2014-321ORDINANCE NO. 2014-321
AN ORDINANCE ACCEPTING COMPETITIVE PROPOSALS AND AWARDING A
CONTRACT FOR THE SUPPLY OF ELECTRIC UTILITY STATION SERVICE VOLTAGE
TRANSFORMERS FOR DENTON MUNICIPAL ELECTRIC; PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFP
5596-AWARDED TO ABB HVIT 1N THE THREE (3) YEARNOT-TO-EXCEED AMOUNT OF
$350,000).
WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for
the supply of station service voltage transformers in accordance with the procedures of State law and
City ordinances; and
WHEREAS, the City Manager or a designated employee has received and reviewed and
recommended that the herein described proposals are the most advantageous to the City considering
the relative importance of price and the other evaluation factors included in the request for proposals;
and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The items in the following numbered request for proposal for materials,
equipment, supplies or services, shown in the "Request for Proposals" on file in the office of the
Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City
considering the relative importance of price and the other evaluation factors included in the request
for proposals.
RFP
NUMBER CONTRACTOR AMOUNT
5596 ABB HVIT $350,000
SECTION 2. By the acceptance and approval of the above numbered items of the submitted
proposals, the City accepts the offer of the persons submitting the proposals for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Proposal Invitations,
Proposals, and related documents. �
SECTIONm3. Should the City and person submitting approved and accepted items and of the
submitted proposals wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the proposals, the City Manager or his designated representative is hereby
authorized to execute the written contract; provided that the written contract is in accordance with
the terms, conditions, specifications, standards, quantities and specified sums contained in the
Proposal and related documents herein approved and accepted.
_SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the
authority to take any actions that may be required or permitted to be performed by the City of Denton
under File 5596 to the City Manager of the City of Denton, Texas, or his designee.
SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council
hereby authorizes the expenditure of funds therefor in the amount and in accordance with the
approved proposals.
SECTION 6. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this the ���ww�`�mm_ day of t,��� °„� ;� ��m'�°�mmmm`' �� 2014,
�� �
� � � ���
� � �„�� ���� ���
� , .� °
, �....... _ ��.
�:'��11���5 WATTS, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
, �� �
��
� ��� �� �
�
. ����..�'�"�'����.r����� � ���,�,�..
BY � ��
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
BY: �., ���"° �� ����� ���°� ����"�
�.��� �
� _..�.�.�_�„� . ��
����
CONTRACT BY AND BETWEEN
CITY OF DENTON, TEXAS AND ABB, INC
(RFP 5596)
THIS CONTRACT is made and entered into this ���� �°"�����, day of
_ ...................................��..,����".�.__.��....._
A.D., 2014, by and between ABB, Inc, a corporation, whose address is 3101 Beaumont Circle,
Suite 225, Lexin�ton, KY 40513, hereinafter referred to as "Supplier," and the CITY OF
DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be
effective upon approval of the Denton City Council and subsequent execution of this Contract by
the Denton City Manager or his duly authorized designee.
For and in consideration of the covenants and agreements contained herein, and for the
mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Supplier shall provide products in accordance with the City's RFP # 5596 — Supplv of
Electric Utilitv Station Service Volta�e Transformers, a copy of which is on file at the office of
Purchasing Agent and incorporated herein for all purposes as "Exhibit B". The Contract consists
of this written agreement and the following items which are attached hereto, or on file, and
incorporated herein by reference:
(a) Special Terms and Conditions (Exhibit "A")
(b) City of Denton's RFP 5596 (Exhibit "B" on file at the office of the Purchasing
Agent)
(c) Form CIQ — Conflict of Interest Questionnaire (Exhibit "C").
(d) Supplier's Proposal. (Exhibit "D");
These documents make up the Contract documents and what is called for by one shall be
as binding as if called for by all. In the event of an inconsistency or conflict in any of the
provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving
precedence first to the written agreement then to the contract documents in the order in which
they are listed above. These documents shall be referred to collectively as "Contract
Documents."
RFP 5596
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in
the year and day first above written.
SUPPLIER �"
°� �
BY �" * ...� �� ���'��,� �my
A[�'1�"� ��(.�x��:�,��?��:,� SIGNATURE
Date;�,' �� �� ��� ��ff�� w ��
� �µ �.
N��a�r�: �w�l��" ��_. _...._����;�
T1tle� ��'� "� �,l���n� ����rv. ���.�..�� ����^�� ��,
�_ � �
�
��� �� �.� , _. ���� ���m�:�
. .��.��_.� � ��.._.�.�
PHONE NUMBER
�"°µ�"� ��'��':�� .� " � �.M, �� ..M . � � �m.�� �mm� ��...
�., .. . P
��.�� ��mm �
�
FAX NUMBER
CITY OF DENTON, TEXAS
�w a....�.
ATTEST: � ��• "�"��
JENNIFER WALTERS, CITY SECRETARY BY: ��:��,�' µ.� r� �' _,.
GEORGE C. ("�h�^�����1��.�1 �, �°�°:[°�'� MANAGER
. �
.,� �
f � ., � �_. ��:����..������' I )�� ��� � ��
�., � �
BY ° ��� �"� �� �� � .
� � i�:
-- _ ..m ��-fl� �� � �'�� �.��
�
� ��
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
�
� � " � �� �"'
BY: ���° �.�""� ���'��� � �,�"� °� .
,�".� ���' „��°"
RFP 5596
Exhibit A
Special Terms and Conditions
The Quantities indicated on Exhibit D are estimates based upon the best available information.
The City reserves the right to increase or decrease the quantities to meet its actual needs without
any adjustments in the bid price. Individual purchase orders will be issued on an as needed
basis.
Product Changes During Contract Term
The supplier shall not change specifications during the contract term without prior approval.
Any deviation in the specifications or change in the product must be approved in advance by the
City of Denton. Notice of a change shall be submitted in writing to
dentonpurchasin�(a�citvofdenton.com, with the above file number in the subject line, for review.
Products found to have changed specifications without notification, and acceptance, will be
returned at the supplier's expense. Products that have been installed will be replaced at the
supplier's expense.
Authorized Distributor
The supplier shall be the manufacturer or authorized distributor of the proposed products. The
distributor shall be authorized to sell to the City of Denton, and make available the
manufacturer's representative as needed by the City.
Contract Terms
The contract term will be one (1) year, effective from date of award. The City and the Supplier
shall have the option to renew this contract for an additional two (2) one-year periods.
The contract shall commence upon the issuance of a Notice of Award by the City of Denton and
shall automatically renew each year, from the date of award by City Council, unless either party
notifes the other prior to the scheduled renewal date. At the sole option of the City of Denton,
the contract may be further extended as needed, not to exceed a total of six (6) months.
Price Escalation and De-escalation
Prices for the commodities or services must be firm for a period of one year from date of contract
award. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau
of Labor Statistics, Producer Price Index (PPI) for other electrical equipment manufacturing
(PCU33593359). The price will be increased or decreased based upon the annual percentage
change in the PPI. The maximum escalation will not exceed +/- 8% for any individual year. The
escalation will be determined annually at the renewal date. Should the PPI change exceed a
minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in
accordance with the PPI change not to exceed the 8% limit per year. The supplier should
provide documentation as percentage of each cost associated with the unit prices quoted for
consideration.
Request must be submitted in writing with supporting evidence for need of such increase to the
Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must
also provide supporting documentation as justification for the request.
RFP 5596
Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation
as competitive with the general market price at the time, and become effective upon the renewal
date of the contract award or reject the increases within 30 calendar davs after receipt of a
properly submitted request. If a properly submitted increase is rejected, the Contractor may
request cancellation of such items from the Contract by giving the City of Denton written notice.
Cancellation will not go into effect for 15 calendar davs after a determination has been issued.
Pre-price increase prices must be honored on orders dated up to the official date of the City of
Denton approval and/or cancellation.
The request can be sent by e-mail to: purchasin�(a�citvofdenton.com noting the solicitation
number.
The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
Total Contract Amount
The contract total shall not exceed $350,000. Pricing shall be per Exhibit D attached.
Deliverv Lead Time
Product or services shall be delivered to the City per the days/weeks noted in Exhibit D after
receipt of the order.
Liquidated Damages
Liquidated Damages as described in the Exhibit B, Section 18 is removed.
RFP 5596
Exhibit C
Citv of Denton
Standard Purchase Terms and Conditions
These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other
requirements included in the City of Denton's solicitation are applicable to Contracts/Purchase Orders
issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after
referred to as the Supplier. Any deviations must be in writing and signed by a representative of the City's
Procurement Department and the Supplier. No Terms and Conditions contained in the Supplier's Proposal
response, Invoice or Statement shall serve to modify the terms set forth herein. If there is a conflict
between the provisions on the face of the Contract/Purchase Order these written provisions will take
precedence.
By submitting an Offer in response to the Solicitation, the Supplier agrees that the contract shall be
governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated.
Unless otherwise specifed in the contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a
Solicitation to purchase Goods, and Sections 9, 10, 11 and 22 shall apply only to a Solicitation to
purchase Services to be performed principally at the City's premises or on public rights-of-way.
1. SUPPLIER'S OBLIGATIONS. The Supplier shall fully and timely provide all deliverables described in the
Solicitation and in the Supplier's Offer in strict accordance with the terms, covenants, and conditions of the Contract
and all applicable Federal, State, and local laws, rules, and regulations.
2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be effective as of
the date the contract is signed by the City, and shall continue in effect until all obligations are performed in
accordance with the Contract.
3. SUPPLIER TO PACKAGE DELIVERABLES: The Supplier will package deliverables in accordance with
good commercial practice and shall include a packing list showing the description of each item, the quantity and unit
price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping
container shall be clearly and permanently marked as follows: (a) The Supplier's name and address, (b) the City's
name, address and purchase order or purchase release number and the price agreement number if applicable, (c)
Container number and total number of containers, e.g, box 1 of 4 boxes, and (d) the number of the container bearing
the packing list. The Supplier shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest
transportation costs and to conform to all the requirements of common carriers and any applicable specifcation. The
City's count or weight shall be final and conclusive on shipments not accompanied by packing lists.
4. SHIPMENT UNDER RESERVATION PROHIBITED: The Supplier is not authorized to ship the
deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables.
5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City
actually receives and accepts the deliverables.
6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of
delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer,
the Supplier's price shall be deemed to include all delivery and transportation charges. The City shall have the right
� ° � �.a ., �w. - . �,��� �..� � � � ���In l�c 1�����1
�' �,...
to ��t�6�,x��t� av�,��:�a�#�:i�µ�a�C���P.��,�a,�� � ��� a�w��i �� ���J�^t��c�. Nv�:,w�rY� e� � ���, �a ���"�������a�'����" � �"..„r . ��,.
� ��t
sel I����lu tBia ��uo�a������a e`�Na��,�. � � � �
�"��„ �"��'" � � � ���.� u� ��w� <��� . ��� ���
7. 1'�1(.ml���.lf" fli� ��I���I+.�i�"t"I��C� ��i�l� ��l?��1���4"TI[��I: 'I�"I�� �f "iGy ��x�rc�sl,y ���;w+�r°v�� �,19 �•i,�tl��ts �i�����i° ��m��w„ �r��rN���iiap�;�, ��r,r:1
not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to
reject defective or non-conforming deliverables. If the City has the right to inspect the Supplier's, or the Supplier's
Subcontractor's, facilities, or the deliverables at the Supplier's, or the Supplier's Subcontractor's, premises, the
Supplier shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to
the City to facilitate such inspection.
