Electronics, Tnc., an Illinios corporation, hereinafter referred to as "MOTOROLA" and the City of Denton, Texas, and the City of Denton, Texas, hereinafter referred to as "PURCHASER". CITY OF DENTON Communications System Agreement fuel 1f c¡ Ib :5 0 ftd. iÞ fi 7 -/(f3 WITNESSETH: WHEREAS, the PURCHASER communications system; and desires to purchase a SMARTNET WHEREAS, MOTOROLA desires to sell a SMARTNET communications system; and THEREFORE, the parties hereby enter into an agreement pursuant to which MOTOROLA shall perform the work and furnish the equipment and services as more fully set forth herein and in the following attachments, which are hereby made a part ~eement: I. Appendix A, General Provisions , I~ðð; consisting of seven (7) pages and twenty (20) sections with revisions and addendums. II. Appendix B, MOTOROLA Proposal and Equipment List. III. PURCHASER'S Specifications NOW, THEREFORE for and in consideration of the mutual promises and covenants contained herein, the parties agree as follows: Section 1: STATEMENT OF WORK. (a) MOTOROLA shall furnish all of the equipment as outlined in Appendix B, and provide such tools, supplies, labor, and supervision necessary for the installation for those items purchased to be installed as detailed in Appendix B for an 800 MHz Smartnet communications system. (b) PURCHASER shall perform the following the performance of this Agreement: coincident with (1 ) (2 ) Provide a designated Project Director. Provide Ingress and Egress to PURCHASER'S facilities and/or sites as requested by MOTOROLA and have such facilities available for installation of the equipment to be installed. - 1 - Section 2: Section 3: CITY OF DENTON Communications System Agreement (3) Provide adequate telephone lines for the equipment installation and operation. Provide adequate AC power at 117 VAC + 10~, 60 Hz for the equipment installation and operãtion. Provide a designated work area with adequate heat and light, and a secure storage area for equipment delivered to the PURCHASER. The PURCHASER shall be solely liable for loss or damage to equipment prior to, during, and following installation when such equipment is on or within PURCHASER'S facilities and/or vehicles, providing such equipment is received and accepted in good order. (4 ) (5 ) PERIOD OF PERFORMANCE. (a) MOTOROLA shall complete the work in accordance with the following schedule: (b) (1) (2) (3) (4 ) Delivery date of equipment - On or before 200 days Completion of installation - On or before 270 days Final Acceptance Completion of Acceptance Test Upon mutual agreement of time schedule Training - Upon mutual agreement of schedule Whenever MOTOROLA knows or reasonably should know that any actual or potential condition is delaying or threatens to delay the timely performance of the work, MOTOROLA shall within thirty (30) days give PURCHASER notice thereof and may request an extension of time to the work. ACCEPTANCE CRITERIA. MOTOROLA has guaranteed coverage over ninety-five percent (95~) of the current operating area ninety-five percent (95~) of the time. [See Appendix A, Section (20) and attached Range Coverage Maps.] MOTOROLA will submit an Acceptance Test Plan (ATP) thirty (30) days prior to the commencement of the system test. The PURCHASER will then have fifteen (15) days within which to approve, conditionally approve, or disapprove the proposed ATP. Approval of the ATP will be assumed by MOTOROLA in the absence of notifications otherwise. The successful completion of the ATP will be the sole criterion for the system acceptance. - 2 - CITY OF DENTON Communications System Agreement Should the PURCHASER commence use of the system or any subsystem thereof for their intended purposes, other than for the express purposes of training or testing, prior to system acceptance, final payment for said system or subsystem shall be due net thirty (30) days. The warranty or maintenance periods for such equipment put into use, unless warranty or maintenance has already begun, shall be deemed to have commenced concurrently with the use of the equipment for its intended purpose. The use of the equipment for its intended purpose shall be deemed to have occurred when the PURCHASER commences to use and rely primarily on the equipment for its communications. Section 4: PAYMENT SCHEDULE. (a) MOTOROLA agrees to sell all of the equipment perform the services as outlined in the Statement Work and in Attachment B, and, PURCHASER agrees to the aforementioned equipment and services for the of One Million Seventy Six Thousand Twenty Six ~ Dollars ($1,076,026.18). and of buy sum and (b) The PURCHASER shall make payments to MOTOROLA follows: as Based upon a total assumed contract amount of $1,076,026.18, $600,000.00 will be due and payable exactly go days after contract signing; $345,000.00 . will be due and payable exactly 120 days after contract ~ signing and the remainder of $131,026.18 will be due and payable upon acceptance of the system. ^,,"~~~ ~n<:e {I;.e 110 defhleB aud mucu..lly a!S' eel! uyo.. b~t;.w.ee.n . ItOTQROI..' eRd 1Ihe ei~y vf B~I.1Ien -~ "vu~, a~\. a.w..a.r.9. 3l.vuld \.l.ç \.ete1 g?R.~~~. ~m~"Rt elleRge fl .:..., ~h~ \.ot...l .',016,026.00,111.6 eeeenè eRB fi..al yay..k..\.3 "ill ~¡,"'..!S" In opo' ~lv..u\.~l~. Section 5: TRAINING. MOTOROLA will assist as required in the training of personnel in the use of the equipment purchased. A training plan and schedule will be provided thirty (30) days prior to commencement of training. The PURCHASER will have fifteen (15) days to accept, accept with exception, or reject the plan. Acceptance will be assumed by MOTOROLA in the absence of notification otherwise. - 3 - Section 6: Section 7: Section 8: Section 9: CITY OF DENTON Communications System Agreement PROJECT MANAGEMENT. (a) If the size o1l. complexity of the project warrants, MOTOROLA MOTOROLA will aassign a Project Manager, who is authorized to exercise technical direction of this project. MOTOROLA at any time, may designate a new or alternate Project Manager subject to City of Denton approval, which shall not be unreasonably withheld. (b) All matters affecting the terms of this Agreement or the administration thereof shall be referred to MOTOROLA's cognizant Contract Administrator who shall have authority to negotiate changes in or amendments to this Agreement. NOTICE ADDRESSES. (a) MOTOROLA COMMUNICATIONS AND ELECTRONICS, INC. 1301 EAST ALGONQUIN ROAD, SH-4 SCHAUMBURG, ILLINOIS 60196 ATTN: CONTRACT ADMINISTRATION DEPARTMENT (b) PURCHASER, to complete CITY OF DENTON 215 EAST MCKINNEY DENTON, TEXAS 76201 ATTN: LLOYD V. HARRELL, CITY MANAGER ORDER OF PRECEDENCE. In the event of an inconsistency in this Agreement, the inconsistency shall be resolved in the fO:::~~~h (a) This Agreement (b) The General Provisions, Appendix A, (c) MOTOROLA Proposal and Equipment List, Appendix B. SEVERABILITY. If any portion of this Agreement or any provision hereof is held to be invalid, such provision shall be considered severable, and the remainder of this Agreement of any provision hereof shall not be affected. - 4 - CITY OF DENTON Communications System Agreement Section 10: FULL AGREEMENT. This Agreement and Attachments constitute the final expression of the Agreement of the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the work. This Agreement may not b, altered, amended, or modified except by written instrumen1 signed by the duly authorized representatives of bot! parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized representatives of the last day and year written below. a City of Denton, Texas Lloyd V. Harrell Name David Wooldridge Name City Manager Title Vi ce Pres ident Title 1/1-0/R -? Date Signéd 9/22/87 Date Signed - 5 - :CON,',T;a~~ T D,ÈPT.' A PRAL : MO' a lOLA, CITY OF DENTON Communications System Agreement APPENDIX A MOTOROLA COMMUNICATIONS AND ELECTRONICS, INC. Section 1 STANDARDS OF WORK. MOTOROLA agrees that the performance of work described in this Agreement and pursuant to this Agreement shall be done in a professional manner and shall conform to professional standards. MOTOROLA warrants that all equipment provided under this Agreement shall be new and in good working condition. All packaging and packing shall be in accordance wi th good commerc ial practice. Section 2 TAXES. The prices set forth in the Agreement are exclusive of any amount for Federal, State or Local excise, sales, lease, gross income service, rental, use, property, occupation or similar taxes. If any taxes are determined applicable to this transaction or MOTOROLA is required to payor bear the burden thereof, the PURCHASER agrees to pay to MOTOROLA the amount of such taxes and any interest or penalty thereon no later than THIRTY (30) DAYS after receipt of an invoice therefor. Section 3 SHIPPINGL TITLE AND RISK OF LOSS. All sales and deliveries are F.O.B. City of Denton. MOTOROLA reserves the right to make deliveries in installments and the Agreement shall be severable as to such installments. Title to the equipment shall pass to the PURCHASER upon delivery to the F.O.B. Point and upon acceptance by the City of Denton. After delivery to the F.O.B. Point and acceptance by the City of Denton, risk of loss and damage to the articles shall be borne by the PURCHASER. Section 4 CHANGES IN THE WORK. (a) The PURCHASER may, at any time, by written order, make changes within the general scope of the work, including but not limited to revisions of, additions to, or deletions of, portions of the work, or changes in method of shipment or packaging and place of delivery. l7B6j - 6 - Section 5 Section 6 17B6j (b) ( c) (a) CITY OF DENTON Communications System Agreement APPENDIX A Upon receipt of notice of change, MOTOROLA shall immediately take all necessary steps to comply therewith and to minimize the incurrance of costs allocable to work eliminated or suspended. If any order under thIs Section 4 causes an increase or decrease in the cost of or time required for the performance of any part of the work under this Agreement, an equitable adjustment shall be made in the Agreement price or delivery schedule, or both, and the Agreement shall be modified in writing accordingly, MOTOROLA is not obligated to comply with any order hereunder unless and until the parties reach agreement as to the aforementioned equitable adjustment and same is reflected as an addendum to this Agreement. EXCUSABLE