Loading...
HomeMy WebLinkAbout1970_GENERATING STATION #5 COOLING TOWERS 1 1 ~ I w ♦ 1 I 1 ~ . of 1 10 SPECIIA CATIONS AND D000INIENTS MUNICIPAL ELECTRIC GENERATING STATION UNIT S CITY OF DENTON, TEXAS COOLING TOWER SPECIFICATION 4904 • M•10A CONTRACT ISSUE THE MARLEY COMPANY 222 West Gregory Boulevard Kansas City, Missouri BLACK & VEATCH Consulting Engineers K:ursas City, Missouri 1910 tir y+;a- s~' f f CITY OF DENTON, TEXAS MUNICIPAL ELEC'T'RIC GENERATING STATION UNIT 5 SPECIFICATIONS AND DOCUMENTS FOR COOLING TOWER SJecification 4904 M-IOA TABLE OF CONTENTS Pale thr'a Page BIDDING REQUIREMENTS Advertisement Instructions to Bidders A-1 A-2 Proposal B-1 B-4 Proposal Data C-1 C-4 The Marley Company Letter Dated July 8 1970 D-1 P-7 The Marley Compa?W Letter Dated July 13, 1970 CONTRACT FORMS ' Basis of Contract Award BA-1 a~ r Contract Agreement CA-1 CA-2 ' Performance Bond PB-1 PB-2 CONTRACT REGUTATION5 General Conditions Special Conditions GC-1 GC-15 SC-1 SC-6 SPECIFICATIONS PART 1 - GENERAL REQUIREMENTS Y. Section IA Description and Scope of Work IA-1 1A-3 1B General Equipment Specifications 18-1 1B-5 1C Engineering Data 1C-1 1D Motors ID-1 1D-7 (D.ENTON, TEXAS - 4904 } (COOLING TOWER - M-IOA) : 0727701, Yu i t y, 3 r t Y i3 i t, PK. z+ 'T'F°'r e.L7h v t Y t rY4 z .:y ~.:D .v ~ J.ir Page thru Pare PART 2 - TECHNICAL REQUIREMENTS Section 2A Design Criteria 2A-1 2A-2 } 2B Cooling Tower Construction 2B.l 2B-$ Specification and Data Sheet - Motors Sheet 1 of 1 PART 3 - ERECTION Section 3A Cooling Toner Erection 3A-1 3A-7 „ a a i ' (DOIT6N Z'vm - 490 ) (CQOLINO TOWU M-10A) TC 2 040'70 •y,M~`;S.d~s '.r4 i• $7. ADVERTISEMENT COOLING TOWER FOR DENTON, TEXAS Sealed bids will be received by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m. Central Daylight Time on July 6, 1970 then publicly opened for furnishing and erecting ONE COOLING TOWER Prospective bidders may examine copies of the specifications at the office of Black & Veatch, Consulting Engineers, 1500 Meadow Lake Parkway, Kansas City, Missouri. Specifications will be issued only to those bidders who have been deter- mined by the City of Denton, Texas, to be qualified to bid. Determination of a prospective bidder's qualifications will be based entirely on written evidence submitted by the bidder in duplicate to the City and the Engineer not later than 21 days before the time set for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment available to do the work properly and expeditiously. Has an adequate financial status to meet financial obligations incident to this work. Has adequate technical knowledge and practical experience. Has no just or proper claims pending against him on other similar work. Has designed and manufactured three or more units of a similar typo and rating, operating under equal or more severe service conditions than the equipment specified, and each of which has been in successful commercial operation for 3 or more years in central station power plants within the United States. The evidence shall consist of a selected listing of the units, indi- cating the Owner's name, location, date of initial operation, rating, operating conditions, and type. The listing shall be specially prepared for this particular bidding and shall list only those units falling under the above requirements. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) A-1 060370 Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black & Veatch, P. 0. Box 8405, Kansas City, Missouri 64114). All bids must be made on printed contract document forms included in the specifications. When filed with the Purchasing Agent, each bid shall be accompanied either by an acceptable bidder's bond, a certified check, or a cashier's check on any solvent bankq the amount of which shall be not less than 5 per cent of the amount of the bid. The bid security shall be made payable to the City Treasurer of the City of Denton, Texas. Bid security of the su.:essful bidders will be returned when their contracts have been signed, filed with, and approved by the City. Bid security of unsuccessful bidders will be returned on award of contract or rejection of bids. No bid may be altered, withdrawn, or resubmitted within 60 days from and after the date set for the opening of bids, The City of Denton, Texas, reserves the right to reject any and all bids and to waive defects in bids. CITY OF DENTON, TEXAS John Marshall Purchasing Agent I (DENTON, TEXAS - 49o4 ) (COOLING TOWER - M-l0A) A-2 00170 INSTRUCTIONQ TO BIDDERS B.1 GE'NERA L. These instructions apply to the preparraLion of proposals for equipment, materials, and related work for the Cl Ly of Denton, Texas, acting; through its Public Utilities Board and City 1;r)uncil, hereinafter referred to as the "Owner". B.2 PROPOSALS. Proposals shall be prepared and submitted in duplicate, each copy containing a complete bound copy of these contract documents. Proposals which are not, prepared in accordance with these instructions or which are submitted without a complete bound copy of these contract docu- ments will imply that the bidder does not intend to comply with all oO the contract conditions and such proposals will be considered irregular. B.2.1 Preparation. Each proposal shall be carefully prepared using the proposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where th,: forms provide for figures only. Each bidder shall list in the space provided in the proposal form all exceptions or conflicts between his proposal and the contract documents. If more space is required for this listing, additional pages may be added behind the proposal form. If the bidder takes no exception to the con- tract documents, he shall write "None" in the space provided for the list- ing. Proposals which do not comply with this requirement will be considered irregular and may be rejected at th? discretion of the Owner. In case of conflicts not stated as directed, these contract documents shall govern. The bidder shall not alter any part of the contract documents in any way, except by stating his exceptions in the space provided on the proposal form. The bidder shall staple or otherwise bind, with each bound copy of con- tract documents submitted, a signed copy of each addendum issued for these contract documents during the bidding period. The bidder shall assemble all drawings, catalog data, and other supplementary information necessary to thoroughly describe materials and equipment covered by this Proposal, and shall attach such supplemental information to the bound copy of these contract documents submitted w th the Proposal. B.2.2 Signatures. Each bidder shall sign the Proposal with his usual signature and shall give his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by a corporation shall be signed in the name of the corporation, followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation. The names of all persons signing should also be typed or printed below the signature. (DENTON, TEXAS - 4904) 102769 B-1 A bid by a person who affixes to his signature the wor,i "president", "secretary", "agent", or other designation, without JS»(:losing his principal, will be rejected. 'rlhen requested, satisf'iir.,tory evidence of the authority of the officer signing in behalf of the corporation shall be furnished. Bidding corporations shall desij{ruite the state in which they are incorporated an,,J the address of thi.-lr principal office. b.2.3 Submittal. Proposals shall be submitted in a sealed envelope addressed to the CITY OF DENTON, TEXAS, Attention: Purchashing Agent, and endorsed on the outside of the envelope with the bidder's name and the name of the work bid upon. B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted +At any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days thereafter. B.3 PROPOSAL GUARANTEE. Each proposal .shall be accompanied by a certified check or cashier's check drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the State of Texas in an amount of not less than 5 per cent of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Denton, Texas, and the amount thereof may be retained by said City of Denton, Texas, as liquidated damages if the bidder's proposal is accepted and the bidder fails to enter into contract in the form prescribed, with legally responsible surety, within 10 calen- dar days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed 60 days pending the execution of the Contract Agreement and Performance Bond by the successful bidder. BA INFOR14ATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each principal item of equipment or material he proposes to furnish. He stall also submit therewith drawings and descriptive matter which will show general dimensions, principle of operation, and the materials from which the parts are made. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregular. The above drawings submitted by the successful bidder will be retained by the Owner. Any material departure from these drawings as submitted will not be pe;-mitted without written permission from the Owner. (DENTON, TEXAS - 49014) 042969 B-2 Verbal statements made by the bidder at any time regarding quality, quantity, or arrangement of equipment will not be considered. If alternate equipment or materials are indicated in the Proposal, it shall be understood that the Owner will have the option of selecting any one of the alternates so indicated and such selr.ction shall not be cause for extra compensation or extension of time. B.5 'FAXES, PERMITS, AND LICENSES. The bid price stated in the Proposal shall include all taxes, permits, and licenses which might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, use taxes, occupa- tional licenses, and other similar taxes, permits, and licenses appli- cable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this pro- vision shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he shall state in his proposal whether this item has been included in his bid price and the amount of the applicable tax, permit, or license in question, B.6 TIME OF COMPLETION. The time of completion of the work is a basic consideration of the Contract. The Proposal shall be based upon com- pletion of the work in accordance with the specified schedule. It will be necessary that the bidder satisfy the Owner of his ability to complete the work within the stipulated time. In this connection, attention is called to the provisions of the attached Genera). Conditions relative to delays and extensions of time. B.7 BOND. The contractor to whom the work is awarded will be required to furnish a Performance Bond to the City of Denton, Texas in an amount equal to 100 per cent of the contract amount. The cost of the bond shall be included in the lump sum bid price. The bond shall be executed on the forms provided, copies of which are attached hereto, signed by a suret, company authorized to do business in the State of Texas and acceptable as surety to the Owner. With the bond shall be filed copies of "Power of Attorney", certified to include the date of the bond. B.8 LOCAL CONDITIONS. If the work includes field construction, fur- nishing field labor, or furnishing of field supervision, each bidder shall visit the site of the work and thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work and the cost thereof, including the arrangement and condi- tions of existing or proposed structures affecting or which are affected (DENTON, TEXAS - 4904) 042969 B-3 b:! the proposed work, the procedure necessary f`1' rr; lhd,c,nance of unin- terrupted operation, the availability and cost of labor, and facilities for transportation, handling, and storage of materials find equipment. It must be understood and agreed that all such factors have been properly investigated and considered in the preparation of every proposal sub- mitted, as there will be no subsequent financial adjustment, to any contract awarded thereunder, which is based on the lack of such prior information or its effect on the cost of the work. B.9 ITITERPRETATION OF SPECIFICATION;. If any prospective bidder is in doubt as to the true meaning of any part of the proposed contract documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued, ani a copy of such addendum will be .ailed or delivered to each person receiving a set of such documents. The Owner will not be responsible for any other explanations or interpre- tations of the proposed documents. It shall be the responsibility of the bidder to advise the Engineer of conflicting requirements or omissions of information which are necessary to a clear understanding of the work before the date sPt for opening bids. Those questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. B.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to • accept the bid which, in is the lowest and best bid; to reject any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of closing will be returned unopened. B.11 CANCELLATION CIURGES. Each bidder shall submit with his proposal the date any cancellation charges would commence and a schedule of the applicable cancellation charges as provided for in Article CC-19 of the GENERAL CONDITIONS. (DENTON, TEXAS) 102769 B-G PROPOSAL City of Denton, Texas City Hall Denton, Texas Attention: Mr. John Marshall, Pi;rchasing Agent PROPOSAL FOR COOLING TOWF.R BID N0. 70-6722 Gentlemen: The undersigned bidder having read and examined these specifications and associated contract documents for the above designat•!d shipment does here- by propose to furnish and erect the equipment and provide the services set forth in this Proposal. All prices stated herein are firm and shall not be subject to escalation provided Proposal is accepted within 60 days. The undersigned hereby declares that the following list states any and all variations from, and exceptions to, the requirements of the contract docu- ments and that, otherwise, it is the intent of this Proposal that the work will be performed in strict accordance with the contract documents. Continuel on Page C-4 (DENI'ON, TEXAS - 4904 ) (COOLING TOWER - 14-10A) C-1 060370 BASE PROP0314-L TLC ui,d~_•rsigned bidder hereby prop^res to furnic}; rect er,e coolie tower unit, with PVC fill, co:rplete fob 1:w lei ❑i ;;i,•,•, Station plant e,ite, Denton, less, in acconiance wil t1~ ~`'1'"rating and associated contract doeu°sents listed in GENT-TAI, f:. g~cArticlt- lr GC-l, for the firm lump sum price of t . I ,r~ flan^rr l , , . tw. Price in Words ALT~TE PROPOSAL The undersigned bidder hereby proposes to furnish and erect one cooling tower unit constructed of all douglas fir or redwood complete fob M•inicipal Electric Generating Station plant site, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of A Luo(,'roo' ninety Llrout•arjd tiv, i,LII,,Art', twt,nt', r;,,fI r5 ~';,rc. hto:i6retl tw-.rity (fIC thous3n,' ii rt ,'ill i rij col lays ( i,~ 11930) Price in Words The undersigned proposes that he will perform the majority of the erection work with his own forces and that specific portions of the erection work ` not performed by the undersigned will be subcontracted by the following subcontractors: Work Subcontracted Name of Subcontractor ?f~nn The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named herein, and that no ether persons or firms than herein mentioned have any interest in this Proposal O:- in the Contract Agreement to be entered into; that this Proposal is made with- out connection with any other person, company, or parties likewise sub,.litting a bid or proposal; and that it is in all respects for and in good faith, with- out collusion or fraud. (MTON, TEY.AS - 4904 ) (COOLING TOWER - N,-10A) 051870 c-2 If thfe Proposal is accepted, the undersigned bidder agrees to submit draw- ings and engineering data in accordance with Section 1C and to complete de- livei-f of equipment and materials in accordance with the shipping schedule specified in Section IA. The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is of the essence. Dated at Kansas City This sixth day of July 1970. Bidder 11ME HARLLN Compfi M SEAL By h!► ~KX Title Vice President, Snles Attest: Business Address of Bidder The Marley Compsr~v 222 west Gregory Boulevard Kansas City, Missouri 64114 State of Incorporation Delavaro Address of Principal Office 222 west, Gregory Boulevard DCduct: If HDG steel mechanical equipment supports are acceptable In lleu of aluminum: Proposal A $9130 Proposal B $7435 (DENTON, TExAS - 4904 ) (COOLING TOWER - M-10A) C-3 040170 Variations from, and exceptions to, the contract documents (continued from Page C-1), (DENTON , TEXA,S - 4904 ) (COOLING TOWER - M-l0A) C-4 040170 PROPOSAL DATA D.1 GENERAL. Each bidder shall submit complete and definitive infor- mation on his offering in sufficient detail to permit a complete analysis of the bid. The requirements stated in the INSTRUCTIONS TO BIDDERS relative to information submittal shall be followed. The requirements for information contained in this section are basic requirements. Additional information shall be provided as requested by the Owner. The blank data sheets included in this section shall be completely filled in. The data listed thereon shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed specifications. The data sheets will be reproduced by blue line printing. Make all entries thereon boldly with black ink or by typing with a carbon black ribbon. Do not use ball-point pens or blue ink. D.2 PERFORMANCE CURVES. The tower performance curves specified in Section 2A shall be submitted with the Proposal. D.3 DRAWINGS. Drawings shall be submitted giving the following infor- mation:` Tower basin requirements Major tower dimensions All major drawings shall be in sufficient detail to permit preliminary plant arrangement studies to be made. D.4 SUPPLEMENTARY INFORMATION. The following supplementary information shall be submitted: Complete details of tower construction Details of fans, speed reducers, accessory equipment Note: Write entries boldly with black ink or type entries using carbon black ribbon. Do not use ball-point pens or blue ink. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-1 040170 r. Mtirj~i ' Hi rider's Name) BATA Base Alt' }-ro, _ ,r> D. 5.1 General Data Manufacturer of cooling towers Ae r?u r1 ~ ,.,,,I Tower model number _651';-4-i35f'tf1F~t,~l Type ~'r4ss Flow Number of cells Overall dimensions of tower, ft Length 181, / f fi f / Width 67 r t. / Height, basin curb to fan deck 35'-40' ~r Cell frame size 361 Basin internal dimensions, ft Length 181' UP Width 51' ~fl '.deights, lb Total. dry '(o6, oo0 Total, operating 1,141,140 Lumber quantity, gross total board feet 130,100 zTAffO Nut applicable to thi:, Ct,r,t,r. u• a .a • .r • (DENTO?F, i'EXAS - 4,904 ) ( COOT ING 'I'ri,,'F,F( - M-10A) J~.Ol'rO . iIi,: Marley CoTaan (f,idder's Name) Pa3c Yro1.<~;:~i Alt ProFosal ' A Water inlet connection Number A/ Size and type 54" d1i,nF _er _ 6644/ List of maintenance tools and equipment furnished with the tower ,e F2e~yyi red _ D.5.2 Performance Data Water loading, gpm per sq ft, filling cross section projection perpendicular to air flow 9.26 f~/•1Ct Air velocities, fpm average Through inlet louvers 433 Fan stack outlet 233 Water to air ratio, lb per lb 1.566 'Water losses, maximum guaranteed at design conditions, per cent Evaporation 1.4 NN Drift 03% /./M Total 1.43 Maximum allowable basin level fluctuation 1'-O" n u (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-3 040170 iht' r'{!1 S'1CY LOfGDbI~'r _ Bidder's Name Base Proposal Alt Proposal Pumping head measured above the top of the basin curb, excluding riser friction, ft TDH 33-76, Fan performance, each fan at design ' conditions Power, hp 59 v?~ Air flow, cfm 935, 000 ~1'A~l ~,tnh Air density at fan, lb ' per cu ft .010 Total static pressure, P18 in. H2O Fan discharge velocity head, in. H2O .086 D.5.3 Materials (by lumber grades ' or ASTM numbers where possible) Frame Trented Fir Casing Corrugated Pabestos Cement Jboard Fan stacks Glass Reinforced Polyester Fill PVC T'l~6 cad/Yj/ Fill support grids Glass Reinforced Polyester _ Drift eliminators Treated Fir Partitions Treated Fir Hot water basins Treated Fir Louvers Corru a.~ ted FSLe .:os Cem,nt i o5 i rd' ete J 1 edvoo~; Stairs and walkers re v• c * Includes Veloc•it.y hr~frf 9 (DENT0N, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-4 040170 flr Fr t;am anv Bidder's Name Base Proposal Alt Proposal Water distribution headers r - I Glht, Distribution nozzles or orifices ~l'rpropylene Shear connectors Glass Ruinforrcd Pol ester & Cerr.mi Joint connectors , Glass Reinforced Polyester Base castings $poxy Cor:Led CalvAnS7ed Cast Iron Header straps , Bolting , Bronze Nails • Stainless Steel D•5.4 Structure Column size, in. L" x 4" Column spacing, ft x 8, Filling support members, size, in. 1i x 4 Horizontal spacing of filling support members, ft 1'-9" APATI Fan deck , Joists size, in. 1 x E Lumber thickness, in. 1 1Al /V/4r Y Maximum safe loading, lb per ' sq ft 60# Thickness of cell partitions, in. 1/p" Access doors, number v (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 D-5 . Bid9~r's Name Base Proposes] Alt Proposal D.5.5 Louvers Louvered area, total sq ft 11,05, 111 D.5.6 Fill Dimensions of fill, in. i Wetted surface area, sq ft 209, 225MON/ Effective splash surface area, sq ft `x,505 Effective cooling volume, cu ft 194,400 Filling height, ft 30 10 Water fall height, ft 30 a~ Number of filling decks 45 Vertical spacing between each filling deck, ft Horizontal space between adjacent filling strips 16 0/ . Total wetted surface area including filling, sq ft 3142,931 I'll/r"vt) Drift eliminators ' Area, sq ft, total 11,050 WON Number of passes 2 D•5.7 Fans ' Manufacturer 7'ne Mhrley CoMLLLy Type HPL _rj Number of fans per cell a• 1 X q• (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-6 040170 ter. Bidder's Name Base_ Pro;xjsal Alt I-roposal Diameter, ft speed, rpm ` Tip speed, fpm Number of blades per fan 8 Blade material Glass R lr~i'crced Yol~E ~tF Hub material Cr'iva Steel D-5.8 Speed Reducers and Drive Shafts , Manufacturer I'he Marley iompany 34 Model number , Gear type Spiral Bevel and Helical Gear ratio 13/1-Efficiency, per cent at full load 98% Power rating, continuous, horse 150 power Service factor, AGMA ? p/ Drive shaft • 5 ' f,Pl Diameter, in. Material Stninless Steel Couplings Manufacturer The idarley Company Type ~ Non-L+~urirar/cd Neoprene Busted q (DENTON, TEXAS - 4904 ) D-7 (COOLING TOWER - M-10A) 040170 _ `rx M:,rl,?y :or, -,Fidder's Name) i I F A!i' DATA ' D. 5.1 General Data ' Manufacturer of cooling towers , 71,! Mr,rl.^y i,~_ 'tower model number b8d5fJ+~Al+1'/__ f~df~~1,Jt:l,/ 'type rlli~~ ~/~t(6~/ Number of cells Overall dimensions of tower, ft ' Length Width till Height, basin curb to fan deck Cell frame size Basin internal dimensions, ft Length Width ~X) 311/ Weights, lb Total, dry /lJ/` Total, operating 9dY>'Y9~! y I4NN Lumber quantity, gross total board feet,!`/!9'! ~'~l1lJ~'~!'! u• a • * 'dot ripl; l i -able to this (Dr'NTON, TEXAS - 6904 ) (COOT-ING TOWER - M-10A) U4017o Phe Marley Co r, .~~ry t3idde r's tJe.-e) i;n:_e E'rT v:;rsl Al_t_Prolo,ai H Water inlet connection ' Number • Size and type List of maintersance tools and ' equipment furnished vith the tower D.5.2 Performance Data ' Water loading, gpm per sq ft, filling cross section projection perpendicular to air flow Air velocities, fpm average Through inlet louvers OR 68b/ Fan stack outlet AMI Water to air ratio, lb per lb /f,6A Water losses, maximum guaranteed at design conditions, per cent Evaporation d.l k Drift M AI Total low Maximum ellowable basin 1r:vc1 fluctuation v ( DYNT riii, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-3 040170 ' T1~e hi + r v ~ n T iddor's Name) 5ase trot r.;~,t Alt Proposal Pumping head measured atove the top of the basin curb, excluding riser ' friction' ft TDH Fan performance, each fan at design conditions Power, hp Air flew, cfm Air density at fa,,, lb ' per cu ft Total static pressure, in. H2O 1• V Ll3A it Fan discharge velocity head, ' in. H2O i D.5.3 Materials (by lumber grades ' or ASTM numbers where possible) Frame A'fp/+kkA/f'Qk Casing ~b,~~G~I~A/A/tk76kFkbf/~Ck~JfuV1~1 Fan stacks 6~1i11Q/~' ~k~d/Pbdd'kk4k~ Fill Fill support grids Ubkk/ftMhtM041rJ61~AkAkkI Drift eliminators 1k1+/~ A/FAd/ Partitions fiFkfud/Ari/ Hot water basins t~'/~f+kkA/~tik/ Louvers C,Evf~!//3A16I~kfh,4bt~C/hktr4i'ft,~F.~ Stairs and walkways l4kL!kp/F'dE! c, sa y4. ( DEN TON TExAS - 4904 ) (COOLING TOWER - M-10A) D-4 040170 ~ ~ ~ gun rl rr L m Bidder's Name Ba ;e Yt'go r,.ri'. Alt YrcF ,shi Water distribution headers Y_ Distribution nozzles or orifices ~ Shear connectors , ,loint connectors •~/1~1~4~~/F/3t ~,tf n1 Base castings 6r#k(//P',NMA Heider straps , Bolting Nails - - - D•5.4 Structure Column size, in. Column spacing, ft Filling support members, size, in. Horizontal spacing of filling support members, ft Fan deck , Joists size, in, Lumber thickness, in. Maximum safe loading, lb per sq ft / X01 Thickness of cell partitions in, Access doors, nu_taber~ . I/ a• F1 (Di;tiTON, TEXAS - 1:904 ) (COOLING TOWER - M-10A) . ()401410 D-5 ISrdder+s Name Base I'ro~:o:~u1 • i--^--,--. lilt P2'OP0SaI D•5.5 Louvers ; Louvered area, total scl ft Id'~~lud D.5.6 Fill Dimensions of fill, in. Wetted surface area, sq ft N~~ lJ4 Effective splash surface area, sq ft (d1/~~(rfl( Effective cooling volume, cu ft Filling height, ft Water fall height, ft Number of filling decks Vertical spacing between each filling deck, ft Horizontal space between adjacent filling strips AVY Total wetted surface area ' including filling, sq ft ~yl~r} ~~i,✓1`i~/ Drift eliminators Area, sq ft, total ' Number of passes D•5.7 Fans Manufact ursr19~Afflt~l}~IJFI~!'/ Type IN/'/0 Number of fans per cell q' v ( DEN rY)N, TEXAS _ 4904 ) (COOLING TOWER - M-10A) 040170 D-6 97ic Mnrlc ~'ompr m , -~fdder'a Name Rase Pro x~raal Alt 1'roposa2 Diameter, ft Speed, rpm Tip ap°ed, fpm • YY~I~/ Number of blades per fan Blade material Hub material D. 5.8 Speed Reducers and Drive ' Shafta~-`~ " Manufacturer YVV A(dVYdy /dd.jV jaj Model number . 3`11 Gear type /s/~YYdY/iddddY/Jtld'/bI~YY~~IY Gear ratio • MY Efficiency, per cent at full load /74 NW, Power rating, continuous, horse ' power lYg7 /Y74' Service factor, AGMA / Drive shaft Diameter, in. Materiel Couplings Manufacturer 'e /Y1V111N'1VVF1tAH lddrld~ild/IAlsdr'1 q. - (DFdiTON, 2rEXAS - 4904 (COOLING TOWER - M-10A) ' 040170 D-7 THE MARLEY COMPANY July o, 1970 Mr. Douglas Blackburn Director of Utilitiev Municipal Utility Building Denton, Texas Reference; Cooling Tower L ProPoral Specification 4 3ff4-h;_10A Dear Sir; This it to further clarity our proposal; we have included Sales and Use D Trxes. In the event the contract is split to show labor and .rateriats separately, and a proper tax exemption certificate is available, you may deduct. $12, 730 from o,sr base proposal "A" or $10, 493 from our base proposal "B". Very truly yours, D. G. Deuvall cc; Black & Veatch Kansas City, M.ir sourl Attention: Mr. R. Ar.. Ellis DGD:Ib bcc; E. T. Ge=seli - Dallas D. V'. Dwyer - Kansa- City Sates 14 F PR f Sf N Tf ±E r r :wa o M A R L E Y rv vr~~r , ~s W( (.CO SALES, INC, r u rlox ;113 BUTLER S77EIT VALLAS, TEXAS 757:15 PHONE: 214 671 8150 Nr. Douglas Blackburn July 13, 1970 Director of Utilities Denton, Texas Subjects Marley Company Proposal Municipal Electric Generating Station Unit fS Dear Sir! We wish to clarify Marley's Proposal of July 6, 1970 and offer the following alternates. Since we took no exceptions to the specifications, we were offering 1 1/2" x 6" Tongue and Groove Treated Lumber for the fan deck but Inadvertently called out 1 1/8". If Marley should be allowed to furnish 1 1/8" treated laminated exterior fir for the faa deck, the deduction will be $20000.00. If the City wishes to use 8 carbon steel drive shafts and 4 carbon steel shafts in the 046 intermediate bearings, you may deduct $5,320.00 from the propose!. If these shafts are to be epoxy coated, the addition will be $800.00 or a net ` deduct of $4,5:0.00. If the Bypass Type Oil Filters with replaceable cartridges are omitted from the Gearaducers, a deduction of $240.00 each or $960.40 will be allowed. If 14' high Marley Molded Fiber Glass Reinforced rolyester Pan Cylinders are furnished rather than the 18' high as offered, a deduction of $I,300.00 each or $6,000.00 will 1~e allowed. Since many of the maintenance tools such as tripod, dolly, track, etc., are duplicates of what was furnished on the Marley Tower serving Unit 04, a deduction of $1,200.00 can be allowed if not ordered. Please let us know if you need any additional infor•aation. Yours very truly, WBLCO SALES, INC. eel Black a Veatch, Kansas City K. Co Sales Ind. Tower Dept., Kansas City MANUFACTURERS OF WATER COOL(NG TOWFRS A!JG A01Efa FQ1J11C'N.41 BASIS OF CONTRACT AWARD The stipulations inclu(led herein were agreed upon i r. i.h~; tT.rner s accc•p ,ar:c~ of thr_ Contractor's Proposal and are hereby made a kart of the Contract F.Creement for the cooling tower and auzlliary equipme:td, to be furnished url ier Specification 49o4 M-10A. 1• The amount shown in the Contract Agrcr~rnent is ii himp sure comprised of the Lump Sum Proposal Price and the c1,3nges agreed upon and stated in the Contractor's Proposal as follows : a. Lurk Srm Base Proposal Price $3913690 b. Price deduction resulting from exemption from Texas Sales and Use Tax per Marley Company letter dated July 8, 1970 123730 C. Price deduction for eliminatio,i of requirement for maintenance tools per Marley Company letter dated July 13, 1970 13200 d. Total Contract Amount $3779760 2. The lumber for the fan deck shall be 1-1/2 inch by 6 inch tongue and groove treated lumber. (D HiTON , TP ,,XA.S - 4904 } (Jc'OLIdG 50WFR - M-10A) 072Y70 ijq_; CONTRACT AGRE;.24ENT ent#-j- ir~tr~ 1970, by rUld bi-tw,'en the CI'i"C iii' D~;ii`iCJ'y, '1'F'fA:~, 1':+[•t;~ Li. ~at•:t i'..''