RFP 5596
8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply
with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall
constitute a breach and the Supplier shall not have the right to substitute a conforming tender; provided, where the
time for performance has not yet expired, the Supplier may notify the City of the intention to cure and may then
make a conforming tender within the time allotted in the contract.
9. PLACE AND CONDITION OF WORK: The City shall provide the Supplier access to the sites where the
Supplier is to perform the services as required in order for the Supplier to perform the services in a timely and
efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Supplier
acknowledges that it has satisfied itself as to the nature of the City's service requirements and specifications, the
location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and
facilities necessary to perform the services, and any other condition or state of fact which could in any way affect
performance of the Supplier's obligations under the contract. The Supplier hereby releases and holds the City
harmless from and against any liability or claim for damages of any kind or nature if the actual site or service
conditions differ from expected conditions.
10. WORKFORCE
A. The Supplier shall employ only orderly and competent workers, skilled in the performance of the services which
they will perform under the Contract.
B. The Supplier, its employees, subcontractors, and subcontractor's employees may not while engaged in
participating or responding to a solicitation or while in the course and scope of delivering goods or services under a
City of Denton contract or on the City's property .
i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as
required by the terms of the contract; or
ii, use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may
such workers be intoxicated, or under the influence of alcohol or drugs, on the job.
C. If the City or the City's representative notifies the Supplier that any worker is incompetent, disorderly or
disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or
was under the influence of alcohol or drugs on the job, the Supplier shall immediately remove such worker from
Contract services, and may not employ such worker again on Contract services without the City's prior written
consent.
Immigration: The Supplier represents and warrants that it shall comply with the requirements of the Immigration
Reform and Control Act of 1986 and 1990 regarding employment verification and retention of verification forms for
any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and
the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 ("IIRIRA) enacted on September 30,
1996.
11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The Supplier,
it's Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local
health, safety, and environmental laws, ordinances, rules and regulations in the performance of the services,
including but not limited to those promulgated by the City and by the Occupational Safety and Health
Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Supplier shall
indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, iines,
penalties and liability of every kind arising from the breach of the Supplier's obligations under this paragraph.
Environmental Protection: The supplier shall be in compliance with all applicable standards, orders, or regulations
issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution
Control Act, as amended, (33 U.S.C. §1251 et seg.).
12. INVOICES:
A. The Supplier shall submit separate invoices in duplicate on each purchase order or purchase
release after each delivery. If partial shipments or deliveries are authorized by the City, a separate
invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, the purchase order or delivery order
number and the master agreement number if applicable, the Department's Name, and the
name of the point of contact for the Department. Invoices shall be itemized and transportation
RFP 5596
charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when
applicable, shall be attached to the invoice. The Supplier's name, remittance address and, if applicable, the tax
identifcation number on the invoice must exactly match the information in the Vendor's registration with the City.
Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Supplier's
invoice.
C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number
clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by
work order number. Time billed for labor shall be limited to hours actually worked at the work site.
D. Unless otherwise expressly authorized in the Contract, the Supplier shall pass through all
Subcontract and other authorized expenses at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount.
The City will furnish a tax exemption certificate upon request.
13. PAYMENT:
A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty (30)
calendar days of the City's receipt of the deliverables or of the invoice being received in Accounts Payable,
whichever is later.
B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at
the lesser of the rate speci�ed in Texas Government Code Section 2251.025 or the maximum
lawful rate; except, if payment is not timely made for a reason for which the City may withhold
payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for
withholding payment have been resolved.
C. If partial shipments or deliveries are authorized by the City, the Supplier will be paid for the partial
shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery.
D. The City may withhold or set off the entire payment or part of any payment otherwise due the
Supplier to such extent as may be necessary on account o£
i. delivery of defective or non-conforming deliverables by the Supplier;
ii, third party claims, which are not covered by the insurance which the Supplier is required to
provide, are filed or reasonable evidence indicating probable filing of such claims;
iii. failure of the Supplier to pay Subcontractors, or for labor, materials or eyuipment;
iv. damage to the property of the City or the City's agents, employees or suppliers, which is not
covered by insurance required to be provided by the Supplier;
v. reasonable evidence that the Supplier's obligations will not be completed within the time
specified in the Contract, and that the unpaid balance would not be adequate to cover actual or
liquidated damages for the anticipated delay;
vi. failure of the Supplier to submit proper invoices with purchase order number, with all required
attachments and supporting
documentation; or
vii. failure of the Supplier to comply with any material provision of the Contract Documents.
E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent taxes, the City
may offset indebtedness owed the City through payment withholding.
F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer
of funds. The Supplier agrees that there shall be no additional charges, surcharges, or penalties to the City for
payments made by credit card or electronic funds transfer.
G. The awarding or continuation of this contract is dependent upon the availability of funding. The City's payment
obligations are payable only and solely from funds Appropriated and available for this contract. The absence of
Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not
Appropriated or available and any deliverables delivered but unpaid shall be returned to the Supplier. The City shall
provide the Supplier written notice of the failure of the City to make an adequate Appropriation for any fiscal year to
pay the amounts due under the Contract, or the reduction of any Appropriation to an amount insufficient to permit
the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there
will be no penalty nor removal fees charged to the City.
14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract shall be paid
by the Supplier, unless otherwise stated in the contract terms.
15. FINAL PAYMENT AND CLOSE-OUT:
RFP 5596
A. If a DBE/MBE/WBE Program Plan is agreed to and the Supplier has identified Subcontractors, the Supplier is
reyuired to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the
15th calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld
if the Supplier is not in compliance with the requirements as accepted by the City.
B. The making and acceptance of final payment will constitute:
i. a waiver of all claims by the City against the Supplier, except claims (1) which have been previously
asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising
from failure of the Supplier to comply with the Contract or the terms of any warranty specified herein, (4) arising
from the Supplier's continuing obligations under the Contract, including but not limited to indemnity and warranty
obligations, or (5) arising under the City's right to audit; and ii. a waiver of all claims by the Supplier against the
City other than those previously asserted in writing and not yet settled.
16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special
tooling or special test equipment fabricated or required by the Supplier for the purpose of filling this order, such
special tooling equipment and any process sheets related thereto shall become the property of the City and shall be
identified by the Supplier as such.
17. RIGHT TO AUDIT:
A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the
Contract. The Supplier shall retain such books, records, documents and other evidence pertaining to the Contract
period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case
records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other
evidence shall be available, within ten (10) business days of written request. Further, the Supplier shall also require
all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence
pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be
made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless
the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost
of the audit, including any travel costs, must be borne by the Supplier which must be payable within five (5)
business days of receipt of an invoice.
B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall
constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books", "records",
"documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if
such drafts or electronic fles are subsequently used to generate or prepare a final printed document.
18. SUBCONTRACTORS:
A. If the Supplier identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Supplier shall comply with all
requirements approved by the City. The Supplier shall not initially employ any Subcontractor except as provided in
the Supplier's Plan. The Supplier shall not substitute any Subcontractor identified in the Plan, unless the substitute
has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of
any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has
been approved, the Supplier is additionally required to submit a monthly Subcontract Awards and Expenditures
Report to the Procurement Manager, no later than the tenth calendar day of each month.
B. Work performed for the Supplier by a Subcontractor shall be pursuant to a written contract between the Supplier
and Subcontractor. The terms of the subcontract may not conflict with the terms of the
Contract, and shall contain provisions that:
i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the
provisions, specifications and terms of the Contract;
ii, prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior
written consent of the City and the Supplier. The City may require, as a condition to such further subcontracting,
that the Subcontractor post a payment bond in form, substance and amount acceptable to the City;
iii. require Subcontractors to submit all invoices and applications for payments, including any claims for
additional payments, damages or otherwise, to the Supplier in sufficient time to enable the Supplier to include same
with its invoice or application for payment to the City in accordance with the terms of the Contract;
iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in
the type and amounts specified for the Supplier, with the City being a named insured as its interest shall appear; and
v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the Supplier is
required to indemnify the City.
RFP 5596
C. The Supplier shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the
Supplier is responsible for the Supplier's own acts and omissions. Nothing in the Contract shall create for the benefit
of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it
create any obligation on the part of the City to pay or to see to the payment of any moneys due any such
Subcontractor except as may otherwise be required by law.
D. The Supplier shall pay each Subcontractor its appropriate share of payments made to the Supplier not later than
ten (10) calendar days after receipt of payment from the City.
19. WARRANTY-PRICE:
A. The Supplier warrants the prices quoted in the Offer are no higher than the Supplier's current prices on orders by
others for like deliverables under similar terms of purchase.
B. The Supplier certifies that the prices in the Offer have been arrived at independently without consultation,
communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with
any other firm or with any competitor.
C. In addition to any other remedy available, the City may deduct from any amounts owed to the Supplier, or
otherwise recover, any amounts paid for items in excess of the Supplier's current prices on orders by others for like
deliverables under similar terms of purchase.
20. WARRANTY — TITLE: The Supplier warrants that it has good and indefeasible title to all deliverables
furnished under the Contract, and that the deliverables are free and clear of all liens, claims, security interests and
encumbrances. The Supplier shall indemnify and hold the City harmless from and against all adverse title claims to
the deliverables.
21. WARRANTY — DELIVERABLES: The Supplier warrants and represents that all deliverables sold the City
under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material
respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the
Supplier, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws,
rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables
shall be new or recycled merchandise, and not used or reconditioned.
A. Recycled deliverables shall be clearly identified as such.
B. The Supplier may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any
attempt to do so shall be without force or effect.
C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date of
acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty
period, one or more of the above warranties are breached, the Supplier shall promptly upon receipt of demand either
repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming
deliverables, at the City's option and at no additional cost to the City. All costs incidental to such repair or
replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the
Supplier. The City shall endeavor to give the Supplier written notice of the breach of warranty within thirty (30)
calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City's
rights under this section.
D. If the Supplier is unable or unwilling to repair or replace defective or non-conforming deliverables as required by
the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be
required to purchase under the Contract from the Supplier, and purchase conforming deliverables from other
sources. In such event, the Supplier shall pay to the City upon demand the increased cost, if any, incurred by the
City to procure such deliverables from another source.
E. If the Supplier is not the manufacturer, and the deliverables are covered by a separate manufacturer's warranty,
the Supplier shall transfer and assign such manufacturer's warranty to the City. If for any reason the manufacturer's
warranty cannot be fully transferred to the City, the Supplier shall assist and cooperate with the City to the fullest
extent to enforce such manufacturer's warranty for the benefit of the City.
22. WARRANTY — SERVICES: The Supplier warrants and represents that all services to be provided the City
under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with
generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all
applicable Federal, State and local laws, rules or regulations.
A. The Supplier may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any
attempt to do so shall be without force or effect.
RFP 5596
B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the Acceptance
Date. If during the warranty period, one or more of the above warranties are breached, the Supplier shall promptly
upon receipt of demand perform the services again in accordance with above standard at no additional cost to the
City. All costs incidental to such additional performance shall be borne by the Supplier. The City shall endeavor to
give the Supplier written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach
warranty, but failure to give timely notice shall not impair the City's rights under this section.