DELAYS. (b) Neither MOTOROLA nor the PURCHASER shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, 'but not be limited to, acts of God; fire; strikes; material shortages; compliance with laws or regulations; riots; acts of war; or any other conditions beyond the reasonable control of the party or parties. Delays as identified herein may the Period of Performance Agreement. Such delays will Agreement addendum as described cause an impact on stated in the be subject to an in Section 4. DEFAULT. (a) If MOTOROLA is wholly responsible for failure to make delivery or complete installation under the agreement, the PURCHASER may consider MOTOROLA to be in default, unless such failure has been caused by the conditions set forth in Section 5 of these General Provisions. The PURCHASER shall give MOTOROLA written notice of such default and MOTOROLA shall have THIRTY (30) DAYS to cure said default. If MOTOROLA fails to cure said default, the PURCHASER may terminate any unfulfilled portion of this Agreement or (b) - 7 - CITY OF DENTON Communications System Agreement APPENDIX A complete the system through a third party. In the event the PURCHASER completes the system through a third party, MOTOROLA shall be responsible for an amount in excess of the Agreement price, not to exceed the value of the terminated portion, incurred by the PURCHASER in completing the system to a capability not exceeding that specified in the Agreement. IN THE EVENT OF DEFAULT, MOTOROLA SHALL NOT BE LIABLE FOR ANY INCIDENTAL, LIQUIDATED, SPECIAL OR CONSEQUENTIAL DAMAGES. Section 7 DELAYS BY PURCHASER. If the PURCHASER is responsible for delays which cause the installation and acceptance of this system as defined in the Agreement, to be rescheduled beyond the Period of Performance set forth in the Agreement, the PURCHASER shall be liable for actual costs incurred by MOTOROLA resulting from these delays. Such charges may include, but are not limited to, rescheduling charges by the equipment vendor; storage charges; maintenance charges; and transportation charges. The PURCHASER shall. have the option to attempt to minimize actual costs incurred by storing and transporting equipment at its own expense. Section B LICENSES/AUTHORIZATIONS. The PURCHASER is solely reponsible for obtaining any licenses or other authorizations required by the Federal Communications Commission (F. C. C. ) and for complying with F.C.C. rules. Neither MOTOROLA nor any of its employees is an agent or representative of the PURCHASER in F.C.C. matters or otherwise. MOTOROLA, however, may assist in the preparation of the license application at no charge to the PURCHASER. The PURCHASER acknowledges that project implementation is predicated on receipt of proper F.C.C. licensing. Section 9 INDEMNIFICATION. MOTOROLA agrees to and hereby indemnifies and saves PURCHASER harmless from all liabilities, judgments, costs, damages and expenses which may accrue against, be charged to, or recovered from the PURCHASER by 17B6j - B - CITY OF DENTON Communications System Agreement APPENDIX A reason of or on account of damage to the property of the PURCHASER or the property of, injury to, or death of any person, when such damage or injury is caused by MOTOROLA'S negligence or that of its employees, subcontractors, or agents - with respect to the performance of this contract. IN NO EVENT WILL MOTOROLA BE LIABLE FOR INCIDENTAL, SPECIAL OR CONSEQUENTIAL DAMAGES. Section 10 EQUIPMENT COMPATIBILITY. MOTOROLA agrees that the equipment, will perform in accordance with the specifications and representations stated in MOTOROLA'S Proposal and Equipment List included in the Agreement. MOTOROLA further agrees that all equipment will be compatible with and meet all F.C.C. licensing and Regulations. This agreement does not extend to the performance of equipment as a part of a larger system generally nor specifically to equipment in combination with products, elements or components not supplied by MOTOROLA. Section II ,HARDWARE WARRANTY. MOTOROLA radio communications products are warranted to be free from defects in material and workmanship for a period of ONE (1) YEAR, except for crystals and channel elements which are warranted for a period of TEN (10) YEARS from the date of shipment. Parts, including crystals and channel elements, will be replaced free of charge for the full warranty period but the labor to replace defective parts will only be provided for ONE HUNDRED-TWENTY (120) days from the date of Shipment. Thereafter the Purchaser must pay for the labor involved in repairing the product or replacing the parts at the prevailing rates together with any transportation charges to or from the place where warranty service is provided. This express warranty is extended by MOTOROLA Communications and Electronics, Inc., 1301 E. Algonquin Road, Schaumburg, Illinois 60196, to the original purchaser only, and only to those purchasing for purpose of leasing or solely for commercial, industrial, or governmental use. THIS WARRANTY IS GIVEN IN LIEU OF ALL OTHER WARRANTIES 17B6j - 9 - CITY OF DENTON Communications System Agreement APPENDIX A EXPRESS OR IMPLIED WHICH ARE SPECIFICALLY EXCLUDED, INCLUDING WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVEN SHALL MOTOROLA BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES TO THE FULL EXTENT SUCH MAY BE DISCLAIMED BY LAW. In the event of a defect, malfunction or failure to conform to specifications established by MOTOROLA, or if appropriate, to specifications accepted by MOTOROLA in writing, during the period shown, MOTOROLA, at its option, will either repair or replace the product and such action on the part of MOTOROLA shall be the full extent of MOTOROLA'S liability hereunder. This warranty is void if: the product is used in other than its normal and customary manner; the product has been subject to misuse, accident, neglect or damage; unauthorized alterations or repairs have been made, or unapproved parts used in the equ~pment. This warranty extends only to individual products; batteries are excluded but carry their own separate limited warranty. Because each radio system is unique, MOTOROLA disclaims liability for range, coverage, or operation of the system as a whole under this warranty except by a separate written agreement signed by an officer of MOTOROLA. Non-Motorola manufactured products are excluded from this warranty, but subject to the warranty provided by their manufacturers, a copy of which will be supplied to the'Purchaser on specific written request. (a) (b) (c) In order to obtain performance of this warranty, the Purchaser must contact its MOTOROLA salesperson or MOTOROLA at the address first above shown attention Quality Assurance Department. NON-DISCRIMINATION. Section 12 1786j It is expressly understood between the parties hereto that MOTOROLA, in carrying out the provision of this agreement, covenants and agrees not to discriminate - 10 - CITY OF DENTON Communications System Agreement APPENDIX A against any qualified employee or qualified applicant for employment because of race, creed, color, sex or national origin, and that similar provisions shall also be included by said party of the first part in any subcontract. Section 13 CONFIDENTIAL INFORMATION. All MOTOROLA proprietary computer programs and other material and information of confidential nature marked MOTOROLA PROPRIETARY and CONFIDENTIAL will be released, as required under this Agreement, under the following conditions: (3 ) PURCHASER shall exercise reasonable and prudent measures to keep these items in confidence. PURCHASER shall not disclose these items to third parties without prior written permission, unless MOTOROLA makes them public or PURCHASER learns them rightfully from sources independent of MOTOROLA, or it is required by law to be disclosed. MOTOROLA, where necessary, retains the right to prescribe specific security measures for the PURCHASER to follow to maintain the confidentiality. ( 1) ( 2) Section 14 SOFTWARE LICENSE. MOTOROLA will, in the course of the transaction for the items of equipment identified in the Agreement, deliver to PURCHASER, on a licensed basis, one or more computer programs which run on processors which are in the Equipment including, without limitation, a revised substitute for a delivered program and documentation related to each program ("Product Program"). MOTOROLA may deliver a Product Program to PURCHASER in a variety of mediums including, without, limitation, an encoded machine executable form using media such as magnetic disc, diskette or tape or in a computer chip form. Unless otherwise agreed to in a separate written license agreement signed by an authorized representati ve of both parties, deli very of each Product Program by MOTOROLA and acceptance of same by 17B6j - ll- 17B6j CITY OF DENTON Communications System Agreement APPENDIX A PURCHASER shall be made conditions that follow. only under the terms and (a) Product License. MOTOROLA grants to PURCHASER a nonexclusive license to -use each Product Program delivered to PURCHASER hereunder. Each such license granted authorizes PURCHASER to use the Product Program only in its distributed form for PURCHASER'S own internal use and only in a single processor which is in a single item of Equipment. Except as provided for in Paragraph (c) below, each such license may not be assigned, sublicensed or otherwise transferred by PURCHASER without MOTOROLA'S prior written consent. Any prohibi ted assignment, sublicense or transfer shall be null and void. PURCHASER shall pay all sales, use and excise taxes, and any other assessments in the nature of taxes however designated, on the Product Programs, their license or use or on or resulting from this license agreement, unless PURCHASER furnishes MOTOROLA with a certificate of exemption f rom payment of such taxes in a form reasonably ,acceptable to MOTOROLA. (b) Title; Security; Copies. (1 ) Title to the original of any Product Program delivered hereunder and any copies made by PURCHASER in whole or in part is and shall at all times remain in MOTOROLA. ( 2) PURCHASER acknowledges that the Product Programs contain valuable proprietary information and trade secrets and that unauthorized dissemination of the Product Programs (including, without limitation, disassembly, decompiling or reverse engineering) could cause irreparable harm to MOTOROLA, and thus PURCHASER