_ - - hr•reinaftcr called the 11 Owner`, tinrt 'i'ii E, MAhLiY CC)1~:]',^+l, ~lr;war r,rt"~t':'. _r. with its priricipn.l office in Kansas City, Misco on , Prir r,v Uf 'Ale ceco;zl "'':i t 1inri hereinafter called the "Contractor", WITN ESSETIi 'MAT WHEREA>, the Owner, has caused to be prepared, in a,•cordance with law, specifications, plans and other contract documents for the work as herein specified; and WHEREAT, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Conntract Agreement; rind WHEREAS, the Owner, in the manner prescribed by law, has det,:+rriined and declared the aforesaid Contractor to to the lowest and best bidder for said work and has duly awarded to the :,aid Contractor a contract therefor , for the sum or sums named in the Contractor's Proposal, a copy thereof bcin;, attache-1 to and made a part of this Contract Agreement; NOW, THEREFORE, in consideration of the c,-wmpensation to be Iald to the Cc,n- tractor and of the mutual agreements herein contained, the parties to thc,-e presents have agreed and hereby agree, the Owner for itself' and its successors, and the Contractor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors arui arlninistrators, as follows. ARTICLE I. i7iat the Contractor shrill furnish all equipment and materials and shall err-ct at the Municipal Electric Genersting Station, Denton, Tex,. one 5 coil uooling tower with PVC fill complete as specified and required in accorrl•,nce wi th the rroviGions of the contract documents and the Fasis of Contract Award, whicia are attached and made a I.,art hereof, rind shall execute and complete rill work included in and covered by tl e Owner's official awar" of this Contract Agreement to the said Contractor. ARTICLE 11. That the Owner shall pay to the Contractor for U,-+ work and rials embraced in this Contract Agreement, and the Contractor will accept Hall compensation therefor, the stun (subject to adjustments a provided by the contract) of THREE HUNDRED SEVENTY-SEVEN THOUSAND SEVEN HUNDR^D SIXTY MD NO/100 DOLLARS ($377,760.00) for all work covered by and included in the contr:c', award, designated in the foregoing Article I; payment to be evade in rash cr equivalent, in the manner provided in the soecifiration 3 attrached hereto. (DENTON, TEZAS - 4904 ) (COOLTffr, TOWF;R - M-10A) O7r770 CA_ ARTICLE III. That tire of completion is of the e;ence f,f the Cozitr,ict Al,re, - tna,nt, ani tli at the Contractor shall proceed with thr. r,ccvified work •ir,l i,r~ll nfor:* tt, t.hc followin,~ schedule: A11 materials and equipair.nt, shall be iel iverc 1 Lr, "Ob : it(, Lo permit erection work tv start not Erection shall be complete not Liter than Novr,mbf-r i, 19',? IN WITNESS WIiERFnF, th parties hereto hrtve exkjcutr! f thi Contract ,,`_rFCr., r ` rr, of the day and year first above written. CITY OF DENTON, TFXA.; (SFAT, ) By Attest THE MARLEY COMPANY (SEAL) By Attest Thy foregoing Contract Agreement is in correct form according to law *--:,d is Hereby approved. Attorney for Owner - (DENT0145 TEX.A3 - 4901; ) (COOMNG TOWER - M-10A) 0 '2770 CIA - i'X-?y NMM;("E BON[) r-111:1W ALL 17-1M BY that we, THE AIAM"k.i Mi:;:,ouri, hereinafter referred to as "Contractcr", a corporation organized under the laws oC the State r,f' and authorized to transact business in the State of Tr-xas, as "Surety", are held and firmly bound unto the CITY OF PENTON, 'iFIA hereinafter refltrrrel to as "Owner", in the penal sum of THREE HUNDRED i-E ViENTY-SEVFN THOUS.VID HUNDRED SIXTY AND N01100 DOLLARS ($377,760.00), fcr the payment w: rh sure, well and truly to be made to the Owner, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally, by these presents: WHEREAS, on the day of 19 , the Contractor anterol into a written contract with the Owner for f'urnishinE materials, suppli~. , and equipment not furnished by the 0•,nrer, construction tools, equipment,, and plant, and the performance of all necesGnry labir, for and in corsr.ec- tion with the construction of certain improvements described in the attached contract documents; and WHEREAS, it was a condition of the contract award by +.h(: Owner that tne,e presents be executed by the Contractor and Surety; NOW, THERFFORE, if the Contractor shall, in all particulars, well, duly, and faithfully observe, perform, and abide by each anel every covenant, condition, and part of the said contract, and the con(litions, specifice.- t•iors, drawings, and other contract documents thereto attached cr, by reference made a part thereof, according to the true intent and meaniror in each case, then this obligation shall be null and void; otl:erwise it :snail remain in full force and effect. PROVIDED FURTHER, that if the Contractor shall fail to pay a,11 just c-IrtiTl!' a.nd demands by, or in behalf of, any employee or other person, cr o)ny fire , l)ssociation, or corporation, for labor performed or materials, supplies, nr equipment furnished, used, or consumed by the Contractor or his sub- contractors in the performance of the work, then the Surety will pay the f`u..l value of all such claims or demands in any total amount r:ot exceeding' the amount of this obligation, together with interest as provided by law. THE UNDERSIGNED SURETY, for value received, hereby --,P;rees that no exten- :,ior1 of tirne, change in, addition to, or other modification cf the terns r' he contract or work to be performed thereunder, or of the sr.ecifica- cr other contract docIlm'3rit, ;ilalI in any w'sy -affect its cbIIF,ation th bond, and the Surety does hereby waive no of any such ext n- u: time, change, addition, or modification. 4904 } {Ccii`TAX,j i m-1011.} IN TESTTMONY W11'r"REOF, the Contractor has hercun',o set hio hand er.d thr +>»rety hnn caused these presents to b- executer) in its nare and its corporate aeai. to be affixed by its attorney-in-fact ro, --on this the day of 19- THE MARLEY COMYANY (SEAL) BY SURT,TY COMPANY By Attorney-in-fact (SEAL) BY State Representative (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) (DFUTON, TEXAS - 49014 ) (COOLING TOWER - M-10A) 072770 r r; 2 GENERAL CONDITIONS CC) ONTi9AC'P Lr)CU.~ 111,;. It is understood and af;re,sd that se- the Adverti merit, Instructions is l,lers, Proposal, Proposal Data, Contract Agreement, Performance Bond, General Conditions, Special Condition:, Specifications, Plans, Addenda, and Change Orders, all as issued by the Owner, and specifi- cations and en;ineering data furnished by the Contractor and approved by the Owner, are each included in this contract and the work shall be done in accordance therewith. GC-2. DEFINITIONS. Words, phrases, or other expressions used in these contract documents shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCUMENTS. 2. "Owner" shall mean the City of Denton, Texas named and designated in the Contract Agreement as "Party of the First Part", acting through its Public Utili'.ies Board and City Council and their duly authorized agents. All notices, letters, and other cornunication directed to the Owner shall be addressed and delivered to Municipal Building, Denton, Texas. 3. "Contractor" shall mean the corporation, company, partnership, firm or individual, named and designated in the Contract Agree- r;ent as the "Party of the Second Part", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized representatives. 4. "Subcontractor" shall mean and refer only to a corporation, partnership, or individual having a direct contract with the Contractor for performing work covered by these contract docu- ments. 5. "Fngineer" shall mean the firm of Black & Veatch, Consulting Engineers, 1500 Meadow Lake Parkway, mailing address P.O. Box 8405, Kansas City, Missouri 64114, or its duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. 6. "Date of contract", or equivalent words, shall mean the date written in the first paragraph of the Contract Agreement. "DV" or "days", unless herein otherwise expressly definod, shall mean a calendar day or days of twenty-four hours each, 8. "`!'he work" shall mean the equipment, supplies, materials, labor, and services to be furnished under trje contract and the carryinh out of all duties and obligations imposed by the contract documents. (DEN TON, TEXAS - 4904) (ERF CTION } GC-1 102769 9. "Plans" or "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) supplementary drawings furnished by the Owner to clarify and to define in greater detail the intent of the contract plans and speci- fications, (c) drawings submitted by the successful bidder with his Proposal and by the Contractor to the Owner, as approved by the Engineer, and (d) drawings bubmitted by the Owner, to the Contractor during the progress of the work as provided for herein. 10. Whenever in these contract documents the words "as ordered", "as directed", "as required", ""as " permitted", as allowed", or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permission, or allowance of the Owner or Engineer is intended only to the extent of judging compliance with the terms of the contract; none of these terms shall imply the Owner or the Engineer has any authority or responsibility for supervision of the Con- tractor's forces or construction operations, such supervision and the sole responsibility therefor being strictly reserved for the Contractor. 11. Similarly the words "approved", "reasonable", "suitable", "acceptable", "proper", "satisfacto:°y", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the Judgment of the Owner or Engineer, to the extent provided in "10" above. 12. Whenever in these contract documents the expression "it is ' understood and agreed", or an expression of like import is used, such expression means the mutual understanding and agreement of the parties executing the Contract Agreement. GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that the written terms and provisions of this agreement shall supersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of this contract. GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 100165 FOB uC_2 GC-5. EXECUTION OF CONTRACT DOCUMENTS. Four (4) copies of the contract documents will be prepared by the Engineer. Copies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and power of attorney, and submit all copies to the Owner. The date of contract on the Contract Agreement and bond forms shall be left blank for filling in by the Owner. The certification date on the power of attorney document shall be also left blank for filling in by the Owner. The Owner will execute all copies, insert the date of contract on the bonds and power of attorney, retain one copy, and forward one copy each. to the Contractor, Engineer, and surety company. GC-6. SCOPE, NATURE, AND INTENT OF SPECIFICATIONS AND PLANS. The speci- fications and plans are intended to supplement, but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be completed according to the complete design as determined by the Engineer. Should anything which is necessary for a clear understanding of the work be omitted from the specifications and plans, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. GC-7. APPROVAL OF ENGINEERING DATA. Engineering data covering all equipment and fabricated materials to be furnished under this contract shall be submitted to the Engineer for approval. These data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connections, anchorages and supports required; performance characteristics; and dimensions needed for installation and. correlation with other materials and equipment. Data submitted shall include drawings showing essential details of any changes proposed by the Contractor and all required wiring and piping layouts. No work shall be performed in connection with the fabrication or manufac- ture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefor have been approved, except at the Contractor's own risk and responsibility. Four (k) copies of each drawing and necessary data shall be submitted to the Engineer. Each drawing or data sheet shall be clearly marked with the name of the project, the Contractor's name, and references to applicable specification paragraphs. Vhen catalog pages are submitted, the applicable items shall be indicated. 081767 FOB GC-3 'When the drawings and data are returned marked APPROVED or RECEIVED FOR DISTRIBUTION, additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not exceed eight (8). When the drawings and data are returned marked APPROVED AS NOTED, the changes shall be made as noted thereon and corrected copies shell be submitted to the Engineer. The number of corrected copies will be determined by the Engineer but will not exceed twelve (12). When the drawings and data arc returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by the Engineer and four (4) corrected copies shall be submitted. The Engineer's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect the plant arrange- ment. The Engineer's approval of drawings returned marked APPROVED or APPROVED AS NOTED will not constitute a blanket approval of all dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer, shall become a part of the contract documents and the work shown or described thereby shall be performed in conformity therewith unless otherwise required by the Owner or the Engineer. CC-8. LEGAL ADDRESS. The business address of the Contractor given in the Proposal is hereby designated as the place to which all notices, letters, and other communication to the Contractor will be mailed or delivered. The address of the Owner appearing on Page GC-1 is hereby designated as the place to which all notices, letters and c,ther com- munication'to the Owner shall be mailed or delivered. Either party may change the said address at any time by an instrument in writing delivered to the Engineer and to the other party. GC-9. PATENTS. Royalties and fees for patents covering materials, articles apparatus devices, or equipment (as distinguished from processes) ueed'fn the work, shall be included in the contract'aniount. The Contractor shall satisfy all demands that may be made at anytime for such royalties and fees, and he shall be liable for any damages or claims for patent infringements. The Contractor shall, at his own cost and expense, defend all suits or proceedings that may be instituted against the 'Owner for infringement or alleged infringement of any patents involved in the work and, in case of an award of damages, the Contractor shall pay such award. Final payment to the Contractor by the Owner will not be made while any Such suit or claim remains unsettled. The Con- tractor, however, will not be held liable for the defense of any suit or other proceeding, nor for the payment of any damages or other costs, 081767 FOB GC-4 for the infringement of any patented process required by the contract documents; except if the Contractor has information that the process so required is an infringement of a patent, the Contractor shall be liable for any damages or claims in connection therewith unless he promptly notifies the Owner and Engineer of such infringement. GC-10. INDEPENDENT CONTRACTOR. The relation of the Contractor to the Owner shall be that of an independent contractor. GC-11. AUTHORITY OF THE ENGINEER. To prevent delays rand disputes, and to discourage litiPation, it is agreed by the parties to this contract that the Engineer aball in all cases determine the quantities of the several kinds of work which are to be paid for under the contract and shall determine all questions in relation to the work. If, in the opinion, of the Contractor or the Owner, a decision made by the Engineer is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file an objection with- in the allotted time will be considered as acceptance of the. Engineer's decision and the decision shall become final and conclusive. The Engineer's decisions and the filing of the written objection thereto shall be a condition precedent to the right to request arbitration or to start action in court. It is the intent of this agreement that there shall be no delay in the execution of the work, and the decision of the Engineer shall be promptly observed. GC-12. ENGINEERING INSPECTION. The Owner may appoint (either directly or through the Engineer such inspectors as he deems proper, to inspect the work performed for compliance with the plans and specifications. The Contractor shall furnish all reasonable assistance required by the Engi- neer or inspectors for the proper inspection and examination of the work. The Contractor shall obey the directions and instruction: of the Engineer or inspector when they are consistent with the obligatic,ns of this contract. Should the Contractor object to any order given by an inspector, the Con- tractor may make written appeal to the Engineer for his decision. Inspectors and other properly authorized representatives of the Owner or Engineer shall be free at all times to perform their duties, and any attempted intimidation of one of them by the Contractor or his employees shall be sufficient reason to terminate the contract if the Owner so decides. Such inspection shall not relieve the Contractor from any obligation to perform the work strictly in accordance with the plans and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense. 090964 FOB GC-5 GC-13. NO WAIVER OF RIGHTS. Neither the inspection by the Owner or Engineer or any of their officials, employees, or agents, nor any order by the Owner or Engineer for payment of money, or any paymr-nt for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Nner or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Owner, or any right to damages herein provided, nor shall any waiver of any breach in thi3 contract be held to be a waiver of any other or subsequent breach. GC-14. MODIFICATIONS. The Contractor shall modify the work whenever so ordered by the Owner, and such modifications shall not affect the validity of the contract. Modifications may involve increases or decreases in the amount of the work for which an appropriate contract price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made under the authority of duly executed change orders issued and signed b,y the Owner and accepted and signed by the Contractor. GC-14.01. Extra Work. If a modification increases the amount of the work, and the added work or any part thereof is of a type and character which can properly and fairly be classified under one or more unit price items of the Proposal, then the added work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. Claims for extra work will not be paid unless the work covered by such ' claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecute or maintain either an arbitration proceeding or an action in court to recover for extra work unless his c3aim is based upon a written order from the Owner. Payments for extra work shall be based on agreed lump sums or agreed unit prices whenever thr! Owner and the Contractor agree upon such prices before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percentaf~e allowance shall include the Contractor's extra profit and extra nverhoi>ad and, unless otherwise agreed by the Contractor and the Owner, tho percentage allowance shall be fifteen per cent (15%) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the Engineer, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allowance to cover extra profit anu extra overhead. Unlese otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the 'otal direct costs. lool65 FOB GC-6 GC-14.02. Decreased Work. If a modification decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such de- crease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of (a) credit due the Owner for contract wor'r• not done as a result of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work as planned and which could not be used in any part of the work as actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjiistment is not clearly defined in the contract documents. GC-15. ARBITRATION. Before bringing any action in court pertaining to a decision of the Engineer, the objector (hereinafter referred to as Party A) to the decision shall first offer to arbitrate the question with the other party to the contract (hereinafter referred to as Party B) by notifying him in writing and setting forth in such notice the question to be arbitrated. Party B can elect to arbitrate or not. If Party B agrees to arbitrate he shall so advise Party A in writing within ten (10) days after receipt of Party A's notice. Notice by Party B that he does not wish to arbi- trate or failure of Party B to notify Party A ~iithin the ten (10) day period will give Party A the right to start action in court. If Party B AGrccs to arbitrate, Party A shall choose an arbitrator and shall notify Party B of the name of the arbitrator within ten (10) days after receipt of Party B's notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall name an additional arbitrator. If Party B names an additional arbitrator, j then the arbitrator named by Party A and the arbitrator named by Party B shall choose a third arbitrator. The arbitrator or arbitrator9 shall act w''th promptness. In the case of three arbitrators, the decision of any two shall be binding on both parties to the contract, as shall that of a single arbitrator if the dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators may be filed in court to carry it into effect. If they consider that the case so demands, the arbitrator or arbitrators are authorized to award the party whose contention is sustained such sum or sums as they may deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon either or both parties. The decision of the arbitrators must be made in writing, and shall not be open to objection on account of the form of proceedings or award. 050163 FOB GC-7 If for any reason after the said notices have been daily given by Party A and Party B, the arbitrators appointed stall be unable or shall fail to act with reasonable promptness in appointing a third arbitrator, Party A (or, it' he .foes not do so within a reasonable time, Party B) may request a judge of the United States District Court. who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint the third arbitrator. If it appears to the ,fudge that the two arbitrators originally appointed were unable or failed to act with reason- able promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were so unable or failed to act with reasonable prcmptness and, if the said fudge acted at the re nest of Party B, that Farty A did not make such request within a reasonable time. If for any reason after the arbitrator or arbitrators have been duly appointed, the arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a reasonable time, Party B) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. If it appears to such judge that the arbitrator or arbitrators originally appointed were unable or failed to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, he nay appoint three new arbitrators to art hereunder, and such an appointme±.t shall constitute a conclusive determination that the arbitrator or arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at request of Party B, that Party A did rot make such request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall not be appointed by a judge of the United States District Court under the circumstances hereinabove described, or if three new arbitrators are so appointed anri are ,anable or fail to act with reasonable promptness in reaching a decision regarding the question submitted +o arbitration, then the arbitration procedure shall be deemed to have failed and the parties shall be free to assert their rights in the sane r,anner as if they had not agreed to submit the question to arbitration. If the above agreement to submit questions of dispute to arbitration is not enforceable under the law of applicable ,jurisdiction, each such question after it. has arisen may by agreement of both parties hereto be submitted to arbitration in the manner set fortis above. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Owner. It is understood and agreed by the parties to the contract that no requirement or statement herein shall be interpreted as curtailing the power of the Engineer to determine the amount, quality, and acceptability, of work and materials. 05o163 FOB GC-8 GC-16. RIGHT OF OWNER TO TERMINATE CONTRACT. If the work to be done under this contract is abandoned by the Contractor; or if this contract is assigned by him without the written consent of the frrner; or if the Contractor is adjudged bankrupt; or if a general assignment of his assets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his property; or if at any time the Engineer certifies in writing to the Owner that the performance of the work under this contract is being unnecessarily delayed, that the Contractor is violating any of the conditions of this contract, or that he is executing the same in bad faith or otherwise not in accord- ance with the terms of said contract; or if the work is not substantially completed within the time named for it., completion or within the time to which suc' completion date may be extended; then the Owner may serve written notice lipon the Contractor and his surety of said Owner's inten- tion to terminate this contract, Unless within five (5) days after the serving of such notice a satisfactory arrangement is m-cue for contin- uance, tnis contract shall terminate. In the event of Lch termination, the surety shall have the right to take over and complete the work, pro- vided, that if the surety does not commence performance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess coat sustainel by the Owner by reason of such prosecution and completion. The Owner may take possession.of, and utilize in completing the vork, all materials, equipment, tools, and plant on the site of the work. GC-17. SUSPENSION OF WORK. The Owner reserves the right to suspend and reinstate execution of the whole or any part of the work without invali- dating the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the Owner to the Contractor in writing. The time for completion of the work will be extended for a period equal to the time lost by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the Cromer shall not affect this contract except as agreed by the Owner and the Contractor. If the Contractor proposes to epply such changes to this contract, he shall present his proposal to the Owner in writing. During the 30 day period from and after the receipt by the Owner of such written proposal, the Owner shall be permitted to reinstate the work without change. If the work is not reinstated during this 30 dLV period, the Owner and the Contractor shall agree upon reasonable and proper changes or the Owner may cancel the unshipped portion of the work. Changes in delivery schedule shall mean extension of the scheduled time of delivery beyond the number of days of the suspension period. 050163 FOB GC-9 GC-18. DELAYED SHIPMENT. The Owner reserves the right to order the Contractor to delay shipment of equipment and materials herein con- tracted. In the event such a delay is ordered by the ()wner in writing, the Owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Such extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELLATION OF WORK. The Owner reserves the right to cancel the unshipped portion of the work. In the event of cancellation, the Owner will pay the Contractor reasonable and proper cancellation charges. GC-20. LAWS AND ORDINANCES, The Contractor shall observe and comply with all ordinances, laws, and regulations, and shall protect and indemnify the Owner and the Owner's officers and agents against any claim or liability arising from or based on any violation of the same. All permits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to complete the work within the time therein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to the work. No claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on SUSPENSION OF WORK". GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in the final completion of the work by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Engineer, could have been neither anticipated nor avoided, then an extenaion of time sufficient to compensate for the delay, as determined by the Engineer, shall be granted by the Owner; provided, that the Contractor shall give the Owner end the Engineer prompt notice in writing of the cause of delay in each case and shall demonstrate that he has used all reasonable means to minimize the delay. Extensions of time will not be granted for delays caused by unfavorable weather, inadequate workin.4 force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed. GC-23. MATERIALS AND EQUIPMENT. Unless specifically provided other- wise in each case, all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifi- cations and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. 