C. If the Supplier is unable or unwilling to perform its services in accordance with the above standard as required by
the City, then in addition to any other available remedy, the City may reduce the amount of services it may be
required to purchase under the Contract from the Supplier, and purchase conforming services from other sources. In
such event, the Supplier shall pay to the City upon demand the increased cost, if any, incurred by the City to procure
such services from another source.
23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring
immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to
accept it, the City may do so. The Supplier shall pay all claims, costs, losses and damages attributable to the City's
evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance
occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the
diminished value of the defective or non-conforming deliverables. If the acceptance occurs after fnal payment, such
amount will be refunded to the City by the Supplier.
24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other
party's intent to perform, demand may be made to the other party for written assurance of the intent to perform. In
the event that no assurance is given within the time specified after demand is made, the demanding party may treat
this failure as an anticipatory repudiation of the Contract.
25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Supplier is
observed performing in a manner that is in violation of Federal, State, or local guidelines, or in a manner that is
determined by the City to be unsafe to either life or property. Upon notification, the Supplier will cease all work
until notified by the City that the violation or unsafe condition has been corrected. The Supplier shall be liable for all
costs incurred by the City as a result of the issuance of such Stop Work Notice.
26. DEFAULT: The Supplier shall be in default under the Contract if the Supplier (a) fails to fully, timely and
faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of
performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United
States or (d) makes a material misrepresentation in Supplier's Offer, or in any report or deliverable required to be
submitted by the Supplier to the City.
27. TERMINATION FOR CAUSE: In the event of a default by the Supplier, the City shall have the right to
terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after
the date of such notice, unless the Supplier, within such ten (10) day period, cures such default, or provides evidence
sufficient to prove to the City's reasonable satisfaction that such default does not, in fact, exist. In addition to any
other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses
and expenses, incurred by the City as a result of the Supplier's default, including, without limitation, cost of cover,
reasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maximum lawful rate.
Additionally, in the event of a default by the Supplier, the City may remove the Supplier from the City's vendor list
for three (3) years and any Offer submitted by the Supplier may be disqualified for up to three (3) years. All rights
and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law.
28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in
part, without cause any time upon thirty (30) calendar days' prior written notice. Upon receipt of a notice of
termination, the Supplier shall promptly cease all further work pursuant to the Contract, with such exceptions, if any,
specified in the notice of termination. The City shall pay the Supplier, to the extent of funds Appropriated or
otherwise legally available for such purposes, for all goods delivered and services performed and obligations
incurred prior to the date of termination in accordance with the terms hereof.
29. FRAUD: Fraudulent statements by the Supplier on any Offer or in any report or deliverable required to be
submitted by the Supplier to the City shall be grounds for the termination of the Contract for cause by the City and
RFP 5596
may result in legal action.
30. DELAYS:
A. The City may delay scheduled delivery or other due dates by written notice to the Supplier if the City deems it is
in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the
Supplier shall negotiate an equitable adjustment for costs incurred by the Supplier in the Contract price and execute
an amendment to the Contract. The Supplier must assert its right to an adjustment within thirty (30) calendar days
from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the
Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Supplier
from delaying the delivery as notified.
B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if,
while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions,
sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default
or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will
be extended; provided, however, in such an event, a conference will be held within three (3) business days to
establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform.
31. INDEMNITY: A. Definitions:
i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and
liability of every character, type or description, including all reasonable costs and expenses of litigation,
mediation or other alternate dispute resolution mechanism, including attorney and other professional fees
for: (1) damage to or loss ofthe property of any person (including, but not limited to the City, the Supplier,
their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such
subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation,
loss of services, or loss of income or wages to any person (including but not limited to the agents, officers
and employees of the City, the Supplier, the Supplier's subcontractors, and third parties), ii. "Fault" shall
include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of
any legally imposed strict liability standard.
B. THE SUPPLIER SHALL DEFEND (AT THE OPTION OF THE CITY�� INDEMNIFY� AND HOLD THE CITY� ITS
SUCCESSORS� ASSIGNS� OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL
INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF� INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT
OF THE SUPPLIER� OR THE SUPPLIER'S AGENTS� EMPLOYEES OR SUBCONTRACTORS, IN TH�
PERFORMANCE OF THE SUPPLIER'S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE
DEEMED TO LIMIT TH� RIGHTS OF THE CITY OR TIIE SUPPLIER (INCLUDING, BUT NOT LIMITCD TO, THE
RIGHT TO SEEK CONTRIBUTION� AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM.
32. INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance
reGuirements detailed in the solicitation document. The successful firm shall procure and maintain insurance of the
types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company
licensed to do business in the State of Texas and satisfactory to the City of Denton.
A. General Reyuirements.
i. The Supplier shall at a minimum carry insurance in the types and amounts indicated and agreed to, as
submitted to the City and approved by the City within the procurement process, for the duration of the
Contract, including extension options and hold over periods, and during any warranty period.
ii. The Supplier shall provide Certificates of Insurance with the coverage's and endorsements required to
the City as verification of coverage prior to contract execution and within fourteen (14) calendar days after
written request from the City. Failure to provide the required Certificate of Insurance may subject the Offer
to disqualification from consideration for award. The Supplier must also forward a Certifcate of Insurance
to the City whenever a previously identified policy period has expired, or an extension option or hold over
period is exercised, as verification of continuing coverage.
iii. The Supplier shall not commence work until the required insurance is obtained and until such insurance
has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability
of the Supplier hereunder and shall not be construed to be a limitation of liability on the part of the
Supplier.
iv. The Supplier must submit certificates of insurance to the City for all subcontractors prior to the
RFP 5596
subcontractors commencing work on the project.
v. The Supplier's and all subcontractors' insurance coverage shall be written by companies licensed to do
business in the State of Texas at the time the policies are issued and shall be written by companies with
A.M. Best ratings of A- VII or better. The City will accept workers' compensation coverage written by the
Texas Workers' Compensation Insurance Fund.
vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation
endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following
information:
City of Denton
Materials Management Department
901B Texas Street
Denton, Texas 76209
vii. The "other" insurance clause shall not apply to the City where the City is an additional insured shown
on any policy. It is intended that policies required in the Contract, covering both the City and the Supplier,
shall be considered primary coverage as applicable.
viii. If insurance policies are not written for amounts agreed to with the City, the Supplier shall carry
Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability
Insurance is provided, it shall follow the form of the primary coverage.
ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review
certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or
revision or modification of particular policy terms, conditions, limitations, or exclusions except where
policy provisions are established by law or regulations binding upon either of the parties hereto or the
underwriter on any such policies.
x. The City reserves the right to review the insurance requirements set forth during the effective period of
the Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions, the claims
history of the industry or financial condition of the insurance company as well as the Supplier.
xi. The Supplier shall not cause any insurance to be canceled nor permit any insurance to lapse during the
term of the Contract or as required in the Contract.
xii. The Supplier shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in
policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance.
xiii. The Supplier shall endeavor to provide the City thirty (30) calendar days' written notice of erosion of
the aggregate limits below occurrence limits for all applicable coverage's indicated within the Contract.
xiv. The insurance coverage's specified in within the solicitation and requirements are required minimums
and are not intended to limit the responsibility or liability of the Supplier.
B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument.
33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Supplier which arises under or
concerns the Contract, or which could have a material adverse affect on the Supplier's ability to perform thereunder,
the Supplier shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the
Supplier. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action;
the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim
is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton
City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton,
Texas 76201.
34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to
be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after
postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered
by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by
first class mail, telefax, or other commercially accepted means. Notices to the Supplier shall be sent to the address
specified in the Supplier's Offer, or at such other address as a party may notify the other in writing. Notices to the
City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the
Purchasing Manager.
RFP 5596
35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the
Supplier to the City shall become property of the City upon receipt. Any portions of such material claimed by the
Supplier to be proprietary must be clearly marked as such. Determination of the public nature of the material is
subject to the Texas Public Information Act, Chapter 552, and Texas Government Code.
36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Supplier represents and warrants to the
City that: (i) the Supplier shall provide the City good and indefeasible title to the deliverables and (ii) the
deliverables supplied by the Supplier in accordance with the specifications in the Contract will not infringe, directly
or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind
of any third party; that no claims have been made by any person or entity with respect to the ownership or operation
of the deliverables and the Supplier does not know of any valid basis for any such claims. The Supplier shall, at its
sole expense, defend, indemnify, and hold the City harmless from and against all liability, damages, and costs
(including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (i)
any claim that the City's exercise anywhere in the world of the rights associated with the City's' ownership, and if
applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any third party;
or (ii) the Supplier's breach of any of Supplier's representations or warranties stated in this Contract. In the event of
any such claim, the City shall have the right to monitor such claim or at its option engage its own separate counsel to
act as co-counsel on the City's behal£ Further, Supplier agrees that the City's specifications regarding the
deliverables shall in no way diminish Supplier's warranties or obligations under this paragraph and the City makes
no warranty that the production, development, or delivery of such deliverables will not impact such warranties of
Supplier.
37. CONFIDENTIALITY: In order to provide the deliverables to the City, Supplier may require access to certain
of the City's and/or its licensors' confidential information (including inventions, employee information, trade
secrets, confidential know-how, confidential business information, and other information which the City or its
licensors consider confidential) (collectively, "Confidential Information"). Supplier acknowledges and agrees that
the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use,
disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its
licensors. The Supplier (including its employees, subcontractors, agents, or representatives) agrees that it will
maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge,
recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner
not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law
or an order of any court or other governmental authority with proper jurisdiction, provided the Supplier promptly
notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate
protective order. The Supplier agrees to use protective measures no less stringent than the Supplier uses within its
own business to protect its own most valuable information, which protective measures shall under all circumstances
be at least reasonable measures to ensure the continued confidentiality of the Confidential Information.
38. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout
the world in and to the deliverables.
A. Patents. As to any patentable subject matter contained in the deliverables, the Supplier agrees to disclose such
patentable subject matter to the City. Further, if requested by the City, the Supplier agrees to assign and, if
necessary, cause each of its employees to assign the entire right, title, and interest to specifc inventions under such
patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its
employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved
by the City, to the City upon request by the City.
B. Copyrights. As to any deliverables containing copyrightable subject matter, the Supplier agrees that upon their
creation, such deliverables shall be considered as work made-for-hire by the Supplier for the City and the City shall
own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 38 shall negate the
City's sole or joint ownership of any such deliverables arising by virtue of the City's sole or joint authorship of such
deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Supplier
hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to
execute, acknowledge, and deliver an assignment to the City o fl all worldwide right, title, and interest in and to such
deliverables. With respect to such work made-for-hire, the Supplier agrees to execute, acknowledge, and deliver and
cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work-
made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such
deliverables to the City or at such other time as the City may request.
RFP 5596
C. Additional Assignments. The Supplier further agrees to, and if applicable, cause each of its employees to,
execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments
which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work
registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and
in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and
interest in and to the deliverables. The Supplier's obligations to execute, acknowledge, and deliver (or cause to be
executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b.,
and c. shall continue after the termination of this Contract with respect to such deliverables. In the event the City
should not seek to obtain copyright protection, mask work registration or patent protection for any of the
deliverables, but should desire to keep the same secret, the Supplier agrees to treat the same as Confidential
Information under the terms of Paragraph 37 above.
39. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally
developed material unless otherwise specifically provided in the Contract. When material not originally developed is
included in a report in any form, the source shall be identified.
40. ADVERTISING: The Supplier shall not advertise or publish, without the City's prior consent, the fact that the
City has entered into the Contract, except to the extent required by law.