agrees not to make the Product Programs available to any person unless PURCHASER has taken appropriate action with such persons permitted access to the Product Programs so as to satisfy PURCHASER'S obligations under this license agreement. - 12 - 17B6j (c) (3) CITY OF DENTON Communications System Agreement APPENDIX A PURCHASER shall not make copies of the Product Program except that a single reserve copy of a magnetically recorded Product Program that is delivered on tape or magnetic disk media may be -made' to protect against Product Program destruction. PURCHASER will reproduce and include all copyright and other proprietary notices on any copies made in accordance with MOTOROLA'S or its suppliers' inst ructions. PURCHASER shall not adapt or merge the Product Programs with other programs. License Transfers. (1) ( 2) In the event PURCHASER transfers an item of Equipment to a third party, PURCHASER may also transfer to the third party the license for each Product Program which runs on a processor in such item of Equipment provided that PURCHASER transfers its entire interest in each such item of Equipment and Product Program to the transferee and further provided that prior to such transfer, the transferee agrees in writing to be bound by the terms and conditions of this License. MOTOROLA may, in the course of the transaction for the products identified in the Agreement, agree to transfer to PURCHASER certain programs supplied to MOTOROLA by its suppliers for use with such products. For any such program transfer PURCHASER agrees to accept the terms and conditions of the program supplier's license agreement for such programs. (d) Term; Termination. ( 1) Any license granted terminated by PURCHASER prior written notice. default of any of the hereof, any 1 icense automatically revoked hereunder may be upon one (1) month's If PURCHASER is in terms and conditions affected thereby is and MOTOROLA, in - 13- 17B6j (e) CITY OF DENTON Communications System Agreement APPENDIX A addition to its other rights and remedies at law or in equity, may terminate each such license and repossess the affected Product Programs. ( 2) Within one (1) month after termination of any license, PURCHASER will furnish to MOTOROLA a document certifying with respect to each Product Program affected by such termination that through its best efforts the original and all copies, in whole or in part, in any form, have been destroyed. Product Proq ram Warranty. Fo r one hundred t went y (120) days from the date of shipment, MOTOROLA warrants that a Product Program shall be free from reproducible defects that cause the Product Program to fail to conform in a material fashion to MOTOROLA published specifications for the Product Program. MOTOROLA does not warrant that the operation of a Product Program will be uninterrupted or error free or that each defect in a Product Program will be corrected. This express warranty is extended by MOTOROLA Communications and Electronics, 1301 E. Algonquin Road, Schaumburg, Illinois 60196 to the original PURCHASER only, and only to those acquiring the Product Program for commercial, industrial or governmental use. THIS WARRANTY IS GIVEN IN LIEU OF ALL OTHER WARRANTIES FOR THE PRODUCT PROGRAMS EXPRESS OR IMPLIED WHICH ARE SPECIFICALLY EXCLUDED INCLUDING, WITHOUT LIMITATION, THE WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. In the event of a defect during the applicable period stated above, MOTOROLA, at its option, will either repair or replace the Product Program or refund that purchase price of the single item of Equipment identified in the contract that is affected by the Product Program defect, and such action on the part of MOTOROLA shall be the full extent of MOTOROLA'S liability, and PURCHASER'S exclusive remedy, for breach of the Product Program warranty. All warranty service will be - 14 - 17B6j ( f) CITY OF DENTON Communications System Agreement APPENDIX A performed at service locations designated by MOTOROLA. Travel and associated expenses of the PURCHASER or such expenses incurred by MOTOROLA for visits to PURCHASER'S location by MOTOROLA Personnel are not covered-by this warranty. This warranty does not cover Product Programs (i) being used in other than its normal and customary manner; (ii) being subjected to misuse; (iii) being subjected to modifications by PURCHASER or by any party other than MOTOROLA without the prior written consent of MOTOROLA. Non-MOTOROLA owned programs are excluded from this warranty but such programs are subject to the warranty provided by their manufacturers, a copy of which will be supplied to PURCHASER on specific written request. Any claim for breach of this warranty shall be waived unless PURCHASER notifies MOTOROLA at the above address, Attention: Quality Assurance Department, within the applicable war ranty per iod. Thi s warranty applies onl y to the original PURCHASER and only within the 50 United States. É'a tent and Copyright Indemni t y. MOTOROLA agrees to defend, at its expense, any suits against PURCHASER based upon a claim that any Product Program furnished hereunder directly infringes a U.S. patent or copyright and to pay costs and damages finally awarded in any such suit, provided that MOTOROLA is notified promptly in writing of the suit and at MOTOROLA'S request and at its expense is given contro'l of said suit and all requested assistance for defense of same. If the use of any Product Program furnished hereunder is enjoined as a result of such suit, MOTOROLA, at its option and at no expense to PURCHASER shall obtain for PURCHASER the right to use said Product Program or shall substitute an equivalent Product Program reasonably acceptable to PURCHASER and extend this indemnity thereto or, if the foregoing alternatives are not, in MOTOROLA'S opinion, reasonably available, MOTOROLA may terminate the license for and accept the return of the affected Product Program. This indemnity does not extend to any suit based upon any infringement or - 15- 1766j (g) CITY OF DENTON Communications System Agreement APPENDIX A alleged infringement of any patent or copyright by the combination of any Product Program furnished by MOTOROLA and other elements nor does it extend to any product (s) of PURCHASER' S design or formula. The foregoing states the entire liability of MOTOROLA for patent or copyright infringement related to the Product Programs. Limitation of Liability. The entire MOTOROLA liability to PURCHASER for damages concerning performance or nonperformance by MOTOROLA under this License or in any way related to the subject matter of this license, regardless of whether the claim for such damages is based in contract, tort or otherwise, and PURCHASER'S sole and exclusive remedy shall be limited to the payment by MOTOROLA of actual damages not to exceed 15 percent of all sums paid to MOTOROLA under the Agreement. IN NO EVENT SHALL MOTOROLA BE LIABLE FOR ANY LOSS OF PROFITS OR SAVINGS OR SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES TO THE FULL EXTENT SUCH MAY BE DISCLAIMED UNDER THE LAW. (h) General. The terms of this section shall prevail notwithstanding any variance with the terms and conditions of any order submitted by PURCHASER. MOTOROLA shall not be liable for any failure to perform due to causes beyond its reasonable control. This license agreement does not include Product Program source code. If any provision of this license agreement is contrary to, prohibited by, or deemed invalid under applicable laws, rules or regulations, such provision shall be deemed omitted, to the extent so contrary, prohibited or invalid, but the remainder shall not be invalid and should be given effect insofar as possible. This license section supersedes in full all prior discussions and agreements between the parties relating to the subject matter of this license section and constitutes the entire agreement between the parties relating to Product Programs and may be modified or supplemented only by a written document signed by an authorized representative of both parties. - 16 - Section 15 (a) (b) Section 16 (a) (b) Section 17 CITY OF DENTON Communications System Agreement APPENDIX A NON-COLLUSION/CONFLICT OF INTEREST. MOTOROLA warrants that, to the best of its knowledge and belief, no person, except bona fide employees of MOTOROLA" -has, been employed or retained to solicit or secure this Agreement. MOTOROLA agrees that if, after award, it discovers conflicts of interest with respect to this Agreement, it shall make an immediate and full disclosure in writing to PURCHASER which shall include a description of the action which MOTOROLA has taken or proposes to take to avoid or mitigate such conflicts. NOTICES. All notices to the parties under this Agreement shall be in writing and sent to the names and addresses stated in the Agreement. Either party may change such name and address by notice to the other in accordance herewith, and any such change shall take effect immediately upon receipt of such notice. PATENT INDEMNIFICATION. MOTOROLA agrees to defend, at its expense, any suits against PURCHASER based upon a claim that any products furnished hereunder directly infringes a U.S. patent or copyright, and to pay costs and damages finally awarded in any such suit, provided that MOTOROLA is notified promptly in writing and at MOTOROLA'S request and expense is given control of said suit and all requested assistance for defense of same. This indemnity does not extend to any suit based upon any infringement or alleged infringement of any patent or copyright by the combination of any product(s) furnished by MOTOROLA and other elements nor does it extend to any product(s) of PURCHASER'S design or formula. Section IB 17B6j GOVERNING LAW. This Agreement shall be governed by and construed in accordance with the laws of the State of Texas. - 17 - CITY OF DENTON Communications System Aqreement APPENDIX A Section 19 ASSIGNABILITY. The Agreement may not be assigned by either party hereto other than MOTOROLA may assign this order to one of its Subsidiaries as in.the normal course of business. Section 20 RADIO RANGE COVERAGE. Attached are Radio Range Coverage Maps included in the proposal submitted in response to the City of Denton's request for sealed Bid proposals, Bid Number 9763, Dated June 23, 19B7. The Maps describe graphi- cally the coverage predictions. This prediction is based on the frequency, transmitter power, antenna heights, transmission line, cavity, isolator, and other losses, effective receiver sensitivity and antenna gain as indicated on the attached. END OF GENERAL PROVISIONS 17B6] - 1B - - ~TOROLA Coemunications and El.ctronics :I~J £1" ~'11~ ~}~~ ~,'ì T:,1\: i ~m~~~~;; ~1 ~~ ~\ r;" .