050163 FOB GC-10 CC-24. GUARANTEE. The Contractor guarantees that the material and equipment herein contracted will be as specified and will be free from defects in design, workmanship and materials, If within the guarantee period the material or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct any defects, including nonconformance with the specifications, by adjustment, repair or re- placement of all defective parts or materials. Unless otherwise specified, the guarantee period shall begin on the date of final payment or the date of initial operation, whichever is later, and the guarantee period shall end 12 months later. If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect, but he shall not delay the correction while making such determination. The Contractor shall extend the provisions of this guarantee to cover all repaired and replacement parts furnished under the guarantee pro- visions for a period of one year from the date of their installation. If within ten days after the Owner gives the Contractor notice of a defect, the Contractor neglects to make, or undertake with due dili- gence to make, the necessary corrections, the Owner is hereby author- ized to make the corrections himself, or order the work to be done by a third party, and the cost of the corrections shall be paid by the Contractor. In the event of an emergency where in the judgment of the Owner the delay resulting from giving formal notice would cause i;erious loss or damage which could be prevented by immediate action, defects may be corrected by the Owner, or a third party chosen by the Owner without giving prior notice to the Contractor and the cost of the corrections shall be paid by the Contractor. In the event such action is taken by the Owner, the Contractor will be notified promptly and shall assist wherever possible in making the necessary corrections. GC-25. CLAIM FOR LABOF AND MATERIALS. The Contractor shall indem- nify and save harmless the Owner from all claims for labor and mate- rials furnished under this contract. The Contractor shall submit satisfactory evidence that all persons, firms, or corporations who have done work or furnished materials under this contract, for which the Owner may become liable under the laws of the state, have been fully paid or satisfactorily secured. In case such ev:lence is not furnished or is not satisfactory, an amount shall be retained from moneys due the Contractor which, in addition to any other suns that may be retained, will be sufficient, in the opinion of the Owner, to meet all claims of the persons, firms and corporations as aforesaid. Such sum or sums shall be retained until the liabilities- as aforesaid are fully discharged or satisfactorily secured. (DENTON, TEXAS - 4904) 102769 Fob OC-11 GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the last payment -hall be a release to the Owner and every officer and agent thereof from 6.11 claims and liability hereunder for anything done or furnished in connection with the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GC-27. DEFENSE OF SUITS. In case any action in co+art Is brought against the Owner or Engineer or any officer or agent of either of them, for the failure, omission, or neglect of the Contractor to perform any of the covenants, acts, matters or things by this contract undertaken; or for ' injury or damage caused by the alleged negligence of the Contractor or his agents; the Contractor shall indemnify and save harmless the Owner raid Engineer and their officers and agenr.s from all losses, damages, costs, expenses, ,judgments, or decrees whatever arising out of such action. GC-28. INSURANCE. The Contractor shall secure and maintain throughout the duration of this contract insurance of such types and in such amounts as may be necessary to protec~ himself and the interests of the Owner against all hazards or risks of loss as hereinafter specified. The form and limits of such insurance, together with the underwriter thereof in each case, shall be approved by the Owner but regardless of such approval it shall be the responsibility of the Contractor to maintain adequate insurance coverage at all times. Failure of the Contractor to maintain adequate coverage shall not relieve him of any contractual responsibility or obligation. Satisfactory certificates of insurance shall be filed xith the Owner prior to starting any construction work on this contract. The certificates shall state that ten (10) days written notice will be given to the Owner before any policy covered thereby is changed or canceled. GC-28.01. Workmen's Compensation and Employer's Liability. 't'his insurance shall protect the Contractor against all claims under applicable state I workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or dsath of employees which, for any reason, may not fall within the provisions of a workmen's compensaton law. This policy shall include an "all states" endorsement. The liability limits shall not be less than the following: Workmen's compensation - Statutory Employer's liability - $100,000 each person GC-28.02. Comprehensive Automobile Liability.' This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others Arising from the use of motor vehicles, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. (DE,NTON, TEXAS - 1x904 ) (ERECTION ) GC-12 092769 The liability limits shall riot be less than the following; Bodily - $250,000 each person - $500,000 each occurrence Property damage - $100,000 each occurrence • RC-28.03. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims Prising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In addition, this policy shall specifically insure the contractual liability assumed by the Contractor under the fore- going paragraph entitled "Defense of Suits". To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than the following; Bodily injury $250,000 each person $500,000 each occurrence I Property damage $500,000 each occurrence $500,000 aggregate cc-28.e4. Builder's Risk. This insurance shall be written in completed value form and shall protect the Contractor and the Owner against risks of damage to buildings, structures, and materials and equipment not otherwise covered under installation floater insurance, from the perils of fire and lightning, the perils included in the standard extended coverage endorsement, and the perils of vandalism and malicious mischief. 1T.e amount of such insurance shall be not less than the insurable vulne of the work at completion less the value of the materials and equipment in- 3ured under installation floater insurance. Equipment shall be insured under installation floater insurance when the aggregate valua of tho equipment exceeds $10,000, If the work does not include the construction of building structures, this builder's risk insurance may be omitted providing the installation floater insurance fully covers all work. Builder's risk insurance shall provide for losses to be payable to the Contractor and the Owner as their interests may appear. (DENTON, TExAs - 490b) (ERECTION ) GC-13 092769 GC-28.05. Installation Floater. This insurance shall protect the Con- tractor and the Owner from all insurable risks of physicrsl loss or damage to materials a.vl equipment not otherwise covered under builder's risk iri:,uranc•e, whiJe in warchrju:;e.- or storeit,e arcas, durinN Jnstallation, during, I,r~sting, itnd after thr! work h,; completed. It ::furl I be of the "all rh;ks" t,;Ypf~$ With coveraj;cr: designed ror the r.ircum7tww,:n which may occur in the particular work included in this contract. Tile coverage shall be for an timount not less than the value of the work at completion, less the value of the materials and equipment insured under builder's risk insurance. The value shall include the aggregate value of the Owner-furnished equip- ' sent and materials to be erected or installed by the Contractor not other- wise insured under builder's risk insurance. Installation floater insurance shall provide for losses to be payable to the Contractor and the Owner as their interests may appear. If the aggregate value of the Owner-furnished and Contractor-furnished equipment is less than $10,000 such equipment may be covered under builder's risk insurance, and if so covered this installation floater insurance may be omitted. Certificates of insurance covering installation floater insurance shall quote the insuring agreement and all exclusions as they appear in the policy; or in lieu of certificates, copies of the complete policy may be submitted. GC-29. PAYMENTS. Payment will be based on the Engineer's payment certificate which the Engineer will prepare and submit to the Owr:er in accordance with the following schedules. The Engineer's payment certificate shall not con- stitute approval or acceptance of any part of the work, except as a basis for the Owner's official acceptance (as defined in Article GC.2), and shall not relieve the Contractor from any responsibility or liability essential or related to the fulfillment of this' contract. GC-29.1. Equipment and Materials. Payment for equipment and materials de- livered will be made in accordance with the following schedule: 80% of the price of complete, integral units or assem';lies of equipment or material will be paid upon shipment Fending receipt of the Engineer's payment certificate whic'i will be issued promptly upon notice of shipment but not before the shipping date specified or otherwise approved by the Owner. 151 of the price of complete, integral units or assemmbli,is of T equipment or material will be paid upon receipt of tre Engineer's payment certificate which will be issued promptly upon satisfactory delivery but not before the delivers- date specified or otherwise approved by the Owner. (DF34TON, TEXAS - 4904) (ERECTION ) GC-14 102769 CC-29.2. Erection. Payment for equipment and material- erected will be made in accordance with the following schedule. On or about the first day of each month, the Engineer will a.ra esti- mate of the value of the work done during the previous, calendar month. The estimated cost of repairing, replacing, or rebuilding; any part of the work or replacing materials which do not conform to the plans and specifications will be deducted from the estimated value. The Contractor shall furnish to the Engineer such detailed information as it may request to aid in the preparation of monthly estimates. The Owner will pay to the Contractor by the twenty-fifth day of the month 90 per cent of the estimated value less any previous payments. GC-29,3. Cost Breakdown. Prior to final payment, the Contractor shall furnish the Owner a cost breakdown of the final contract price by re- tirement units in accordance with a listing of such units furnished by the Owner. GC-29.4. Final Payment. The unpaid balance of the total equipment and materials, and erection contract price, ad,usted according to any provi- sion of the contract, will be paid within 30 days after receipt of the Engineer's final payment certificate and the Owner's official acceptance of the work. Final payment for equipment and materials will be not later than 365 days after complete delivery, providing the equipment and materials are in accordance with these contract documents as far as can be determined. GC-30. TAXES, PERMS, AND LICENSES. Unless otherwise specified in these contract documents, the Contractor shall pay aJ1 sales, use, excise, and other taxes that are lawfully assessed against the (Nner or Contractor in connection with the work under this contract and shall obtain and pay for all licenses and permits required for the work. 'Yne Contractor will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this provision shall be limited to sales, use, and excise taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. (DENTON, TEXAS - 4904) j (ERECTION ) GC-15 092769 j i i SPECIAL CONDITIONS 6C.1 GENERAL. The requirements of Lhe;e Sprcial Conditions are nontechnical in nature and shall supplement the General Conditions in the administration and regulation of the field erectir„o work included under these specifications. SC.2 PROJECT COORDINATION. The overall project coordination for the Unit 5 Addition to the Municipal Electric Generating Station will be under thtr direction of the Engineer. "C.2.1 Completion Schedule. Completion of the Unit 5 Addition to the t•".,.unicipal Electric Generating Station on schedule is essential to the Owner. Unit 5 is scheduled for firm commercial operation April 15, 1973. The work under these specifications shall be completed on or before the dates specified in Section 1A. Completion of the work on schedule is of the essence and is required to maintain the overall project completion schedule. The Contractor shall be solely resl.on-•tble for completing his work on sched- ule. If at any time, the Contractor's work is behind schedule he shall initiate immediate and definite procedures for accelerating the work as required to get the work back on schedule. The Contracto,• will. not be al- lowed extra compensation for costs resulting from additional regular or premium time required to keep the work on schedule. SC.2.2 Cooperation with Owner. In the event that it is necessary to either interrupt the power supply or to impose abnormal operating condi- tions on the Owner's power system, such procedure must be approved by the Owner and a complete understanding and agreement must be reached by all parties concerned, well in advance of the time scheduled for such opera- tion, and such understanding shall be definite as to date, time of day, and length of time required. All work shall be scheduled to suit the Owner's convenience, taking into consideration the power system facilities and requirements at all times during construction. ti:e Contractor shall he responsible for paying all regular and premituq time labor costs arising; from the necessity to perform wort; which arfects the OAAmer's system facilities at times other than regular working hours. SC.2.3 Relations with Other Contractors. The Contractor shall cooperate with all. other contractors who may be performing work in behalf of the Owner end workmen who may be employed by the Owner on any work, in the 'fi:inity of the work to be done under this Contract, and he shall so con- duct his operations as to interfere to the least possible extent with the work of such contractors or workmen. lie shall promptly make good, at his own expense, any injury or damage that may be sustained by other contractors or employees of the Owner at his hands. Any difference or conflict which may arise between the Contractor and other contractors or between the CGn- tractor and workmen of the Owner in regard to their work shall be adjusted (DENTON. TiIWS - 4901+) (ERECTION ) 091769 SC-1 and determined by the Engineer. If the work of the Contractor is delayed because of any acts or omissions of any other contractor, the Contractor shall have no claim against the Owner on that account other than an extension of time. Whenever there in interference with work under other c-c,ntracts, the Engineer shall decide the manner in which the work shall proceed under each con- tract. SC.2.4 Methods of Operation. The Contractor shall inform the Engineer in advance concerning his plans for carrying on each part of the work. If at any time the Contractor's plant or equipment or his methods of executing the work appear to the Engineer to be inadequate to insure the required safety, quality, or rate of progress of the work, the Ergineer may order the Con- tractor to increase or improve his facilities or methods and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his obligation to secure the degree of safety, the quality of work, and thp rate of progress required by this Contract. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. Any method of work suggested by the Owner or Engineer, but not specified, shall be used at the risk and responsibility of the Contractor; and the Engineer and Owner will Ezsume no responsibility therefor. Approval by the Owner or Engineer of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility there- for, and such approval shall not be considered as an assumption of any risk or liability by the Owner or Engineer, or any officer, agent, or employee thereof. The Contractor r,hall have no claim on account of the failure or inefficiency of any plan or method so approved. SG-3 PREVAILING WAGE RATES. The Contractor and his surcontractors shall not pay wage rates which ire less than the prevailintz hourly wave rate for each craft or type of wrrkr^rr. enr~arckd on si;nilar erection worn; in the sur- rounding rirea. SC.4 CONTRACTOR'S FIELD ,RGAFdI'LAIi'%d. The Contractor's field organization shall include adequate management, supervisory, and tech.iical personnel cn the site to insure expeditious and competent handling of all matters related to the work. (DENTON, TEXAS - 4904) (ERECTION ) 091769 SC-2 ,1('.Ii.1 Co).-J,r:L-tor' Perc1. on.,i All All personnei °er':ploY(:rl by the Contractor .:h Ll 1. be fully qualified to perform the fork asp )jrneri. I f it bee anf•: nnres: any to replc ce utay of the key nui:f rvlcury personnel, the Contractor :,hall have a suitable replacement avaitable coincident with than reloau:e of the individual. If any of the key positions become v11ea_u1t because of ela:ments beyond the control of the Contractor, replacement personnel shall be obtained within 10 days. SC.4.2 Supervisory Personnel. The Contractor's field staff shall include supervisory personnel experienced in engineering, planning, and technical direction of all field erection work. The supervisory personnel shall remain on the site a..til final accentance of the work by the Owner. SC.5 CONTRAUPOR'S FIELD ADb".YNISTRATION. The administration of the field erection work shall be the sole responsibility of the Contractor. SC.5.1 Cost Breakdown. The Contractor shall prepare and submit to the Engineer for approval a breakdown cost estimate of the work. The cost breakdown shall show the estimated value of each category of work and shall be approved by the Engineer before any partial payment invoice is prepared. SC-5.2 Subcontractors. It is the intent of these specifications that the Contractor shall perform the majority of the work with his own forces and under the management of his own organization. Specific portions of the work may be subcontracted only by the subcontractors who have been listed by the Contractor in the Proposal and who are approved by the Owner aq provided in the General Conditions. All subcontractors shall be directly responsible to the Contractor and shall be under his general supervision All wurk performed under subcontracts shall be sub ect to the same pro- visions a_s the work performed by the Contractor's own forces. SC-5.3 Purchase Orders. The Contractor shall submit to the Engineer two copies of each purchase order for all materials and equipment furnished under these specifications for incorporation in the permanent construction. Each purchase order sha1J. show the vendor's name, manufacturer's name, ma- terials, type, model number, size, quantity, accessory list, and requested delivery date of the material and equipment ordered. The purchase order copies shall be submitted to the Engineer before or at the time they are issued to the vendor. SC.5.14 Field Recoru,;. The Contractor shall maintain, during the progress of the work, u_p-to-date copies of a11 drawinus, specifications, and supple- rrLeritary data, complete with latest revisions thereto. In addition, the Contractor shall maintain a continuouf record of all fi?l.] deviations from (DENTON, TEY.AS - 4904) (ERECTION ) SC-3 102769 the anoroved erection drawings and, at the conclusion of the work, shall ::ubrnit to the Engineer a set of the late3t revisions of all drawings and jii cifications marked to show "as built" deviations. 'iho lontractor shall submit sketches or markc4 print:; to the Engineer showing, each approved field deviation within 1.0 dayrf rafter each such dcviation has been approved by the Engineer. =•i•5 Cleanliness, special attention shall be given to keeping the structures and surrounding grounds clean and free from trash and debris. The Contractor shall employ sufficient and special personnel to thoroughly clean his work areas continuously each working day raid shall cooperate vith the other contractori-, to keep the entire construction site clean. 'i'bis shall include sweeping the floor, collecting and disposing of trash, and all other functions required to kcep the site clean, Materials and supplies shall be stored in locations which will not block accessways, and arranged to permit easy cleaning of the area. At the close of each workweek and at the close of each day preceding a holiday all hoses, cables, extension cords, and similar materials shall be removed from the construction area and stored in the Contractor's ware- houses or other storage areas. All trash, debris, and waste materials shall be collected, sorted, and hauled to the city dump. Promptly upon the completion of the construction work, the Contractor shall thoroughly clean his work and adjacent work made dirty by his operations, removing all accumulations of dirt, scraps, waste, oil, grease, weld spatter, insulation, paint, and other foreign substances. Surfaces damaged by de- posits of insulation, concrete, paint, weld metal, or other adhering ma- terials shall be restored by the Contractor. sC.5.6 Construction Area Limits. The Engineer will designate the bound- ary limits of access roads, parking areas, storage areas, and construction areas, and the Contractor shall not trespass in Or on areas not so desig- nated. 'I1he Contractor shall be responsible for keeping all of his personnel out cf areas not designated for the Contractor's use; except, in the case of isolated work located within such areas, the Owner will issue permits to the sp~eific Contractor personnel to enter and do the work. "(,'.5.'( Food Services, No food service:i will be permitted on the con- struction Site. "C. .S lle of Elevator. The Contractor will not be permitted to use the existinf, service elevators. . Tiie ('ontractor shall provide his own personnel lifts and hoists for ma- teri;_i. (DENTON, U KAS - 490,4) (FRF:CTION ) 102•(69 sc-~, SC.r; SAFF Y AID ACCIDENT PREVII TION. It shall be the Contractor's respon- sibility to maintain, throughout the construction period, ti saf,_ty and uccident prevention program which meets the requirements of F'e,leral, State, and local codes, and of all other authorities having; Jurisdiction over this work. As a supplement to requirements of such authorities, the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc. is recommended as fL guide for safety and accident prevention. All personnel shall wear hard hats at, all timer when they are in the con- struction area. CC.'( FIRE: PROTECPION. Only construction procedures which minimize fire hazards to the extent practicable shall be used. Combustible debris and waste materials shall be collected and hauled to the city dump each day, as provided hereinbefore under "Cleanliness". Fuels, solvents, and other volatile or flammable materials shall be stored away from the construction and storage areas in well marked, safe containers. Good housekeeping, essential to fire prevention, shall be practiced by the Contractor through- out the construction period. The Contractor shall follow the recosanenda- tions of the AGC "Manual of Accident Prevention in Construction" regarding fire hazards and prevention. Die Contractor shall provide adequate fire protection equipment in each warehouse, office, and other temporary structures, and in each work area which he is occupying. Acceso to fire hydrants and other sources of fire water shall be identified and kept open at all times. SC.8 PPOTECTION OF WORK. The Contractor shall be solely responsible for the protection of his work until its final acceptance by the Owner. The Contractor shall have no claim against the Owner or the Engineer be- cause of any damage or loss to the Contractor's work, and shall be respon- sible for the complete restoration of damaged work to its original condi- tion complying with the specifications and drawings. If the Contractor's work is damaged by another party not under his super- vision or control, the Contractor shall make his claim directly with the party involved. If a conflict or disagreement develops between the Con- tractor and one of the other contractors concerning the responsibility for damage or loss to the Contractor's work, the conflict shall be re- solved as provided in the General Conditions. Such conflict shall not be cause for delay in the restoration of the damaged work. The Contractor shall restore the work immediately and the cost thereof will be assigned pending the resolution of the conflict. SC.8.1 Security. The Contractor shall be responsible for all material and equipment in his custody or placed in construction by him. Security methods shall be employed as required to insure the protection of such material and equipment from theft, vandalism, fire, and all other damage and loss. (DENTON, TEXAS - 4904) (ERECTION ) SC-5 102769 r~ ir,tvctiort of Concrete Surfaces. Concrete floor:, and other con- crete :.uri'aces shall be protected from chipping, gougirj;, scratching, tairrir,;;, grid other damage. Damaged sections shall bi- repaired or removed :uid rcill.wcd subject to the Engineer's discretion and approval. Heavy punks and mats shall be placed under equipaerd and materials being stored, ;roved, assembled, or installed on or above eonc:ete floor surfaces. iionflu,us ble, oil resistant coverings shall be used to protect concrete surfaces from staining. SC.8.3 Protection of Gratin, and Stair Treads. Floor grating and stair tread, shall be protected against damage from heavy loads, movement of equipment, materials, flame cutting, welding, and other construction damage. Where heavy equipment or material loads are to be stored or moved over grating, they shall be supported directly from the structural steel. Damaged sections of grating shall be repaired or replaced subject to the Engineer's discretion and approval. SC.8.4 Minor Defects. The Contractor shall readjust, straighten, and repair minor defects and fabrication errors which are normally encountered in the Owner-furnished structures, foundations, and materials. Jo claims for extra compensation in connect-ion with such work will be considered unless the claim is made in accordatrce with the applicable provisions in the General Conditions. When field labor is needed to correct significant errors in Owner-furnished equipment and materials, the Contractor shall furnish such labor when so requested by the manufacturer or by the Owner with the consent of the manu•, facturer. Such labor shall not be included in this Contract and the Con- tractor shall obtain payment for the labor from the manufacturer. SC,8.5 Repair of Damages. The Contractor shall repair immediately any damage done to the Owner's facilities as a result of construction work, or abnormal use. All such repair work shall be subject to the approval of '.he Owner, (DENTON, TEXAS - 490h) (ERECTION ) 052070 5C-6 ■ r~1,+ ryR,,t <fwf V''1 f 'r'4y i"" ~~Fl'''4', ~q x e. 4:, R • X(t ti♦ y'! ,rL „s 5.' 1 '~P2~, r yY., :.Y ..r • y ♦ v 9f i i Y f ~rc t'°~y ✓ V~ '~3 v;. q:' i 9 `'a~+ k ;L' PART 1 - GENERAL REQUIREMENTS COMM EPate thru Psae Section IA - DESCRIPTION AND SCOPE OF WORK 1A-1 IA-3 lA.I General IA-1 IA.2 Purpose of the Specification IA-1 1A.3 'Work Included Under These Specifications 1A-1 1A.4 Miscellaneous Materials and Services IA-2 IA.5 Work Not Included Under These Specifications`,1A'.2, aq.6 i Schedule-2 7A.7, Contraotor!s 8ervicpa fi lA 2 , 1A' ~ Section 'B7 GENERAL EQUIPMENT SPECIFICATIONS j 1B:1 General ZB-I :S 1B,2 specifications and Standards 1B-1 1B.3 U.S. Materials -1 - 1B.4 Component Darts, 18 18.5 I6ntificatiod : 1B-] 1B.6 Manufaot%u'Or's Instructions and Parts Lists 1B-1 18-2 1B.7, Materials List 1H=2 y 18.8 Shipping Notice 1B'-2 _ 1B.9 Factory, Assembly ]B-2 1BilO .'Shop Coating 1B 2 1+. 18-3 11 Protection 1$.12 Alignment; and Balance 1,3 ` IB.13 Deeign'Cooperation ' ]Ar3, ; 18,14 Cox ection-of Manuf t in 1BLubrication g Errors I$r ' 1B+ h 18.16 Pgxer TransmissiOn,Units Ig„ ' r, IBM Coupling Guards` ]B-4 1B.Z8 Equipment Bases 1B.19 Comprcesed Air 18420 Control'Poxer 1B.21 Racevajr 1B-4 1B'S. 1B.22 Wiring .1-13-5 Section 1C -ENGINEERING DATA ZL. 1C.1 General: 1C~1 10.2 Design Data 1 , 10.3 . Drawings zCi y, ( roN, . s 4904 (C6oLTX0 TOWER - ' M-10A~ , . 051970 1-i Fr Jg}M'~d'tw' '"A KIC'"!p'~' -i"f _~t^y~ * yygYtry"L S-t"d rA i'~jvr~'~YI~'1...,3.i li It t~1'Y':,ak`9'j]Rl"aYL"4VCCI'4~4 . f,'1Fti ' j r . 'l.:f t r` .$r a ~ h a ...r P e d t ~ r Y J +'4A4:, 1,i a a`a A t Y 4 a ! ` !'y 'F~ n.t F e. c. rn ,'1`~[, 1 y Y r F'>`'+} t~Y, ° ~ r':-. Pane thru Pate e Section lD » MOTOR SPECIFICATIONS 1D-1 1D-7 1D.1 General 1D-1 1D.2 Codes and Standards ID-1 1D.3 Rating ID-1 1D-2 1D.4 Terminal Markings ID-2 1D.5 Design and Construction 1D-2 1D-6 1D.6 Factory Tests 1D-6 1D-7 1D.7 Motor Specification and Data Sheets 1D-7 1D.8 Manufacturers 1D-7 • t , 1 1{ 1 t (DEWTON'1 'TEXAS 4904) r (COOLING TOUV » h{-10A) T~i•2 ' ` t .4• I L ` r~aV ::C'id{ .nx - ,h"S .a, .:e, a .}p ':J, ! } r) Section lA - DESCRIPTION AND SCOPE OF THE WORK lA.l GENEf:AL. This section covers the general description, scope of work, and supplementary requirements for equipment, materials, and services in- eluded under these specifications. The Unit 5 Addition to the City of Denton, Texas, Municipal Electric Gener- ating Station will include the construction of a complete generating unit i.e., major power plant equipment, systems and auxiliaries, and plant struc- ture. The nominal capacity of Unit 5 will be approximately 65 megawatts. A railroad siding will be available near the plant site for delivery of equipment and materials. 1A.2 PURPOSE OF THE SPECIFICATIONS. The purpose of these specifications is to procure the highest quality equipment, materials, and workmanship in accordance with the specified requirements and best accepted practice. Proposed equipment and materials which do not comply with these specifi- cations shall not be allowed. The Contractor shall be responsible for furnishing equipment and materials which do comply fully, including guaranteed performance, at no change in the contract price. 