41. NO CONTINGENT FEES: The Supplier warrants that no person or selling agency has been employed or
retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage,
brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies
maintained by the Supplier for the purpose of securing business. For breach or violation of this warranty, the City
shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct
from any amounts owed to the Supplier, or otherwise recover, the full amount of such commission, percentage,
brokerage or contingent fee.
42. GRATUITIES: The City may, by written notice to the Supplier, cancel the Contract without liability if it is
determined by the City that gratuities were offered or given by the Supplier or any agent or representative of the
Supplier to any officer or employee of the City of Denton with a view toward securing the Contract or securing
favorable treatment with respect to the awarding or amending or the making of any determinations with respect to
the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City
shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred
by the Supplier in providing such gratuities.
43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent
consultant, or elected official of the City who is involved in the development, evaluation, or decision-making
process of the performance of any solicitation shall have a fnancial interest, direct or indirect, in the Contract
resulting from that solicitation. Any willful violation of this section shall constitute impropriety in office, and any
officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation
of this provision, with the knowledge, expressed or implied, of the Supplier shall render the Contract voidable by the
City. The Supplier shall complete and submit the City's Conflict of Interest Questionnaire (Attachment B).
44. INDEPENDENT SUPPLIER: The Contract shall not be construed as creating an employer/employee
relationship, a partnership, or a joint venture. The Supplier's services shall be those of an independent supplier. The
Supplier agrees and understands that the Contract does not grant any rights or privileges established for employees
of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave
benefits, worker's compensation, or any other City employee benefit. The City shall not have supervision and control of
the Supplier or any employee of the Supplier, and it is expressly understood that Supplier shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton,
Texas, or his designee under this agreement.
45. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and
the Supplier and their respective successors and assigns, provided however, that no right or interest in the Contract
shall be assigned and no obligation shall be delegated by the Supplier without the prior written consent of the City.
Any attempted assignment or delegation by the Supplier shall be void unless made in conformity with this
paragraph. The Contract is not intended to confer rights or benefts on any person, firm or entity not a party hereto; it
RFP 5596
being the intention of the parties that there are no third party beneficiaries to the Contract.
46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a
waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party. No waiver by either the Supplier or the City of any one or more events of
default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations
under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of
a similar or different character.
47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No
pre-printed or similar terms on any the Supplier invoice, order or other document shall have any force or effect to
change the terms, covenants, and conditions of the Contract.
48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of
the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the
trade shall be relevant to supplement or explain any term used in the Contract. Although the Contract may have been
substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair
to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the
Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall
control, unless otherwise defined in the Contract.
49. DISPUTE RESOLUTION:
A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to
prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a
statute of limitations or to seek injunctive relie£ Either party may make a written request for a meeting between
representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as
agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making
authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to
negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not
succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below.
Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed
directly to mediation as described below.
B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the
parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of
the dispute. Should they choose this option; the City and the Supplier agree to act in good faith in the selection of the
mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract
prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a
contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of initiation
of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution
Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from
the date of the first mediation session. The City and the Supplier will share the mediator's fees equally and the
parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to
represent them or otherwise assist them in the mediation.
50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of
Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm.
Code, Chapter 1, exc]uding any rule or principle that would refer to and apply the substantive law of another state or
jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the
parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be
construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from
any competent authority as contemplated herein.
51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way
affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be
deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract
did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to
replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken
RFP 5596
provision. The provisions of this section shall not prevent this entire Contract from being void should a provision
which is the essence of the Contract be determined to be void.
52. HOLIDAYS: The following holidays are observed by the City
New Year's Day (observed)
MLK Day
Memorial Day
4th of July
Labor Day
Thanksgiving Day
Day After Thanksgiving
Christmas Eve (observed)
Christmas Day (observed)
New Year's Day (observed)
., _
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Lega] Holiday falls on Sunday,
it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm,
Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not
within the normal hours of operation must be approved by the City Manager of Denton, Texas or his authorized
designee.
53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on
the parties, including but not limited to the warranty, indemnity, and confidentiality obligations of the parties, shall
survive the expiration or termination of the Contract.
54. NON-SUSPENSION OR DEBARMENT CERTIFICATION:
The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended
or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By
accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or
debarred from doing business with the Federal Government, as indicated by the General Services Administration
List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City
of Denton.
55. EQUAL OPPORTUNITY
A. Equal Employment Opportunity: No Offeror, or Offeror's agent, shall engage in any discriminatory
employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic testing, or
national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from
this RFQ.
B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror's agent, shall
engage in any discriminatory employment practice against individuals with disabilities as defined
in the ADA.
56. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements)
The following federally funded requirements are applicable, in addition to the specific federally funded
requirements.
A. Definitions. As used in this paragraph —
i. "Component" means an article, material, or supply incorporated directly into an end product.
ii. "Cost of components" means -
(1) For components purchased by the Supplier, the acquisition cost, including transportation costs to the place of
incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty
(whether or not a duty-free entry certificate is issued); or
(2) For components manufactured by the Supplier, all costs associated with the manufacture of the component,
including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but
excluding profit. Cost of components does not include any costs associated with the manufacture of the end product.
iii. "Domestic end product" means-
(1) An unmanufactured end product mined or produced in the United States; or
RFP 5596
(2) An end product manufactured in the United States, if the cost of its components mined, produced, or
manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign
origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in
sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap
generated, collected, and prepared for processing in the United States is considered domestic.
iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use.
v. "Foreign end product" means an end product other than a domestic end product.
vi. "United States" means the 50 States, the District of Columbia, and outlying areas.
B. The Buy American Act (41 U.S.C. l0a - lOd) provides a preference for domestic end products for supplies
acquired for use in the United States.
C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract;
but will consider for approval foreign articles as domestic for this product if the articles are on a list
approved by another Governmental Agency. The Offeror shall submit documentation with their Offer
demonstrating that the article is on an approved Governmental list.
D. The Supplier shall deliver only domestic end products except to the extent that it specifed delivery of foreign end
products in the provision of the Solicitation entitled "Buy American Act Certificate".
57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in
any response to this solicitation, whether amended or not, except as prohibited by law. Selection of rejection of the
submittal does not affect this right.
58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded supplier or supplier to be licensed by
the State of Texas, any and all fees and taxes are the responsibility of the supplier.
59. PREVAILING WAGE RATES: All suppliers will be reyuired to comply with Provision 5159a of "Vernon's
Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and prohibiting
discrimination in the employment practices.
http://www.access.gpo. gov/davisbacon/tx. html
60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall
comply with all State, Federal, and Local laws and requirements. The Supplier must comply with all applicable laws
at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits
bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public
servants. The Supplier shall give all notices and comply with all laws and regulations applicable to furnishing and
performance of the Contract.
61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Supplier shall demonstrate on-site compliance with
the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing
with issuance of Form W-2's to common law employees. Supplier is responsible for both federal and State
unemployment insurance coverage and standard Worker's Compensation insurance coverage. Supplier shall ensure
compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable
to Supplier or its employees for any Unemployment or Workers' Compensation coverage, or federal or State
withholding requirements. Supplier shall indemnify the City of Denton and shall pay all costs, penalties, or losses
resulting from Supplier's omission or breach of this Section.
62. DRUG FREE WORKPLACE: The supplier shall comply with the applicable provisions of the Drug-Free
Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-
free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued
by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to
implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the supplier
shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be
issued.
63. SUPPLIER LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Supplier shall be liable
for all damages to government-owned, leased, or occupied property and equipment caused by the Supplier and its
employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any
RFP 5596
performance pursuant to the Contract. The Supplier shall notify the City of Denton Procurement Manager in writing
of any such damage within one (1) calendar day.
64. FORCE MAJEURE: The City of Denton, any Customer, and the Supplier shall not be responsible for
performance under the Contract should it be prevented from performance by an act of war, order of legal authority,
act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event
of an occurrence under this Section, the Supplier will be excused from any further performance or observance of the
requirements so affected for as long as such circumstances prevail and the Supplier continues to use commercially
reasonable efforts to recommence performance or observance whenever and to whatever extent possible without
delay. The Supplier shall immediately notify the City of Denton Procurement Manager by telephone (to be
confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable
level of detail the circumstances causing the non-performance or delay in performance.
65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract
will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either
Party's exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude,
cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the
Contract will not be construed as a waiver of any continuing or succeeding breach.
66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract
is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that
the City of Denton may have by operation of law.
67. RECORDS RETENTION: The Supplier shall retain all financial records, supporting documents, statistical
records, and any other records or books relating to the performances called for in the Contract. The Supplier shall
retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State
Auditor's Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The
Supplier shall grant access to all books, records and documents pertinent to the Contract to the CPA, the State
Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds
being spent under the Contract.
. . �:
Exhibit C
Cily of Denlon
RFP for Supply of Electric Utflity Stelion Servlce Voltage Transformers
�.����A���-CONFLICT OF INTEREST QUESTIONNA�R,E
CONFLICT QF XNTEREST QUESTIONNA,IRE FORM CIQ
Forvendoi orITmm�mmmmm_
This yuestimivalre reil� �ects�changesmnde t the la v by H.�Br�149�, 80th Le � �
� g., AegulAr Session, ppprCL� US� ONLY
This �uestionnaire is being filed fn accordance with chapter 176 of the Local Govemmenl Code by a person Date Recel�td
�vl�o I�as a business relationsUip as defined by Section 176.001(1-a) �vitl� a locAl governmental entily and tl�a
parsoi� , mects requiremenls uuder Sectiou 17G.00G(a).
By la�v this qttestioiuiairc inust be filed witli the records administrator of tlie local government et�tity not later
than the 7th btisiness day atter tl�e date the person becomes aware of fncts tliat reguire the statement to be
filed, See Section 176.UOG, Local Government Code,
A persou conunfts an offense if the person kno�viugly violates Section 176.006, Local Government Cods. An
of%nse under Iliis seetion is a Class C misdemeanor.
Name of erson n�ho hns n business relnNonshi ivith loeal o�� ������ ��mITm������mITmmm��
� �,ww�w.� ��.�
I p p g�ernmcntnl enlil��.
N/A
t""1 Check thls box tf you Are filing flu updele to n pre�iously illed quealionnalre.
LJ
(Tl�e la�v requires Ihat y�a�a,� file en asg�al�y�ex� ra�or��Netec� �u���a�ca�.rairc� with lhe appropriate filiug aulhorfty not later theu (he 7'" b�slncss day after lhe
Name of local governmenl ofiicer wilh whom filer has an employment or business refationship.
N/A
Name of Officer
7hia section, (item 3 Including aubparts A, B, C& D), must be completed for each officar wlth whom the filer has an employment or olher
business relallonship as defined by Sectlon 176.00i(1-a), Lacal Government Code, Altach addltional pages to this Form CIQ as necessary,
A. Is the lacal government o�cer named In thls sectlon receiving or Ilkely to recelve taxable Income, olher than lnvestment income, from
the iller of the quesUonna[re?