~t ~ 1 ~ ~~4¿r\~ Ci~.¡ i II f VI.~ \... \ ,~,""ri I :V, ,~~~~ ~ ~ u;"-~~--"-' -}~ ¡,; :r _2""- 0 ;',"- ':j - Fí 1 .~ r: 'nf;l~ "'\1;: ik,.- . "'~~' IA -V V ~ß~~I'~I.}\r;:., ~¡ I L ~ / '.. ...~ ,I: ..... ~......... ~'l.. ' ., '::'~ 10 I I ~. .!(5õü'" 'l"'" ~.~..., 'k1ì ~me ~~ T ~- ' ~_: II ~~ '~""" ~ '(I 'v ¡¡;;:. "-I MC~Q:.: :~'lð'~~ ~... 'I~~ l~ """., ~,~... ... ~~I ~'~LL I~~' J~r-3 ~; :~~: )!. ;;:ì.!"~ Il';'~ ~ l~~:' ,e '" ~id I ~~~ ¡ "., ..:: ;.., a. ...r-ì" ~ ðl t:." ~ ¡ I II~ l ~ "\.,.wsí.r. ~ iÞIM " ...-r:a~ÿ f t~.JI "".' " \\:. I ,"\.:,~..... "- ~.....~ "ì. (J r 'b.- ' iJ j'/, ~;...-; -:f~ : ~~ ~--... ~ J /:1Y --'- l""[ ~ ~'S-,;, P~"'"J; I: 1 ~\..~ ""'"~ ,,7, VT ~ ". ~ -"'¡-r- --' :~ "'" -, ;;,:~~ ~"" ~ h' ,J.' ~~' :1 ~~ ~~~LE.. ,,~la.-' ~ JI' ;¿....~, 1."~ me ¡ 'Ç't"'! ~l~o\; J ~ ~~ " . ~'~ ,-~ ~ '" '~~": Ir"<:~~~'~ l~~"'y '!9r It? l...-'\ ü-~- I V" ...... . l_~~ - - tm8 I LE RAD I 0 COVERAGE PRE» I CT I ON PREPARED Fæ CITY OF DENTON SITE NAP1E : DENTON LOCATION: 33 11 S3 N, 097 06 23 W FREQUENCY: 860 MHZ TERRA IN: SUBURBAN RELIABILITY: 95 ~ 35W MOBILE SYSTEM PARAMETERS: BASE TRANSMITTER POWER: BASE TX ANTENNA HEI6HT: BASE RX ANTENNA HEIBHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE : I'tOB I LE TRANSf'I I T POWER : I'tOB I LE ANTENNA HE I 6HT : tlDBILE RX SENSITIVITY: 70 MATTS 190 FEET 250 FEET 0.3 "ICROYOLTS QI1NI 3!5 MATTS 5 FEET 0.4 "ICROYOLTS TAUCOUT PARAI1E'ÆRS BASE TRANSt1IT POWER 18.5 DB BASE TX COt1BINER LOSS -5.0 DB COAX TX 250 FT-7/8 FOAM -3.2 DB BASE TX ANTENNA GAIN (~X) 10.0 DB ~BILE RX SENSITIVITY 146.1 DB TREES/BLDGS -5.0 DB T ALJCBACK PMAI'£TERS tlDBILE TRANSf'lIT POWER 15.4 DB BASE RX ANTENNA &AIN U1AX) 10.0 DB BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/8 FOAM 0.0 DB TREES/BLDGS -5.0 DB TOTAL GAIN "1437-14 11/23/86 - spa --- TOTAL GAIN 169.5 DB 161.4 DB c, ~DB PARAMETERS FOR ~1437 -14 99 CUSTCII'IER NAME 95 SITE NAME 93 USER'S INITIALS SITE CODRDINATES 96 SITE ELEVATION SPECIFIED RADIUS TO BE EVALUATED 90 AREA/MRKETIREGION SYSTEtt PARAt1ETERS 44 "OBILE ANTENNA HEIGHT 40 TREE LOSS UtAX ) :51 FREQUENCY 64 RELIABILITY CDKlftJRA ONLY) 91 BUILDING DENSITY COKUI1URA) 92 PROPAGATION tmDEL 41 SYSTEt1 SPECIAL LOSS 81 79 SYSTE!'I SPECIAL LOSS 81 NAI1E FDRI'IAT PARAI1ETERS 57 OVERLAY MP SCALE 58 RADIUS TO BE PLOTTED :55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 59 PRINTING WIDTH 97 COVERAGE SYMBDL ge BACKGRDUND SYMBDL TALKDUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COMBINER LOSS 9 BASE TX LINE LOSS 47 BASE TX LINE LENGTH 93 BASE TX TRANSMISSION LINE TYPE 91 BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN U1AU 45 BASE TX ANTENNA HEISHT 11 !'IDBILE RX ANTENNA GAIN 16 tmBILE RX SENSITIVITY TALKBACK PARAMETERS 20 !'IDBILE TRANSMIT POWER 25 t1DBILE TX ANTENNA GAIN 92 BASE RX ANTENNA TYPE C 26 BASE RX ANTENNA GAIN CMU 46 BASE RX ANTENNA HEIGHT 34 BASE RX SENSITIVITY 36 BASE RX LINE LOSS 49 BASE RX LINE LENGTH 84 BASE RX TRANSI'IISSION LINE TYPE 11/23/96 - SPG CITY OF DENTDN DENTON SPG 33 11 :53 N, 097 06 23 W 643 FEET 40 !'IlLES 3406 :5.0 FEET 0.0 DB 860.0 ""Z 9:5.0 X SUBURBAN OKUI'IlJRA :5.0 DB TREES/BL.DGS 9.0 !'IlLES 40.0 "ILES 10.0 6.0 7.9 INCHES . 70.0 WATTS 5.0 DB 3.2 DB 250 . 0 FEET 7/9 FOAI'I 0t1N I 10.0 DB 190.0 FEET 0.0 DBD 0.4 "ICRDIIDLTS 35.0 WATTS 0.0 DBD 01N1 10.0 DB 250. 0 FEET 0.3 "ICROVDLTS 0.0 DB 0.0 FEET 7/9 FOAM "OTOROLA CQ8munications and El~tronics ttOBILE RADIO COYERAGE PREDICTION PREPARED FtI't CITY OF DENTON SITE NAME: LOCATION: FREQUENCY: RADIUS: TERRAIN: RELIABILITY: DENTON 33 11 S3 N, 0970623 W 860 11HZ 3S "ILES ARE SHOWN SUBURBAN 9S ~ 3W PORTABLE j SYSTEM PARAMETERS: BASE TRANSMITTER POWER: BASE TX ANTE~ HEIGHT: BASE IJX ANTENNA HEIGHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE: e.oBILE TRANSI'IIT POWER: -.cBILE ANTENNA HEIGHT: -.cBlLE RX SENSITIVITY: 70 WATTS 190 FEET 250 FEET 0.3 "ICROYOLTS DI'tN I 3 WATTS !5 FEET 0.4 "ICROYOLTS TALKOUT PARAt1ETERS BASE TRANSMIT POWER IB.!5 DB BASE TX COI1BINER LOSS -:5.0 DB COAX TX :Z:¡O FT-7/B FOAM -3.2 DB BASE TX ANTENNA GAIN U1AX) 10.0 DB "DBILE RX ANTENNA GAIN -11.0 DB "DBILE RX SENSITIVITY 146.1 DB TREES/BLDGS -5.0 DB TOTAL GAIN J1437-19 11/24/B6 - SPG TAUC8ACI< PARAI'IETERS ttDBlLE TRANSt1IT POWER 4. B DE< e.oBILE TX ANTENNA GAIN -2.0 DE< BASE RX ANTENNA GAIN CPtAX) 10.0 DE< BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/B FOAM 0.0 DB TREES/BLDGS - -5.0 DB ------- ------ 150.4 DB TOTAL GAIN 156.8 DB \. JOB PARAMETERS FOR J1437 -19 89 CUSTOMER NAME 95 SITE NAME 93 USER'S INITIALS' SITE qboRD I NATES 86 SITE ELEVATION SPECIFIED SITE ELEVATION FROM DATABASE SITE ELEVATION USED BY ~CP TRANSMITTER ~ MAAT RAD I AL I NCREI'IENT RADIUS TO BE EVALUATED 90 AREA/MRKET/REGION SYsra. PARAt1ETERS 44 ICJBILE ~ tEISHT 40 TREE LOSS CMX) 51 FREQUENCY 64 RELIABILITY CDKt.KJRA ONLY) 91 BUILDING DENSITY COKUt'lURA) 92 PROPAGATION KlDEL 41 SYSTEM SPECIAL LOSS.1 79 SYSTEM SPECIAL LOSS.1 NAME FORMAT PARAMETERS S7 OVERLAY MP SCALE 58 RADIUS TO BE PLOTTED 55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 59 PRINTING WIDTH 87 COVERAGE SYMBOL 88 BACKGROUND SYMBOL TALKOUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COMBINER LOSS 8 BASE TX LINE'LOSS 47 BASE TX LINE LENGTH 83 BASE TX TRANSMISSION LINE TYPE 81 BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN CHAX) 45 BASE TX ANTENNA HEIGHT 11 HOBILE RX ANTENNA GAIN 16 HOBILE RX SENSITIVITY TALKBACK PMAHETERS 20 ttClBILE TRANSMIT POWER 25 I'DBILE TX ~ GAIN B2 BASE RX ANTENNA TYPE C 26 BASE RX ~ BAIN CMX> 46 BASE RX IWTENNA HEIGHT 34 BASE RX SENSITIYITY :56 BASE RX LINE LOSS 48 BASE RX LINE LENGTH 84 BASE RX TRANSMISSION LINE TYPE 1/24/86 - BPG CITY OF DENTON DENTON BPG 33 11 53 N, 097 Ob 23 W 643 FEET 606 FEET 643 FEET 214 FEET(2-10 MILES) 5 DEGREES 40 MILES 3406 5.0 FEET 0.0 DB 860.0 11HZ 95.0 X SUBlJRBAN ~A 5.0 DB TREES/BLOGS 8.0 MILES 35.0 MILES 10.0 6.0 7.8 INCHES .. 70.0 WATTS 5.0 DB 3.2 DB 250.0 FEET 7/8 FOAM OI'IN I 10.0 DB 190.0 FEET -11.0 DBD 0.4 MICROVOLTS 3.0 WATTS - -2.0 DBD OI'IN I 10.0 DB 2SO. 0 FEET 0.3 MICROVOLTS 0.0 DB 0.0 FEET 7/8 FOAI'I ~TOROLA Coemunic.ticns .nd Electronics i~~~.~\~fif~Ct~~ ~~~H~~\ : ~ ~ V- ~ ( f "'-J ... ~ : J ( K ',b::1 \¡ I :~..~ 3~Q~ ,~ J ~ =~;t~ ~.. ~ J 7'~~ lIS\1:J: ¡P i,~ -;~~I ;i ~~r?:IlY..~~~~¡ ¡~?~ "¡.t!,~: f-'"l (I 7 ~. 7 r-ç;:;;; ~ ~'fl: ¡¡¿:.~ ~ K::~ ,j) ~~'" ~¡ :.;~,~f1]i : ~"... ,...., !.f"'" 7i. ï'ì- ~ ~ ~~ ':;; hi '~rÌh", LL I :~f~. ~'" I -'~". ~ ¡i.~ ...j~-V ßi! ~'!~-. -j c~,n ~ ~~: . ¡¡ . 'J ~~~ _'~Æ~~ J~U~: "', '/.. ~~, ~\41 : ~..... "-. ~ ~~ ~' . 'I'~ -...; ~..~ I ~,~ ~". ~'~)l vo : ,~" ¡,;: '- ~ 1 ~ .\'-' 0 ~ ~ ; "" IJ! '- ~~ ;).~:j,..~~::t~ II--~~ ~~ ~"':1 \Iv.... 1 '\~ ",.C t 7- -' --~ 1,- ' ~,- ': - - J oJ' ' I ^ " --..e. II IL', -ì1i} /.... ~ C I\,. , ';~ .. Co I~~~r~~$'r =' A.. ~ '~-< ~I..,. iF'...~,\~I,.. :~~~~. ~:~ ~ \.-¡ 11 ~ o. '^11 -"- - , ~-~~ I I ~ 'iIiIrfLoo .,.. . " ?,,- I!!J r è!- r ~ I' ~ in ~ ,.n ' a ~Í1í -' /""'" :'¡H'O~r:". ~ 0 ~ "P"I:t." ?7"i~ f!,!i~~li . ~ '\ ~ I - ill.. 1W ~..... - 011 '-- - ' ~/ ~ v,., :- \;0""". '"\!ci I" ,,~._.~.. --, ~........ II'IDB I LE RAD I D COYERA6E PRED I CT I ON PREPARED FOR CITY OF ÐENTON SITE NAME: LOCATION: FREQUENCY: RADIUS: ÐENTDN 33 11 S3 N. 097 06 23 W 860 ttHZ 35 "ILES ARE SHOWN 15W MOBILE - SYSTEM PARAMETERS: BASE TRANSMITTER POWER: BASE TX ANTENNA HEIGHT: BASE RX ANTENNA HEIBHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE: 70 NATTS 190 FEET Z5O FEET 0.3 !'IICRDVDLTS DPIN I KlB I LE TRANSI1I T POWER : I'IDBILE ANTENNAHEIBHT: ItDBILE RX SENSITIYITY: IS NATTS :s FEET 0.4 !'IICROYOLTS TALKDUT PARAI1ETERS BASE TRANSI'!IT POWER lB.:S DB BASE TX CQI'IBINER LOSS -S.O DB COAX TX 250 FT-7/B FOAl'! -3.2 DB BASE TX ANTENNA GAIN (!'lAX) 10.0 DB !'IDBILE RX SENSITIVITY 146.1 DB TREES/BLDGS -5.0 DB TM.JCBACK PARAI'IETERS KlBILE TRANSI'IIT POWER I1.B DB BASE RX ANTENNA GAIN (!'lAX) 10.0 DB BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/B FOAM 0.0 DB TREES 1 BLDGS -5.0 DB ---- TOTAL GAIN 161.4 DB TOTAL GAIN 165.B DB .11437-16 11/23/86 - SPG JO9 PARAMETERS FOR J1437 -16 89 CUSTOMER NAME 95 SITE NAME 93 USER'S INITIALS SITE COORDINATES B6 SITE ELEVATION SPECIFIED SITE ELEVATION FROM DATABASE SITE ELEVATION USED BY t'R:P TRANSM I TTER AI\ITENIIA HAA T RADIAL INCRУNT RADIUS TO BE EVALUATED 90 MEA/tWaŒT IREGION SYSTEt1 PARAt£TERS 44 ttDB I LE ANTEN\IA HE IGHT 40 TREE LOSS CMX) 151 FREQUENCY 64 RELIABILITY CDKl.II1URA ONLY) 91 BUILDING DENSITY CDK\JI'tURA) 92 PROPAGATION "ODEL 41 SYSTEM SPECIAL LOSS 81 79 SYSTEM SPECIAL LOSS 81 NAME FORMAT PARAMETERS 57 OVERLAY MAP SCALE 58 RADIUS TO BE PLOTTED 55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 159 PRINTING WIDTH 87 COVERAGE SYMBOL Be BACKGROUND SYMBOL TALKOUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COM9INER LOSS B BASE TX LINE LOSS 47 BASE TX LINE LENGTH B3 BASE TX TRANSMISSION LINE TYPE Bl BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN CMAX) 45 BASE TX ANTENNA HEIGHT 11 MOBILE RX ANTENNA GAIN 16 ~BILE RX SENSITIVITY TAUæACK PARAt£TERS 20 ~BILE TRANSMIT POWER 215 ~B I LE TX ANTENNA SA I N B2 BASE AX ANTENNA TYPE C 26 BASE AX ANTEN\IA GAIN CMX) 46 BASE AX ANTENNA HEIGHT 34 BASE AX SENSITIVITY 36 BASE AX LINE LOSS 4B BASE AX LINE LENGTH B4 BASE AX TRANSt'lISSION LINE TYPE 11/23/86 - SPG CITY OF DENTON DENTON SPG 33 11 S3 N, 097 06 23 W 643 FEET 606 FEET 643 FEET 214 FEETC2-10 "ILES) 15 DEGREES 40 "ILES 3406 15.0 FEET 0.0 DB 860.0 MHZ 95.0 X &UBIJRBAN OKIJI'IlIRA 15.0 D9 TREES/BLOGS B.O MILES 35.0 MILES 10.0 6.0 7.B INCHES . 70.0 WATTS 5.0 DB 3.209 250.0 FEET 7/B FOAM 0t1N I 10.0 DB 190.0 FEET 0.0 DBD 0.4 "ICROVOLTS 115.0 MATTS 0.0 DBD 0t1N I 10.0 DB 2150.0 FEET 0.3 "ICRDVDLTS 0.0 DB 0.0 FEET 7/B FOAM "OTOROLA Communications and Electronics --------------------------- ---- ~~J-=.:~~- :~r-----'. - i;~. ... . ~ ~FA-~IT;~ ~<. i7 ,...r~h - I (-~---í- -T;JJ. i ~\\l~~~~c{:~~'~ ~;t:j; ~¡~ "'!~~~,i \- _Era/ ~ '\ ~j ~., ~I~ I r- Ro", r (t( 'ë'{: :~-~ ~~~ ~. ~.,. ... n~ -.ÌÎ ( ~~ ' 0,0 Cl ~ ..;;.,.¡ '""'-. L~ . f" }... I _..l~ ~,~ "'~ ,. ~ (:;s:~~ J. MIl' ~-'" 7N~ ~ ;..'"~~~\~ X ;I~CO \I-V-.C:-! ;~.v1-\ ~~ : "- ~ .c .:.:rl;l J f, ---4 ~~ -0',,-2' 0.'"1 '~~ . ~~ , """,. - J ¡;¡ ¡,J ~ [-;1. ~ ~1 ~~... c.." ~v~:~ [t.