1A.3 WORK INCLUDED UNDER THESE SPECIFICATIONS. The work under these specifications shall ine?ude furnishing and 'ere cting the cooling tower and associated auxiliary equipment, and providing drawings, engineering data, accessories, and field services complete as described herein and in accordance with the contract documents, defined in the GENERAL CONDI- TIONS, Article GCT1. All equipment and materials required for a complete cooling tower shall be furnished, including fan motor drives, except as specified otherwise in these specifications. Equipment, materials, and accessories furnished shall be delivered to the plant site where they shall be received, unloaded, stored, and erected under these specifications. Deficiencies shall be sufficient cause to reject equipment fob cars. Unloading from cars and storing will not con- stitute acceptance. The equipment will be tested by the Owner, after completion of the unit, to demonstrate its ability to operate under the conditions, and fulfill the warranties and guarantees, as specified herein. If the Owner's tests indicate that the equipment fails to meet guaranteed performance, the Contractor shall make additional tests and moI44'ications under the pro- cedure stated in GENERAL CONDITIONS, Article GC-24, The Contractor shall provide drawings and engineering data, manufacturer's field services, tools, instruction manuals, miscellaneous materials and services, and shall participate in design conferences as specified herein. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-10A) 0+0170 lA-1 1A.4 141SCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and servicr.3 not otherwise specifically called for shall be furnished by the Contractor in accordance with the following: All bolts, nuts, and gsskets between components furnished under these specifications All piping integral to or between any equipment furnished under these specifications, except as otherwise specified Leveling blocks, subsoleplates, soleplates, thrust blocks, matching blocks, wedges, and shims All hangers and supports for piping and equipment furnished by the Contractor All necessary !onnections for the Owner's piping, wiring, and instrumentation Coupl_ng guards for all exposed shafts and couplings Materials and services specified in Section 3A of these specifications 1A.5 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items of work and materials will be furnished by the Owner: Concrete basin Motor starters and permanent wiring to equipment furnished with the cooling tower Piping external to tower Lubricants for the machinery furnished with the ccoling tower Construction services and materials as specified in Section 3A of these specifications 1A.6 SCHEDULE. All equipment and materials for the cooling tower shall be delivered to the site to permit erection to begin on July 1, 1972. Erection shall be complete on or before November 1, 1972. 1A.7 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED UNDER THESE SPECIFICATIONS shall be in accordance with the following. 1A.7.1 Drawings and Engineering Data. Drawings and other engineering data for the specified equipment and materials are essential to the de- sign and subsequent construction of the entire generating unit. Time is of the essence in completing each phase of the work so that the unit can be in commercial operation on the required date. The Contractor will be required to submit drawings and engineering data in accordance with the (DENTON, TExAS - 4904 ) (COOLING TOWER - M-10A) 1A-2 040170 schedule and requirements specified in Section 1C. Failure of the Con- tractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract and reason for ter- mination of the contract if the Owner so desires. 1A.7.2 Design Conference. Within 30 days after award of contract the Contractor's design engineer shall attend a design conference at a time and place mutually agreed upon to discuss matters relative to the execu- tion of the contract. The Contractor's design engineer shall also attend any additional design conferences which, in the opinion of the Engineer, are required. 1A.7.3 Manufacturers' Technical Services. The Contractor shall furnish the services of one or more technical field supervisors, on a resident basis, to give technical advice regarding methods and procedures for all erection work, testing, and placing the equipment into successllul opera- tion and to inspect and approve the installation as to its conformance with the manufacturer's requirements. The technical supervisors shall be present during the unloading of equipment and materials from cars, hauling, storing, cleaning, erection, startup, and testing of the main equipment and associated auxiliary equipment. The manufacturers' technical field supervisors shall be present during the startup of the equipment and shall instruct the operating personnel in its proper operation. 1A.7.4 Toolc. The Contractor shall furnish and ship with the equipment one set of all special tools required for the erection, dismantling, or maintenance of the equipment. The tools shall be shipped in separate heavily constructed wooden boxes provided with hinged covers e.nd padlock hasps. Maintenance tools shall be boxed separately and the boxes shall be marked with the large painted legend as follows: CITY OF DENTON, TEXAS MAINTENANCE TOOL;; FOR COOLING TOWER UNIT 5 ERECTION CONTRACTOR DO NOT OPEN EXCEPT WITH OWNER'S PERMISSION An itemized list of the contents shall also be indicated on the outside of each box. The maintenance tools shall include all special handling rigs, bars, slings, and cable. All tools shall be in new and unused condition. 1A.7.5 Instruction Manuals. The Contractor shall furnish 12 complete and final copies of the manufacturer's instructions and parts lists, specified in Section 1B, not later than 90 days after delivery of the cooling tower. Onc copy shall be sent to the Engineer, and upon approval thereof, the remaining copies shall be delivered to the Owner. (DENTON$ TEXAS - 4904 j (COOLING TOWER - M-IOA) IA-3 o4ol7O r Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B.1 GENERAL. These General Equipment Specificati6ns apply to all equip- ment. They shall supplement the detailed equipment specifications but in case of conflict the detailed equipment specifications shall govern. 1B.2 SPECIFICATIONS AND STANDARDS. The specifications, codes, and standards referenced in these specifications (including addenda, amend- ments, and errata) shall govern in all cases where references thereto are made. In case of conflict between the referenced specifications, codes, or standards and this specification, these specifications shall govern to the extent of such difference. 1B.3 U.S. MATERIALS. Equipment and accessories furnished shall be from a reputable manufacturer currently engaged in production of such materials within the United States of America. To the extent possible, materials and equipment (including components thereof) furnished under these specifications shall be produced, processed, manufactured, and assembled within the United States of America. All material and equipment which must necessarily be of foreign manufacture shall be clearly designated in the Proposal in the space provided for de- viations and exceptions. 1B.4 COMPONENT PARTS. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be in- stalled in the field. Like parts of duplicate units shall be interchangea- ble. Equipment shall not have been in service at any time prior to de- livery, except as required by tests. 1B-5 IDENTIFICATION. All correspondence, shipping notices, shop drawings, specifications, engineering data, and other documents pertaining to the equipment and materials furnished under these specifications shall be identified by the Owner's name, specification number, and the name of the item of equipment or material. 1B.6 MANUFACTURER'S INSTRUCTIONS AND PARTS LISTS. The instruction man- uals required in Section lA shall include specifications, drawings, and description of equipment; installation instructions; operating instruc- tions; parts lists; and where applicable, test data and curves. Menuals shall be assembled and bound in Buchan Type ORL (old style) binders covered with pyroxylin impregnated buckram covers, manufactured by buchan Loose Leaf Records Co., Clifton Heights, Pe,msylvanla. Binders shall not be greater than 3-1/2 inches thick and shall be adjustable to permit secure compact binding. Each binder cover shall be stamped with the proper identi- fication as shown on Sheet P-802.02 bound at the end of this section. A proof of the lettering for each cover shall be submitted for the Engineer's approval before the manuals are assembled and submitted, (DENTON, TEXAS - 4404) (EQUIPMENT - 091869 } 1B-1 Where upplicable the information contained in the man,usl shall include a list of recommended spare parts with the price of each s..h item, and the schedule of required lubricants as recommended by the manufacturer. The data shall • also include all nameplate information and shop order numbers for each item of equipment and component part thereof. The instruction manuals shall contain data on the recommended and maximum allowable vibration limits of all rotating equipment. The instruction manuals shall contain a table of corntc•nts and section dividers with index tabs for ease of reference. 1B.7 MATERIALS LIST. The Contractor shall prepare and submit with the first shipping notice duplicate copies of an itemized materials list covering all equipment and material furnished under these specifications. The materials list shall be in sufficient detail to permit an accurate determination of the completion of shipment. 1B.8 SHIPPING NOTICE. The Contractor shall submit two copies cf a shipping notice describing each shipment of meterial or equipment. The shipping notice shall be mailed to arrive approximately 3 days ahead of the estimated shipment arrival. The addressees for shipment notices will be determined later. 1B.9 FACTORY ASSEMBLY. Equipment shall be shipped completely factory assess- bled un-less specified otherwise or unless the physical size, arrangement, or configuration of the equipment, or shipping and handling limitat:".ons, make the shipment of completely assembled equipment impracticable, in which case the equipment shall be assembled and shipped as stated in the Contractor's Proposal. All accessary items shall be shipped with the equipment. Boxes and crates containing accessory items shall be marked so that they are iden•.ified with the main equipment. The contents of the boxes and crates shall also be indicated. 1B.10 SHOP COATING. Steel a:id iron surfaces shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Surfaces shall be cleaned and prepared in the shop. All mill scale, oxides, and other coatings shall be removed. Sand or grit blasting of internal areas which will be exposed to steam, or treated feed water, will not be allowed. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth uniform base for painting. Surfaces to be painted after installation shall be shop painted with one or more coats of a primer which will protect the equipment until finish coats are applied. All gauge and instrument panels, transformers, and metal-enclosed cubicles for electrical equipment shall be finish painted with two or more coats of an alkyd resin enamel in a color to be selected later by the Owner. (DENTON, TEXAS - 4904) (EQUIPMENT - 052070 ) 1B-2 Two gallons of touch-up paint and one gallon of firdrh paint used on the electrical equipment enclosures shall be furnished. Shop primer for other steel and iron surfaces shall he Mobil "13-R-50 Chromox 4D Primer", or Tnemec "77 ChemPrime" unlesu otherwise specified. Machined, polished, and nonferrous surfaces which nhould not be painted shall be coated with rust preventive compound, Dearborn Chemical "No-Ox- Id 2W", Houghton "Rust Veto 344", or Rust-Oleum "R-9". 1B.11 PROTECTION. All equipment shall be boxed, crated, or otherwise suitably protected during shipment, handling, and storage. Equipment having antifriction or sleeve bearings shall be protected by weathertight enclosures. Coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Surfaces which are damaged shall be repaired. Electrical equipment, controls, and insulation shall be protected against moisture and water damage. All external gasket surfaces and flange faces, couplings, motor pump shafts, bearings, and like items shall be thoroughly cleaned and coated with rust preventive compound as specified above, and protected with suitable wood, metal, or other substantial type covering to insure their full protection. All piping and conduit connections shall be sealed with metallic or other rough usage covers to seal the interior of the equipment. All exposed threaded pasts will be greased and protected with metallic or other substantial type protectors. All female threaded openings shall be closed with forged steel plugs. Returnable containers and special shipping devices shall be returned by the manufacturer's field representative at the Contractor's expense. 1B.12 ALIGNMENT AND BALANCE. All rotating parts shall be true and well balanced. Excessive noise or vibration in the opinion of the Engineer will be sufficient cause for rejection of the equipment. All rotating equipment shall be balanced at the factory. 1B.13 DESIGN COORDINATION. Th,, Contractor shall be responsible for the selection and design of all equipment and materials which will provide the best coordinated performance of the entire system. Components of rotating equipment shall be selected so that the natural frequency of the complete unit is not at or critically near the operating range of the unit. 1B.14 CORiiECTION OF MANUFACTURING ERRORS. Equipment and materials shall be complete in all respects within the limits herein outlined. All manu- facturing errors or omissions required to be corrected in the fie'.d shall be done by the Contractor or his duly authorized representative. (DENTON, TEXAS - 4904) 3 (EQUIPMENT - 052070 ) 1B - 1B.15 LUBRICATION. Equipment shall be lubricated by systems designed for continuous operation and shall not require attention during start-up or shutdown, or more frequently than once weekly. 1B.16 POWER TRANSMISSION UNITS. The horsepower rating of each power transmission unit shall be at least equal to the theoretical brake horse- power required to drive tLe equipment under full loaf, including all losses in speed reducers and power +,ransmission. The input horsepower rating of each gear or speed redurtr shall be at least equal to the output horsepower of the drive motor. Drive units shall be designed for continuous service and shall include provisions which will prevent oil leakage around shafts. 11"1B.17 COUPLING GUARDS. Guards shall be provided for protection of per- sonnel from all exposed moving and/or rotating machine elements. Guards j shall be constructed from aluminum plate not less than 3/16 inch thick and expanded aluminum mesh and designed for ease of installation and removal. The necessary supports and accessories shall be furnished with each guard. 1B.17.1 Horizontal Shaft Equipment. Safety guards for horizontal shafts, shaft couplings, and belt sheaves, shall be of the inverted "U" de,jign with bolted horizontal ,joints. Guard support bars or angles shall extend 6 inches below the coupling, and shall be supported from the frame of the machine and not the baseplate. 1 1B.17.2 Vertical Shaft Equipment. Safety guards for vertical shafts and shaft couplings shall be of 360 degree construction with bolted vertical ,Joints. 1B.18 EQUIPMENT BASES. A cast iron or welded steel baseplate shall be provided for all rotating equipment which is to be installed on a concrete base. Each baseplate shall support the unit and its drive assembly, shall be of a neat design with pads for anchoring the units, shall have a raised lip all around, and shall have a threaded drain connection. 1B.19 COMPRESSED AIR. Filtered, dried, oil-free compressed air will be supplied for operation of pneumatic devices. The compressed air will be supplied at receiver operating pressure varying from 60 to 100 psi. Pressure regulators shall be provided for pneumatic devices which operate at pressure levels other than receiver pressure. The pressure regulator shall be Fisher Governor Co. Model 67FR-148. 1B.20 CONTROL POWER. Electrical power for control and instrumentation will be a nominal 115 volt, single phase, 60 hertz, alteruating current, or a nominal 125 volt direct current. The Contractor shall provide any devices required for proper operation and protection of the equipment during electrical power supply fluctuations described in the following paragraphs. (DENTON, TEXAS - 4904) (EQUIPMENT - 091869 ) 1B-4 All direct current electrical devices shall be de:riFned for continuous operation on an ungrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at ran) voltage from 100 to 140 volts direct current, with ambient temperature;, as specified. Electri- cal devices served from this supply shall not impo:c any ground connections on it. All alternating current devices shall, unless otherwise specified, be de- signed for operation on a nominal 115 volt, 60 herb., single phase, alter- nating current system. The Contractor shall guarantee satisfactory oper- ation when the equipment is continuously energized at any voltage from 105 to 130 volts alternating current. All alternating current and direct current devices shall be guaranteed to operate satisfactorily under voltage conditions specified in the above paragraphs and at 50 C ambient temperature. 1B.21 RACEWAY. Unless specified otherwise, all raceway interconnections between devices, panel--, boxes, and fittings shall conform to USAS C80.1 and UL 6. All conduit connections shall be of the threaded type. 1B.22 WISING. Unless otherwise specified, all electrical conductors shall be Class B stranded copper 14 AWG or larger. Panel wiring shall have ther- mosettin? Type SIS insulation rated 600 volts, designed for maximum con- ductor temperature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPCEA 5-66-524 Interi:: Standard No. 2 except Type AVA shall be used where ambient conditions cause con- ductor operating temperatures to exceed 90 C. Metallic sheathed conductors are not acceptable. Preinsulated wiring terminals with metal reinforced sleeves shall be provided on all conductor terminals. Terminal blocks shall be provided for conductors requiring connection to circuits external to the specified equipment, for internal circuits cross- ing shipping splits, and where equipment parts replacement and maintenance will be facilitated. Each tez-rainal block, conductor, '-vice, fuse block, and terminal shall be permanently labeled to coincide with the identification shown on the drawings. Conductors shall be identified by legible markings on device terminals, printing on the conductor packet or wiring sleeve, or by other means approved by the Engineer, Terminal and conductor identification shall be by a permanent method unaffected by heat, solvents, or steam, and not easily dislodged, preferably by means of metal sleeves or printing on the wire ,jacket. Adhesive labels are not acceptable. (DENTON, TEXAS - 490'+) (EQUIPIENT - 091869 } 18-5 I i CITY OF DENTON, TEXAS i MUNICIPAL ELECTRIC GENERATING STATION w UNIT 5 L 0 Uj INSTRUCTION BOOK j z FOR Z NAME OF EQUIPMENT 0 a r w Xz W F- r a MANUFACTURER'S NAME o z MANUFACTURER'S ADDRESS 7 c9 in w 0 U r U- F z U Lai r J i W V J i RLACK 8 VEATCH U CONSULTING ENGINEERS KANSAS CITY, MISSOURI 2 TBac 46o'el (Front Cover) Note; large type shall be 30 point Tempo Heavy Condensed All other type shall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK & VEATCH C I T Y OF D E N T O N , T E X A S CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-802.02 KANSAS CITY, MISSOURI UNIT 5 Section 1C - ENGINEERING DATA Ml GENERAL. This section covers engineering data and manufacturer's drawings which the Contractor shall submit to the Engineer for design in- formation or approval.. As stipulated in Section lA, compliance with the specified schedule for drawing and data submittal is essential to the scheduled progress and completion of the Unit 5 Addition and is of the essence of this Contract. 1C.2 DESIGN DATA. Within 30 days after award of contract, ten copies of the design data required to permit station design to proceed shall be submitted. The data shall include but not ba limited to the following: Data to permit preliminary layout of the supporting structures and building enclosure Data to permit preliminary sizing of the major piping systems 1C.3 DRAWINGS. Drawings shall be submitted for the Engineer's review and approval in accordance with the following procedures. 1C.3.1 Procedures. Four copies of "preliminary" drawings shall be submitted to the Engineer. Preliminary drawings shall be reasonably complete and suit- able for the Engineer's use in establishing basic plant arrangement and de- sign requirements. Preliminary drawings will not be checked or approved by the Engineer; however, the Engineer will refer to the Contractor conflicts or discrepancies which he may discover in his reference to the drawings. "Certified" drawings shall be submitted for review by the Engineer in accord- ance with the procedures set forth in Article GC-7 of the GENERAL CONDITIONS. J~ { {DENTON, TEXAS - 490 } {COOLING T01MRS - 14-10A} lC-1 052570 .:,~etion 1D - VOTOR SPECIFICATIONS 1D.] GENERAL. These motor specifications are applicable to all elec- tric motors required for the operation of the equii;mo•nt furnished. taotor ;;Ix:c.fication and Data Sheets for the motors requ.ir.i have been included in the respective equipment sections in Technical Nlrluirements. Any motors not specifically covered but still required ror operation of the cquiivaent shall be furnished. The Contractor shall list and include as part of the Proposal the additional motors being furnished and they shall be in accordance with these specifications. The requirements of the individual Motor Specifioation and Data Sheets shall govern where conflicts occur. 1D.2 CODES AND STANDARDS. All motors shall be designed ~nd fabricated to conform to the requirements of applicable ANSI and NEMA standards. 1D.3 RATING. The electric motor brake horsepchrer required to drive the furnished equipment at the maximum design point of Lhe equipment shall not exceed the motor rating at 1.0 service factor. Notor rating and nameplate shall conform to the follmring NEMA MG-1 requirements: 1D.3.1 Rating Standard Part 10 Part 20 Fractional and integral horsepower x. - Integral horsepower - x 680 frame series and smaller x. - Larger than 680 frame series - x 10.3.2 Nameplate Standard MG1-10.38 14G1-20.60 In addition to MG1 standard requirements the following nameplate data shall be pro- vided. Manufacturers Designation X - Serial number x. - Shop order number x - Frame number - x Class insulation x. x Service factor x x Code letter - x Locked rotor current, amperes x x (DENTON, TEW - 4904) (HOT ORS 032570 1D-1 Start limitations x x Direction of shaft rotation by arrow for TI, T2, and T' motor lead connections x x 1D.4 TF.RMI?IAL MARKINGS. 'T'erminal markings for toter:, -hall be in accordance with Part 2 of NEMA standards and Sectirjri 4-8 of ANS C6.1-1956. 11).5 DESIGN A14D CONSTRU(PHON. Design and construct Lori of each motor shall be coordinated with the driven equipment requirements and as des- ignated on the Motor Specification and Data Sheets. 1D.5.1 Service Factor. The motor service factor, design, and applica- tion shall conform to the following requirements. For all motors 200 horsepower or less, furnished with a serv.'.ce factor greater than )..0, the service factor shall be in accordance with NEMA M01-12.47. a. For all motors 250 horsepower and larger furnished with a service factor greater than 1.0, the motor nameplate shall show the horsepower rating at 1.0 service factor, and the service factor. The motor shall be designed to provide a continuous horsepower capacity equal to the rated horsepower at 1.0 service factor multiplied by the specified motor service factor without exceeding the temperature rises listed in NEMA MG1-12,42 and MGl- 20.40 for the insulation system and enclosure specified. 1D.5.2 Enclosures. All motors shall be self-cooled. Motors for out- door service shall have all exposed metal surfaces protected with a corrosion resistant paint or coating. Exposed unpainted and uncoated metal surfaces shall be of a heavy-duty corrosion resistant material. Motors for normal indoor service shall have open dripproof enclosures. Motors for unusual indoor service shall be totally enclosed and of the correct type enclosure for the particular service as specified in NEMA MG1-1.26. All motors shall be complete with screen guards over all openings. Screen guards shall be fabricated of corrosion resistant metal with free openings no larger than 1/8 inch. Motors for normal outdoor service shall be totally enclosed or have a NEMA Type I outdoor weather protected enclosure. Motors for unusual outdoor service shall have NEMA Type II weather pro- tected enclosures, standard space heaters, and removable recleanable air filters. A temperature sensitive thermal device shall be provided in the air discharge of the motor. The device contact shall be normally open and shall close on high air temperature. The device contact shall be rated one ampere at 125 volts d-c. (DENTON, TEXAS - 1+904) (MOTORS } 1D-2 032570 I 1.5.3 Insulation. All rotors shall have ronhygro c,,lt insulation r%t.ed for temperature rise and ambient temperature in accr.r+nurc with HEMP. 1161-1~~.35, -12.41, and -12.42 for the insulation clu:, npccified. When r,rbient temperatures greater than 40 C are speci;'ic,i, +,1 ambient tempera- ture specified plus the temperature rise at the hett,r%t. r;frt diie to motor losses shall not exceed the total limiting te-peratu r r1r;e for 1,he insula- tion system used. The total "hot spot" temperature for Class A, B, F, -:r,,! „ insulations shall be as tabulated below. Insulation Total Temperature Class Degrees Centigrade I A 105 B 1,10 F 155 H 18O i Wh-re a sealed insulation system is specified, two ad,litional dips and bakes of epoxy varnish or vacuum-pressure impregnation shall be included. Where an encapsulated insulation system is specified, sealing shall con- form to NEMA MG1 for random wound motors. 1D.5.1~ Space Heaters. Space heaters where specified on Motor Specifica- tion and Data Sheets shall be provided inside the motor enclosure in a location suitable for easy removal and replacement. Space heaters shall be of the capacity required to maintain the motor internal temperature above the dew point when the motor is idle and shall be isolated by a heat insulation barrier or located so as not to cause heat damage to adjacent painted surfaces. 111.5.5 Conduit _Boxes. The cast iron or pressed steel motor conduit box shall be diagonally split for easy access to the motor leads, and shall have a threaded opening to provide a watertight rigid connection with the conduit. The box shall be designed for rotation in 90 degree increments to receive conduit from any of four directions to facilitate connections. A gasket shall be furnished between the diagonally split halves of the conduit box, and a nonconducting motor lead positioner shall be fur- nished between the conduit box and the motor yoke. All motor leads lo- cated in the conduit box shall have terminals and shall be permanently numbercl for ease of identification. !sox locations and dimensions of motors rated above (V) volts shall he subject to approval by the Engineer. All motor lead conduit boxes for motors rated above 600 volts shall be cast iron or pressed steel and shall be sized and arranged to permit the installation of stress cones within the box. (DENTON, TEXAS - 4904) (MOTORS ) 032570 1D-3 All space heater leads for motors rated 600 volt or less shall be wired to the motor lead conduit box, and include terminal connectors. All space heater leads for motors rated over 600 volts shall be wired to the cast iron accessory conduit box described i,~,lc^r, and include terminal connectors. A separate cast iron or pressed sLeel accessory conduit box shall. be provided in motors rated above 600 volt for current transformer leads, temperature detector leads, alarm device leads, space heater leads, and other similar accessory equipment leads. Accessory conduit boxes shall be complete with screw type terminal blocks for termination of such leads. Termi.nal blocks for current transformer leads shall be shorting type. Each terminal in the blocks shall be identified and mar,-ed for its respective leads. All accessory conduit boxes shall be accessible from outside the motor. 1D.5.6 Leads. All leads including main motor leads, current trans- former leads, space heater leads, and thermal protective device leads shall be completely wired to their respective terminal box. All motor leads and their terminals shall be marked T1, T?, and T3 in accordance with the (:irection of shaft rotation shown on the nameplate. Dual voltage rated motors shall be connected for the operating voltage specified and only the leads for fieid connection shall be brought into the terminal box. 1D.5.'( Terminals. All leads shall be provided with compression type connectors equivalent to the following: Cable Size Burndy Connector 250 Mcm and larger YA.-21,N 6 AWG through 4/0 AWG YA-1, 8 AWG and smaller YAV 1D.5.8 Ground Connectors. Motors shall be furnished with a grounding connector attached to the motor frame inside the motor main lead conduit box. The gro~uiding connector may be a lug or terminal or other approved grounding connector. The ground cable and power cable relationship, as to size, is shown as follows* Power Cable Size Ground Cable Size 12 to 8 AWG 12 AWG 6 to2AWG BAWG 1 to 3/0 AWG 6, AWG 4/0 AWG to 750 I4cm 2 AWG (DENTON , TEXAS - 4904) (MOTORS ) 032570 1D-4 Motors rated higher than 600 volts shall also have a grounding; connector permanently attached to the m.)tor frame on the same side of the motor as the motor main lead conduit bcx. The grounding connector may be a non- corrodible metal pad welded or brazed to motor frame with a threaded hole at its center, a terminal connector attached to the motor frame, or other approved motor frame grounding ni-thod. Thcc grounding point shall be on or near the end of the motor opposite the output shaft of horizontal motors and on or near the base of vertical motors. 