� Yes � No
B. Is ihe filer of the questlonnalre recelving or likely to recelve taxable Income, nlher than Investment Income, fram or at the direction of
the ]oca[ governmenl otllcer nemed In this secllon AND the laxable Income Is not received frorn lhe (ocal governmenlal eniity7
� Yes 0 No
C. Is the (iler of thfs questlonnalre employed by a corporatlon or other buslness entlty wilh respect lo whlch lhe loeal government offcer
serves as an officer or dlreclor, or holds an ownershfp oF 10 percent or more7
� Yes 0 No
p, Descrlbe each aff111atlon or busineas relatlonshfp,
�6
RFP 5596 - Main Document
RFP 5596
�
Date
Page 16 of 17
Exhibit D
RFP 5596 - Evaluation and BAFO Sheet for STATION SERVICE VOLTAGE
�, ABB- BAF0..2 ...�
Respondent's Name:
Principal Place of Business (City and State) Lexington, KY
EST. Estimated
Manufacturer/Part
Item # ANNUAL UOM Product Description Number Unit Price Delivery ARO
QTY (weeks)
3 2 EA 50 kVA Station Service Voltage Transformer L99N666050CAAAA $ 36,626.00 28
4 1 EA 100 kVA Station Service Volta�e Transformer L99N656100CAAAA $ 38,546.00 28
RFP 5596
Exhibit D
City of Denton
RFP for Supply of Electric Utility Station Service Voltage Transformers
-SUBMISSION EXCEPTIONS
Any exceptions taken to this solicitation must be itemized on the lines below. Additional pages may be added as
needed. If there are no exceptions, please sign where indicated at the bottom of the page.
Item # Description
' ccept contracts with
Take exception to unlimited Liquidated Damages ABB will not a ____
unlimjited Liquidated Damages. Pricing provided is for no liquidated damages.
Signature Company Date
No Exceptions taken to this solicitation.
Signature Company Date
RFP 5596 - Main Document Page 14 af 17
RFP 5596
Exhibit D
City of Denton
RFP for Supply of Electric Utility Station Service Voltage Transformers
BUSINESS OVERVIEW QUESTIONNAIRE AND FORMS
l. Contractor Legal Name (for contracting purposes): ABB HVIT (non legal entity)
2. Subsidiary of: ABB, Inc. -- ABB Power Systems, ABB North America
3. Organization Class (circle):
Partnership Corporation Individual Association
4. Tax Payer ID#: 36-3100018
5. Date Established: ,1uly 2oos
6, Historically Underutilized Business: Yes or�
7, Does your company have an established physical presence in the State of Texas, or the City of
Denton? Yes or No, in whiCh7 ABB HVIT does not. ABB North America has sales and service
offices throu hout exas.
8. Please provide a detailed listing of all produc�s an /or services that your company provides.
ABB HVIT provides High Voltage Instrument Transformers. Parent company, ABB, provldes a vast array
of power systems equipment and Industrlal automation equlpment.
9. Has your company fled or been named in any litigation involving your company and the
Owner on a contract within the last five years under your current company name or any
other company name7 If so provide details of the issues and resolution if available. Include
lawsuits where Owner was involved.
NA
10. Have you ever defaulted on or failed to complete a contract under your current company
name or any other company name? If so, where and why? Give name and telephone number
of Owner. No.
11. Have you ever had a contract terminated by the Owner7 If so, where and why? Give name
and telephone number (s) of Owner (s).
12, Has your company implemented an Employee Health and Safety Program compliant with 29
CFR 1910 "General Industry Standards" and/or 29 CFR 1926 "General Construction
Standards" as they apply to your Company's customary activities?
��t,�����"�vu����vv �.a�;���;r, r�lirl��"���d��,Gtiv���r"t�4��r�N� i� w��.awr°a�r ic��r�u"�� �tl��c; ti��c� �"�1�,��1������`���tc�u�;.
level=l&p kevvalue=1926
Yes.
RFP 5596 - Main Document
RFP 5596
Page l2 of 17
Exhibit D
City of Denton
RFP for Supply of Electric Utility Station Service Voltage Transformers
13. Resident/Non-Resident Bidder Determination:
Texas Government Code Section 2252.002: Non-resident bidders, Texas law prohibits cities
and other governmental units from awarding contracts to a non-resident firm unless the
amount of such a bid is lower than the lowest bid by a Texas resident by the amount the
Texas resident would be required to underbid in the non-resident bidders' state. In order to
make this determination, please provide the name address and hone number o£
a. Responding firms principle place of business:
Lexington, KY
b. Company's majority owner principle place of business;
Global company, publicly traded
c, Ultimate Parent Company's principle place of business:
ZUrlch, Switzerland Headquarters -- global sales activlty
26. Provide details on how frm meets the minimum qualifications stated in Section 3; including
copies of professional licenses (Additional attachments may be included for reference).
Please see attached users list. ABB HVIT has done business with the City of Denton in the past.
27. Provide details to support the evaluation criteria, including experience and delivery.
Please see provided users list.
RFP 5596 - Main Document
RFP 5596
Page 13 of 17
Exhibit D
City of Denton
RFP for Supply of Electric Utility Station Service Voltage Transformers
-REFERENCES
Please list three (3) Government references, other than the City of Denton, who can verify the quality of service
your company provides. The City prefers customers of similar size and scope of work to this solicitation.
GOVERNMENT/COMPANY NAME: Oncor
LOCATION: Ft, Worth, T�, ��_
CONTACT PERSON AND T[TLE: Omar A
TELEPHONC NUMBER:817-215-SSt'��
SCOPE OP WOR[C: SSVT's
CONTRACT PERIOD:
GOVERNMENT/COMPANY NAME: LCRA
LOCATION: Austin, "l":�'� ,_�_��
CONTACT PERSON AND TITLE: John Hevl
TELEPHONE NUMBER; 512-369-41 ��
SCOPE OF WORK: SSVT"�
CONTRACT PERIOD: quotes
REFERENCE ONE
.WW �.�_�......___
REFERENCE TWO
REFERENCE THREE
GOVERNMENT/COMPANY NAME: Brazos Electric
LOCATION: Waco, "�""�f�..�...�.� .......................... _ _.........r�.,
CONTACT PERSON AND TITLE: David Gray
TELEPHONE NUMBER: 254-75��-�:?�:� ,
SCOPE OF WORK: E;r��ia���,��..,.._._.___ ........�...
f'w"'���7"C3���""t' ��'�'A�T�:.
RFP 5596 - Main Document
RFP 5596
Page 15 of 17
Exhibit D
City of Denlon
RFP for Supply of Electric Utility Station Service Voltage Transformers
,�����'����ACKNOWLEDGEMENT
The undersIgned agrees this sub�nission becomes the propeity of ihe City of Denton after the official opening,
The undersigned affirms he has famillarized himself witl� tlie specificatfon, drft�vings, exl�ibits and other documents; the
Iocal conditions under �vl�ich the �vork is to be performed; satisfied I�imself of the conditions of delivery, handliug and
storage ofmaterials and eyuipment; and all other matters thst �vill be requlred for the �vork before submitting a response.
The undersigned agrees, if this submission is accepted, to furnish any and all itetns/services upon �vhich prices are
offered, et tlie price(s) and upon the terms and conditions contained in the specification. The period for acceptance of
this subinission will be 120 calendar days unless a different period is noted.
The undersigned affirms that they are duly authorized to execute this contract, thai this submission has not been prepared
in collusion �vith any other respondent, nor airy employec of tlie City of Denton, and tl�at the contents of this submission
have not been communicated to any otlier respondent or to auy employee af the City of Denton prior to the accepta�tce of
this submission.
Respandent hereby assigns to tl�e City any and all claims for overcharges associated with this contrRCt �vhiclt arlse under
the antitrust ]a�vs of the United States, 15 USCA Section 1 e_ t sea., and which arise under the antitrust laws of the State of
Texas, Tex, Bus, & Com. Code, Section 15,01, e se ,
The undersigned affirius tliat they I�ave read and do underst�ud the specifcations, all exhibits and attaclvnents contained
in this solicitation package,
Tha undersigned agrees that the solicitation package posted on the �vebsite are the of�icial speeificarions aud shall not
alter the electronic copy of tlie specifications and/or pricing sheet (Exhibit 1}, �vithout clearly identifying changes.
Tl�e undersigned understands they will be responsible for monitaring the City of Denton Purchasing Website at:
http;//www,citvoFdenton.com/index,as�?nage=397 to ensure they have downloaded Flnd signed all addendum(s)
required For submission with their response,
I ceitify that I hsve made no �viflful misrepresentations in this submission, uor have 1�vithheld infonnation i�i my
stateinents and ans�vers to questions, I am aware that the information given by n�e in thls submission �vill be investigated,
�vith my full pennission, and that any misrepresentations or omissions uiay cause iny submission to be rejected.
Acknowledge receipt of follo�ving addanda to the solicItatlon:
Addendum No 1 Aated Received
_..�...........�.�.. .............�.�.._� _...--�-----�....
Addendum Nv 2 Dated Received
Addendum No 3 Dated .................................__........��_....�._.._w.�..�................,.� Received
.m.........w�� .' ...... .,.....��—,_e,.�.«.�.r.i.ix v»..��'� �a M � � w.� ..
NAM� AND ADDRESS OF COMPANY: A��'�"�3C���1�� )��
� , �
.r�g� �� 4��0�1 Signatu�•�, �
_ �.... ... � �� -
. _. m _,._ _. � �.... .
�' 2 �,�?��*1•��'�'�' ���t�
� 1 b � ����' .�r���*.a. �;� ��'"���� ����tc "�'� �"� ......� �
u�T—� �Z-� Na �m � � � ..
�_._ �
.S me �«� »��� .. +�' ��..� � "��
�'�.�x�'��`r?Q►v...� K i� �o�� »� Title ��as ..� .
� v,,,9.a,.�_��..__����....._ ..
.�. �R � �'ovc���v�,�'R
� Zz � zs�
..._ �. b....,� �... `�
Tel. No. $5�` F_ �l � � w. �i � Fax No. w 5.�� ` 3..W...��_m�.._ �...... ,W.
Emai1.�����,���.. ,�,.,a"�� �P.�t�.c�c-t9
RFP 5596 - Main Document
RFP 5596
Page 17 of 17
Customer
City of Denton
Proiect
Station Service Voltage Transformers
114-10929
Exhibit D
ABB Tender ID
14Q2339848
Tender Offer Date
04 Sep 2014
Tender Expiration
Representative 17 Aug 2014
JH Davidson
7707 East 111th Street, Suite 102 Prepared bv
Tulsa Jonathan Lay
Attention jonathan. p.lay@us.abb.com
859-219-6047
In response to your request we are pleased to offer the following:
Pricin
50 2 L99N666050C
•►SSVT-650, Outdoor Station Service Voltage Transformer,
Nominal System Voltage=138kV, BIL=650kV, Bushing
Creep/Strike=147"nom./49"min., Ratio=Power Winding Only,
Accuracy=N/A, Thermal Rating=50kVA, Primary
Voltage=79674V, Secondary Voltage=120/240V nom.(actual
output supplied on nameplate), Bushings=1
NOTES:
(1) This model is seismic qualified to IEEE-693-2005 Level High
0.5g X 2.5 via Dynamic Analysis.
FREIGHT NOTES:
(1) This model is shipped via flat-bed trailer
Manufacturing lead time (weeks,ARO): 28
Add 1 week for delivery
ABB Internal Order Entrv Codes
Product Code: [9AAF400999] - Instrument Transformers / Station
Service Voltage Transformers / SSVT / SSVT-650
Source Location: [9AAE310700] - United States - Crystal Springs
- 2129 - Instrument Transformers
RFP 5596
Revision: 5
Revision Description:
Revision 5 to
reference prior
T&Cs. Revision 4 to
provide metering
options in mild steel
units. Revision 3 to
offer mild steel units.