Ÿ~ll~~'\l,~¡ ~. o~~ s.~,""'~r=.~ton, _Jb.'\ 1 i\ 4~e~ - ,~~. r-.J ~1 .'-7' M\.Cìrt"" . Y. ~ ,'-," or¡: )a\9 I ~IV C/ 0" '1~ ...,:;;:. ~\~~,~ ~r. j- ~j ;::' > ~ ~ ~. ~: '¥:', ~~' ~. ~;~ ~ ~ .~- ""J.:.- --. c. '~"'- ø - . 'fA:" :~~~"'., ,,~~-ï ~ MI'J.-,>\.>- 'I ~.v f/~ "';; '~Cl~: :~,~..:. ~----- ~ ~. J) ¡.¡,; (l ~'-:,,"l ~V i/;! ~"'ton íZ.\ ~;\/ ::",.- ~, ŒJ\.~ ~ /F... ':J::'" ..... VI,,", 'b,":o -';' ;: I tI;,/,;..-\~ ~r"ZT ,\L"7'l I .. . ~ '.-- : -- #-+;;- :; ~.I ', r' -..:;: ; ~~"'~£A~. .~~ r¿."", ::., u ~ '~"'~ ~:, . o.~, Co ~ M. , 0 M ":",~ ........ --- ~..1- ~,J,~I ft¡¡ . -J - . .', , ;~s'I~ { ~~v7" '" 'Jtli '~,-~~ '", ~'~; ;K~~w.~'" ~g;;:"z '!Yr ~ ~~ A ~~: ~BILE RADIO COVERAGE PREDICTION PREPARED FOR CITY OF DENTON SITE NAI'IE: DENTON LOCATION: 33 11 ~3 N, 0970623 W FREQUENCY: 860 "HZ TERRAIN: SUBURBAN RELIABILITY: 95 X 35W MOBILE SYSTEM PARAMETERS: BASE TRANSMITTER PDWER: BASE TX ANTENNA HEIGHT: BASE RX ANTENNA HEIGHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE: 70 WATTS 190 FEET 250 FEET 0.3 tUCRDVDLTS DMNI ~BILE TRANSMIT POWER: ~BILE ANTENNA HEIGHT: "DBILE RX SENSITIVITY: 35 WATTS 5 FEET 0.4 "ICRDVDLTS TALKDUT PARAI1ETER5 TALKBACK PARArIETERS -------- ----------------- BASE TRANSMIT POWER 18.5 DB BASE TX CDMBINER LDSS -5.0 DB COAX TX 250 FT-7/B FOAM -3.2 DB BASE TX ANTENNA GAIN (MAX) 10.0 DB MOBILE RX SENSITIVITY 146.1 DB TREES/BLDGS -5.0 DB "DBILE TRANSMIT POWER 15.4 DB BASE RX ANTENNA GAIN ("AX) 10.0 DB BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/B FOAM 0.0 DB TREES/BLDGS -5.0 DB --------- -------- TDTAL GAIN 161.4 DB TOTAL GAIN 169.5 DB J1437-14 11/23/B6 - SPG JOB PARAMETERS FOR J1437 -14 89 CUSTOMER NAME 95 SITE NAME 93 USER'S INITIALS SITE COORDINATES 86 SITE ELEVATION SPECIFIED RADIUS TO BE EVALUATED 90 AREA/MARKET/REGION SYSTEM PARAMETERS 44 MOBILE ANTENNA HEIGHT 40 TREE LOSS (MAX) 51 FREQUENCY 64 RELI AB I L I TV ( DKlJI1URA ONL Y ) 91 BUILDING DENSITY (OKUMURA) 92 PROPAGATION MODEL 41 SYSTEM SPECIAL LOSS 81 79 SYSTEM SPECIAL LOSS 81 NAME FORMAT PARAMETERS 57 OVERLAY MAP SCALE 58 RADIUS TO BE PLOTTED 55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 59 PRINTING WIDTH 87 COVERAGE SYMBOL 88 BACKGROUND SYMBOL TALKOUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COMBINER LOSS 8 BASE TX LINE LOSS 47 BASE TX LINE LENGTH 83 BASE TX TRANSMISSION LINE TYPE 81 BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN (MAX) 45 BASE TX ANTENNA HEIGHT 11 MOBILE RX ANTENNA GAIN 16 MOBILE RX SENSITIVITY TALKBACK PARAMETERS 20 MOBILE TRANSMIT POWER 25 MOBILE TX ANTENNA GAIN 82 BASE RX ANTENNA TYPE C 26 BASE RX ANTENNA GAIN (MAX) 46 BASE RX ANTENNA HEIGHT 34 BASE RX SENSITIVITY 36 BASE RX LINE LOSS 48 BASE RX LINE LENGTH 84 BASE RX TRANSMISSION LINE TYPE 11/23/86 - SPG CITY OF DENTON DENTON SPG 33 11 53 N, 0970623 W 643 FEET 40 MILES 3406 5.0 FEET 0.0 DB 960.0 MHZ 95.0 X SUBURBAN OKUI1URA 5.0 DB TREES/BLDGS 8,0 MILES 40.0 MILES 10.0 6.0 7.8 INCHES * 70.0 WATTS 5.0 DB 3.2 DB 250.0 FEET 7/8 FOAM OMNI 10.0 DB 190.0 FEET 0.0 DBD 0.4 MICROVOLTS 35.0 WATTS 0.0 DBD DMNI 10.0 DB 250.0 FEET 0.3 MICROVOLTS 0.0 DB 0.0 FEET 7/8 FOAM MOTOROLA Communications and Electronics ..." "'-8-~ MOBILE RADIO COVERAGE PREDICTION PREPARED FOR CITY OF DENTON SITE NAME: LOCATION: FREQUENCY: RADIUS: TERRAIN: RELIABILITY: DENTON 33 11 53 860 MHZ 35 MILES SUBURBAN 95 X N, 0970623 W 3W PORTABLE j ARE SHOWN . SYSTEM PARAMETERS: BASE TRANSMITTER POWER: BASE TX ANTENNA HEIGHT: BASE 'X ANTENNA HEIGHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE: 70 WATTS 190 FEET 250 FEET 0.3 MICROVOLTS OI'1N I MOBILE TRANSMIT POWER: MOBILE ANTENNA HEIGHT: MOBILE RX SENSITIVITY: 3 WATTS 5 FEET 0.4 MICROVOLTS TALKOUT PARAMETERS TALKBACK PARAMETERS MOBILE TRANSMIT POWER 4.8 DB MOBILE TX ANTENNA GAIN -2.0 DB BASE RX ANTENNA GAIN (MAX) 10.0 DB BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/8 FOAM 0.0 DB TREES/BLDGS . -5.0 DB BASE TRANSMIT POWER 18.5 DB BASE TX COMBINER LOSS -5.0 DB COAX TX 250 FT-7,e FOAM -3.2 DB BASE TX ANTENNA GAIN (MAX) 10.0 DB MOBILE RX ANTENNA GAIN -11.0 DB MOBILE RX SENSITIVITY 146.1 DB TREES/BLDGS -5.0 DB --------- --------- TOTAL GAIN 150.4 DB TOTAL GAIN 156.8 DB J1437-19 11/24/86 - 5PG ~. JOB PARAMETERS FOR J1437 -19 89 CUSTOMER NAME 95 SITE NAME 93 USER'S INITIALS SITE qbORDINATES 86 SITE ELEVATION SPECIFIED SITE ELEVATION FROM DATABASE SITE ELEVATION USED BY MRCP TRANSMITTER ANTENNA MAAT RADIAL INCREMENT RADIUS TO BE EVALUATED 90 AREA/~RKET/REGION SYSTEI1 PARAMETERS 44 I'IDBILE ANTENNA HEIGHT 40 TREE LOSS (~X) 51 FREQUENCY 64 RELIABILITY (OKUMURA ONLY) 91 BUILDING DENSITY (OKUMURA) 92 PROPAGATION HODEL 41 SYSTEM SPECIAL LOSS.l 79 SYSTEM SPECIAL LOSS *1 NAME FORMAT PARAMETERS 57 OVERLAY MAP SCALE 58 RADIUS TO BE PLOTTED 55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 59 PRINTING WIDTH 87 COVERAGE SYMBOL 88 BACKGROUND SYMBOL TALKOUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COMBINER LOSS 8 BASE TX LINE LOSS 47 BASE TX LINE'LENGTH 83 BASE TX TRANSMISSION LINE TYPE 81 BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN (MAX) 45 BASE TX ANTENNA HEIGHT 11 MOBILE RX ANTENNA GAIN 16 MOBILE RX SENSITIVITY TALKBACK PARAMETERS 20 MOBILE TRANSMIT POWER 2S MOBILE TX ANTENNA GAIN 82 BASE RX ANTENNA TYPE C 26 BASE RX ANTENNA GAIN (AAX) 4ó BASE RX ANTENNA HEIGHT 34 BASE RX SENSITIVITY 36 BASE RX LINE LOSS 48 BASE RX LINE LENGTH 84 BASE RX TRANSMISSION LINE TYPE 1/24/86 - SPG CITY OF DENTON DENTON SPG 33 11 53 N, 0970623 W 643 FEET 606 FEET 643 FEET 214 FEET(2-10 MILES) 5 DEGREES 40 MILES 3406 5.0 FEET 0.0 DB 860.0 MHZ 95.0 1 SUBURBAN OKUMURA 5.0 DB TREES/BLDGS 8.0 35.0 10.0 6.0 7.8 * MILES MILES INCHES 70.0 WATTS 5.0 DB 3.2 DB 250.0 FEET 7/8 FOAM OMNI 10.0 DB 190.0 FEET -11.0 DBD 0.4 MICROVOLTS 3.0 WATTS -2.0 DBD DI1N I 10.0 DB 250.0 FEET 0.3 MICROVOLTS 0.0 DB 0.0 FEET 7/8 FDAM MOTOROLA Communications and Electronics ------------------- ----- ~'.C~ ~. \..~\~i¡~(;,oC..J--V:-~~---. -~\-.Û~i~'. -N-\~-.-=ï-r rYl.., r~~.7.-- ----:L~"'-t]"--.-~: . "I "'~,_"\.'~iv. ;-;.. -;" ~y" ~.\~~J.C<I> ~U- rpr --~ ~~ I ~: ':;. :.,,~Õ \. ~[.. ~,~ø' ~ ~l~~j F- R.", þ~ ¡j~... \'~.~; R "E f ....r ~ v II \ ~ r f ~ -rÞ (J: \~ TT\' .~: :~.,. I _.J K" Q~ '" -. I t;~ ";.:~t;ß) ~~i7 ... J 7( ~~ l.~ 6J ; ~f~. :';~ ~ ~"~ ¡ ~~1~-1i. 'T(l-."--.. .£~~~ ¡ þ,- J- 0 ~~ . \~::: ~ ,..17 \: 17 )ji¡¡J;~ ~.) ¡ ~ . "0", - ~ ~ '/' I-- " - I\~ ¡ J ~,i-1~ ~ . ~'í ~ ~ '...:: I I ~ ~ Æ\ -4r1 V 1\\..1-1 LI Ii ¡j... ..' -~?:: :' C~:- 1'; ~ "',.~:: ..... ~~ 1~N- "7 :J. ",," b J+ ; ~ ~" ....."... r ri°" -~'ì. ~ ~:~ A-~ ,f;-! ~ Roc"'" .-(o.cK-um . ~ : .~ ~, P"""1"'"". _'\~ on ~ ~ :" '1~c. ) :'~~OO' '); , .. t-.L..."'" ,'1.i ~1' ~..I ' ~ ,,1-. ~ ~~)!I. .¡ r p ~U ~~ I~.~V LL Ir'~ " '-, ~~. \~~ : J: ~~~ -' f"':. ~ - ::.. W;, : ~",~l.¡~~ Jus.,~s.l,' 1 ~ tl ~ I ~~. ~~ ~\~~\Í ~ ~~~~ ~ J~) j~ L"=-- .~ l' 5_. t. l.J'.h~~;:':(~ :) À'\..~"'" ~ ëiZL';- ~ -:: vo"I.. I' ;I c. \.\"- : . - " - . . -¿)I- +;,- .n': ~ - .J r'\. --=;F".-;,6 , ~1.' -~ .} / ""..' u,..... "-.re¡o "'~o J..i;; /tJ (o,~ Co ' 11<" '\¿ , ,EAGLE ;l\, ,:i:/N = . -. íiíiI") ? 1 ~ \.~ ,pt. " ;,. t.o."",,' ;'~ ~ ."'1:;;..,< "m'. 'I"~' ~ ~ . ~. ~~1\~. ~ . i ~ I ~ eft- :<i" V' "'" ~ ;' \..,ff~'J :-:- b.'^?~rt-1 . \ ¡ \)l .A \\ I r - h , , ~~~ : ,~~, "~::2"~ !!!i -of'8'" ~I..¡' )~ ,~ ~ ¡-¡¡ ~;, ~ .£_w~~~~,,- ~& ~ - il - }U,_H"" l.f!!!) ?{~" ,,~,-,\' W'V~ ?~~~ ~BILE RADIO COVERAGE PREDICTION PREPARED FOR CITY OF DENTON SITE NAME: LOCATION: FREQUENCY: RADIUS: TERRAIN: RE:LIABILITV~ DENTON 3311 S3 N, 0970623 W 860 I'IHZ 35 MILES ARE SHOWN SUBURBAN 95 X 15W MOBILE - SYSTEM PARAMETERS: BASE TRANSMITTER POWER: BASE TX ANTENNA HEIGHT: BASE RX ANTENNA HEIGHT: BASE RX SENSITIVITY: BASE ANTENNA TYPE: 70 WATTS 190 FEET 250 FEET 0.3 MICROVOLTS OMNI MOBILE TRANSMIT POWER: MOBILE ANTENNA HEIGHT: ~BILE RX SENSITIVITY: 15 WATTS 5 FEET 0.4 MICROVOLTS TALKOUT PARAMETERS TALKBACK PARAttETERS ~BILE TRANSMIT POWER II.B DB BASE RX ANTENNA GAIN (MAX) 10.0 DB BASE RX SENSITIVITY 149.0 DB COAX RX 265 FT-7/B FOAM 0.0 DB TREESIBLDGS -5.0 DB BASE TRANSMIT POWER IB.5 DB BASE TX COMBINER LOSS -5.0 DB COAX TX 250 FT-7/B FOAM -3.2 DB BASE TX ANTENNA GAIN (MAX) 10.0 DB MOBILE RX SENSITIVITY 146.1 DB TREESIBLDGS -5.0 DB ----- --------- TOTAL GAIN 161.4 DB TOTAL GAIN 165.B DB J1437-16 11/23/B6 - SPG JOB PARAMETERS FOR J1437 -16 89 CUSTOMER NAME 95 SITE NAME 93 USER'S INITIALS SITE COORDINATES 86 SITE ELEVATION SPECIFIED SITE ELEVATION FROM DATABASE SITE ELEVATION USED BY ~CP TRANSMITTER ANTENNA HAAT RADIAL INCREMENT RADIUS TO BE EVALUATED 90 AREA/MARKET/REGION SYSTEM PARAMETERS 44 t1OBILE ANTENNA HEIGHT 40 TREE LOSS (MAX) 51 FREQUENCY 64 RELIABILITY (OKUMURA ONLY) 91 BUILDING DENSITY (OKUMURA) 92 PROPAGATION MODEL 41 SYSTEM SPECIAL LOSS.l 79 SYSTEM SPECIAL LOSS *1 NAME FORMAT PARAMETERS 57 OVERLAY MAP SCALE 58 RADIUS TO BE PLOTTED 55 HORIZONTAL CHARACTERS PER INCH 56 VERTICAL LINES PER INCH 59 PRINTING WIDTH 87 COVERAGE SYMBOL 88 BACKGROUND SYMBOL TALKOUT PARAMETERS 1 BASE TRANSMIT POWER 3 BASE TX COMBINER LOSS 8 BASE TX LINE LOSS 47 BASE TX LINE LENGTH 83 BASE TX TRANSMISSION LINE TYPE 81 BASE TX ANTENNA TYPE 9 BASE TX ANTENNA GAIN (MAX) 45 BASE TX ANTENNA HEIGHT 11 MOBILE RX ANTENNA GAIN 16 MOBILE RX SENSITIVITY TALKBACK PARAMETERS 20 MOBILE TRANSMIT POWER 2S MOBILE TX ANTENNA GAIN 82 BASE RX ANTENNA TYPE C 26 BASE RX ANTENNA GAIN (MAX) 46 BASE RX ANTENNA HEIGHT 34 BASE RX SENSITIVITY 36 BASE RX LINE LOSS 48 BASE RX LINE LENGTH 84 BASE RX TRANSI1ISSION LINE TYPE 11/23/86 - SPG CITY OF DENTON DENTON SPG 33 11 53 N, 0970623 W 643 FEET 606 FEET 643 FEET 214 FEET(2-10 MILES) 5 DEGREES 40 MILES 3406 5.0 FEET 0.0 DB 860.0 MHZ 95.0 X SUBURBAN OKUMURA 5.0 DB TREES/BLDGS 8.0 MILES 35.0 MILES 10.0 6.0 7.8 INCHES * 70.0 WATTS 5.0 DB 3.2 DB 250.0 FEET 7/8 FOAM OMNI 10.0 DB 190.0 FEET 0.0 DBD 0.4 MICROVOLTS 15.0 WATTS 0.0 DBD OMNI 10.0 DB 250.0 FEET 0.3 MICROVOLTS 0.0 DB 0.0 FEET 7/8 FOAM '.BID NUMBER 9766 f 7-1'15 c CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this lR day of August ,~, by and between the CITY OF DENTON, TEXAS, Party of the First Part and hereinafter called the "Owner", and 75211 General Electric Co., 8101 Sternmons Freeway, Dallas, Texas of the Second Part and hereinafter called the "Contractor", WITNESSETH: 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 WHEREAS, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Contract Agreement; and WHEREAS, 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 therefor, 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 preeents have agreed and hereby agree, the Owner for itself and its succesaors, 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. ARTICLE 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 II. That the Owner shall pay to the Contractor for the work and materials embraced in this Contract Agreement, and the Contractor will accept ae full compensation therefor, the aum $303,356.00 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. p.o. 80/°7 ( CA-l BID NUMBER 9766 c ARTICLE III. That time of completion is of the esaenceof the Contract Agreement, and that the Contractor ahall proceed with the specified work and shall conform to the following schedule: (Guaranteed delivery date as shown in proposal data) BID # 9766 as per proposal attached IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as of the day and year first above written. (SEAL) ( General Efectric~.r.. c-J' By 411¡ , ~ VV ¿V/[:?!