1D.5.9 Bearings. Crease or oil lubricated rolling, element thrust and radial bearings shall be designed and fabricated in accordance with AFBMA standards to have a minimum life rating of not less than 15 years unaer the load, speed, and thrust requirements. Stacked rolling element bearings will not be acceptable. Sleeve bearings shall be oil-ring lubricated type with mountings provided with oil level sight gauges marked for required oil level at, motor run- ning and motor standstill. The oil ring shall be one piece construction. Split type construction will not be acceptable. Sleeve bearings, end bells, and bearing housings for horizontal motors shall be spli*.•,ype when available for the frame and enclosure specified. Thrust bearings for vertical motors shall be capable of operating for extended periods of time at any of the thrust loadings imposed by the specific piece of driven equipment during starting and normal operation without damage to the bearing or the motor frame. i • All mowitings for bearings shall be designed to prevent the entrance of lubricant into the motor enclosure or dirt into the bearings, and shall j be provided with pipes, drain plugs, and fittings arranged for easy re- lubrication from the outside of the motor while the motor is in service. j Bearing lubrication shall be furnished by an internal lubrication system j requiring no external source of water or lubricant, unless specified otherwise on the Motor Specification and Data Sheet. When an external j lubrication system is required it shall be furnished complete by the Contractor, including all required connections. Required connections shall be furnished for forced or recirculating lube oil as specified on the Specification Data sheets. I The Contractor shall furnish all lubrication information required to assure proper equipment start-up and subsequent bearing maintenance. 1D.5.10 Rotors. All induction motors shall have sgiirrel cage rotors. Rotors shall be adequately sized to avoid overheating during accelera- tion of the motor and driven equipment. (DFSJTON, TEXAS - 4904) (MOTORS ) 052070 1D-5 1D.5.11 Shafts. Where shipment permits, motor output uhafts shall be complete with motor half coupling mounted, connected I.,) the driven equip- ment, and adjusted ready for operation. Where motor cslxe prevents ship- ment with motor connected to driven equipment, the motor half coupling shall be factory mounted for field connection to the driven equipment. The output shaft of motors furnished with split sleeve bearings shall have the motor mechanical center and electrical center permanently circumscribed identified on the motor shaft. The markings shall be casi.ly identifiable for use during motor installation. 1D.5.12 Torque Characteristics. The torque characteristics of all induc- tion motors at 90 per cent rated voltage or that voltage provided as shown on the Specification Data sheets shall be as required to accelerate to full speed the inertial loads of the motor and driven equipment. Locked rotor current of all induction motors shall be the minimum within the standard design limits used. 1D.5.13 Bearing Temperature Detectors. Bearing temperature detectors shall be furnished for all motors with split sleeve bearings. Each bearing the_mocouple bulb shall be in intimate contact with the bear- ing of babbitt sleeve bearings, and the outer race of rolling element bear- ings. 1D.5.14 Temperature Qgtector Details. All temperature detectors shall be chromel alumel thermocouples having magnesium oxide packed stainless steel sheaths. i 1D.6 FACTORY TESTS. Each motor shall be tested at the manufacturer's plant to determine that it is free from electrical or mechanical defects and to provide assurance that it meets the requirements of these specifications. Motor horsepower rating will determine which of the following test pro- cedures govern. Five copies of reports of each test shall be sent to the Engineer prior to shipment of the motor from the manufactwrer's plant. (DEiTON, TEXAS - 4904) (MOTORS ) 052070 1D-6 In each case where a motor design for a number of motors identical to that specified ha, been manufactured and completely teste9, five copies of such test report including a speed-torque curve for the design, shall be provided In addition to the commercial test specified. L).6.1 Motors 200 HP and Smaller. A standard commercial test shall be made on each motor. The test shall consist of: No-load running current at normal voltage Locked-rot_c current at farctional voltage Measurement of winding resistance Dielectric test Inspectir.:i cf bearings and bearing lubrication system For wound-rotor motors, the measurement of secondary open circuit voltage ratio at collector rings 1D.6.2 Motors 250 HP and Larger. The above described standard commer- cial test shall be made on each motor unless otherwise specified. When complete tests, witnessed or unwitnessed, are specified on the Motor Specification and Data Sheet they shall consist of: Full load )-.eat run Per cent s?ip No-load running currc;nt Locked-rotor current Breakdown torque Pull-up torque Starting torque Efficiency at full. 314 and 112 load Power factor at ° 1, 214 and 112 load Winding resistance measurement Dielectric test Inspection of bearings and bearing lubrication system For wound-rotor type, the measurement of secondary open circuit voltage ratio at collector rings 1D.7 MOTOR SPECIFICATION AND DATA SHEETS. The Motor Specification and Data Sheets specify the major construction requirements for each motor. After award of contract, in accordance with the schedule speci- fied in Section 1C, the Contractor shall complete and submit copies of the Motor Specification and Data Sheets for each motor furnished with all motor data filled in. 1D.8 MANUFACTURERS. Motors shall be manufactured by .Ulis-Chalmers. (DENTON, TEXAS - 4904) (MOTORS ) 052070 ID-7 `f PART 2 - TECAN?CAL REQ7IREMEN48 CONTENTS Page tbru Page Section 2A - DESIGN CRITERIA 2A-1 2A-2 2A.1 General 2A-1 2A.2 Codes 2A-1 2A.3 Type 2A-1 2A.4 Arrangement 2A-1 2A.5 Design Criteria 2A-1 nA.6 Performance Curves 2A-2 2A.7 Performance Testing 2A-2 Section 2B - CONSTRUCTION 2B-1 2B-5 2B.1 General 2B-1 2B.2 Materials 2B-1 2B-2 2B.3 Wood•Preservation Treatment 2B-2 2B.4 Structure 2H-2 2B.5 Casing 23 2B.6 Partitions 2B-3 2B.7 Drift Eliminators 2B-3 2B.8 Filling 28_3 2B.9 Pan Deck 2B-3 . 2B, i0 Air Inlet Louvers 2B,ll Access Doors, Stairways wad Walkways 2B-3 2B-4 2B.12 Fans 2B4, 2B.13 Fan Cylinders 2g-4 28.14 Vibration Swit;hes 2B-'4 2B.15 Reduction Gear Units 2B-4 2B-5 2B.16" Motors 2B-5 2B.17 Equipment Handling Device 2B-5 2B.18 Water Distribution System 2B-5 I _ 2B.19 Cable Raceway 2B-5 Motor Specification and Date Sheet R (DBNTON, TEXAS 4904 A(COOLING TOWM- M-10r 051970 TC2-1 s Section 2A - COOLING TOWER DESIGN CRITERIA 2A.1 GENERAL. This section covers the design, performance and construc- tion requirements of the cooling tower. 2A.2 CODES. The cooling tower and accessories shall. Le designed and con- structed in accordance with the latest applicable requirements of the Cool- ing Tpwer Institute, Standard Grading and Dressing Ru Loa for Douglas Fir published by the West Coast Lumberman's Association, California Redwood Association, ASME; EEI, IEEE, Nr:MA, and ANSI. Any conflict between standPxds shall be referred to the Engineer who will determine which stan- dard'shall govern. 2A.3 TYPE. The cooling tower shall, be of the double flow cross flow, induced mechanical draft, multiple cell design. 2A.4 ARRA:EMENT. The cooling tower shall be installed in a concrete basin whose longitudinal centerline will run on a north-scuth direction. 2A.5 DESIGN CRITERIA. The cooling tower shall be designed and constructed for operation under the following conditions. The performance indicated shall be guaranteed. Number of cooling towers one Inlet circulating water, gpm 60,000 Temperatures, F Inlet circulating water 103 Outlet circulating water 89 Ambient wet bulb 80 Job site elevation above mean sea level, ft 636 Maximum pumping head above basin curb, excluding riaer friction, ft 34 Basin depth below top of curb, ft 70-6" Normal water level below basin curb, ft 1'-O" Design wind load, psf 30 Makeup water supply Treated sewage effluent (DENTON, TEXAS - 4)04 ) (COOLING TOWER - M-10A) 051870 2A-1 2A.6 PERFORMANCE CURVES. Performance curves shall bu submitted showing guaranteed and expected cooling tower performance with circulating water flows, temperature ranges, and wet bulb temperature differing from the design conditior.a. Three separate curve sets shall be furnished: One each for 90, 100, and 110 per cent of the design condition circulating water flow. Each set shall show wet bulb temperatures (50 F to 90 F) plotted as abscissae and water temperatures from the tower plotted as ordinates. A curve shall be shown for the design condition water temperature range with additional curves for each full degree range to approximately 5 degrees above and 5 degrees below the design conditions range, The curves shall indicate the guaranteed performance operating range limitation established by the latest ASME Power Test Code, PTC 23. All curves shall be drawn to a scale adequate to permit reading to an accuracy of plus or minus 0.25 F. These performance curves will be used in the analysis of fiel• tests ror determining whether or not the towers have met the guaranteed performance. 2A.7 PERFORMANCE TESTING. ? field test of the cooling tower will be made by the Owner for performance and general operation. All test proce- dures will be in accorcance with the latest requirements of the ASME Power Test Code, PTC 23. The Contractor shall furnish all special test equipment required to perform the tests. Should the equipment fail to ,eet the specified performance guarantees, the Contractor shall, without cost to the Owner, add such additional tower area, basin, fan equipment, piping, wiring, b,• other construction, as required to enable the equipment to meet the guaranteed performance. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 2A-2 Section 23 - COOLING TOYER CONSTRUCTION 2B.1 GENERAL. This section covers the detailed requirements relative to the construction of the cooling tower. 2B.2 MATERIALS, All materials used in the construction of the cooling tower shall be in accordance with the following: Part Material Structural framework Douglas fir established in CTI Bulletin 6TD-114, except that "standard" grade shall not be used. Alternate in accor- I dance with the wood grades and stress values for Redwood established in CTI Bulletin Std-103• I Inlet water headers Send filled reinforced epoxy Stairways, walkway treads, Redwood or Douglas fir handrails, and partitions Fan cylinders Molded fiber glass reinforced encapsu- lated core type Filling and drift eliminators PVC. Alternate Douglas fi•r WCLA Class C Industrial clear grade or better, or clear all heart Redwood Inlet water basins Douglas fir WCLA Class B Industrial clear grade or better. Alternate clear all heart Redwood. Fan deck partitions and Douglas fir WCLA Class C Industrial nonstructural parts clear grade or better. Alternate Redwood EAterior casing Corrugated cement asbestos board Louvers Corrugated cement asbestos board Fill support grids PVC or glass reinforced polyester Nails Bronze or stainless steel (DOTON, TEXAS - h9o4 ) (COOLING TOWER - M-10A) 2B-1 051870 Part Material Bolts, ruts, and washers Bronze, except metal structural members, fan cylinders, and equipm!nt hold-down bolts Shall be Type 316 stainless steel Anchor castings Hot-dip aalvanizcd ductile iron with coal tar epoxy coating Joint connectors Glass reinforced polyester, bronze or stainless steel Fan hubs ualvanized steel or ductile iron Fan drive shaft 18-8 stainless steel tube All other steel and iron parts Hot-dip galvanized except distribution valves and gear cases All lumber shall be especially selected for cooling taxer construction. All lumber except filling, eliminator blades, louvers, interior parti- tions, and deck supports shall be surfaced on all four sides. All metal parts shall be insulated as required to prevent galvanic cor- rosion. 2B.3 WOOD PRESERVATION TREATMENT. All lumber used in the construction of the cooling tower shall be given a pressure impregnation treatment of acid copper chromate or chromated copper salts before erection of the tower. The salt treatment shall utilize Boliden or Erdalith salts, and the treatment process shall be done in strict accordance with the recom- mendations of the salt materials manufacturer. The retention of salt shall be not less than the following: Lumber Thickness Salt Density 2 inches and greater 0.50 lb per cubic foot Less than 2 inches L OD lb per cubic foot 2B.4 STRUCTURE. The main supporting columns of the framework shall be spaced not more than 6 feet by 6 feet or 4 feet by 8 feet. Each perimeter column shall be anchored to the foundation by means of a suitable cast iron right angle column casting. Members shall not be notched to provide bearing for bolts. The main frame shall be rigidly cross braced to prevent undue deflection of the structure. Main framing joints shall be "through" bolted using timber ring coupe:tors or structural connectors where required for adequate strength. Fan deck lumber shall be not less than 1-1/2 inch thick. The cooling tower'basin will be approximately 71-6" deep. Interior structural wood members, as required, including required bracing, shall extend to the bottom of the basins. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 2B-2 051870 The tower shall be designed to withstand the specified wind load. The size and design of all structural members, bracing, and connections shall be such that the stresses shall not exceed allowable safe values. 2B.5 CASING. The tower casing shall be of single wall 3/8 inch corrugated asbestos cement board, Vertical 6oints shall be made at the main columns, using bitumastic sealing and through bolting to the main columns. Horizontal .loints with corrugated material shall be lapped and sea:,:d with bitumastic material. All bolting shall be stainless steel with neoprene or approved equal washers. Stainless steel, lag screws may be used where practicable. The casing shall be leakproof. 2B,6 PARTITIONS. The cells in the cooling tower shall be isolated by full width and height partitions to permit proper operation of any cell with adjacent cells out of operation. Longitudinal partitions shall be provided as required to prevent "through cross flow" of cooling air. The partition walls shall be extended far enough to permit water level fluctuations of 2 feet below normal water level without air bypass or otherwise affecting tower performance. All partitions shall be of the solid wall type construction with adequate bracing to prevent vibration. 2B.7 DRIFT ELIMINATORS. Drift eliminator baffles shall be provided for removal of water particles and reduction of drift losses. Baffling shall be constructed in easily removable sections for simplified marintenance and handling. 2B.8 FILLING. The filling shall be built and arranged to permit easy handling and removal from the tower. All beams and supports carrying filling, strips, slats, blades, or decks shall be of amole size and bolted to the structural framework. 2B.9 FAN DECKS. The fan decks shall be of tongue and groove construction designed to provide drainage away from the fan cylinders and for a uniform loading of 60 pounds per square foot. Adequate fan deck area shall be provided to allow removal and handling of the mechanical equipment. 2B.10 AIR INLET LOWERS. Air inlet louvers shall be of the corrugated cement asbestos board type 3/8' inch minimum thickness, supported from structural columns with tie bars. Structural members shall not be slotted for support'of louvers. Louver shall be supported on centers not exceeding 41-0„ 2B.11 ACCESS DOORS, STAIRWAYS, AND WALKWAYS. The tower shall be furnished with a sufficient number of doors or manholes to provide access to all sec- tions of the tower. Doors shall be of leakproof construction. Stairwp,!s, landings, walkways and handrails shall be furnished to give complete convenient access with safety to all water distribution valves and the interior and exterior of the tower. A longitudinal walkway shall be pro- vided adjacent to each row of water distribution valves. One stairway and one wood escape ladder shall be furnished for access to the fan deck. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) G4ol7o 2B-3 All cooling tower components and appurtenances shall be arranged so as not to block walkways. In no case shall the unobstructed width of a walk- way be less than 30 inches. Motors shall be located with their shafts at 45 degrees to the centerline of the tower if this arrangement will provide optimum walkway clearan-e. 2B.12 FANS. Fans shall be of the multiblade propeller type especially designed for low noise level, vibration free operation. Fan blades and all rppurtenances shall be made of glass reinforced polyester or aluminum alloy suitable for the service. Fan hubs shall be of galvanized steel. Blades shall e of the variable pitch field adjustable type and blade pitch shall be adj,.sted by the cooling tower manufacturer to produce the reglired air delivery. The entire fan wheel assembly shall be statically balanced. Fan tip speed shall not exceed 12,000 fpm. 2B.13 FAN CYLINDERS. Each fan shall be provided with a specially designed, venturi type fan cylinder not less than 14 feet high. The fan cylinders shall be designed to withstand a wind load of 30 pounds per square foot of projected surface area. 23.14 VIBRATION SWITCHES. Each fan assembly shall be provided with a vibratiot cutout switch for connecting into the Owner's motor control circuit to shut the unit down in the event of excessive vibration. The I switches shall have normally open double pole single throw contacts. 28.15 REDUCTION GEAR UNITS. Fens shall be driven through right angle, heavy-duty, industrial tyre reduction gear assemblies. Reduction gears shall be of the oil bath, positive lubricated type, especially designed for induced draft cooling tower service. The reduction gears shall be capable of continuous transmission of the full load fan power in either direction. All machinery shall be supported on a suitable aluminum alloy structural framework. All necessary drive shafts, flexible couplings, and drive mountings re- quired to allow mounting the driving motors outside the fan discharge stream shall be provided. Provision for convenient shaft alignment ad- justments shall be included. Shaft couplings shall be of the nonlubricated type having a laminated stai•.iless steel flexible member, "Thomas", or approved equal. Each gear reducer shall be provided with one inch, Schedule 10 18-8 stainless steel oil fill and drain piping extending outside the fan cylinder to a gauge glass and drain and vent plug cocks. The piping from each reduction unit shall contain a one foot length of one inch flexible oil and gasoline hose similar to US Royal P5119 hose. The motor drive mounting structure shall be provided with an opening to per- mit removal of the condensation drain plug provided on totally enclosed fan cooled motors. (DENTON, TEW - 4904 ) (COOLING TOWER - M-10A) 040.170 2B-4 Each gear reducer assembly shall be provided with a"bypass type oil filter having a replaceable cartridge. The filter body shall be of heavy cast iron or carbon steel construction ar.a shoal have a bolted access cover, 2B.16 MOTORS. Fan drive motors shall be furnished in accordance with the requirements of Section 1D and the Motor Specification and Data Sheet included herein. 2B.17 EQUIPMENT HANDLING DEVICE. The tower shall be equipped with a tri- pod and a dolly assembly for removal and handling of the gear reducers, motors, fans, and other equipment, and a permanently sttached lifting device at the end of the tower. The necessary blocks or chain fall will be furnished by the Owner. 2B.18 WATER DISTRIBUTION SYSTEM. The tower shall be provided with com- plete water distribution system including piping, flow control valves, weirs and distribution nozzles. A longitudinal header shall be provided on the tower for distribution, of water to the tower cells. Water distribution valves shall be provided for each cell and shall be suitable for full range throttling control and tight shutoff service. Ea:h distribution valve shall be provided with an extension to provide a submerged discharge. The distribution system shall terminate with one 125 pound ANS steel .flangr,•d piping connection. The connection shall be provided on either end of the tower at the option of the Engineer. The distribution header shall be provided with a minimum of three 2 inch vents located on the top of the header. One of the vents shall be at the closed end of the header. 2B.19 CABLE RACEWAYS. The cooling tower shall be provided with a system of supports for the Owner's conduit containing power, control and lighting conductors. All conductors and conduits will be furnished and installed under separate specifications. The conduit support shall support the conduit at intervals not exceeding 5 feet. The conduit routing shall consist of a vertical portion extending from the curb level to a point approximately 11-6" below the fan deck level and a horizontal portion which passes beneath the fan deck and runs the full length of the cooling tower. The vertical portion of the conduit shall be located on the outside of the cooling tower casing. Supports shall be Uni- strut or approved equal and shall be hot-dip gaivhnized. The vertical portion of the conduit and conduit support system shall be covered with asbestos cement board to match the exterior and constructed so that a side can be easily removed for access to conduit. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 2B-5 fiill'il ri 1~;4IL•{ 11I T;(K>f,l Uli T0,11F71. FANS " X- ] OA ,I y A:1 11 F: ~UIRE'I) bGa 3 6G at„' Y ,F,,,1,I IA; 1.0 oE~l;:iA IN ,CIA i,.N Y: IiM ilA.l; B T:.N-- ,EAl t,` f - WIl1iVT IIVP t.%A1 L..1 ba F•, ••'E FA IU Ft RISE 1)-'ITOTAL,~Y ENCL03EU FAN MOUNTIN', HORIZONTAL ..G".ID AT C 120 47 L=> SINGLE PHA°E WIRED To i " No LiT AIF FIl CU4%EN1 SRANSIC'nr:: - FLQCIFOUTSIDE SURFACE PAINTED WITH EPOXY BASE PAINT. SUPPLY AUTObtATIC BREATHER DRAIN PLUGS IN EACH BRACKET. !AIARI'i"",: fIaF ANTIFRICTION MINIMukl LIFE (AFPYA) 15 YR LI, P:I CAT ITYPE GREASE ;Y;TiY SELF piH[4 PE~'''JI Fi.MErl t`i - TEIANE,AT,JRE CETECTCR>; WIPED TO TEtMINAL HOARD IN SEPARATE t)ETE,:TC% 'rPvirip --v AINDlNrO 9YCi'S, OHMi ~ - QUANTITY PER FHALE - - CT FiE ANING5: IYP'L - [!I I-H A;; 'I[ AID; TYPE ST')TLIR ~,iLT%T.i YAN:IT PMIOR TO .T, ,RTING MJTOR PE C? CE', jr LAIir' MOIOR VOLTA'i - iMFELV,r_ `TI`If S CURRENTS - PER EfNT ON A - - v, A _ OTrEF ~1 'J1R,,'ENT iYlt F!I.NI ~H~I "1 ui! ,'1l~ i. :u F'i_INu VC UN'TEL F[TU=NiD ACFAF~ T! ,.INS -V hP AE LE u A T I Na TIME i R•`Iq `.Y".=7. ~i'I CE' F'JLL LCA.. SP[rCi EFFI.IIN;Y, FE" +.EIT11.L LOAD CI,G~[`yi ,f4li: 111 ~!4 /u Lu^1eU,, *OTCu (,JVGE'IT !u,GC O,ERAL I PCwER' FA(TO;~, F'ER CTNT LOCKEE COTO^ TORQUE F'-L7 75-150 LOAC: I/ Pi l UF' "CR'jUi -T- k50.3:U HLATi. i3PE AM. ;dN r,FQ~[ F-_.. C-66'C L,r tE4 1) G.U,4r i TGT4L Mu7OF GO UNIT %A;IN wA T'_ TDTAL vr; 70 w' ;:.--CLOG [ O'.1ILI",F RIfjIQ~ INERT14 MOTOR SPECIFICATION AND DATA SHEET 'I BLACK & VEATCH DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION PAGE of KANSAS C' Tr, MO. UNIT 5 65,000 KW y 7 ~ 1 Z t~rtn~~ h'}5' ^'r' 4 r -•5 W R A f r [ • u'r yr'.',4 r " ^s" F ^f. 1 y' 1, ~7` r ~ ~ ° (y!~'F[d < .r`i ~ 'y , ! y:. h •y gr ~y t e~~ ,"Yf•' ir; y":v 1 ♦ e: r r a_, .,f' >'3 ''*~V : 1 r . PART 3 - ERECTION CONTENTS Page thru Page Section 3A - SCOPE OF THE ERECTION WORK 3A-1 3A-7 3A.1 Genoral 3A-1 3A.2 PCGpe 3A-1 3A.3 Miscellaneous Materials and Services 3A-1 3AA Contractor's Supervision 3A-2 3A.5 Construgtion Plant and Temporary Facilities 3A-2 3A 6 Cpngtrugtioq Utilities 3A-2 3A-4. 3A.7 Receiving*"Handling and Storage" 3A-4' 3A-5 3A.8 bocatioh Tolerances 3A-5 3A:9 Shaft Alignment and Balance 3A-5 U.10 Alignment and beveling 3A-5 3A.Z1 Doweling 3A-5 3A#12- w Meaning 3A-6 3A-13 *Apment )4t,h',Electrical Connections 3A=6 ,4~aY Operation 3p-6 . Mai to 16 ' 3Ai n ;s6a4b" Tools 3A-6 ' T ah u 3A, i8 Checkr-out and Initial Operaoi~ 31l" t 3~ r of (DENTONj'TEXM hqq~.). , ; (CQOLIHQ .T01PEft - M-1bA) : ~ n'd3~x 091,70 s~ fgay :..y 1 y k t f. Section 3A - SCOPE OF THE ERECTION WORK 3A.1 GENERAL. This section coverh the scope of the orection work to be performed and the construction facilities and services to be provided by the Contractor and the Owner. 3A.2 SCOPE. It is the intent of these specifications that the Contractor sha'.1 furnish all materials, tools, equipment, supplies, services, and labor required to perform the complete erection of the equipment speci- f'ed in Part 2 of these specifications. The work shall include unloading !.ff transport, hauling, receiving, storing, protecting from damage, erect- ing, installing, cleaning, adjusting, and all other work, except as speci- fied otherwise herein, required to bring the equipment to a state of readiness for commercial operation. The only materials, services, labor, or equipment which will be supplied by the Owner are those designated as such in this Section 3A or Section lA of these specifications. 3A.3 MISCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and services not otherwise specifically called for shall be furnished by the Contractor or the Owner as specified herein. 3A.3.1 Furnished by the Contractor. Office, office furnishings, supplies, and equipment Grout and grouting materials Strrctural steel bolting between equipment furnished under these specifications and Owner-furnished foundation Application of all lubricants 3A.3.2 Furnished by the Owner. Foundations, foundation bolts, and sleeves Lubricants for all machinery Operating personnel to operate the cooling tower during preoperational testing, startup operations, and perfor- mance testing Water for filling the system Finish painting of the equipment (DENTON, TEXAS - 4904 ) (COALING TOWER - M-IOA) 040170 3Arl 3A.4 CONTRACTOR'S SUPERVISION. The Contractor shall furnish adequate management, supervisory, and technical personnel on the work site to insure expeditious and competent handling of all matters related to the work. A construction superintendent who is fully experienced and qualified in erection work of the equipment specified and who is a permanent member of the Contractor's organization shall Le resident at the work site for the duration of the work. The superintendent shall be fully authorized to act for the Contractor and to receive 'whatever orders may be given for proper prosecution of the work or notices in connection therewith. The Contractor's field organization st.all include an experienced staff of qualified technical personnel to handle field engineering, panning, and direction of the work. The field organization shall also include a staff to handle timekeeping, employment, accounting, purchasing and expediting, stores and warehouses, stock and tool rooms, and security. 3A.5 CONSTRUCTION PLANT AND TEMPORARY FACILITIES. The Contractor shall furnish all construction plant, utilities, temporary facilities, equip- ment, materials and supplies required for prosecution of the work but which will not be incorporated in the completed work, unless otherwise specified herein. All temporary structures and facilities furnished by the Contractor shall remain the property of the Contractor and shall be maintained throughout the construction work, When the construction work is completed, all such temporary structures and facilities shall be removed from the site and the area shall be restored to its original condition. All construction plant and facilities shall be in first-class condition and shall be of the proper type and size to perform the work. The plant and facilities shall be regularly and systematically maintained through- out the work to insure proper, efficient operation. Plant and facilities which are inadequate or improperly maintained shall be promptly modified, repaired, or removed from the site and replaced. Temporary structures for offices, change houses, warehouses, and other uses for the Contractor or his subcontractor shall be provided by the Contractor using materials, design, and construction approved by the Owner. Suitable construction trailers may be used in lieu of temporary structures, subject to the Owner's approval. Such structures or trailers shall be placed only in locations assigned by the Owner. 3A.6 CONSTRUCTION UTILITIES. Construction utilities required for the prosecution of the work shall be provided by the Contractor or the Owner as herein specified. (DENTON, TEXAS - 4904 ) (COOLING TOWM - M-10A) 040170 3A-2 3A,6,1 Telephone. The Contractor shall provide his own telephone service. 3A.6.2 Compressed Air. The Contractor shall provide all air compressors, fuels, lubricants, hoses, piping, and other apparatus required for supply- ing compressed air required for prosecution of his work. 3A.6.3 Construction Power. The Owner will furnish all energy for con- struction electric power and temporary lighting at no charge. The Owner will provide a 480 volt, 3 phase or 120 volt, single phase supply of power at the load terminals of fused disconnect switches for the Con- tractor's use. The Contractor shall connect to the load terminals of the above listed disconnect switch and shall provide all disconnect switches, breakers, transformers, wiring, and other devices required to distribute power for his use and for the use of his subcontractor. Temporary power facilities shall conform with applicable safety and code requirements, shall be constructed to provide proper clearances and minimum interference with construction, and shall be subject to the Owner's and Engineer's approval. 3A.6.4 Temporary Lighting. The Contractor shall furnish and install all temporary lighting required in the prosecution of his work. Con- ductors shall be not less than 12 AWG copper and insulated for 600 volts. A fuse shall be provided for the protection of each circuit. 