36 626.00 II 73 252.00
Exhibit D
�..V.�_.� .....�� ..��.,,..._ .... .........
60 1 L99N656100C 38 546.00 38 546.00
•►SSVT-650, Outdoor Station Service Voltage Transformer,
Nominal System Voltage=138kV, BIL=650kV, Bushing
Creep/Strike=147"nom./49"min., Ratio=Power Winding Only,
Accuracy=N/A, Thermal Rating=100kVA, Primary
Voltage=79674V, Secondary Voltage=120/240V nom.(actual
output supplied on nameplate), Bushings=1
NOTES:
(1) This model is seismic qualified to IEEE-693-2005 Level High
' 0.5g X 2.5 via Dynamic Analysis.
FREIGHT NOTES:
(1) This model is shipped via flat-bed trailer
Manufacturing lead time (weeks,ARO): 28
Add 1 week for delivery
ABB Internal Order Entrv Codes
Product Code: [9AAF400999] - Instrument Transformers / Station
Service Voltage Transformers / SSVT / SSVT-650
Source Location: [9AAE310700] - United States - Crystal Springs
- 2129 - Instrument Transformers
70 2 L9.� .... _._,,,,, _ _ ......� ........... w�
.... ....�...�
9M666050C 39 200.00 78 400.00
•►SSVT-650, Outdoor Station Service Voltage Transformer,
Nominal System Voltage=138kV, BIL=650kV, Bushing
Creep/Strike=147"nom./49"min., Ratio=Power Winding +
700/1200:1, Accuracy=0.15 Z, Thermal Rating=50kVA, Primary
Voltage=80500V, Secondary Voltage=120/240V nom.(actual
output supplied on nameplate), 115/69V Bushings=1
NOTES:
(1) This model is seismic qualified to IEEE-693-2005 Level High
0.5g X 2.5 via Dynamic Analysis.
FREIGHT NOTES:
,(1) This model is shipped via flat-bed trailer
Manufacturing lead time (weeks,ARO): 28
Add 1 week for delivery
ABB Internal Order Entry Codes
Product Code: [9AAF400999] - Instrument Transformers / Station
Service Voltage Transformers / SSVT / SSVT-650
Source Location: [9AAE310700] - United States - Crystal Springs
- 2129 - Instrument Transformers
RFP 5596
Exhibit D
80 1 L99M656100C 46 800.00 46 800.00
•►SSVT-650, Outdoor Station Service Voltage Transformer,
Nominal System Voltage=138kV, BIL=650kV, Bushing
Creep/Strike=147"nom./49"min., Ratio=Power Winding +
700/1200:1, Accuracy=0.15 Z, Thermal Rating=100kVA,
Primary Voltage=80500V, Secondary Voltage=120/240V
nom.(actual output supplied on nameplate), 115/69 V,
Bushings=1
NOTES:
(1) This model is seismic qualified to IEEE-693-2005 Level High
0.5g X 2.5 via Dynamic Analysis.
FREIGHT NOTES:
(1) This model is shipped via flat-bed trailer
Manufacturing lead time (weeks,ARO): 28
Add 1 week for delivery
ABB Internal Order Entrv Codes
Product Code: [9AAF400999] - Instrument Transformers / Station
Service Voltage Transformers / SSVT / SSVT-650
Source Location: [9AAE310700] - United States - Crystal Springs
- 2129 - Instrument Transformers
w.... � ...............���... ..�
n� mm es Price (USD) 236 998.00
� ............. �_.....,_ _........ Grand Total Sal.,�. ... ..ww
General Terms and Conditions
Product Information
To insure a trouble free installation, transformers offered herein must be installed with electrical clearances per the
National Electric Safety Code (NESC).
Pavment Terms
Net 30 Days
Freiqht Terms
FCA Free Carrier
Denton, TX
Freight allowed via enclosed truck within the contiguous United States unless otherwise specified in this tender or
alternate freight options are offered.
Price and Lead Time Validitv
Shown as net each and firm for the stated quantities and lead times.
Specified lead times are based on current production levels. Actual lead times are dependent on available production
slots at time of order entry and/or release-to-manufacturing.
Warrantv
18 months from delivery or 12 months from commissioning, whichever comes first.
RFP 5596
Exhibit D
Terms and Conditions
Terms and Conditions as specified in attached document: City of Denton TandC Supplemental Revision
2.doc. See this document for exceptions — particularly Section 1.18 Liquidated Damages.
PRICING IS BASED ON NO LIQUIDATED DAMAGES.
Quotation Drawinqs
All drawings provided with this tender offer are preliminary and are for quotation purposes only.
Approval Drawinqs
Approval drawings, if requested or required, will be supplied within 4 weeks ARO. Manufacturing lead time is based
upon timely return of approval drawings from customer within two (2) weeks of receipt of drawings. On orders requiring
"hold for release to manufacturing until receipt of approval drawings", the quoted lead time commences on the date
ABB receives the approved drawings.
Please address all purchase orders to ABB, Inc.. Orders addressed otherwise cannot be accepted.
We appreciate the opportunity to quote on this business. If you have any question regarding this tender please contact
your representative, as indicated at the top of this tender. Additionally, direct all orders to ABB, Inc. in care of your
representative.
Best regards,
Jonathan Lay
RFP 5596
Exhibit D
ABB INC.
GENERAL TERMS AND CONDITIONS OF SALE
1. General. The terms and conditions contained herein, together with any additional or different terms
contained in ABB's Proposal, if any, submitted to Purchaser (which Proposal shall control over any
conflicting terms), constitute the entire agreement (the "AgreemenY') between the parties with respect to
the order and supersede all prior communications and agreements regarding the order. Acceptance by
ABB of the order, or Purchaser's acceptance of ABB's Proposal, is expressly limited to and conditioned
upon Purchaser's acceptance of these terms and conditions, payment for or acceptance of any
performance by ABB being acceptance. These terms and conditions may not be changed or superseded
by any different or additional terms and conditions proposed by Purchaser to which terms ABB hereby
objects. Unless the context otherwise requires, the term "Equipment" as used herein means all of the
equipment, parts, accessories sold, and all software and software documentation, if any, licensed to
Purchaser by ABB ("Software") under the order. Unless the context otherwise requires, the term
"Services" as used herein means all labor, supervisory, technical and engineering, installation, repair,
consulting or other services provided by ABB under the order. As used herein, the term "Purchaser" shall
include the initial end use of the Equipment and/or services; provided, however, that Paragraph 13(a)
shall apply exclusively to the initial end user.
2. Prices.
(a) Unless otherwise specified in writing, all Proposals expire thirty (30) days from the date thereof.
(b) Unless otherwise stated herein, Services prices are based on normal business hours (8 a.m. to 5 p.m.
Monday through Friday). Overtime and Saturday hours will be billed at one and one-half (1 1/2) times the
hourly rate; and Sunday hours will be billed at two (2) times the hourly rate; holiday hours will be billed at
three (3) times the hourly rate. If a Services rate sheet is attached hereto, the applicable Services rates
shall be those set forth in the rate sheet. Rates are subject to change without notice.
(c) The price does not include any federal, state or local property, license, privilege, sales, use, excise,
gross receipts, or other like taxes which may now or hereafter be applicable. Purchaser agrees to pay or
reimburse any such taxes which ABB or its suppliers are required to pay or collect. If Purchaser is
exempt from the payment of any tax or holds a direct payment permit, Purchaser shall, upon order
placement, provide ABB a copy, acceptable to the relevant governmental authorities of any such
certificate or permit.
(d) The price includes customs duties and other importation or exportation fees, if any, at the rates in
effect on the date of ABB's Proposal. Any change after that date in such duties, fees, or rates, shall
increase the price by ABB's additional cost.
3. Payment.
(a) Unless specified to the contrary in writing by ABB, payment terms are net cash, payable without
offset, in United States Dollars, 30 days from date of invoice by wire transfer to the account designated by
ABB in the Proposal.
(b) If in the judgment of ABB the financial condition of Purchaser at any time prior to delivery does not
justify the terms of payment specified, ABB may require payment in advance, payment security
satisfactory to ABB, or may terminate the order, whereupon ABB shall be entitled to receive reasonable
cancellation charges. If delivery is delayed by Purchaser, payment shall be due on the date ABB is
prepared to make delivery. Delays in delivery or nonconformities in any installments delivered shall not
relieve Purchaser of its obligation to accept and pay for remaining installments.
(c) Purchaser shall pay, in addition to the overdue payment, a late charge equal to the lesser of 1 1/2%
per month or any part thereof or the highest applicable rate allowed by law on all such overdue amounts
plus ABB's attorneys' fees and court costs incurred in connection with collection.
4. Changes.
(a) Any changes requested by Purchaser affecting the ordered scope of work must be accepted by ABB
and resulting adjustments to affected provisions, including price, schedule, and guarantees mutually
agreed in writing prior to implementation of the change.
RFP 5596
Exhibit D
(b) ABB may, at its expense, make such changes in the Equipment or Services as it deems necessary,
in its sole discretion, to conform the Equipment or Services to the applicable specifications. If Purchaser
objects to any such changes, ABB shall be relieved of its obligation to conform to the applicable
specifications to the extent that conformance may be affected by such objection.
5. Delivery.
(a) All Equipment manufactured, assembled or warehoused in the continental United States is delivered
F.O.B. point of shipment. Equipment shipped from outside the continental United States is delivered
F.O.B. United States port of entry. Purchaser shall be responsible for any and all demurrage or detention
charges.
(b) If the scheduled delivery of Equipment is delayed by Purchaser or by Force Majeure, ABB may move
the Equipment to storage for the account of and at the risk of Purchaser whereupon it shall be deemed to
be delivered.
(c) Shipping and delivery dates are contingent upon Purchaser's timely approvals and delivery by
Purchaser of any documentation required for ABB's performance hereunder.
(d) Claims for shortages or other errors in delivery must be made in writing to ABB within ten days of
delivery. Equipment may not be returned except with the prior written consent of and subject to terms
specified by ABB. Claims for damage after delivery shall be made directly by Purchaser with the common
carrier
6. Title & Risk of Loss. Except with respect to Software (for which title shall not pass, use being
licensed) title to Equipment shall remain in ABB until fully paid for. Notwithstanding any agreement with
respect to delivery terms or payment of transportation charges, risk of loss or damage shall pass to
Purchaser upon delivery.
7. Inspection, Testing and Acceptance.
(a) Any inspection by Purchaser of Equipment on ABB's premises shall be scheduled in advance to be
performed during normal working hours.
(b) If the order provides for factory acceptance testing, ABB shall notify Purchaser when ABB will
conduct such testing prior to shipment. Unless Purchaser states specific objections in writing within ten
(10) days after completion of factory acceptance testing, completion of the acceptance test constitutes
Purchaser's factory acceptance of the Equipment and its authorization for shipment.
(c) If the order provides for site acceptance testing, testing will be performed by ABB personnel to verify
that the Equipment has arrived at site complete, without physical damage, and in good operating
condition. Completion of site acceptance testing constitutes full and final acceptance of the Equipment.
If, through no fault of ABB, acceptance testing is not completed within thirty (30) days after arrival of the
Equipment at the site, the site acceptance test shall be deemed completed and the Equipment shall be
deemed accepted.