--- Attest jI«' ~~ (SEAL) * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The foregoing COntract Agreement is :tn correct 10= .."...u.dl."f> ~ is hereby approvedoG\.t> to fO("f'I'î' !au Imd. D§d~ ( CA-2 BID ~ER ,9766 BID PROPOSALS Page of 3 rEM OESCRII'TION Power Transformer: eUAN. PRICE AMOUN' I. 69 x 138KV/13.2KV as per specifications $:103,356, 0 S~?~section 2A of Detailed Specifications See quotation letter that follows Page C-l TOTALS We quol8 the above f.o.b. Denton, Texas. Shipment can be made in_days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton. Texas within a reesonable period of time constitues a contract. Molllno Add"" Bidder Clly St.,. ZIp 510n.'.'. ToI_. TIn. ,,--,"-'--'--""""" - PROPOSAL City of Denton, Texas 901 B Texas St. Denton, Texas 76201 ATTENTION: Mr. John Marshall, Purchasing Agent PROPOSAL FOR: I. POWER TRANSFORMER BID NUMBER: 9766 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. ' See "Comments & Exceptions to Contract Documents & Soecifications" in quotation letter that fnllnw~ ,~~ C-l GENERAL. ELECTRIC '~ VlILlIY AND INDUSTT\IAL SALES DMSION GENEIW ELEOI\IC COIK'ANY . 8101 STEMVON5 FI1EEWAY . PD. OOX 225821 . DALLA5, TEXA5 75265 July 28, 1987 CITY OF DENTON, TEXAS 901 A Texas Street Denton, Texas 76201 Attention: Mr. John Marshall, Purchaaing Agent PROPOSAL FOR: POWER TRANSFORMER EQUIPMENT BID NUMBER: 9766 GE PROPOSAL NO: 170-44C31 Gentlemen: The underaigned bidder having read and examined theBe apecificationa and associated contract documents for the above deaignated equipment does hereby propoae to furniah the equipment and provide the aervice set forth in thia proposal. '~ All prices stated herein are firm and ahall not be subject to escalation provided this proposal is accepted within sixty (60) days, and ahipment ia not delayed by the Purchaaer. Shipment ia F.O.B. deatination with transportation allowed to nearest common carrier delivery point. Note that thia is F.O.B. common carrier delivery point, not F.O.B. pad. Price is quoted firm for June, 1988 shipment based on receiving an order at the factory by September 29, 1987. Our ahipping eatimate is 39 weeks after receipt of order in the factory which includes 4 weeka for drawing approval. Drawings will be available for mailing 17 weeka after receipt of order. An improved ahipping date may be posaible if order is received earlier than September 29, 1987. Actual shipment will depend on factory backlog at the time the order is received at the factory. If the customer electa to delay ahipment beyond June, 1988, our price will need to be adjusted upwarda by 3/4' per month or fraction thereof for a maximum of six months. If shipment is delayed longer than aix months. a new selling price must be negotiated. ,-,,' continued '..J CITY OF DENTON, TEXAS GE Prop, l70-44C3l July 28, 1987 Page 2 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, COMMENTS « EXCEPTIONS TO CONTRACT DOCUMENTS « TECHNICAL SPECIFICATIONS Page B-2 Page B-3 Page C-2 ~ Page CA-2 Page GC-5 Page GC-8 Page GC-9 Page GC-9 Page GC-IO '--' continued INSTRUCTIONS TO BIDDERS Item B.4: No taxes are included in our bid price. Item B,5: Exception to "guaranteed date of delivery", PROPOSAL Exception to "delivery is of the essence", CONTRACT AGREEMENT Article III: Exception to "time of completion is of the essence of the contract", GENERAL CONDITIONS Items GC-13, GC-14 and GC-14,Ol: Exception - Any modification may result in an increase in the contract price and delay shipment, Item GC-17 «GC-18: If work is suspended or shipment is delayed, our price will need to be adjusted upwards as mentioned above, Item GC-19: We are quoting GE HB Section 5521. Page 2 "Cancellation of Order", Item GC-21 «GC-22: Exception - We are quoting GE HB Section 98, Page 11 "Excusable Delays", Note that actual shipment will depend on factory backlog at the time the order is received at the factory, Item GC-24: The warranty as quoted is one (1) year from energization or eighteen (18) months from date of ship- ment whichever occurs first, '--./' CITY OF DENTON, TEXAS GE P~op. 170-44C31 July 28, 1987 Page 3 COMMENTS & EXCEPTIONS TO CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS GENERAL CONDITIONS (continued) Page GC-ll Item GC-25: Exception - we a~e quoting GE HB 98, Page 12 "Limitations of Liability and Indemnities". Page GC-13 Item GC-28.04: Exception - "All risks" type insu~ance will not be p~ovided. GE will, however, secu~e "adequate" insu~ance fo~ cove~age to common carrier delive~y point nea~est destination. Page GC-13 Item GC-29: Our quoted prices a~e based on payment as follows: 90% of net p~ice due 30 days f~om date of shipment followed occu~s the ~emaining 10% within 180 days f~om date of shipment. General Any te~ms & conditions of sale not covered by Bid Document 49766 o~ this quotation lette~ will be cove~- ed by the following GE Conditions of Sale. '--/ Handbook Section 98, Pages 11 & 12 Handbook Section 5521, Pages 1 & 2 Handbook Section 9996, Pages 3 & 4 SCOPE OF THE WORK SECTION lA Page 1 Item lA.2: This p~oposal only includes the price of one powe~ t~ansfo~mer, no othe~ items or services are in- cluded. Insurance will be as stated above. Page 2 Item lA.5: We are proposing shipment in June, 1988. Page 2 Item lA.6.2: The services of a field representative are not included in the quoted p~ice. Should such services be requi~ed, they a~e available on a per diem basis at the ~ates in effect at the time the service is actually ~endered. See GE HB Section 9996, Page 4, for present rates. continued '-.J' CITY OF DENTON, TEXAS GE Prop. 170-44C31 July 28, 1987 Page 4 ',--" COMMENTS & EXCEPTIONS TO CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS Page 5 Page 6 Page 7 Page 8 ,j Page 9 Page 9 Page 10 Page 12 Page 12 Page 16 '----- Page 16. SCOPE OF THE WORK (continued) SECTION 1B Item 1,B,9: Exception - The paint primer for all surfaces will be our standard. Item IB.12: Exception - We will guarantee satisfactory operation when the equipment is continuously energized at any voltage from 216/10B to 264/132 volts A.C. Item IB.15: Exception - Impact recorders will only be used if the transformer is shipped by rail. When rail shipment is used, only one (1) two-way impact recorder will be used. Item lC.4: Exception - Drawings will be available as outlined earlier. DETAILED SPECIFICATIONS FOR POWER TRANSFORMER SECTION I Rating: We are quoting on OA/FA/FOA design with an impedance of 7.25\. Bushings: We are providing 1200 amp bushings with 800 amp connection. OA/FA/FOA: Exception - Winding temperature rise by resistance will not exceed 55 degree C, top oil temperature rise will not exceed 65 degree C and hottest spot winding temperature rise will not exceed 80 degree C. Current Transformers: HV BCT's will be of C800 accuracy class. A 600/5 multi-ratio BCT will be used on the neutral bushing. Lightning Arresters: arresters. We are quoting GE "TRANQUELL" surge Transformer Loss Evaluation: If the sum of tested core loss times $4,072/KW, the tested load loss (at 15 MVA) times $4,072 exceeds $223,960, the excess dollars will be credited to the City of Denton. Shipping Requirements: IB.15. Exception - See above comment The undersigned bidder hereby proposes to furnish the one Power Transformer and/or Substation Package complete fob, Denton, Texas, in accordance with these specifications and associated contract doucuments listed in GENERAL CONDITIONS, Article GC-l, for the firm lump sum price of .....-<,' THREE HUNDRED THREE THOUSAND, THREE HUNDRED FIFTY-SIX DOLLARS ($303,356.00) (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 lC 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 Dallas. Texas this 28th day of July Bidder GE Company By ¡.W COMMISSlml eXPIRES THE _~~.I~~~ '. "",,,'". '\"ß ./7 "n. ->"__L,.J;'Júrr: .~J.,-~ // Business Address of Bidder /. ',.' ïK t /3;b~f'-/ R. P. Peterson Sales Engineer P. O. Box 225821 ,1987 - Dallas, Texas 75265-5821 - , State of Incorporation Address of Principal Office " '-../ New York RIOl,Stemmons Freeway Dallas. Texas 75247 C-2 CERTIFICATION OF AUTHORITY TO EXECUTE CONTRACTS AND OTHER DOCUMENTS ,_./ I, G.M. Reisman, Attesting Secretary of the General Electric Company, a corporation organized and existing under the laws of the State of New York, do hereby certify that the following is a true and correct excerpt of a resolution adopted at a meeting of the Board of Directors of, said Company, duly convened and held on June 28, 1985 and that said resolution is presently in fun force and effect: "RESOl VED, that * * * "(C) Each Vice President, . . . of the Company is hereby authorized to delegate to others authority to execute on behalf of the Company the following types of contracts and other instruments which relate to the function or component for which such Vice President is responsible: I. Sales, purchase and consignment contracts, bids therefor, (including contracts providing for or relating to a franchise for the distribution or resale of this Company's products) and documents in connection therewith, including bids to and contracts with any Municipal, County or State Government, the Government of the United States or a foreign country. any agency or department of any such Government and bonds secure the performance of such bids and contracts. or with or with to "---'" * * * * I further certify that pursuant to the above