3A.6.5 Water. Water for construction use and drinking will be furnished by the Owner at no charge. It will be made available at a hydrant or hydrants designated by the Owner. The Contractor shall provide piping, valves, and hoses as required to distribute the water for his and his subcontractor's use. The Contractor shall provide sanitary drinking water facilities for his employees including coolers, ice, disposable cups, and a trash barrel at each water cooler. Each dispenser shall be emptied, cleaned, and refilled at the start of each day, and personnel shall be assigned to assure maintenance of the water supply. 3&,6.6 Heat. The Contractor shall provide all heating facilities required for the efficient prosecution of his work, and as required to prevent freeze damage to equipment under his custody. The method of heating shall be subject to approval by the Owner and/or Engineer. Salamanders, open fires, or other methods which constitute a hazard to personnel or property shall not be used. Flune fired heaters shall not be left unattended. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 3A-3 3A.6.7 Sanitary Facilities. The Contractor shall furnish and maintain a system of chemical toilets for the use of his employees. The chemical toilets shall be furnished in numbers and locations as required to ade- quately and conveniently serve the needs of his employees and as required by state and local regulations. Maintenance of the chemical toilets shall consist of daily inspection, cleaning, and replenishment of chemicals. Chemical toilets shall be located at the ground floor level. Construction personnel will not be permitted to use the permanent plant toilet and washroom facilities. 3A.7 RECEIVING, HANDLING, AND STORAGE. The Contractor shall promptly receive, unload, and place into storage or construction all equipment, materials, and supplies furnished under these specifications as they arrive at the plant site. 3A.7.1 Receiving. Upon arrival at the plant site, the Contractor shall examine all shi~nments for shortages, discrepancies, or damage. He shall prepare a receiving report itemizing the material received and submit it to the Engineer. 3A.7.2 Handling. The Contractor shall be responsible for any damage to equipment and materials while in his custody until final acceptance of the work. I The Contractor shall unload all carriers promptly and shall pay any de- murrage incurred. Materials shall be handled with due care to prevent damage or loss. 3A.7.3 Storage. All equipment, materials, and supplies not immediately incorporated in the work shall be placed in storage. Storage areas will be allocated and assigned by the Engineer. The storage areas shall be kept nest and orderly at all times. All equipment which would be subject to damage by outdoor,exposure, has finish painted surfaces, and small items subject to loss shall to stored indoors. The following listed items she6il be stored outdoors on shoring to provide at least 8 inches clearance above grade and covered with a weatherproof flame resistant cover. The cover shall cover the top and sides of the equipm-nt, shall be lapped to shed water, and fastened securely around the base of the equipment or materials. The cover shall be PYRO-KURE 610 as (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 3A-4 manufactured by Americ&n Sisalkraft Corporation or approved equal. Sheet widths shall be not less than 84 inches. Valves 4 inches and larger Fans Large motors Gear reducers Other equipment and materials not subject to weather deterioration shall be stored outdoors on shores or blocking to provide at least 8 inches clearance above grade. All electric motors shall be continuously heated during the time they are in storage and until they are placed in initial operation. The heat shall be applied by energizing the built-in space heaters where supplied. Other motors shall hare heat applied in a manner approved by the Engineer. 3A.8 LOCATION TOLERANCES. Equipment shall be located within 1/8 inch of the dimensioned locations shown on the plans. j 3A.9 SHAFT ALIGNMENT AND BALANCE. Alignment of rotating machinery shafts shall be as nearly perfect as practicable. Offset between coupling halves j shall not exceed 0.001 inch per inch of shaft diameter with proper allowance for expansion of tha driver or driven unit when operating, and faces of coup- ling halves, with couplings square on their shafts, shall be parallel within 0.001 inch. Measurements shall be made with a dial indicator. Machinery shall operate free from excessive vibration, overheating bearings, or other conditions which would tend to shorten the life of the machinery. Before starting, all bearings, shafts and other moving parts shall be checked for proper alignment, cleaned and lubricated in accordance with the equipment manufacturer's recommendations and instructions. Copies of records showing all final alignment measurements shall be furnished to the Owner and Engi- neer. 3A.10 ALIGNMENT AND LEVELING. Each base shall be set in place over its anchor bolts and shall be carefully aligned in proper position and then brought to accurate level preferable by means of leveling screws having nuts above and below temporary lugs attached to the edges of the base. Leveling shall have three-point control. The use of wood blocking or wood wedges to hold the base in position will not be permitted. 3A.11 DOWELING. All mechanical equipment including motor drives shall be doweled using tapered dowels after shafts hve been aligned and approved. Doweling shall not be acc:>zp21shed until after 50 hours operation has been successfully demonstrate;;, (DENTON, TExAS - 4904 ) (COOLING TOWER - M-10A) o40170 3A.-5 3A.12 CLEANING. All equipment shall be cleaned of all sand, dirt, and other foreign materials immediately after removal from storage,. 3A.13 EQUIPMENT WITH ELECTRICAL CONNECTIONS. Motors and other equipment having electrical connections will be electrically connected under sep- arate specifications. All other erection work on this equipment shall be done under these specifications. 3A.14 MOTORS, Wherever practicable, motors shall be installed with shim- ming under the motor frames „o that, if future realignment of motors iP required, they can be lowered without grinding the motor baseplates. 3A.15 TRIAL OPERATION. After erection, all equipment having moving parts or subject to pressures or voltages shall be given trial operation. The trial operation shall consist of 96 hours of continuous operation. All modifications and corrections required during the trial operation or re- quired for proper operation shall be accomplished by the Contractor as approved by the Engineer. Rotating equipment shall be checked for proper direction of rotation, shaft alignment, and balance. Equipment subject to pressures shall be carefully examined for leakage. All necessary connections required for testing the equipment such as pres- sure taps and temperature measurement connections shall be included as a part of the work under these specifications. 3A.16 W:rDiNG. All welding shall be done by qualified welders who are experienced in the particular type of welding they are assigned to do. Copies of all welder qualification certificates shall be submitted to the Engineer. Sections of welds for testing shall be removed when so requested by the Engineer. The costs of all testing shall be paid by the Contractor. 3A.17 MAINTENANCE TOOLS. All wrenches, jigs, lifting devices, and other special tools purchased for maintenance operations shall not be used for erection purposes. All such special tools shall be stored as directed by the Owner. 3A.A TOUCH-UP PAINTING. After erection, touch-up paint shall be fur- nished and applied to all abraded or otherwise damaged areas on shop painter, surfaces of all equipment erected under these specifications. Surfaces shall be free of all rust, scale, lubricants, moisture, and other substances before application of paint. Touch-up paint shall be of a type equivalent to the shop paint. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 3A-6 3A.19 CHECK-OUT AND INITIAL OPERATION. The Contractor shall render all services and do all work required to place each item of equipment furnished under these specifications in operating condition to the satisfaction of the Owner. Erection procedures not specified herein shall be in accordance with the recommendations of the cooling tower manufacturer and good engineering practice. All equipment furnished or installed under these specifications shall be tested and placed into successful operation. All defects in the erection shall be corrected to the satisfaction of the Owner and Engineer. The dismantling and reassembling of equipment to remove defective parts, replace parts or make adjustments shall be included as a part of the work under these specifications. I 1 I ~I I I (DENTO'.I, TEXAS - 4904 ) (COOLING TOWER - M-10A) 040170 3A-7 I f CITY OF DENTON, TEXAS COOLING TOWER MCIFICA'TION 4904 • M•10A SPECIFICATIONS AND DOCUNIFNTS MUNICIPAL ELECTRIC GENERATING STATION UNIT S CITY OF DENTON, TEXAS COOLING TOWER SPECIFICATION 4904 - M-10A CONTRACT ISSUE THE MARLEY COMPANY 222 West Gregory Boulevard Kansas City, Missouri BLACK & VEATCH Consulting Engineers Kansas City, Missouri 1970 K~ r.a aka '~t~' s, e1#f-t~ i'*n{~Jt~~'$~'r~"'4*~YI~ k~si~:~cvrvs,rns~°nnry~r~.y~e-,~e ~ry,d S}~ , 4 1 xFir%5`d~• AJ. ti 4 ' v {'t ty ,,y 'a rV 0. f: S\ i. iy Y Y 1 f t r 1 i♦ 1 . t r CITY OF DENTON, TEXiIS MUNICIPAL ELECTRIC GENERATIN: STATION UNIT 5 SPECIFICATIONS AND DOCUMENTS FOR COOLING TOWER Specification 4904 M-10A TABLE OF CONTENTS Pa&e.. thru Fs1e BIDDING REQUIREMENTS Advertisement A-1 A-2 Instructions to Bidders B-1 B-4 Proposal C-1 C-4 Proposal Data D-1 D-7 The Marley Company Letter Dated July 8, 1970 The Marley Company Letter Dated July 13P 1970 CONTRACT FORMS Basis of Contract Award BA-1 Contract Agreement CA-1 CA-2 Performance Bond PA-1 PB-2 CONTRACT REGULATIONS General Conditions GC-1 GC-15 Special Conditions SC-1 sC-6 SPECIFICATIONS PART 1 - GENERAL REQUIREMENTS Section 1A Description and Scope of Work 1A-1 1A-3- 1B General Equipment Specifications 1B-1 IB-5 1C Engineering Data 1C-1 ID Motors 1D-1 1D-7 (DENTONt TEXAS - 4904 ) (COOLING TOWER - M-10A) 072770 7' -4 zapr. . 'fir 1500 MEADOW LAKE PARKWAV BLACK b YEA701 P.O. BOX NO.0103 C0't5ULTI1,G ENGINELCS KANSAS CITY li, utssaJa; CHANGE ORDER CONIPACT0P 'ptie Yirlcy Company CHANGE ORDER KO. 1 222 West Gregory lilv(t„K,a,Isas City. Mr), DATE 1?ec, 3.4, 1970 CONIF:ACT ft'u Cooling, Toner. SPECIFICATION NO. 11-10A OWN[R City of Denton, Toxns Fitt NO. M-10. i PFOJtcl Liectri c S~r:;t(•Tn 1mt)rov,InrntS PROJECT NO, 4904 Tae contract Is hcrcby O,ar'Vd as follow:,; Dollars Price dcduCtioii for furn~,sh:n~; 1-]/E" tr~~;ted luraInated exterior fir foc t`rc f<4it, deck in of 1-1/2" x 6" tonpic and p,roove LreaLed ti;,jber in accordtaux- wiLh Marley Company's letter of July 33, 1970. - $20000.00 Apr, rcrvoe' r 6LACK b VEATCH Net (aVAV..t4rx) (dedictlon) of this order . . . . . . 20000.00 - Previous total (addition) (dedu6tlon) to coritr%ct, Net total (p}1j} (deduction) to contract 2,000.00 Original contract anoont 317, 60.00 Date Net Contract Amount . . . . . . . . . . , . 375r760.00 ~jj` ()~Tha Marley Canpany (Owner) tr11 or) y. ' a uV Date tq L_ B e eNtiYO-~flt'kk!-~'eSidetltat !G _.r ~ f: `y`3 ~s"rt~re 1 L{rv 2 ~°5 "1YiF t5 iµii t,ai Dt eis.r.. ~ ~'~r ~[j ",iw ~7~ ?~r ~ 9`/.,•T~`t ~"•'"t° S sR !~1 2! Tr D M ~A `iig t~l' yT s,` {y" t P` t': t k k 1 t.:;' ~Y vD f 7~ 'fi't ~ Y.t rr.{3 i ~ hCa ' W'fY 4; ~c r F f 't t ''?~y'i n ^M ✓V'T PART 2 - TECHNICAL REQUIREMENTS Section 2A Denign Criteria 2A-1 2A-2 2B Cooling Tower Construction 2B-1 2B-5 Specification and Data Sheet - Motors Sheet 1 of 1 PART 3 - ERECTION Section 3A Cooling Tower Erection 3A-1 3A-7 Y (DI TEW - 4904 ) ;COOLINQ TOWER - M-10A) TC-2 040770 ADVERTISEMENT COOLING TOWER FOR DENTON, TEXAS Sealed bids will be received by the City of Dentoi+, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m. Central h,Lylight Time on July 6, 1970 then publicly opened for furnishing and erecting ONE COOLING TOWER Prospective bidders may examine copies of the specifications at the office of Black & Viatch, Consulting Engineers, 1500 Meadow Lake Parkway, Kansas City, Missouri. Specifications will be issued only to those bidders who have been deter- mined by the City of Denton, Texas, to be qualified to bid. Determination of a prospective bidder's qualifications will be based entirely on written evidence submitted by the bidder in duplicate to the City and the Engineer not later than 21 days before the time set for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment available to do the work properly and expeditiously. Has an adequate financial status to meet financial obligations incident to this work. Has adequate technical knowledge and practical experience. Has no just or proper claims pending against him on other similar work. Has designed and manufactured three or more units of a similar type and rating, operating under equal or more severe service conditions than the equipment specified, and each of which has been in successful commercial operation for S or more years in central station power plants within the United States. The evidence shall consist of a selected listing of the units, indi- cating the Owner's name, location, date of initial operation, rating, operating conditions, and type. The listing shall be specially prepared for this particular bidding and shall list only those units falling under the above requirements. (DENTON, TEXAS - 45,04 ) (COOLING TOWER - M-10A) A-1 060370 Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black & Veatch, P. 0. Box 8405, Kansas City, Missouri 64114). All bids must be made on printed contract document forms included in the specifications. When filed with the Purchasing Agent, each bid shall be accompanied either by an acceptable bidder's bond, a certified check, or a cashier's check on any solvent bank, the amount of which shall be not loss than 5 per cent of the amount of the bid. The bid security shall be mado payable to the City Treasurer of the City of Denton, Texas. Bid security of the succeosful bidders will be returned when their contracts have been signed, filed with, and approved by the City. Bid security of unsuccessful bidders will be returned on award of contract or rejection of bids. No bid may be altered, withdrawn, or resubmitted within 60 day,- from and after the date set for the opening of bids. The City of Denton, Texas, reserves the right to reject any and all bic:s and to waive defects in bids. CITY OF DENTON, TEXAS John Marshall Purchasing Agent (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-l0A) A 040170 i I INSTRUCTIONS TO BIDDERS B.1 GEiAERAL. These instructions itpply to the prepiirr;tion of proposals for equipment, materials, and relt.ted work for t:e City of Denton, Texas, acting through its Public Utilities Board and City ~'r~uncil, hereinafter referred to as the "Owner". B.2 PROPOSALS. Proposals shall be prepared and 13ubfnitted in duplicate, each copy containing a complete bound copy of the3(; contract documents. Proposals which are not prepared in accordance with these instructions or which are submitted without a complete bound copy of tiiese contract docu- ments will imply that the bidder d)es not intend to comply with all of the contract conditions and such proposals will be considered irregular. E,.2.1 Preparation. Each proposal shall be carefully prepared using the Froposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where the forms provide for figures only. Each bidder shall list in the space provided in the proposal form all exceptions or conflicts between hia proposal and the contract documents. If more space is required for this listing, additional pages may be added behind the proposal form. If the bidder takes no exception to the con- tract documents, he shall write "None" in the space provided for the list- ing. Proposals which do not comply with this requirement will be considered irregular and may be rejected at tree discretion of the Owner. In case of conflicts not stated as directed, these contract documents shall govern. Tae bidder shall not alter any part of the contract documents in any way, except by stating his exceptions in the space provided on the proposal form. Tie bidder shall staple or otherwise bind, with each bound copy of con- tract documents submitted, a signed copy of each addendum issued for these contract documents during the bidding period, The bidder shall assemble aL1 drawings, catalog data, and ocher supplementary information necessary to thoroughly describe materials t+nd equipment covered by this Proposal, and shall attach such supplemental. information to the bound copy of these contract documents submitted with the Proposal. B.2.2 Signatures. Each bidder small sign the Proposal with his usual signature and shall give his full business address. Kids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by corporation shall be signed in the n une of the corporation, followed by the signature and de,=ignation of the president, secretary, or other person authorized to bind the corporation. The names of all persons signing should also be t;rped or printed below the signature. ( DE ETON, TEXAS - 4901,) 102769 B-1 A bid by a person who affixes to his signature the word "president", "secretary", "agent", c: other designation, without disclosing his principal, will be rejected. Mhen requested, satisfactory evidence of the authority of the officer signing in behalf of the corporation shall be furnished. Bidding; corporations shall designrite the state in which they are incorporated and the address of their principal office. 8.2.3 Submittal. Proposals shall be suLmitted in It r<<'rrled envelope addressed to the CITY OF DFNTON, TEYA.S, Attention: Piirehashing Agent, and endorsed on the outside of the envelope with the bidder's name and the name of the work bid upon. B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days thereafter. B.3 PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified check or cashier's chc ck drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the State of Texas in an amount of not less than 5 per cent of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Denton, Texas, and the amount thereof may be retained by said City of Denton, Texas, as liquidated damages if the bidder's proposal is accepted and the bidder fails to enter into contract in the form prescribed, with legally responsible surety, within 10 calen- dar days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed 60 days pending the execution of the Contract Agreement and Performance Bond by the successful bidder. B.4 INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each principal item of equipment or material he proposes to farnisli. He shall also submit therewith drawings and descriptive ratter which will show general dimensions, principle of operation, and the materials from which the parts are made. Any bid riot having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregular. `Irhe above drawings submitted by the successful bidder will be retained oy the Owner. Any material departure from these drawings as submdtted will. not be permitted without written permission from the Owner. (DENTON, TEXAS - 4904) 042969 B-2 7 Verbal statement:, trade by the bidder at* any time regarding quality, quantity, or arrangement of equipment will not be considered. • If alternate equipment or materials are indicated in the Proposal, it shall tilt ur:derstood that the Owucr will have the option of selecting sny one of the alternates so indiop,tcd and such seloctfcn shall not be cause for extra compensation or extension of time. B.5 TAXES, PP.PUITS, AND LICEN M. 'Ibe bid price ntated in the Proposal shall include all taxes, permits, and licenses whir,h might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, i!se taxes, occupa- tional licenses, and other similar taxes, permits, and licenses appli- cable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this pro- vision shall be limited to sales, use, excise, and r,ther ad valorem taxes assessed agains, the completed work and to licenses rind permits required specifically for -.e proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he shall state in his proposal whether this item has been included in his bid price and the amount of the applicable tax, permit, or license in question. B.6 TIME OF COMPLETION. The time of completion of the work is a basic consideration of the Contract. The Proposal shall be based upon com- pletion of the work in accordance with the specified schedule. It will be necessary that the bidder satisfy the Owner of his ability to completes the work within the stipulated time. In this connection, tAtention is called to the previsions of the attached General Conditions relative to delays and extensions of time. B-7 BOND. The contractor to whom the work is awarded will be required to furnish a Performance Bond to the City of Denton, Texas in an amount equal to 100 per cent of the contract amount. The cost of the bond shall be included in the lump sum bid price. The bond shell be executed on the forms provided, copies of which are attached hereto, signed by a surety company authorized to do business in the State of Texas and acceptable as surety to the Owner. With the bond shall be filed copies of "Power of Attorney", certified to include the date of the bond. B.8 LOCAL CONDITIONS. If the work includes field construction, fur- nishing field labor, or furnishing of field supervision, each bidder _ shall visit the site of the work and thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work and the cost thereof, including the arrangement and condi- tions of existing or proposed structures affecting or which are affected (DENTON, TEXAS - 4904) 042969 B-3 by th,: proposed work, the procedure necessary for maintenance of unin- terrupted operation, the availability and cost of labor, and facilities for transportation, hand..ing, and storage of materials and equip-cent. It riust be understood and agreed that all such far_toru have been properly investigated and considered in the preparation of e w:ry proposal sub- . inittecl, as there will be no subsequent financial ut1jinitment, to any contract awardl:d thereunder, which is based on the lack of such prior information or its effect on the cost of he work. 13.9 INTERPRETATION OF SPECIFICATIONS. If any prospective bidder is in doubt as to the true meaning of any part of the proposed contract documents, lie may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Owner will not be responsible for any other explanations or interpre- tations of the proposed documents. It shall be the responsibility of the bidder to advise the Engineer of conflicting requirements or omissions of information which are necessary to a clear understanding of the work before the date set for opening bids. Those questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. B.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept the bid which, in its ,judgment, is the lowest and best b1d; to reject any and all bids; and to waive irregularities and informalities in any bid that is submitted. bids received after specified time of closing will be returned unopened. B.11 CANCELLATION CHARGES. Each bidder shah_ submit with 'iis proposal the date any cancellation charges would commence and a schedule of the applicable cancellation charges as provided for in Article GC-19 of the JENERAL CONDITIONS. (DENTON, TEXAS) 102769 B-b ~I PROPOSAL City or Denton, 'T'exas City Ball Denton, Texas Attention: Mr, John Marshall, Purchasing Agent PROPOSAL FOR COOLING TOWER BID NO. 'r0-6722 Gentlemen: The undersigned bidder having read and examined these specifications and associated contract documents for the above designated shipment does here- by propose to furnish and erect the equipment and provide the services set forth in this Proposal. All prices stated herein are firm and shall not be subject to escalation provided this Proposal is accepted within 60 days. Tne undersigned hereby declares that the following list states any and all variations from, and exceptions to, the requirements of the contract docu- ments and that, otherwise, it is the intent of this Proposal that the work will be performed in strict accordance with the contract documents. Continued on Page C- (DENTON, ` FxAS - 4904 ) (COOLING TOWER - M-10A) C-1 060370 BASE PROPOSAL The tundersigned bidder hereby proposes to furnish and r'rect one cooling tower unit, with PVC fill, complete fob Municipal Electric Generating Station plant rite, Denton, Texas, in aceordcuice wit': these specifications and associatea contract documents listed in GEN ERA1, C0?TUITIONS, Article • CX-1, for the firm l.ttmp rum price of A I1Irl'r hi,ililri h i'ii't 1 iIt' U 11'iai~li S 1 Il~fi C; .1 i'l. t I[:). i I • iS I:Ir1' lliin(lro I tYh'iit~ 't51'~ t.wi j_f-ait, 1 iMilt (1011; ,'s .2'8)0) Price in Words ALTERNATE PROPOSAL The undersigned bidder hereby proposes to furnish and erect one cooling tower unit constructed of all douglas fir or redwood complete fob Municipal Electric Generating Station plant site, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the fine lump sum price of A Thrcc hundrot; ninety thousand f ivc ilurnl{re,i tWnt, (k(d I+,tr: [ - ';irct' hvtii;rekl tw;.c,ty Ilne thousand it hit. [iiinikrod 0.irl',' 11011ar5( t%1,950) Price in Words The undersigned proposes that he will perform the majority of the erection work with his own forces and that specific portions of the erection work not performed by the undersigned will be subcontracted by the following subcontractors: Work Subcontracted Name of Subcontractor The undersigned hereby declares that only the persons or firms interested in the Proposal as principal or principals are named herein, and that no .ner persons or fizzes than herein mentioned have any interest in this Propcsal or in the Contract Agreement to be entered into; that this Proposal is c.ade with- out connection with any other person, r.o~apaigy, or parties likewise subssitting a bid or proposal; and that it is in all respects for and in good faith, with- out collusion or fraud. (DENTON, TEY.AS - 4904 ) (COOLING TOWER - M-l0A) C-2 051870 If this Proposal is accepted, the underai@.ed bidder agrees to submit draw- ings and engineering data in accordance with :sction 1C and to complete de- livery of equipment and materials in accordance with the shipping schedule specified in Section 1A. The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is 3f the essence. . Dated at Kansas City This , sixth day of July , 1970, Bidder THE MARLb'Y COMPANY ( SEAL By Title Vice President, Snlea Attest: Business Address of Bidder The Marley Company ?22 Nest Gregory Boulevard Kansas City, Hissouri 64114 State of Incorporation Delewsro Address of Principal Office 222 West. Gregory Boulevard Deduct: If HDG steel mechanical equipment supports are acceptable In llpu of aluminum: Proposal A $9130 Proposal B $7435 (DENTON, TEXAS - 4904 ) (COOLING TOWER - 14-10A) C-3 040170 Variations from, and exceptions to, the contract documents (continued from Page C-1). , (DENTON, TEXAS - 49o4 ) (COOLING TOWER - 14-10A) C_4 040170 PROPOSAL DATA D.1 GENERAL. Each bidder shall submit complete and definitive infor- mation on his offering in sufficient detail to permit a complete analysia of the bid. The requirements stated in the INSTRUCTIONS TO BIDDERS relative to information submittal shall be followed. The requirements for informa*. ion contained in this section are basic requirements. Additional information shall be providod as requested by the Owner. The blank data sheets included in this section shall be completely filled in. The data listed thereon shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed pecifications. The data sheets will be reproduced by blue line printing. Make all entries thereon boldly with black ink or by typing with a carbon black ribbon. Do not use b%ll-point pens or blue ink. D.2 PERFORMANCE CURVES. The tower performance curves specified in Section 2A shall be submitted with the Proposal. D.3 DRAWINGS. Drawings shall be submitted giving the following infor- mation: Tower basin requirements Major tower dimensions All major drawings shall be in sufficient detail to permit preliminary plant arrangement studies to be made. D.4 SUPPLEMENTARY INFORMATION. The following supplementary information shall be submitted: Complete details of tower construction Details of fans, speed reducers, accessory equipment Note: Write entries boldly with black ink or type entries using carbon black ribbon. Do not use ball-point pens or blue ink. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-1 040170 Bidder's Name - U. EqU 1Phfr:NT I)ATA ' Base F'rc.I•orsal ~ .',le Yr~~r~eu- D.5.1 !:eneral Data ' Manufacturer of cooling towers IlLe Murlr f mn Tower model number 6515-~~-+~'~I f6th~~l~r$1 Type Cross - r'iQw Number of cells 5 Overall dimensions of tower, ft Length 1611 /f Ai / _ Width Height, basin curb to fan deck 35 Cell frame size 3E' Basin internal dimensions, ft ' Length 131, UP • Width 51' Weights, lb Total, dry (o6,ry)0 Total, operating 1,14i,lAf, fl~JlMlti! I.Umter Iucuit ity, gross ? ,)t al board feet I ?(jy u) _ j/~~ f 4+,i N,t ti,t iCabI-- t_o th i:'. t v• a Hv (DENTON, TEXAS - 49o4 ) . (COOTJNC, T~;6TEF1 - M-10A) i~- ?4 01'(10 The Marley Company (Bidder's Name Base Proposal Alt Prop oral Water inlet connection Number Size and type 5b'' dit,a trr 1rA✓Z1"1AinbQ4/ List of maintenance tools and equipment furnished with the tower _jiane Rewired D.5.2 Performance Data Water loading, gpm per sq ft, filling cross section projection perpendicular to air flow q,?(~ tryr~,l Air velocities, fpm average Through inlet louvers 433 Miry Fan stack outlet 1213 /1WT Water to air ratio, lb per lb 1.568 Water losses, maximum guaranteed at design conditions, per gent Evaporation 1. 