8. Warranties and Remedies.
(a) Eauipment and Services Warrantv. ABB warrants that Equipment (excluding Software, which is
warranted as specified in paragraph (d) below) shall be delivered free of defects in material and
workmanship and that Services shall be free of defects in workmanship. The Warranty Remedy Period for
Equipment (excluding Software, Spare Parts and Refurbished or Repaired Parts) shall end twelve (12)
months after installation or eighteen (18) months after date of shipment, whichever first occurs. The
Warranty Remedy Period for new spare parts shall end twelve (12) months after date of shipment. The
Warranty Remedy Period for refurbished or repaired parts shall end ninety (90) days after date of
shipment. The Warranty Remedy Period for Services shall end ninety (90) days after the date of
completion of Services.
(b) Equipment and Services Remedv. If a nonconformity to the foregoing warranty is discovered in the
Equipment or Services during the applicable Warranty Remedy Period, as specified above, under normal
and proper use and provided the Equipment has been properly stored, installed, operated and maintained
and written notice of such nonconformity is provided to ABB promptly after such discovery and within the
applicable Warranty Remedy Period, ABB shall, at its option, either (i) repair or replace the
nonconforming portion of the Equipment or re-perform the nonconforming Services or (ii) refund the
RFP 5596
Exhibit D
portion of the price applicable to the nonconforming portion of Equipment or Services. If any portion of the
Equipment or Services so repaired, replaced or re-perFormed fails to conform to the foregoing warranty,
and written notice of such nonconformity is provided to ABB promptly after discovery and within the
original Warranty Remedy Period applicable to such Equipment or Services or 30 days from completion
of such repair, replacement or re-performance, whichever is later, ABB will repair or replace such
nonconforming Equipment or re-perform the nonconforming Services. The original Warranty Remedy
Period shall not otherwise be extended.
(c) Exceptions. ABB shall not be responsible for providing working access to the nonconforming
Equipment, including disassembly and re-assembly of non-ABB supplied equipment, or for providing
transportation to or from any repair facility, all of which shall be at Purchaser's risk and expense. ABB
shall have no obligation hereunder with respect to any Equipment which (i) has been improperly repaired
or altered; (ii) has been subjected to misuse, negligence or accident; (iii) has been used in a manner
contrary to ABB's instructions; (iv) is comprised of materials provided by or a design specified by
Purchaser; or (v) has failed as a result of ordinary wear and tear. Equipment supplied by ABB but
manufactured by others is warranted only to the extent of the manufacturer's warranty, and only the
remedies, if any, provided by the manufacturer will be allowed.
(d) Software Warrantv and Remedies. ABB warrants that, except as specified below, the Software will,
when properly installed, execute in accordance with ABB's published specification. If a nonconformity to
the foregoing warranty is discovered during the period ending one (1) year after the date of shipment and
written notice of such nonconformity is provided to ABB promptly after such discovery and within that
period, including a description of the nonconformity and complete information about the manner of its
discovery, ABB shall correct the nonconformity by, at its option, either (i) modifying or making available to
the Purchaser instructions for modifying the Software; or (ii) making available at ABB's facility necessary
corrected or replacement programs. ABB shall have no obligation with respect to any nonconformities
resulting from (i) unauthorized modification of the Software or (ii) Purchaser-supplied software or
interfacing. ABB does not warrant that the functions contained in the software will operate in
combinations which may be selected for use by the Purchaser, or that the software products are free from
errors in the nature of what is commonly categorized by the computer industry as "bugs".
(e) THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES
OF QUALITY AND PERFORMANCE, WHETHER WRITTEN, ORAL OR IMPLIED, AND ALL OTHER
WARRANTIES INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR
A PARTICULAR PURPOSE OR USAGE OF TRADE ARE HEREBY DISCLAIMED. THE REMEDIES
STATED HEREIN CONSTITUTE PURCHASER'S EXCLUSIVE REMEDIES AND ABB'S ENTIRE
LIABILITY FOR ANY BREACH OF WARRANTY.
9. Patent Indemnity.
(a) ABB shall defend at its own expense any action brought against Purchaser alleging that the
Equipment or the use of the Equipment to practice any process for which such Equipment is specified by
ABB (a "Process") directly infringes any claim of a patent of the United States of America and to pay all
damages and costs finally awarded in any such action, provided that Purchaser has given ABB prompt
written notice of such action, all necessary assistance in the defense thereof and the right to control all
aspects of the defense thereof including the right to settle or otherwise terminate such action in behalf of
Purchaser.
(b) ABB shall have no obligation hereunder and this provision shall not apply to: (i) any other equipment
or processes, including Equipment or Processes which have been modified or combined with other
equipment or process not supplied by ABB; (ii) any Equipment or Process supplied according to a design,
other than an ABB design, required by Purchaser; (iii) any products manufactured by the Equipment or
Process; (iv) any patent issued after the date hereof; or (v) any action settled or otherwise terminated
without the prior written consent of ABB.
(c) If, in any such action, the Equipment is held to constitute an infringement, or the practice of any
Process using the Equipment is finally enjoined, ABB shall, at its option and its own expense, procure for
Purchaser the right to continue using said Equipment; or modify or replace it with non-infringing
equipment or, with Purchaser's assistance, modify the Process so that it becomes non-infringing; or
remove it and refund the portion of the price allocable to the infringing Equipment. THE FOREGOING
RFP 5596
Exhibit D
PARAGRAPHS STATE THE ENTIRE LIABILITY OF ABB AND EQUIPMENT MANUFACTURER FOR
ANY PATENT INFRINGEMENT.
(d) To the extent that said Equipment or any part thereof is modified by Purchaser, or combined by
Purchaser with equipment or processes not furnished hereunder (except to the extent that ABB is a
contributory infringer) or said Equipment or any part thereof is used by Purchaser to perform a process
not furnished hereunder by ABB or to produce an article, and by reason of said modification, combination,
performance or production, an action is brought against ABB, Purchaser shall defend and indemnify ABB
in the same manner and to the same extent that ABB would be obligated to indemnify Purchaser under
this "Patent Indemnity" provision.
10. Limitation of Liability.
(a) In no event shall ABB, its suppliers or subcontractors be liable for special, indirect, incidental or
consequential damages, whether in contract, warranty, tort, negligence, strict liability or otherwise,
including, but not limited to, loss of profits or revenue, loss of use of the Equipment or any associated
equipment, cost of capital, cost of substitute equipment, facilities or services, downtime costs, delays, and
claims of customers of the Purchaser or other third parties for any damages. ABB's liability for any claim
whether in contract, warranty, tort, negligence, strict liability, or otherwise for any loss or damage arising
out of, connected with, or resulting from this Agreement or the performance or breach thereof, or from the
design, manufacture, sale, delivery, resale, repair, replacement, installation, technical direction of
installation, inspection, operation or use of any equipment covered by or furnished under this Agreement,
or from any services rendered in connection therewith, shall in no case (except as provided in the section
entitled "Patent Indemnity") exceed one-half (1/2) of the purchase price allocable to the Equipment or part
thereof or Services which gives rise to the claim.
(b) All causes of action against ABB arising out of or relating to this Agreement or the performance or
breach hereof shall expire unless brought within one year of the time of accrual thereof.
(c) In no event, regardless of cause, shall ABB be liable for penalties or penalty clauses of any
description or for indemnification of Purchaser or others for costs, damages, or expenses arising out of or
related to the Equipment and/Services.
11. Laws and Regulations. ABB does not assume any responsibility for compliance with federal, state
or local laws and regulations, except as expressly set forth herein, and compliance with any laws and
regulations relating to the operation or use of the Equipment or Software is the sole responsibility of the
Purchaser. All laws and regulations referenced herein shall be those in effect as of the Proposal date. In
the event of any subsequent revisions or changes thereto, ABB assumes no responsibility for compliance
therewith. If Purchaser desires a modification as a result of any such change or revision, it shall be
treated as a change per Article 4. Nothing contained herein shall be construed as imposing responsibility
or liability upon ABB for obtaining any permits, licenses or approvals from any agency required in
connection with the supply, erection or operation of the Equipment. This Agreement shall be governed by
the laws of the State of New York, but excluding the provisions of the United Nations Convention on
Contracts for the International Sale of Goods and excluding New York law with respect to conflicts of law.
Purchaser agrees that all causes of action against ABB under this Agreement shall be brought in the
State Courts of the State of New York, or the U.S. District Court for the Southern District of New York. If
any provision hereof, partly or completely, shall be held invalid or unenforceable, such invalidity or
unenforceability shall not affect any other provision or portion hereof and these terms shall be construed
as if such invalid or unenforceable provision or portion thereof had never existed.
12. OSHA. ABB warrants that the Equipment will comply with the relevant standards of the Occupational
Safety and Health Act of 1970 ("OSHA") and the regulations promulgated thereunder as of the date of the
Proposal. Upon prompt written notice from the Purchaser of a breach of this warranty, ABB will replace
the affected part or modify it so that it conforms to such standard or regulation. ABB's obligation shall be
limited to such replacement or modification. In no event shall ABB be responsible for liability arising out
of the violation of any OSHA standards relating to or caused by Purchaser's design, location, operation,
or maintenance of the Equipment, its use in association with other equipment of Purchaser, or the
alteration of the Equipment by any party other than ABB.
RFP 5596
Exhibit D
13. Software License.
(a) ABB owns all rights in or has the right to sublicense all of the Software, if any, to be delivered to
Purchaser under this Agreement. As part of the sale made hereunder Purchaser hereby obtains a limited
license to use the Software, subject to the following: (i) The Software may be used only in conjunction
with equipment specified by ABB; (ii) The Software shall be kept strictly confidential; (iii) The Software
shall not be copied, reverse engineered, or modified; (iv) The Purchaser's right to use the Software shall
terminate immediately when the specified equipment is no longer used by the Purchaser or when
otherwise terminated, e.g. for breach, hereunder; and (v) the rights to use the Software are non-exclusive
and non-transferable, except with ABB's prior written consent.
(b) Nothing in this Agreement shall be deemed to convey to Purchaser any title to or ownership in the
Software or the intellectual property contained therein in whole or in part, nor to designate the Software a
"work made for hire" under the Copyright Act, nor to confer upon any person who is not a named party to
this Agreement any right or remedy under or by reason of this Agreement. In the event of termination of
this License, Purchaser shall immediately cease using the Software and, without retaining any copies,
notes or excerpts thereof, return to ABB the Software and all copies thereof and shall remove all machine
readable Software from all of Purchaser's storage media.
14. Inventions and Information. Unless otherwise agreed in writing by ABB and Purchaser, all right,
title and interest in any inventions, developments, improvements or modifications of or for Equipment and
Services shall remain with ABB. Any design, manufacturing drawings or other information submitted to
the Purchaser remains the exclusive property of ABB. Purchaser shall not, without ABB's prior written
consent, copy or disclose such information to a third party. Such information shall be used solely for the
operation or maintenance of the Equipment and not for any other purpose, including the duplication
thereof in whole or in part.
15. Force Majeure. ABB shall neither be liable for loss, damage, detention or delay nor be deemed to be
in default for failure to perform when prevented from doing so by causes beyond its reasonable control
including but not limited to acts of war (declared or undeclared), Acts of God, fire, strike, labor difficulties,
acts or omissions of any governmental authority or of Purchaser, compliance with government
regulations, insurrection or riot, embargo, delays or shortages in transportation or inability to obtain
necessary labor, materials, or manufacturing facilities from usual sources or from defects or delays in the
performance of its suppliers or subcontractors due to any of the foregoing enumerated causes. In the
event of delay due to any such cause, the date of delivery will be extended by period equal to the delay
plus a reasonable time to resume production, and the price will be adjusted to compensate ABB for such
delay.