authority, HENRY J. SINGER, Vice President and General Manager, Utility and Industrial Sales Division, has made the following delegations, and that such delegations are presently in fun force and effect: 1. To any Department Manager, Sales Operation Manager, District Manager or H eadq uarters Opera t ion Manager of the Ut i! ity ¡md Industrial Sales Division, but only with respect to products and services sold by such Division; and with respect to products and serv ices of the E1ectr ic Ut i1 ity Systems Engineer ing Department, to the Manager. Electric Uti! ity Systems Engineering Department and to the Manager-EUSED Planning and Operations, the authority to execute sales, purchase and consignment contracts, bids therefor, and docu- ments in connection therewith, including bids to and contracts with any Municipal, County or State Government, or with the Government of the United States or a foreign country, or with any agency or department of any such Government, and bonds to secure the performance of such bids and contracts. '"--,, - 2 - 2. To the Manager-Utility Distributor Sales Operation of the Utility and Industrial Sales Division, and to any District Manager of the Utility Distributor Sales Operation of the Utility and Industrial Sales Division, but only with respect to products sold by such operation, the authority to execute contracts, agreements, or franchises providing for or relating to the sale, purchase, or consignment for wholesale or retail distribution of products, including changes, modifications. extensions, renewals, ratifications, rescissions, terminations, no- tices of termination, discharges, abandonments or wa ivers thereof. ,~ WITNESS my hand and the seal of General January, 1986. Elec4jr.. iC..J..9f1....o.%. pany .t.h. i.~ 21 day! of /J / / -'ll / fll~¿;í¿~ Àtt!!štH'Ig Secretary GENERAL ELECTRIC COMPANY -J '-..-/ PROPOSAL DATA 1.0 GENERAL. The foll~ng informacion on the proposed equipment and mace rials shall be submieeed ~ith the Proposal: A complete descripeion of all proposed equip~ene. 2.0 SPARE PARTS. Bidders shall submie a lise of recommended spare pares vhich ehe Owner should seock for normal maineenance purposes. spare pares lise shall be organized in ehe folloving format: The Item No. required Unit price None Required 3.0 EQUI~T DATA. The informacion required on the folloving pages is to assise the Owner in evaluation of the Proposal. The daea liseed herein shall not relieve the Coneraceor of his responsibility for meeting the requiremenes of the deeailed specifications. Note: Write eneries boldly ~ith black ink or eype eneries usi~g carbon black ribbon. '~ -- " . ,-~ section 2A - power Transformer , Class. Gallons of oil Gallons of oil shipped separately Total shipping weight, Ib Total weight of assembled transformer including oil, Ib Weight of tank and fittings, Ib Weight of oil, Ib weight of largest piece for handling during erection, Ib 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 .',j GE CCffioanv (Bidder's Name) oA/FA/roA 7200 225 152000 151800 30100 53600 146000 Nn Radiators. Bushings, Surge Arresters Fans Pumps Total 1.5 0.5 2.0 72/74/75 DB 234 244 136 D-2 -. '-> Unit Price for each additional identical Power Transformer. Last date an identical Power Transformer unit could be cancelled if ordered without penalty. adder for Price ~~m.I.tC the short circuit tests. No load loss at 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 -v..li~ kw 100% rated -JS.~~, kw KVA 90% rated ~~, kw KVA 75% rated ~~, kw 50% rated ~~, kw 25% rated ~~, kw GE Company (Bidder's Name) T R I M $303,356.00 L I N E Upon receipt of approval drawings at the factory $71,400.00 21.1 15.3 11. 1 63.3 55.0 47.5 37.6 25.2 17.8 Total loss at 55 C FA or FOA rating, kw KVA 110% rated vui~, kw KVA . 100% rated vo~tage, kw KVA 90% rated voî~~, kw KVA 75% rated voî~ge-; kw KVA 50% rated vu:ltage, kw (25 MVA) 25% rated VO~~ge, kw 1 M¡ 7 125.6 104 7 77 1 /,? ~ 22.2 0-3 GE Company (Bidder's Name) ~ Guaranteed efficiency at 55 C OA FA or FOA rating OA FA FaA 99.573 99.500 99.635 99.590 99.672 99.659 99.608 99.647 .'-..100\ rated load. \ 99.635 99.667 75\ rated load, \ 99.665 50\ rated load, \ 99.529 25\ rated load, \ Exciting current in \ of full 55 C OA rated load current at 1.9 110\ rated voltage 100\ rated voltage 90\ rated voltage 0.8 0.5 Impedance of winding at nameplate 55 C OA rating, \ 7.25 Voltage regulation at 100\ 55 C OA rating .~ 100\ power factor, \ 0.5 80\ lagging power factor, \ T R 80\ leading power factor, \ I M High voltage bushing 4.7 - 4.0 L I Westinghouse or Lapp N E See Quotation Letter Manufacturer and type Guaranteed date of delivery D-4 . ..'--" -- BID NUMBER 9766 Power Transformer Bond No: 8112-00-13 , . PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that we, hereinafter referred to as "Contractor", GpnprRl ~lpctric Co. 8l01.Stemmons Freeway. Dallas. Texas 75~? and a corporation organized under the laws of the State of and authorized to transact busineas 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 $303,356.00 Three Hundred Three Thousand Three Hundred Fifty Six and NO/100 Dollars for the payment of which sum, well and truly to be made to the Owner, we bind ouraelves and our heirs, executora, administrators, succesaors, and assigns, jointly and severally, by these presents: WHEREAS, on the 18 day of August , 19 87, 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, and the performance of all necessary labor, for and in connection with the conatruction 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 covenant, 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 thia obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the Contractor ahall fail to pay all just claims and demands by, or in behalf of, any employee or other peraon, 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. / '-- PB-l - . BID NUMBER 9766 Power Transformer c 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 modification. IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the Surety has caused these presents to be executed in its name and its corporate seal to be affixed by its attorney-in-fact at Dallas. Texas on this the 26th day of August , 19.....::2.... General Electric Company (SEAL) By Federal Insurance Company (SURETY COMPANY) By g&tv~ . ( (Attorne in-fact eö&n~. ¡~ By ~.~ . (~ta&8n ) (SEAL) c (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) ---- -- -- - - . .;. '-.'." -.' :j~ ~i COMPLAINT NOTICE-TEXAS SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED CONTACT THE AGENT OR WRITE TO THE COMPANY THAT ISSUED THE POLICY, BOND OR CERTIFICATE. IF THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO WRITE THE STATE BOARD OF INSURANCE, DEPART- MENT C, 1110 SAN JACINTO, AUSTIN, TEXAS 78786. THIS NOTICE OF COMPLAINT PROCEDURE IS FOR IN- FORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THIS POLICY, BOND OR CERTIFICATE. GU258 UN'FORM PR'NTONG . sUPP" c PB-2 . , POWER OF A TTORNEV Know all Men by these Presenls, That the FEDERAL INSURANCE COMPANY, 15 Mountain View Road, Warren, New Jersey, a New Jersey Corpora- tion, has constituted and appointed, and does hereby constitute and appoint Laqueta Moore, Candace L. Elk, Estelle Armstrong, Steven E. Wilson, Albert H. Hayes, Robert V. Arnold and Andrew G. Kanelos of Dallas, Texas-------------------------------------------------------------------------------- each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver tor and on its behalf as surety thereon or otherwise, bonds or obligations given or executed in the course of its business, and any instruments amending or altering the same, and con- sents to the modification or alteration of any instruments reterred to in said bonds or obligations. '" WI"", Wh"eol, ,he "id FEDERAL INSURANCE COMPANY hoe, p"",ollO n, e,-low" "'," th", p""o" 10 be "go"" by i" A"i""1 vi"-P,,,ide" '" A"i""1 Se"e'", ,od i" ",p"""""obehe",,,""'O<hi, 24th d"ol October 19 86 i -«~/\Ip~l~ A"h"d 0 O'Cooo" I , A"i",ol S"""'" :~DERAL 'r=~LL- GéÓ,g, ",Clen" A..I","I VI,.P,e.ideo' STATE OF NEW JEASEY County of Somerset } ss. O"h" 24th "", October 19 86 . b"O" m, p",oo"I",me Ai""d O. O'Coooo"o me "hewo ,od b,me koowo lObe ",i",MSe""",olth,FEDERALIN- SURANCECOMPANY. ,h, "'P"""oo """b,dio,od whi""","dlh, lo"goiog Pow" 01 Allothe" ,od """idR"h"d 0 O'Cooo"beiog b,med,I"woth. did dep~ ,od",'h" " i,A"i",ol Soc,,"', ,I 'ho FEDERAL INSURANCE COMPANY ,od koow, ,he ",p"", ,," th"eor 'hOt Ih, ,..1 ,II",d 10 Ih, I..",oiog Pow" 01 Alloth., " ,",h '..p"'" ,..1 ,od woe 1""'10 ,11i"d b, ,",h,,'" 01 th, e,-low, 01 ",d Com"o,. ,od Ih" ho "goed "id Pow.. 01 AIiOth', '" A"i""1 5.""", 01 ",d Com"o, b, like "Ih"il,. ,od "'" h." "o"ioledw,lh G...ge ",CI,n" ,od k,"w' him 10 b. 'h. A",,"ol Vi".P",id"l 01 ,oed Compoo,. eod Ih" I" "go""," "id G"'g' ",CI""o ,.."",',d 10 "id Pow.. 01 All"", i, i, lho g,eoi" h"dw,"i'gol",dG"'g' ",CIo"" "dw," 'h."IO"b""bed b",lh"", " ,.., eIL,w, eod '" d,po""" p""'" CERTIFICATION A'"hewl,dg.d eod SWOth 10 belo.. me .If' ~" _d"~ ..;:~..Z ALICE LEONARD NOI"Y P,bli, NOTARY PUBLIC OF NEW JEftSEY My Commission Expo" June 28, \988 STATE OF NEW JERSEY County of Somerset } 55. r ,he ",d""goo'. A"""" S""r", 01 I." FEDERAL INSURANCE COMPANY, do h..,by "d,I, Ih" '" Iorlowiog '" I'" "",prImm rhe B,-L,w, ollh, "i, C,mp", " "'pl.., b, ,f> B.." 01 0..0010" "M"'h " ,953 'M mo", "",LI, ,m,,"d ".." n. "B3 "d 1o,lth,,",'" i, i, "Ll I..." ood ell", "ARTICLE XVIII. 5""" 2 All boode. "",""oog'. """'" ood OIh.. i"",m,," oIh.. th,o '" ,00" ,.. 00' " b,hell ollhe Com",o, .hi,h iI i, "Ih"i," by I,w .. i" """ 10 """,. m" "d ,h,LI " ""'LOd 00 th, oem, "d " b'heLl ollhe Com",o, .ilh" b, rhe CIi"'m'o.. '" V",-Chei,m" "Ih, P"","ol'" Vi,e.P",id,". looolly willi ,he S""I",.. " A"..I"I S"""'y ",d" ",i, "'pe"'" d"'g"rio" ""prlh" '" "'" mo" 011""", '1.10""'-001,,, ""g,,"d 00 eo, ,eool,"" ollh. Bo", 01 Oi,e"o" "Ih. E."