14 N-Y Drift o3 ,t _ /.W/ Total 1. ~i 3 ^•/,~,r" Maximum allowable basin level fluctuation q (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) G- u40170 Tlse nrley C paio1 bidder's Name) Base Proposal Alt Proposal • ~ 1 Pumping head measured above the top of the bash curb, excluding riser friction, ft TDH 33-"__ Fan performance, each fan at design conditions Power, hp -59 Air flow, cfm 935,"i~ Air density at fan, lb per cu ft '0j0 Total static pressure, in. H2O r18 _ l ~fil Fan discharge velocity head., ,OFj(; in- H2O D.5.3 Materials (by lumber grades or ASTM numbers where possible) • Frame ented Fir • , Casing Corruxated Asbestos Cernent,botcrd _ Fan stacks Glass Reinforced PolresLer Fill PVC x'ttkod/Ftt Fill support grids Glr;ss Reinforced Poivestet Drift eliminators Trenten Fir Partitions 'rented F'ir , re» to d Fir Hot water tnsins louvers _ Corruo-~at.ed Psie!; Lof Cet6 z: c, E•10 rd Stairs and walicwVs ire r3t~,~ Pedvooci 'v. a * In?.urirs 'leloc,if.} H„•,! s~ Ei (DENTON, TE".5 - 49o4 ) . (COOLING TOWF;R - M-10A) I>_4 00170 The Mare C an F idder's Name Base Propc,3al Alt Proposal • r r Water distribution headers Glnse i?ir;rytbr rl Ful °e1,er Distribution nozzles or orifices --1'r,1ynropylene Shear connectors Glnes Helnforced Polyester & Ceremfr Joint connectors Glr,srs Ifeinrorceu Polyester Epoxy Coi• ;ed Base castings Gtlwirnlzffd Caet Iron Header straps ' Bolting Bronze Nails it.ninless Steel • D.5.4 Structure ' Column size, in. 14, x 4" Column spacing, ft 1+' x 8' ess e n orce o yes ,AF r Filling support members, size, in. ij Y. 4 Horizontal spacing of filling support members, ft p/-"v Fan deck Joists size, in. 13 x r; Lumber thickness, in. Maximum safe loading, lb per sq ft Thickness of ce),l partitions, in. Access doors, number a` t~ (DENTON, =As - 4904 ) (COOLING TOWER - 9-10A) D-5 040170 ' I Aidder's Name Base Proposal Alt Proposal rr D.5.5 Louvers Louvered area, total sq ft 11) Oll") hill ' . D15.b Fill. Dimensions of fill, in. ] x Sa/7f/X i _ Wetted surface area, sq ft 209j ,M mlooh l Effective splash surface area, sq ft CY),505 M110O Effective cooling volume, cu ft 194,400 101000 Filling height, ft 30 20 Water fall height, ft 30 Number of filling decks 45 00 Vertical spacing between each filling deck, ft Korizontal space between adjacent filling strips 16 ¢J Total wetted surface area including filling, eq ft 340,931 fl/~s7,h Drift eliminators Area, sq ft, total 11, 050 11 0- N umber of passes / D.5.7 Fans Manufucturer Tkie M„rley Comp!•t,j Type HY4 Number of fans per cell, 1 X (DENTON, TE ti ; - 4904 ) (COOLING TOWER - M-10A) D-~ 040170 Bidder's Name) Base Proposal Alt Proposal Diameter, ft Speed, rpm cjj Tip speed, fpm -zap I/ VA Number of blades per fan 8 A Blade material Glnss-11,unnrorced Polvec+ter Hub material Gnivanecl D.5.8 Speed Reducers and Drive Shafts Manufacturer Ttio. Marley compf,ny Model number 34 Gear type Spirnl bevc1 and HelicF.l. Gear ratio 13 1d Efficiency, per rent at full load 93% Power rating, continuous, horse power 150 dth Service factor, AGMA 2 D/ Drive shaft Diameter, in. 5f/ Material Stcin7cc , :;heel Couplings Manufacturer Tke Karley r. mp&ny Type Non-Lubricated Neoprene Busied u• q q. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) D-7 040170 The Marla r:or.,nn Bidder's Name) 1+. r.',(LJI VNTiNT DATA ' ' 3(.Se F'rapos~i ' Alt F'rop_)sui D.5.1 fXneral Data Manufacturer of cooling towers r~~r;ornl~r ry _Y Tower model number Lit6lIV /i lJ/M hlr/- [y+pe IIGbh ~lfAb~l _ Number of cells Overall dimensions of tower, ft Length t x+11/ /!i Width b~// - Height, basin curb to fan deck ~$l/)Sly lLt,// Cell frame size Basil internal dimensions, ft Length Width Weights, lb Total, dry' Total, operating MIYA yN/O1JP_ .umber quantity, gross ~ N7'/~979 4'tNMI) total board feet o, C F• * Not apj,I i,.ab.le to +,fii s ( DP,NTON , TEXAS - 4304 ) . ( (%!)M,ING TOWER - M-10A) 040170 A e Marley Coa •-en 51dder's Name Base Pr,,L„~nl Alt Proposal ~ H Waf.cr inlet connection Number n/ .,i;,c and tyre f~d'llvn'lolri 1,4V /V -'NIVAI List of maintenance Lools and equipm:rnt furnished with the tower /{t~4~f; (yFflyL~hfil D.5.2 Performance Data y Water loading, gpm per sq ft, filling cross section projection perpendicular to air flow Air velocities, fpm aa,ierage ' : Through inlet louvers afib/ bah/ Fan stack outlet dbf~f/ _ d~,/~+r~ Water to air ratio, ]b per it d66b~ 1~hft+/ Water losses, maximum guaranteed at design conditions, per cent Evaporation Drift ,I AA/ MAI Total WA/ Maximam allowable basin level fluctuation 1/lAP d!f0~t a, a q' v (DENTON, TEXAS 4904 ) (COOLING 'POWER M-10A) D• 040170 --iLti-Marley Deny P.idder's Name . Ease Propr,::al Alt Proposal ' B n Pumping head measured alove the top of the basin curb, excluding riser friction, ft TDH ' _N422 IV WIP Fan performance, each fan at design conditions Power, hp 1 _ _ IAh/ Air flow, efm Air density at fan, lb per cu ft Total static pressure, in. H2O 1.f~fs~'J f lil Fan discharge velocity head, in. II20 lrf hl / [.t/Set D.5.3 Materials (by lumber grades or ASTM numbers where possible) Frame ~f'k1~kkA/kak Casing b~ ~,EA/ I kbkl ~(.bk/ CaLIU!/ P ~luhAl Fan stacks idsl~k/I~t!►,ibv4~k~4/fxSdbkl•/kt Fill kk/Falbkke/Pbd~'kkkl Fill support grids Drift eliminators Partitions ~,4klsk.6AlkAkl Hot water basins Louvers hfI/~A/ t ~t,hk/filtvli ff+,r: l Stairs and walkways ttkkl,4~ts/F'Ge/ a, • (Dh-N i OP , TEF.AS - 4904 ) (COOL?.NG TOWEit - M-10A) D-4 040170 ~e lwifl I-l e Y C Mv ~r- (Bidder's Name) - • Base Propwial Alt Proposal • 11 Water distribution henders • ~fll~§Ai~~lf~f~,4/fill/,Abl~,/~/b_ Distribution nozzles or orifices 1/t,~,6A/E/ Shear connectors f/',r Joint connectors ,i ~ Buse castings Header straps Bolting Nails D.5.4 Structure Column size, in. + ' 11'l kl AI'l _ Column spacing, ft ~//W --~i A- 1 I Filling support members, size, in. Horizontal spacing of filling support members, ft ~fffl~' ,t~fp~~'/ Fan deck ' Joists size, in. Lumber thickness, in. A/~r✓/ dlddl'Jl Maximum safe loading, lb per sq ft ~l{3pl Thickness of cell partitions, in. AMP ~ A/%/'!/ Access doors, number r7 E~ (LFNMN, TEXAS - 1+904 y (COOLING TOWER - 14-.10A) D-5 040170 ' The Marley pt nY Bidder's Name Base Proposal Alt Proposal D.5.5 Louvers Louvered area, total sq ft . D.5.6 Fill Dimensions of fill, in. Wetted surface area, sq ft Effective splash surface area, sq ft Effective cooling volume, cu ft Y9Y,l~!`7~1 /Y9%,r/ f Filling height, ft Water fall height, ft 3V Sty Number of filling decks 7ertical spacing between each filling deck, ft • Horizontal space between J adjacent filling strips Mill N7 Total wetted surface area including filling, sq ft f~~ _ 3~f{,/ffJ Drift elinaators Area, sq ft, total AMPI Number of passes r7 D.5.7 Fans Manufacturer n~►lF/ R{~!~l'1J I+~fiN l~l'/ .yp e Number of fans per cell a• /V 'N ~4 (DENTON, TEXAS - W4 } (COOLING TOWER - M-3OA) 040170 b rlc, Com tin Bidder's Name Base Pr_ opos_&j Alt Pro- sal B~ Diameter, ft ?/1! ?4all Speed, rpm Tip speed, fpm YY1~/Y/ YY~lti Number of blades per fan Blade material VYlid/N'lY~IP'dr'ls~d/b'dY/da~~lr Hub material D.5.8 Speed Reducers and Drive Sh aft s Manufacturer Y~/J/oG/fYd~ldd ld~d~ Model number Gear type NOVO /V,/VQ7 Iddl 194YYW Gear ratio Y~lrY Y3/Y Efficiency, per cent at full toad /191/ Paver rating, continuous, horse power lYg~ Y97 Service factor, ALMA N Drive shaft Diameter, in, Material ~1!~/ydYdd~'/1ld~N Couplings Manufacturer ' /~{dd /U'~1JYddll+Jd`Mddfld /u~l Type ~Jljg ~ll , u• q (DENTON, TEXAS - 4904 (COOLING TOWER - M-10A) D-7 X40170 THE MARLEY COMPANY July 1970 Mr. Douglas Blackburn Director of Utilities Municipal Utility Building Denton, Texas 0 Reference: Cooling Tower Proposal Specification 4904-M-10A Dear Sir; This ie to further clarify our proposal; we have included Sales and Ilse V Taxes. In the event the contract is split to show labor and rnaterisis separately, and a proper tax exemption r. ertificate is available, you may deduct. $12, '130 from our base proposal "A" or $10, 493 from our bare prop,)val "B". Very truly yourit, 1). G. Deuvall cc: Slack k Veatch Kansae City, Mi► Fouri Attention: Mr. R. M. Ellis DGD:lb bcc: E. T. Gessell - Dallas D. W. Dwyer - Kansai City Sales r. REPRESENT EP BY 1+ur.t~ to M A R L E Y ~attt>~•~r•~► WFLCO SAFES, INC, r o BOX 15?; ?213 BUTLER SiRW VALLAS, TEXAS 7513`. PHONE. 214 6~1 6150 July 13, 1970 Mr. Douglas Blackburn Director of Utilities Denton, Texas Subjects Marley Company Proposal Municipal Electric Generating Station Unit 15 Dear Sire We wish to clarify Harley's Proposal of July 6, 1970 and offer the following alternates. Since we took no exceptions to the specifications, we were offering 1 1/2" x 6" Tongue and 6`roove Treated Lumber for the fan deck but inadvertently called out 1 1/8". If Harley should be allowed to furnish 1 1/8" treated laminated exterior fir for the fan deck, the deduction will be $20000.00. If the City wishes to use 8 carbon steel drive shafts and 4 carbon steel shafte in the 046 intermediate bearings, you may deduct $30320.00 from the proposal. If these shafts are to be epoxy coated, the addition will be $800.00 or a net deduct of $40520.00. It the Bypass Type Oil Filters with replaceable cartridges are omitted from the Geareducers, a deduction of $240.00 each or $960.40 will be allowed. If 14' high Kerley Molded Fiber Glass Reinforced Polyester Pan Cylinders are furnished rather than the 181 high as offered, a deduction of $1,100.04 each at $6,000.00 will be allowed. Since many of the maintenance tools such as tripod, dolly, track, etc., are duplicates of what was furnished on the Harley Tower serving Unit #40 s deduction of $1,200.00 can be 411owed if not ordered. Please let us know if you need any additional information. Yours very truly, WELCO SALES, IN C, r'+15COn. BGTGtcp cat slack b Veatch, Kansas City X. C. Sales 1 Ind. Tower Dopt., Kansas City MANUFACTURERS OE WATER (,OOL1Nt'j TO1Vf NHS •5ND )",L L LlC' t,n1:' BASIS OF CONTRACT AWARD The stipulations included herein were agreed upon in the Owner's acceptance of the Contractor's Proposal and are hereby made a part of the Contract Agreement for the cooling tower and auxiliary equipment to be furnished under Specification 4904 M-10A. 1. The amounts shown in the Contract Agreement reflect the base proposal prices for o-,ipment and materials and for labor and the changes agr~Ld upon and stated in the Contractor's Proposal as follows: a. Materials Base Proposal Price $305,655 Labor Base Proposal Price 869035 Total Base Proposal Price $391,690 b. Price deduction resulting from exemption from Texas Sales and Use Tax per Marley Company letter dated July 8, 1970 12,730 C. Price deduction for elimination of requirement for maintenance tools per Marley Company letter dated July 13, 1970 13200 d. Contract Amounts Materials $291,725 Labor 86.035 Total $377,760 2. The lumber for the fan deck shall be 1-1/2 inch by 6 inch tongue and groove treated lumber. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-l0A) 121770 BA-1 CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this 1_ day of _ k V 1970, by and between the CITY OF D6ff , TEXAS, Party of the F rst Part and hereinafter called the "Owner", and THE MARLEY COMPANY, a Delaware corporation with its principal office in Kansas City, Missouri, Party of the Second Part and hereinafter rnlled the "Contractor", WITNESSETH: THAT WHEREAS, th_ Owner has caused to be prepared, !n accordance with law, specifications, plans and other contract documents for the equipment and materials as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Contract Agreement; and WHEREAS, the Owner, In the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lowest and best bidder for said equipment and materials and has duly awarded to the said Contractor a contract therefor, for the ^um or sums named in the Contractor's Proposal, a copy thereof being attached to and made a part of this Contract Agreement; NOW, THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutLal agreements herein contained, the parties to these presents have agreed and hereby agree, the Owner for itself and its successors, and the Contractor for itself, himself, or themselves, or its, his or their successcrs and assigns, or its, his or thel.r executors and administrators, as follows. ARTICLE I. That the Contractor shall furnish all equipment and materials at the Municipal Electric Generating Station, Denton, Texas, for one 5 cell cooling tower with PVC fill complete as specified and required in accordance with the provisions of the contract documents and the Basis of Contract Award, which are attached and made a part hereof, and covered by the Owner's official award of this Contract Agreement to the said Con- tractor. ARTICLE It. That the Owner shall pay to the Contractor fcr the materials embraced in this Contract Agreement, and the Contractor will accept as full compensation therefor, the sum (subject to adjustments as provided by the contract) of TWO HUNDRED NINETY-ONE THOUSAND SEVEN HUNDRED TWENTY- FIVE AND 00/100 DOLLARS ($291,725.00) for all materials covered by and included in the contract award, designated in the foregoing Article I; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) CA-1 (MATERIALS) 121770 ARTICLE III. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: All materials and equipment shall be delivered to the job site to permit erection work to start not later than July 1, 1972. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agree- ment as of the day and y?ar first above written. CITY OF DENTON, TEXAS (SEAL) By fi~F xr in-, it t. Attest THE MARLEY COMPANY (SEAL,) By _ - 466 CUT V 4Z- SIDENT Attest f_?_ 11, z ASST SECRc rARY The foregoing Contract Agreement is in correct form according to law and to hereby approved. Attorney for Owner-- (DENTON, TEXAS 4904 } (COOLING TOWER - M-l0A) CA-2 (MATERIALS) 121770 CONTRACT AGREEMENT THIS CONTRACT A_GRFh24E_N_T, made and entered into this day of 1970, by and between the ("ITY OF DENTON, TEXAS, Party of the First Part and hereinafter called the "Owner", and THE. MARLEY COMPANY, a Delaware corporation with its principal office in Kansas City, Missouri, Party of the Second Part and hereinafter called the "Contractor", WITNESSF,TH: THAT WHEREAS, the Owner has caused to be prepared, in accordance with law, specifications, plans and other contract documents for the work as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in ac- cordance with the terms of this Contract Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lo1:est and best bidder for the said work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor's Proposal, a copy thereof being attached to and made a part of this Contract Agreement; NOW, THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, the Ohm er for itself and its successors, and the Contractor f,)r itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their execu- tors and administrators, as follows. • ARTICLE I. That the Contractor shall ero-ct at the Municipal Electric Generating Station, Denton, Texas, one 5 cell cooling tower with ?VC fill complete as specified anti required in accordance with the provisions of the contract documents and the Basis of Contract Award, which are attached and made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of this Contract Agreement to the said Contractor. ARTICLE II_. That the Owner shall pay to the Contractor for the work em- braced in this Contract Agreement, and the Contractor will accept as full compensation therefor, the sum (subject to adjastmentE as provided by the contract) of EIGHTY-SIX THOUSAND THIRTY-FIVE AND 00/100 DOLLARS ($86,035.00) for all work covered by and included in the contract award, designated in the foregoing Article I; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-10A) CA-1 (ERECTION) 121770 ARTICLE III. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: Erection shall be complete not later than November 1, 1972. IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as of the day and year first above written. CITY OF DEY ON, TEXAS (SEAL) By ~1j NiIF b'3~ Attests IV THE MARLEY COMPANY (SEAL) By EXECUTIVE VICE-PRESIDENT Attest r. ASS'S' SEC TARY i The toregoing Contract Agreement is in correct form according to law and is hereby approved. Attorney for Owner I I (DENTON, TEXAS - 4904 1 (COOLING TOWER - M-10A) CA-2 (ERECTION) 121770 BOND F:fJr.+W ALL 14c;i7 SY i'i1l",E ]'f:i;,;f'f+`i w,ljI ;ouri, horeinufter rcferrc,3 to as 'Cr,ntrract.c.r", 'u:-1 Em to ees-Cormlercial Union Insurance Compa_~j- a eorporatio.-i c,r,>>uliz^.d under !ho- laws of the 'r~t~ltc r,f' Massachusetts :r - nnrl authOl'1'7•nr,i 1,0 tY In:;mCt bQl' }1r?,;G in thr' Iit'stt• t'rf Y, 7. a5, as uret; , rr ! :rc held and firrtiy- brnuul unto 11ur CI'PY OF D1.:;i'i'r,1:, her,ein•.ftor rf,*-I* to as "Owner", in the i,c,nal :nun of THREE 11U;1t;E~,TIr ;~h;'JF'iC'f-SFVF'ii ;1.r°! 11UINDRM) SZ?:`IY 1viD IiC)/100 DOLLAli:~ ($377,'(F,n•1'101, 1'[ C 141" paNn-t,t --It' 'W .1('r 311ri, well and truly t0 be nacre` t0 the owner', we bin,i , im;e?ve-. a❑d o•u' helr3, executors, administrators, succeosorj, FLid ra:;:,uOlr r, Jointly a!ld r.,.,verally, by these presents: } r!iF:RI?,15, on th^ J`~ day of ~,JJ , 19~ tl,r Contrr.,ctor entr.r ei intro a written contract with t.e,e Corner foi• f,rrnishirrr rate:i?: siipplic_-, :;.rld 4Qlllpnent not fllrnlshe.l by "lie l7wllel', C~';Ie:; t. t'1lCtiri[I t,P015, e(1Uii.?~a?;.I , rind ulant, an,1 tYe performance of all nece.; try tntzor, for and in conr.e+ - t,i:n with the construction of certain improvrstent,r> dr•,r,ribed in the att ^d <,rmtr.act documents; and WHY;I?Eki, it was a condition of then contract, dwtird by Qtrr Owner that pr(~sents be exe--uted by the Contractor and ',vrety; THEREFORE, if the Contractor sha1.1, in all ;,rrr-;Aculars, well, d r, r, •~n,i faithfully observe, perform, and abide by erscl, and every ~-ovenant , rDridition, and part of the said contract, and tho rr,r,r!ition.,, speri!i~:=- t.innr;, drawlrtk,s, and other contract documents tt,r;netrr •tt.taoherl r .,r, l;' ,-ol•r.rencr• made a patt thereof, according t-) the truc intent mud rt~e•,-,r,i:.!; in each casc,, then this obligation shall be mlli ,alnrl void; otl:erwi.,• i'. :;hall remain in full force ar.cl effect. P'r,OVIDED FURTHER, that if the Contractor shall fail ~.o pay till utd demKndl, by, or in behatf of, any enployee or r,ti,t r or ~n, or corporaticn, for lr,bor performed r,r rritterials, v ra(juipxent fr]rnlehed, used, or consrimed by tho (,'rn}.rRctor cr )7i5 zlil:- ntrr etorl; in tAx perform! ince of the work, Chen tr:r: ';))rety wi Ll t,x: ftrtI. value nt• all 911ch claims or demands in atly totj'. ffF90irnt roi. „r ;,t,,• i,~: r,7ount of this. ob1 igation , together with ss pro,.; t de i -c. ! . }I:' Q;T)YFGIfill ED SURE'T'Y, for value received, here' Aare that ro ; t. ;iu;i of rime, chase in, ad11tion tr.,, or other modification o' tike 1C•r•,- of the contract or work to b,? performed tY rounder, or of thcc sIF•ci i.. - tir,ns or other contract docrlment, shall in •trly •.ra~ affect its cbli, a.ti , on this bond, and the Surety does 1-iereby waive notice of cry such ~-r.trr- sirin of time, change, addition, or (0KILIM6 Tol,'4'Kt: - 1,1.-10A) 07a''('(0 i IN TESTIMONY WIIERFO F, the Contractor has hereunto act his hand and the Surety has caused these presents to be executed inn is name and its corporate seal to be affixed by its attorney-in-fact at orj this the day of THE MARLEY M-TANY By_ Vice Pre ident E T easurer tJ / ' ~iYIUi~ t7 SURETY COVTJUFY By G!l 1!` ~I'~ Attorney-in- et (MEAL) -V ' ( 'e - T...i~. ___X, State Representative (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) (DENTON* TEXAS - 4904 ) (COOLING TOWER - M-IOA) • 072770 PB-2 POWER OF ATTORNEY ' KNOW AU MEN BY THESE PRESENTS, that the EMPLOYERS COMMERCIAL UNION INSURANCE CO\t P.%%N OF AMERICA, a corporation duly organised and existing under the laws of the Commonwealth of Massachusetts, and having its pt renal office in sir City of Boston, Mass, hath made, constituted ■nd appoir.ted, and dues by these prewols make and constitute and apimosol RICHARD B. CONNOR, HARVEY L. NICHOLS, ALICE DeCAVELE, FRANK G. ALTMAN, CHARLES M. SINGLETON nd H. A. SLOAN all of Kansas City, Missouri; PAUL M. BRITTON of Mission, Kansas; and ~URTIS C. WILLIAMS of Prairie Village, Kansas arid each of them nt nor and l.a„f„I Attnrnryin-Farr, to make, execute, seal and drh%er 1„r and it, its behalf as surety any and All 6-id Cie undertakings and the rxerution ,.f vii it hands or undertakings to pursuance of these presents, shalt 1,e 6indir K upon said Company as fully and atm,,ly i all intents and pnrp,,,rt, as if .uch Ix,nds wrre signed by the President. scaled „ith the rorynrratr seal of the Company, and duly airy rd its Secretary, hereby ratifyirg and , nfirming all the arse of said Attorney-in-Fact pursuant to 1b, powrr herein given, This P„„rr u Attorney is made and ?sea used pursuant to and by authority of the following res,,lutions ■d„pird by the Board of Dirrcir,rs r,f the EMPLOYERS, COMMF•RCIAI, UNION INSURANCE COMPANY OF A\IFRT(:1 at A mrenng duly called and hold rr, tlr ' nd day of Decrmber, 1968: Krsoh'ed That the President, or any Vicr-Prrsidrnr, may r•r(utr for and in behalf rd the company any and all IY-n is rrcognuances, contracts ~,f indrmoit), and all other writings obligatory in the nature thrr,A, the same to be attested whrn on •s- sary and the seal of the company affixed thereto by the Secretary, or any Assistant Srirelary; and that the Pr^+idrut or ao. Vice-President, may appoint and authorize an Attr,rneyin-Fart to execute on behalf of thr r„rnpany any and all such instr,ur,rnts and to affix the seal of the company thereto; and that th,• President, or any Vicr-Presiuent, may at any time rrm ,s,• any o rh At- t„rr.ey-in-Fart and rrvolr all passer and authority given to any such Attoinry-in-Fact Rti That Aunrneys-in-Fact may he given full power and authority to rxruitr f, ,r and in the name -nd , 11 brhalF td the company any and all bonds, recogriran(es, contracts of indemnity, and all orhrr wnKngr ohligab-ry in the natture thereof. and any such instrument executed by any it ch Attorney-in-Fart shall be as binding upon the company as if signed r- the Pr,•sidenr and waled and attested by the Sr, rotary, aid, further, Attorneys-in-Fact are hereby anih, r (ed to srrify any affidavit recliored I- I c attached to bonds, rrrogniztn,,,c, rrntrss is of indemnity, and all other writings obligal, ry in the nature thrre„f. And :v, alc authorizrd and empowered to certify u' a copy of aoy of the by-laws of the (ompan) as Tell at any rrsolutir,n of the Dire, t, r• having to do with the rm(utinn of h„rids, rerognirances, rotitracts of indemnity, a,id all other writings obligatory in the nature thereof, and to certify copies of "ir Pywer of Attorney or with regard to the powrn of arty of the ofhrrrs of thr cornpai y .r of Attorneys-in-Fart. This pnwrr of attorney is signrc n.' sealed by fa, simile under the authority of the Ir,lkr.ing Rep,lution adopted by th•• Ifir.,(o rs , l I IMPLOYERS COMMERCIAL. L!% s -N%- iANCE COMPANY OF A\t F.RW\ at a rr.rrir.g duly raked and hrld oil iL, S,., nd day of December, 1968. "Rev,lved; That the s;gnaturt .d or any Vice. President, and the signature (if the Secretary or anv it • nt3nt Secretary and the Company Seal roar 1w (arsts..!e to any power of anotnry or to any certificate relating i irre, r ap- pointing Attorneys-in-Fact for purpexes . rd; 'erg and t:t.•;nX any bond. undertaking, re,o;lniranrr or ,iher writ. n t,l,hg~- ri„n in the nature thrrroF. and any su, ` and seal wrier,. so used, tieing hereby adopird by the company as the ,•riginal signature of such officer and the original . Al rnpany, to be valid and nindine upon the iornpany with the same force and effect as though manually affixied.' IN WITNESS WHEREOF, the EMPLON'.-t ?44si1F:R('CAI. U 110N INSU'R,liNCE COMPANY OF AMERICI, has (aosr•1 these presents to be sipped by its Vire-Presider.; An, i )I,, We surd to lie hereto afl,xrd, duly attested by its Secretary this First day of January 1970. ,.r. FNlPi,_ir:Rs UONINIF.RCL\L UNION INSURANCE'. COMPANY (,F k\ll kit ~S r~ 1 Attests Secretary Vi, r presid ' COMMONWF.ALT11 OF MASSACHUSETTS CO UNlY OF SUFFOLK SS. On thin First day of January 1970 , before me personally came J.,hn G TM,mpun. Vicn Presidenr. and L `d a, ,II Leydnn, Secretary o4 the EMPLOYERS COMMERCIAL UNION INSURANCE COMPANY OF AMERICA, to n,e personally In, to oe the indivi.'uals and offi(ers described in and who executed the preceding itrtrument. and they a(knowlvdvcl the exr,,,ti•,a of rL same, and }zing by me duly sworn, severally and each L,r himself deposeth and sayrih, that tLey are the said , fficen ,d rho t• r r , aforesairl, arid that the seal affixed to the preceding instroment is the c,rrporate seal rf said Company and il,at the said rnrp rate "A' Ihrir signatures as such r,(fi(ers v. err duly affixed and s,tbsrribrd t, the said instntment by the antlrnrity and din iiiwm of the sod ( it l ai, ~ Y OOYwY ;;~t+ • . Robert I. Marrelli Notary Publi (11) Commission rspires Jnnr i, ?975) ar , .j.. ~►r s+a CERTIFICATE p ti the undersigned, Assistant Serretar of the EMPLOYERS COMMERCIAL CNfON 1NSURkNC',F COMPANY OF %M ERICA a assarhusetis Corporati,m, do hereby certify that the fr rrgning potter of atturoev s to full force and has m t bren rr, drd, Arid furl, ,rr, that The Resoluti,,o of the B•,.,,d of Directors set bath in the pr,wer of an„?.rev are now in f Signed and sealed ■t the City , if Roston. Dated this day o1 I`1 01-1 F6C'9U7 Assillaril `1r e G;114 , 111l, CONDITIONS It is understood rued agreed that the Advertise- mr~nt, Instructions to Bidder--, Proposal, Proposal Data, contract Agreement, Performance Mond, Jeneral Conditions, Special Conditions, Specifications, Plans, Addenda, and Change Grderi, all as is..^,ued by the Owner, and specifi- cations and enFineerin, riata furnished by Vic Contractor and approved by the Nner, are each included in this contract and the ork shall be done in accordance therewith. GC-;'. DEFI:g1'i'loll;. Word6, phr+~:;es, or other expr(.-: ic,rj-. used in these contract documents shall have mQani:3g3 as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCUMWNTS. 2. "Owner" shall mean the City of Denton, Texas nr_vaed and designated in the Contract Arreemc•.*it as "Party of the First Part", acting; through its Public Utilities Ee),ird and City Council and their duly authorized agents. All notices, letters, and other cormunication directed to the Owner s'nall be addressed and delivered to Miuiicipai 8uildin" Denton, Texas. 3. "Contractor" shall mean the corporation, cotnlfzny, partnership, firm or individual, named and designated in the Contract Agree- ment as the "Party of the Second Part", who has entered into this contract for the perforrsance of the work covered thereby, and its, his, or their duly authorized repreaentatives. 4. "Subcontractor" shall mean and refer only to a corporation, partnership, or individual havinf, a direct contract with the Contractor for performing work covered by these contract docu- ments. 5. "Erigineer" shall mean the firm of Black & Veatch, Consulting Frigineers, 1500 10eadow Lake Parkway, mailing address P.O. Box 8405, Kansas City, Missouri 64111+, its duly cuthorized agents, such agents acting within the scope of the particular duties entrusted to then: in each case. 6. "Date of contract", or equivalent words, shall mean the date written in the first, paragraph of the Contract Agreement. 7. "Day" or "days", unless herein otherwise exprr:ssly defined, shall mean a calendar day or days of twenty-friur hours each. 6. "The work" shall mean the equipment, supnlire,:",atrrials, labor, and services to be fu.nished un(ier t°e contract and the carrying out of all duti"s and obligatir.rc imposed by the contract documents. (DENTOliq TF,XAS - 4904) (LRF.CTIO14 ) GC-1 102,169 9. "Plans" or "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) supplementary drawings furnished by the Owner to clarify and to define in greater detail the intent of the contract plans and speci- fications, (c) drawings submitted by the successful bidder with his Proposal and by the Contractor to the rivner, as approved by the Engineer, and (d) drawiz.Lis uutmitted by the Owner ~o the Contractor during the proprer,ti of the work as provided for herein. 10. Whenever in these contract documents the w(.r(Is "as ordered", "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permission, or allowance of the Owner or Engineer is intended only to the extent of judging compliance with the terms of the contrac';; none of these terms shall imply the Owner or the 1ngineer has any authority or responsibility for supervision of the Con- tractor's forces or construction operations, such supervislcn and the sole responsibility therefor being strictly :serve%t for the Contractor. 11. Similarly the words "approved", "reasonable", "suitable", "acceptable", "proper", "satisfactory", or wordfj of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the rraner or Engineer, to the extent provided in "10" above. 