16. Cancellation. Any order may be cancelled by Purchaser only upon prior written notice and payment
of termination charges, including but not limited to, all costs identified to the order incurred prior to the
effective date of notice of termination and all expenses incurred by ABB attributable to the termination,
plus a fixed sum of ten (10) percent of the final total price to compensate for disruption in scheduling,
planned production and other indirect costs.
17. Termination. No termination by Purchaser for default shall be effective unless, within fifteen (15)
days after receipt by ABB of Purchaser's written notice specifying such default, ABB shall have failed to
initiate and pursue with due diligence correction of such specified default.
18. Export Control.
(a) Purchaser represents and warrants that the Equipment and Services provided hereunder and the
"direct product" thereof are intended for civil use only and will not be used, directly or indirectly, for the
production of chemical or biological weapons or of precursor chemicals for such weapons, or for any
direct or indirect nuclear end use. Purchaser agrees not to disclose, use, export or re-export, directly or
indirectly, any information provided by ABB or the "direct product" thereof as defined in the Export Control
Regulations of the United States Department of Commerce, except in compliance with such Regulations.
(b) If applicable, ABB shall file for a U.S. export license, but only after appropriate documentation for the
license application has been provided by Purchaser. Purchaser shall furnish such documentation within
RFP 5596
������ Form 50-490 General Terms and
Exnibit � Conditions of Sale
a reasonable time after order acceptance. Any delay in obtaining such license shall suspend
perFormance of this Agreement by ABB. If an export license is not granted or, if once granted, is
thereafter revoked or modified by the appropriate authorities, this Agreement may be canceled by ABB
without liability for damages of any kind resulting from such cancellation. At ABB's request, Purchaser
shall provide to ABB a Letter of Assurance and End-User Statement in a form reasonably satisfactory to
ABB.
19. Assignment. Any assignment of this Agreement or of any rights or obligations under the Agreement
without prior written consent of ABB shall be void.
20. Nuclear Insurance — Indemnity. For applications in nuclear projects, the Purchaser and/or its end
user customer shall have complete insurance protection against liability and property damage resulting
from a nuclear incident to and shall indemnify ABB, its subcontractors, suppliers and vendors against all
claims resulting from a nuclear incident.
21. Resale. If Purchaser resells any of the Equipment, the sale terms shall limit ABB's liability to the
buyer to the same extent that ABB's liability to Purchaser is limited hereunder.
22. Entire Agreement. This Agreement constitutes the entire agreement between ABB and Purchaser.
There are no agreements, understandings, restrictions, warranties, or representations between ABB and
Purchaser other than those set forth herein or herein provided.
RFP 5596
�
N
i
�
�
�
.�
�
L
�
L^'
W
�
O
�
�
U
Q
•
J
O
V/
w
O
�
�
�
a
z
O
�
�
0
C�
�
O
�
W
N
�
C
O
U
�
L
i--�
�
�
�
U
L
0
�
0
Z
�a
� t�
� r �r>
� ��
� ,,, �
��
,n � I
l r „ „ rr ;,,p �,`t.i,�..
� r,l i
CCJ .
'aM � . .. ,w _
P .... ���.f
9 �.
a
' � r� � N � ....... ��R
� ri �
!r
� ...._ ... . a
,?
t�' rr �,� li. I
ivy r,r1 f......:t
i
a' 'i
� � V
�� r,
�r c;i
ia
i i �ir
+ � fl"
tr"
,�, Exh�bit I�
�, > �, �
� ��
�' „ � ��� r , �
t
r,� , ��� , r r ', � r'��
�; i i c! � ,w r
�!'. n'' rv � i a.r�.
.,�y ��ri 1 ( vl R
tli � �, Yil ' ` yi}
�� Il � yl Y - UI UI .f J . �}
�I I� rd [�f� t �i
txr � ri' � �'�; , i ,—' ;� � �. [y �" �
rr x �. I I 0 f I u7 ��r ip' J
i� r r] I I I[ �� ^
�. Ilv l
"t� v r I i r� f -� �� F�
,.��� r`� i,� ,� I I�i .�, f t Y �
n� I I�' i f
�r�n cr�i I i [ � l .,�g
,x' � i"� �,� r a �I �I r�1 � I � � � �^� i �
r'. n t ir �� u/7 I I 0 i t irr
'�. i '� t � i � / I I �.% " ; � C t� � .r
i i � r° s i a� �' j�� �(". ' i i„�` i��' ��.� I
'����"'n�� � r� � �rDra� �I ��a
n/� r� � � I s�„ {) I F"N "Y t
Y I^I` 1 I I, f i a � lVl % U4 � Y Y �� � �� 6 �
•,�;.T�i +±: v. ��� �anircivr :� Ir ������f.
i rv-� ^1 r7 a.a iN r i+'. i n �'- �� ti
%ca vr>
�". cCr
C,} ��w�,
° �M
�
��w�
,� .
�
, �:_�
��
��
,
�,
��\ a.
a iea I w
! �
A� t�' o � �t� �
� I� 1
��y z. I r I Ii7
ii 1 0 cE
b p"J
a
� s � <r a� � ^ t-I
� c� v � Ca � i
� � n � k �
y r} �
n �
� i � � r....
ri 1fJ
Y.� X�. i , ra �
' �� �� m'A� i � � � � �' y
r'� �� �!� � � � ��� "�
�i t/4�vi I n i d�.5 i`� �
�' K'M �° �" � � I � b
*
" �y I .Y. rv" [a M1e
/ f q' � t al �F @'. Y� � ..
"� � 4X
�I 5 q i ,,, , , .,
k .t � d � �ri
t� rt� r�r,, ��' �� � n�' �M /�� M
/ f✓I r%X
�
,? r h a,r a � ,r7 , c� � C7
��...�i . :. �
' �"�d r.._� .7;. �..,'�
�� ��:
� �
�
rt ; �a w�
f� f, .� �� �,� .:�
.., �_j,l I � � x �
� a ��
� �w
� � �,'�� � ��
� �
�� ��
n' � er: cx w
.. ;.._. , ..'�... o q
f�� ) n
'�. i " ' v' �n
,,r �.� "j ; '''��
,�� �y � �� ; ,, w
� ir,� v a'
�: ,, �Y y n Y � �
� . I� 'F� .. � -�
:..?:I � /_". C1 �a �
d �
� .. A�„ �y IIIIIIIIIIIIII�mIIIIIIIIIII E+ Cs
" ".i '"..,II III�II�II�IP�III�II�II�II CaJ''�
0
�I�IVIG �" \
— a:� IIII�III�III�@IIII�III�III�@ �, �
�(�� ,� �
� �s „�iii ,
F
�x� ra
�a r
�" �a
,
� ��
�w.
��.
�
� -�� �;� ,�
,
f—� a
.,s.'..''�,..
..,.p. �e...� „ a�
1...�..1= aa..�me...,,,
a:,
<,,�,--• _:�
�� �.�
�.],N._ .r ,nr
, �a.
�, �.�
f"�
��.
i�
'� �
�. � o r.'.."� o
�'
�
i
�
�
�
�
•�
L
�
L^'
W
�
O
�
�
U
Q
�
�
J
Z
�
�
�
�
�
�
0..
Z
O
�
Q
�
O
C�
�
O
�
.
a�
�
�
�
U
�
L
�1--�
�
�
�
U
�
O
�
O
Z
0
�
�
�
n
I
�
<a����
;,,�
<a
�� «,
��
I �
� M.
a• d ,� rr �
,,. r i �ir I�.:�..�. ��,,,
�� _�'� � ;„�''I
. ... �.v .... .......... ...p �I...... �tl ��
C ) � III 'u
6V �'i �.,�""' �.� I F') Fl �C%I
f!J k � r'
I � i K u
x , rr ��
��ak�� ,e�� l�� '�0'�,7'
�., � , ,� � �k
c, �� �� �
�� i�r��r..'�
r i i � � � i
<;'a�'
� t .�
) � —�r
7� � ��
.. , } �� YI ...
�,�
;,�,a
, �
' "'�, r�.
,;
,,, Exhibit D � ;? �;
� ��
,.
�, er; � r." � o, ;� �;
n ,°,� � f.: ,9 cr '
�:e' v- �r' ..%
"r ^ � v �a �.� �o ,.
� ^- cri . �.. j" � ;'�!�
fCl IfY: . ....i[ � .
� � t> cn a I ��'r,',
�.i nu� `!o,.��� r'
e �,�-.j a;?;:�'�c�'� y
i i I V e l
^� (�. I I Y 4 f
"�^ ��� r , �i � ' ��i �
n crr r i I�i �c' x� I
��a. .t t€i �':i � i�s' �e.� {
�«r ,.N L f I vi �'� 8
n" � Cli �l I�� 4`.°i I
�,� r vn `;�� l i� wr Cs
r i f�t uy� y r x i i�:' u Ir
i I c�t �;
'� rt t � `^ �' � i l c� � � � ti�
(/? [�� r'1 C 41] �:� �:.
lil C 1 !/' G" UI
4 { +S; 41 }_M1 IAf
V'„1 � "{ .•" t!1 ,: � I CY CY} F[l VI
„i" . r I r] e�f" V„YJ ,�. 6V NI'il'� 4!$
r;
:ii''� +n
�� t "'� �
{ ��r.. ui
� iu ArF �
o ' ;q
t
^ � � � ri_'
r !�
� � 1;F.0 y�l G�
x � I`
(� £- rr
����w�� n �;:
et iir�
ez
� U ^� � C3 ��4
� IUl I�ff} ry " Vl
,
d'N.. I"x.. ���%fl...',. CYf 'G fC�
��,_(II I
I�:u.raN �z��
Pe �
<:,c� ��c
I � i. ��a i.:N� �M� �---
s��., c�s
'x ° �„
.,
� �
m
�
� n ,
i-0
I �
� , cu
� C'r
� -0�I
4,% �
� x
'rr.,. @y 'r
r �
4.5 I
[1 � �^ ii vp�
� � ••�
� �� }. -04
'-r r.. :�:', �
e✓x
a ''�
/ G+
l .. �..:� U?.
�CT�
M}
— � ;•,v €n C7 C7
,` � �
``� �' �; � x
` c.,r r H �
� 4a! r.r w w
�
I...
ci< v+ I ;c
c::i � �
o.a: ;;.' � w
"_""� � Iph C�
�j� .:[ ry ti O
...P... r� � � �
I....... fe' O �
It tCi W
� V
;J ! r
��} I a.� :1
"�"`r':r �w
�.. i C?.: u � �
� � �.... �
�, .. �, �;
, [:, �
�. w
I�IIII�u H Q
�I������V IIIIIIIIIIIIIIIIV ; \
�IIIIu F °
��������V � �
�����IIIIII� ,'�;,;;,;,;�
1r
,
�� ,,�.
�,�r
�7 r�;'
�„ a
�SF ,
I ,.
,�I �,, �
� I �; � ��; rr, �
, ,x�
�
,,
r u
� ..
� , �
�.
;� � �
��
. ,.� ,,
r'7 0............i
V.i.Y al r.....
f)
f 1.... rp �
._........ � „x. rv, ,�
r'i.i
��,