..I," Comm,II", "i, '" pow.. 01 '1.10"'"""", '" pm"d,' '" io 5"'"'0 3b,low. mer.""r, "y ",h b"d. ,0,..I"iog" oIh..,"h"",o '" p",id" io ",h ""1,,,°" " powe' 01 "10"', 50",," 3 All pow", 01 "1.O",, I" "d 00 beheLl ollhe Com",oy m" "d ,he" " "",I" io Ih, "m,,"," behell 01 I." Comp",. ,ilh..b,lheCha"mao"lheV",-Chel'm" ..," P,"","ol .. a V",-P",i"ol Oleo A"""'I v",-P""'"".loioLl, w,lh '",S""I"y"" A"..r,oIS."""" ",d,,'h.i, """""",i"",o". Th, ,igo"", 01 ""o",e,, m"be eog""d, p'ior" "litho,"ph" Ilortli.. ,,",Iy Ih" ",d FEDERAL INSURANCE COMPANY i",I, h"owd 10 """" ""litr,od """ b"ioo"io ",hol "'Sr,'"01 I." Uoil" """°1 Am"i", Di,"",oICol,mbie. P,,"R"o. "d ",Ii ollhe Pmyiom 01 C"", .,," rh, """,," 01 P,io"Edw"d 1,lood "'" ""d,ly 1"'°"'", b"om, "I."""," 00°", ..o",,"iog,.e" , p..mLl"'" "",i,e, b,"w I. '" ""....good A"""'I S""'"yol FEDERAL INSURANCE COMPANY, '° ""b, "nil,lh" Ihero"g,iog Pow.. 01 Arrom.,.. io 1..lIlo"e '" ,rrocl G",orlod"m,he""'rh",,'ol"idComp,o,"W""'.NJ,lhi' 26th 87 ,19- F"m "-IOO3"IEd "'3)CONSENT ':':¡":o BID NUr~BER 9767 ð7 -/1.f3 c CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this 18 day of August- ,19~(, by and between the CITY OF DENTON, TEXAS, Party of the First Part and hereinafter called the "Owner", and Central Electric Co., P.O. Box 621, Fulton, Missouri 65251 of the Second Part and hereinafter called the "Contractor", WITNESSETH: 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 WHEREAS, the said Contractor has submitted to the Owner a Propoaal in accordance with the terms of this Contract Agreement; and WHEREAS, 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 therefor, 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 themaelves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows. ARTICLE I. That the Contractor shall furnish fob, Denton, Texas, metal-clad switchgeàr- 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 II. 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 therefor, the sum $119,825.00. 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. ( r~D [~~_Ò\Y/L~_r : ~ SEP I 8 1987 tL: CITY OF DENTON J CITY MANAGERS OFFICL CA-l BID NUMBER ';!761 c ARTICLE III. 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: (Guaranteed delivery date as shown in proposal data) BID # 9767 as per proposal attached IN WITNESS WHEREOF, the parties hereto have executed th~iS Co tract Agreement as of the day and year first above written. CITY OF DE ON, TEXAS' (SEAL) (SEAL) ce~ Inc~ ~ . By ¿../. / ~ AttestL,ø ?lf~/ ~ ' ¿Ç ( * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * The foregoing Contract Agreement is i is hereby approvedlÃS îófòTlVl, : n aal: {eBB sessEà!l.ag ta Is.- aød ~~~A) . Att ney for Owner ( CA-2 BID NUMBE~ 9767 BID PROPOSALS City 01 Denton, Te... Purchulng Dep.rtment 9O1.B Tax.. S~ Donto", Texu 78201 Page. 1 of 5 ITEM DESCRIPTION QUAN. PRICE AMOUNT '--.../ IA. METAL-CLAD SWITCHGEAR, 2000 Amperes METAL-ENCLOSED BUS DUCT $119,825. 0 lB. METAL-CLAD SWITCHGEAR;-T20Oi'\m METAL-END 0<;1:0 BUS Dtl $ 117,Q40 00 --. . '-.,./ TOTALS We quote the above f.o.b. delivered to Donton, Texaa. Shipment can be made In 150 unless otherwise Indicated. days from receipt of order. Terma netl3O In submitting the above bid, the vendor agrees that accsptance of any or all bid Items by the City of Denton, Texas within a reasonable period 01 time conatltues a contract. The completed Bid Proposal must be properly priced, signed and 'eturned. "-.,./ . P. O. Box 621 Moiling Add,... Centra 1 El ectri c Company s"" ZIp James Fulton, 110 C"1 65251 (314) 642-6811 1-- - ---,' PROPOSAL - lA City of Denton, Texas 901 B Texas St. Denton, Texas 76201 ATTENTION: Mr. John Marshall, Purchasing Agent PROPOSAL FOR: METAL-CLAD SWITCHGEAR, 2000 Amperes METAL-ENCLOSED BUS DUCT BID NUMBER: n 9767 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. ,j' 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. None _./ C-l "--/ The undersigned bidder hereby proposes to furnish the one Power Transformer and/or Substation Package complete fob, Denton, Texas, in accordance with these specifications and associated contract doucuments listed in GENERAL CONDITIONS, Article GC-l, for the firm lump sum price of One Hundred Ni neteen Thousand - Eight Hundred Twenty-Five and 00/100 Dollars (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 lC 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. "~' 27th day of July ,1987 Dated at Fulton. MO this Bidder Centra 1 El ectri c Company " ~~~ Title President Attest: pJ ð~ -'/ /!-/,uL/ Business Address of Bidder P. O. Box 621 Fulton, /10 65251 State of Incorporation Mi~~nllri Address of Principal Office Highway 54 South & Route BB, Fulton,MO 65251 ',,---,' C-2 ',-/ 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 Plan and elevation drawings showing proposed dimensions 2.0 BUS DUCT/CABLE BUS. following conditions: shall be quoted in section 2B under the Proposal-IA 2000 Amperes Bus rating FIOp"M.l lÐ 1200 1II'<1"'I"" BLoS Ial~u,,' 3.0 EQUIPMENT DATA. The information required on the following pages is to assist the Owner in evaluating the Proposal. The data listed herin 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. ,-,' D-1 Section 2^. 15 y¿.¡ Switchgear "-~ Manufacturer Type of Circuit breakers fobke and type of current transfonners fobke and type of potential transfonners Make and type of aux. power transfonners Type ,of bus insulation Type of bus supports Type of insulation Type of supports Type of insulation on connections ',---,' Ty¡Je and size of wire used in small \áring Circuit breaker Current rating, 'amperes Voltage rating, volts Interrupting capability, max. Closing and ]atd1Íng capability, amperes Short tine three second cap.,bility, amperes Type of closing IIICchanism Opcratin~ current to close at 125 volts d-c, amperes _/ Operating current to trip at 125 volts d-c, amperes ~bke and type of ~ters ~lakc and type of voltmeters ,...' <II. .~. ..:¡ e. .~ . t. Centra 1 El ectri c Comrany Westinghouse VCP-W Westinghouse SCV Westinghouse V1Z-ll 1soreg Noryl Porcelain Boots sr, #1/1 Westinqhouse 1200 15KV 23KA 37KA 23KA Stored Enerqy 7 7 Crompton 077 Crompton 077 1>-' "--' Central Electric Company (Bidder's Name) Make and type of control switches G.E. SB-1 Make and type of indicating lights Westinghouse EZC Make and type of lightning arresters Make and type of overcurrent relays Westinghouse CO Make and type of wattjvar recorder Sanqamo CCH/CCVAR Make and type of transformer differential relays Hestinghouse HU Make and type of 13.2 KV reclosing relays WestinGhouse RC Make and type of lockout relays Flpctroswitch LOR Size of completely assembled switchgear Width Depth See Attached Layout Height Total weight of switchgear pounds No. Weight (ea) Part Shipping pieces See Attached Layout ,j D-3 - Section 2B, lSKV metal-enclosed Bus Duct/Cable Bus Manufacture Type Number and size of bus bars or cables Type of insulation Enclosing metal, type Width, inches Depth, inches Weight per 3 phase foot, Ibs. Unit adjusting price per 3 phase foot measured along the bus centerline for additions or deletions to the bus systems. including fittings. Maximum temperature withstand of insulation Space heaters Quantity Rating, volts Rating, kilowatts Guaranteed date of delivery --' Proposal-IA BuS Duct Central Electric Non-Seg. Phase One - 1/2 X 6 Cu Cable bus Noryl Po reel a i n Supports 11 gauge steel 26 18 80 $393.00 3 240 .250 150 days ARO 26 18 65 D-4 BID NUMBER 9767 , . ( PERFORMANCE BOND 1/5238109 KNOW ALL MEN BY THESE PRESENTS that we, hereinafter referred to as "Contractor", and ~~n+~~l Fl~~+~;~ Tn~ p () I1ny (;::>1, FlIltnny Mn 6~::>~1 a corporation organized under the laws of the State of 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 $1l9,825.00 One Hundred Nineteen Thousand Eight Hundred Twenty Five and NO/rOO Dollars for the payment of which sum, well and truly to be made to the Owner, we bind ourselves and our heirs, executors, administrators, succesaors, and assigns, jointly and severally, by these presents: WHEREAS, on the 18 day of August , 1987 , the Contractor entered into a written contract with the Owner for furnishing materials, supplies, and equipment not furnished by the Owner, construction toola, equipment, and plant, and 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 obaerve, perform, and abide by each and every covenant, 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 effect. PROVIDED FURTHER, that if the Contractor aha 11 fail to pay all just claims and demands by, or in behalf of, any employee or other peraon, 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 thé performance of the work, then the Surety will pay the full value of all auch claims or demands in any total amount not exceeding the amount of this obligation, together with interest as provided by law. I" ',- PB-l BID NUMBER 9767 c 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 modification. IN TESTIMONY WHEREOF. the Contractor has hereunto set his hand and the Surety has caueed these presents to be executed in its name and its corporate seal to be affixed by its attorney-in-fact at St. Louis. Missouri on this the 26th day of Al1~l1Rt , 19-1!.L. (2 (h....j.y...L élU.,Îv'L Q¡. By ~ t-I.~I . (SEAL) ~ Safeco Insurance Compa~y . (SURETY COMPA1'/)') ----- ~^-a.= G.;,JcJ-~.1 '. a\¿inta Wal"s¡'; . (SEAl.).." Attorney-in-fact}.. .~~-:.. - ..' ~\, By 'Mark c (Accompaný this bond Company certified to By (State Repreaentative) Countersigned By: J.j)ðJ~(I).J¡/I,~ D1ivid O. Turner with attorney-in-fact's authority trom the Surety include the date of the bond.) c PB-2 '~ SAFECO " POWER OF ATTORNEY SAFE CO INSURANCE COMPANY OF AMERICA HOME OFFICE, SAFECO PLAZA SEATTLE, WASHINGTON 98185 No, 71RR KNOW All BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ----------HAROLD L. FRICK; MICHELLE HARRINGTON; MARY JACINTA WALSH; CRYSTAL GOINGS, Clayton, Missouri------------------------------------------------------------------ its true and lawful attorney(s)-in,fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents this 18th day of September ,19~. ~ CERTIFICATE Extract from the By-laws of SAFECO INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIOELITY AND SURETY BONDS, . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety op~rations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its bus,iness. . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed 0' in any other manner reproduced; provided, however, that Ihe seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA adopted July 2B, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-laws, and (ii) A copy of the powe,-of-attorney appointment, executed pursuant ther~to, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I. Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-laws and of a Resolution of the Boa,d of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 26th day of August ,19~. S 1300 R5 3;" PRINTED IN u.S.A