12. Whenever in these contract documents the expression "it is understood and agreed", or an expression of like import is used, such expression means the mutual understanding and agreement of the parties executing the Contract Agreement. GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that the written terms and provisions of this agreement shall sul)ersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of t'nis contract. GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 100165 FOB GC-2 GC-5• EXECUTION OF CONTRACT DOCUEENTS. Four (4) copies of the contract documents will be prepared by the Engineer. Copies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. • All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and power of attorney, and sub:zit 2.11 copies to the Owner. The date of contract on the Contract Agreement and bond forms shall be left blank for filling in by the Owner. The certification date on the power of attorney document shall be also left blank for filling in by zhe Owner. The Owner will execute all copier, insert the date of contract on the bonds and power of attorney, retain one copy, and forward one copy each to the Contractor, Engineer, and surety company. GC-6. SCOPE, NATURE, AND INTENT OF SPECIFICATIONS AND PLANS. The speci- fications and plans are intended to supplement, but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be completed according to the complete design as determined by the Engineer. Should anything which is necessary for a clear understanding of the work be omitted from the specifications and plans, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from :he Engineer before proceeding with the work affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. GC-7. APPRJVAL OF ENGINEERING DATA. Engineering data covering all equipment and fabricated materials to be furnished under this contract shall be submitted to the Engineer for approval. These data shall include drawings and descriptive information in suffir;ient detail to show the kind, size, arrangement and operation of component materials and devicer,; the external connections, anchorages and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials aid equipment. Data submitted shall include drawings showing essential details of any changes proposed by the Contractor and all required wiring and piping layouts. No work shall be performed in connection with the fabrication or manufac- ture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefor have been approved, except at the Contractor's own risk and responsibility. Four (4) copies of each drawing and necessary date. shall be submitted to the Engineer. Each drawing or data sheet shall be clearly marked with the name of the project, the Contractor's name, and references to applicable specification paragraphs. When catalog pages are submitted, the applicable items shall be indicated. 081767 FOB GC-3 i 'When the drawings and data are returned marked APPROVED or RECEIVED FOR DISTRIBUTION, additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not exceed eight (8). When the drawings and data are returned marked APPROVED AS NOTED, the changes shall be made as noted thereon and corrected copies shall be submitted to the Engineer. The number of corrected copies will be determined by the Engineer but will not exceed twelve (12). When the drawings and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as tni;trusted by the Engineer and four corrected copies shall be submitted. The Engineer's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect the plant arrange- ment. The Engineer's approval of drawings returned marked APPROVED or APPROVED AS NOTED will not constitute a blanket approval of all dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer, shall become a part of the contract documents and the work shown or described thereby shall be performed in conformity therewith unless otherwise required by the Owner or the Engineer. GC-8. LEGAL ADDRESS. The business address of the Contractor given in the Proposal is hereby designated as the place to which all notices, letters, end other communication to the Contractor will be mailed or delivered. The address of the Owner appearing on Page GC-1 is hereby designated as the place to which all notices, letters and other com- munication to the Owner shall be mailed or delivered. Either party may change the said address at any time by an instrument in writing delivered to the Engineer and to the other party. GC-9. PATENTS. Royaltiea and fees for patents covering materials, articles, apparatus, devices, or equipment (as distinguished from processes) used to the work, shall be included in the contract amount. The Contractor shall satisfy all demands that may be made at any time for such royalties and fees, and he shall be liable for any damages or claims for patent infringements. The Contractor shall, at his own coat and expense, defend all suits or f.-oceedings that may be instituted against the Owner for infrin-mo-r'. or .1l-ged infringement of any patents involved in the work and, in case of an yard of damages, the Contractor shall pay such award. Final payment to the Contractor by the Owner will not be made while any such suit or claim remains unsettled. The Con- tractor, however, will not be held liable for the defense of any suit or other proceeding, nor for the payment of any damages or other costs, 061767 FOB GC-4 for the infringement of any patented process required by the contract documents; except if the Contractor has information that the process so required is an infringement of a patent, the Contractor shall be liable for any damages or claims in connection th=rewith unless he promptly notifies the Cwner and Engineer of such infringement. GC-10. INDEPENDEfiT CONTRACTOR. The relation of the Contractor to the Owner shall be that of an independent contractor. GC-11. AUTHORITY OF THE ENGINEER. To prevenr, delays rind disputes, and to discourage litigation, it is agreed by the parties 1,, this contract that the Engineer shall in all cases determine the quFaLtities of the several kinds of work which are to be paid for under the contract and shall determine all questions in relation to the work. If, in the op_nion of the Contractor or the Owner, a decision made by the Engineer is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file rtn objection with- in the allotted time will be considered as acceptance of the Engineer's decision and the decision shall become final and conclusive. The Engineer's decisions and the filing of the written objection thereto shall be a condition precedent to the right to request arbitration or to start action in court. It is the intent of this agreement that there shall be no delay in the execution of the work, and the decision, of the Engineer shall be promptly observed. GC-12. ENGINEERING INSPECTION. The Owner Quay appoint (either directly or through the Engineer such inspectors as he deems proper, to inspect the work performed for compliance with the plans and specifications. The Contractor shall furnish all reasonable assistance required by the Engi- neer or inspectors for the proper inspection and examination of the work. The Contractor shall obey the directions and instructions of the Engineer or inspector when they are consistent with the obligations of this ^ontract. Should tt;e Contractor object to any order given by an inspector, the Con- tractor may make written appeal to the Engineer for his decision, Inspectors and other properly authorized representatives of the Owner or Engineer shall be free at all times to perform their duties, and any attempted intimidation of one of them by the Contractor or his employees shall be sufficient rQason to terminate the contract if the Owner so decides. Such inspection shall rot relieve the Contractor from any obligation to perform the wort strictly in accordance with the plans and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense. 090964 FOB GC-5 MMMMMI GC-13. NO WAIVER OF RIGHTS. Neither the Inspection by the Owner or Engineer cr any of their officials, employees, or aget,ts, nor any order by the Owner or Engineer for payment of money, or any payment, for, or acceptance of, the whole or any psrt of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall. operate as a waiver of any provision of thin contract, or of any mower herein reserved to the Owner, or any right, to damages herein provided, nor :shall any waiver of any breach in thin f-ontract be held to be a waiver ui' tiny other or subsequent breach. GC-14. MODIFICATIMN'. The Contractor shall modify the wars: whenever so orderer by the Owner, rind such modifications shall not the validity of the contract. Modifications may involve increases or Irureases in the amount of the work for which an appropriate contract price rnl,}ustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modific3tiun:3 shall be made under the authority of d•,rly executed change orders isswri and signed by the Owner and accepted and signed by the Contractor. ,C-111.01. Extra Work. Tf a modification increases the trnnvnt of the work, and the added work or any part thereof is of a type and character which can properly and fairly be classified under one or more unit, price items of the Proposal, then the added work or part thereof shall bra paid for according to the amount actually done and at the applicable Unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. Claims for extra work will not be paid unless the work covr-rod by such claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecute or maintain either an arbitration proceeding or an action in court to recover for extra work unless his claim is based { upon a written order from the Owner. Payments for extra work shall be based on agreed lump sums or agreed unit prices whenever the Owner and the Contractor agree upon such prices before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percent.ngrr allowance shall include the Contractor's extra profit and extra overhead and, unless otherwise agreed by the Contractor and the Owner, the l-,F,rcentage allowance shall be fifteen per cent (15%) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the Engineer, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allowance to cover extra profit and extra overhead. Unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15C of the total direct costs. 100165 FOB GC-6 GC-14.02. Decreased Work. If a modification decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such de- crease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of (a) credit due the Chiner for contract work not done as a result of an authorized change, (b) allo•.rance to the Contractor for any actual loss it irred in connection with the purchase, delivery and subsequent dispo_ . of materials or equipment required for use on the work as planned and which could not be used in ally part of the work as actually built, and (c) Rny other adjustment of the contract amount where the method to be used in making such adjustmcnt is not, clearly defined in the contract doctunents. GC-15. ARBITRATION. Before bringing any action in court pertaining to a decision of the Engineer, the objector (hereinafter referred to as Party A) to the decision shall first offer to arbitrate the question with the other party tz~ the contract (her!~inafter referred to as Party F) by notifying him in writing and setting forth in such notice the question to be arbitrated. Party B can elect to arbitrate or not. If Party B agrees to arbitrate he shall so advise Party A in writing within ten (10) days after receipt of Party A's notice. Notice by Party B that he does not wish to arbi- trate or failure of Party B to notify Party A within the ten (10) day period will give Perty A the right to start action in court. If Party B egress to arbitrate, Party . shall choose an arbitrator and shall notify Party B of the name of the arbitrator within ten (10) days after receipt of Party B's notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall name an additional arbitrator. If Party B names an additional arbitrator, then the arbitrator named by Party A and the arbitrator named by Party B shall choosy: a third arbitrator. The arbitrator or arbitrators shall act with promptness. the case of three arbitrators, the decision of any two shall be binding on both parties to the contract, as shall that of a single arbitrator if the dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators may be filed in court to carry it into effect. If they consider that, the case so demands, the arbitrator or arbitrators are authorized to award the party whose contention is sustained such sum or sums as they may deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon either or both parties. The decision of the arbitrators must be made in writing, and shall riot be open to objection on account of the form of proceedings or award. 050163 FOB GC-'l If for any reason after the said notices have been duly given by Party A ana Party 13, the arbitrators appointed shall be unable or shall fail to act with reasonable pr,,sptr,ess in appointing a third arldt.rator, ?arty A (or, if he. does not do so within a reasonable time, Party H) may request a ,ju,Jge of the U''nlted Ctatcs District Court who regularly holds court in the district in which tho cite of the work, or any par,. thereof, is located, to appoint the thirl arbitrator. If it appears to t1o: 3_dge that the two arbitrators originally appointed were unable or fail,-i t,c) act with reason- able promptness in appointing a third arbitrator, he PAY appoint the third arbitrator, an,! such appoiritment shall constitute a :r.r,--l_isive determination that the arbitrators originally appoi:t.ed were so uro_,hJr- or failed to act with reasonable promptness and, if the said ,judge act,c-: ~,t the request of Party R, that Party A ciid not make such request withir. g% reasonable tire. If for any reason after the arbitrator or arbitrators have been duly appointed, th_ arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within e reasonable tire, Party h) may request a ,judge of the United -tates District (curt who regularly holds court in t};e district in which the site of the work, or sny part thereof, is locatei, to appoint three new arbitrators to act hereunder. if it appears to such Judge that the arbitrator or arbitrators originally appointed were unable or failed to act with reasonable promptness in reaching a decision regarding the question submittedi to arbitration, he may appoint threo new arbitrators to act hereunder, anci s,ich an appointment shall constit~,te a conclusive determination that the arbitrator or arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at. request of Party B, thet Party A did not make such request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall i,ot be appointed by a Judge of the Uni°ed States District Court under the circumstances hereinabove described, -+r if three new arbitrators are so appointed anri are ur able or frail to ac`, with reasonable promptness in reaching a recision regarding the giiest on submitted t.o arbitration, then the arbitration procedure shall he deemed to have failed and the parties shall be free to assert their rights in the secc manner as if they had not agreed to submit the question to arbitration. If the above agreement to submit questions of dispute to arbitration is not enforceable under the law of applicable ,jurisdi,_tion, each such question after it has arisen may by agreement of both parties hereto be submitted to arbitration in the manner set forth above. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Owner. It is understood and . agreed by the parties + ,o the contract that no regair ..er.ent or stat,.,nP _nt herein shall be interpreted as curtailing the power of the tnginFar to determine the amount, quali*y, and acceptability, of •~~rr and materials. I 050163 FOB CC-8 i GC-16. RIGHT OF OWNER 'TO TERMINATE CONTRACT. If the work to be done Lnder thi3 contract is ubendoned by the Contractor; or if this contract is assigned by him without the written consent of the Owner; or if the Contractor is adjudged bankrupt; or if a general assignment of his as:jets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his property; or if at any time the Engineer certifies in writing to the Owner that tr,e performance of the work arider this contract is being unnecessarliy delayed, that the Contractor, is violating any of the conditions <,f this contract, or that he is executing the same in bad faith or otherwise not in accord- ance with the terms of said contract; or if the work, is not substan ially completed within the time named for its completion .r within the time to which such completion date may be extended; then the.- crwner may serve written notice upon the Contractor and his surety of said Owner's inten- tion to terminate this contract. Unless within, five (5) days after the serving of such notice a satisfactory arrangement 'Le made for contin- uance, this contract shall terminate. 1 the event of such termination, the surety shall have the right to tr.ke over and complete the work, pro- vided, `hat if the surety does not conLmence performance within thirty (30) days, the Owner may take over and prosecute tF,,. work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completion. The Owner may take pos6ession of, ani utilize in completing the work, all materials, equipment, tools, and plant on the site of the work. GC-17. SUSPENSION OF WORK. The Owner reserves the ri,);, to suspend and reinstate execution of the whole or any part of the worn without invali- dating the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the Owner to the Contractor in writing. The time for completion of the work will be extended for a period equal to the time lost by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the Owner shall not affect this contract except as agreed by the Owner and the Contractor, if the Contractor proposes to apply such changes to this contract, he shall present Me proposa' to the Owner in writing. During the 3C day period from and after the receipt by the Owner of such written proposal, the Owner shall be permitted to reinstate the work without change. If the work is not reinstated dur'.ng this 30 day period, the Owner and the Contractor shall agree upon reasonable and proper changes or the Owner may cancel the unshipped portion of the work. Changes in delivery schedule shall mean extension of the scheduled time of delivery beyond the number of days of the suspension period. 050163 FOB GC-9 GC-18. DELAYED SHIPMENT, The Owner reserves the right to order the Contractor to delay shipment of equipment arul materials herein con- tracted. In the event such a delay is ordered by the Owner in writing, the owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. :,uch extra charges shall inclii,'P s;;orage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELLATION OF WOkK. The Owner reserves the ,Ight to cancel the unshipped portion of the work. In the evo•nt of cancellation, the Owner will pay the Contractor reasonable and proper cercellation charges. GC-20. LAWS AND ORDINANCPS. The Contractor shall oi,srrrve and comply with all ordinances, laws, and regulations, and shall protect and indemnify the Owner and the Owner's officers and agents against any claim or liability arising from or based on any violation of the same. All permits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS, In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking, to complete the work within the time therein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to the work. IIo claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on "SUSPENSION OF WOPV. GC-22. EXTENSIONS OF TIME. Should the Contractor be (Jolayed in the final completion of the work by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Engineer, ; could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay, as determined by the Engineer, shall be granted by the Owner; provided, that the Contractor shall give the Owner and the Engineer prompt notice in writing of the cause of delay in each case and shall demonstrate that he has used all reasonable means to minimize the delay. Extensions of time will not be granted for delays caused by unfavorable weather, inadequate w,,rking force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure deliver; when needed. GC-23. MATEPIALS AND EQUIPMENT. Unless specifically provided other- wise in each case, all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifi- cations and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment sh^,11 be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized ;)y the Engineer in each case. 050163 FOI3 GC-10 GC-24. GUARANTEE. The Contractor guarantees that the material and equipment herein contracted will be as specified and will be free from defects in design, workmanship and materials. If within the guarantee period the material or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct any defects, including nonconformance with the specifications, by adjustment, repair or re- placement of all defective parts or materials. Uniess otherwise specified, the guarantee period shjsil. begin on the date of final payment or the date of initial operation, whichever is later, and the guarantee period shall end 12 months later, If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects, The Contractor will be given an opportunity to conf'.rm the existence of the defect but he shall not delay the correction whille making such determination. The Contractor shall extend the provisions of this guarantee to .over all repaired and ieplace-3ent parts furnished under the guarantee ,pro- visions for a period of one year from tht date of their installation. If within ten days after the Owner gives the Contractor notice of a defect, the Contractor neglects to make, or undertaf~% with due dili- gence to make, the necessary corrections, the Owner is hereby author- ized to make the corrections himself, or order the work to be done by a third party, and the cost of the corrections shall be paid by the Contractor. In the event of an emergency where in the judgment of the Owner the delay resulting from giving formal notice would cause serious loss or damage which could be prevented by immediate action, defects may be corrected by the Owner, or a third party chosen by the Owner without giving prior notice to the Contractor and the cost of the corrections shall be paid by the Contractor. In -':he event such action is taken by the Owner, the Contractor will be notified promptly and shall assist wherever possible in making the necessary corrections, GC-25- CLAIM FOR LABOR AND MATERIALS. The Contractor shall indem- nify and save harmless the Owner from all claims for labor and Mate- rials furnished under this contract. The Contractor shall submit satisfactory evidence that all persons, firms, or corporations who have done work or furnished materiels under this contract, for which the Owner may become liable under the laws of the state, have been fully- paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount shall be retained from moneys due the Contractor which, in addition to any other sums that may be retained, will be suff{cient, in the opinion of the Owner, to meet all claims of the persons, firms and corporations as aforesaid. Such sum or sums shall be retained until the liabilities as aforesaid are fully discharged or satisfactorily sec,ired, (DEVTON, TEXAS - 49J4) 102'[69 F0B GC-11 i GC-26, RELEASE OF LIABILITY. The acceptance by the Cont,•aator of the last payment shall be a release to the Owner and every >fficer and agent thereof from all claims and liability hereunder for anything done or furnished in connection with the work, or for any act or neglect of the Owner or of any person relating to or affecting the work. GC-?7. DEFENSE OF E3UITS. In case any action in court is brought against the Owner or Engineer or any officer or agent of either of them, for the failure, omission, or neglect of the Contractor to pcr•i'frrm any of the covenants, acts, matters or things by this contract undo rtaken; or for in. ury or damage ca used by the alle}led negligence of the Contractor or his rents; the Contractor shall indemnify and save harmless the Owner curd Engineer and t''.'r officers and agents from all lomcer, damages, costs, e, senses, judgments, or decrees whatever arising, out of such action. GC-28. INSURANCE;. The Contractor shall secure and maintain throughout the duration of this ccntrac'. insurance of such types rLrid in such amounts as may b~ necessaiy to protect himself and the interf_;sts of the 'fwner against all hazards or risks of loss as hereinafter zpceified. The form and limits of such insurance, together with the underwrlter thereof in each case, shall be approved by the Owner but regardless of such approval it shall be the responsibility of the Contractor to maintain adequate insurance coverage at all times, Failure of the Contractor to maintain adegnate coverage shall not relieve him of any contractual responsibility or obligation. Satisfactory certificates of insurance shall be filed with the Owner prior to starting any construction work on this contract. The certificates shah state that ;.en (10) days written notice will be given to `.he Owner before any policy covered thereby is changed or canceled. GC-28.01. Workmen's Compensation end Employer's_ Liability. This insurance shall protect the Contractor against all claims under applicable' state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of, employees which, for any reason, may not fall within the provisions of a workmen's compensation law. This policy shall include an "all states" endorsement. The liability limits shall not be less than the following: Workmen's compensation - Statutory Employer's liability - $100,000 each person GC-28.02. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor aE;ain'st all claims for injuries to'rrcmbers of the public and damage to 'Prop eltyL of others-arising from the use of motor vehicles, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. (DENTON, TEXAS - 4904) (ERECTION ) GC-12 092769 r The liability limits shall not be less than the following: Bodily - $250,000 each person - $500,000 each occurrence Property damage - $100,000 each occurrence CC-28,03. Comprehensive General Liability. Thin insurance shall be written in comprehensive form and shall protect the Contra;tor against all claims arising from injuries to members of the public or dwnagr- to property of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In sidition, this policy shall specifically insure the contractual liability assumed by the Contractor under the fore- going paragraph entitled "Defense of Suits". To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $500,000 each occurrence $506,000 aggregate GC-28.04, Builder's Risk. This insurance shall be written in completed value form and shall protect the Contractor and the Owner against risks of damage to buildings, structures, and materials and equipment not otherwise coverod under installation floater insurance, from the perils of fire and lightning, the perils included in the standard extended coverage endorsement, and the perils of vandalism and malicious mischief. The amount of such insurance shall be not less than the insurable value of the work at completion less the value of the materials and equipment in- sured under installation floater insurance. Equipment shall be insured under installation floater insurance when the aggregate value of the equipment exceeds $10,000. if the work does not include the construction of building structures, this builder's risk insurance may be omitted providing the installation floater insurance fully covers all work. Builder's risk insurance shall provide fcr losses to be payable to the Contractor and the Owner as their interests may appear. (DENTON, TEXAS - 4904) (ERECTION ) GC-13 092769 GC-28.05. Installation Floater. This insurance shall protect the Con- tractor and the Owner from all insurable risks of phyrnicnI loss or damage to materials and equipment not otherwise covered under builder's risk in ourenee, while in wnrr:huu;;eJ or cAorat!,e areas, durlrjFr In- tall atiOrL during, t,r stirig, and aft,s,r I,lic work L; corn[,leLr:d. It ;.hr411 be of the "all rlCk-," typff , Wi1,11 covoril{o:; de:;itrrled for the rrlrCirl7C;LrLn('^t. Which may occur in the particular wort: inducted in this; contract. Ti,,- overage shall be for ru7 nmount not IC"s thrut the- value of the work at. oomhletion, less the value of t;he materials and equipment insured under Liriider's risk insurance. The value shall include the aggregate value of the thrnrrr-furnished equip- ment and materials to be erected or installed by the r;rmtractor not other- wise insured under builder's risk insurance. Installation floater insuru..ce shall provide for los^r: r; to be payable to the Contractor and the Owner as their interests may appear. If the aggregate value of the Owner-furnished and Contractor-furnished equipment is less than $1.0,000 such equipment may be Covered under builder's risk insurance, and if so covered this installation floater insurance may be omitted. Certificates of insurance covering installation floater insurance shall quote the insuring agreement and all exclusions as thoy appear in the policy; or in lieu of certificates, copies of the complete policy may be submitted. GC-29. PAYMENTS. Payment will be based on the Engineer's payment certificate which the Engineer will prepare and submit to the Owner in accordance with the following schedules, The Engineer's payment certificate shall not con- stitute approval or acceptance of any part of the work, except as a basis for the Owner's official acceptance (as defined in Article GC.2), and shall not relieve the Contractor from any responsibility or, liability essential or related to the fulfillment of this contract. GC-29.1. Equipment and Materials, Payment for equipment and materials de- livered will be made in aec~ o dance with the following schedule: 80% of the price of complete, integral units or assemblies of equipment or material will be pain upon shipment pending receipt of the Engineer's payment certificate which will be issued promptly upon notice of shipment but not before the shipping date apec fied or otherwise approved by the Owner. 15% of the price of :omplete; integral units or assemblies of equipment or mattri&1 will be paid upon receipt of,the Engineer's payment certificate which will to Issued promptly upon satisfactory delivery but not before the delivery date specified or otherwise approved by the Owner. (DENTON, TEXAS - 49o4) (ERECTION ) GC-14 102769 GG-29.2. Erection. Payment for equipment and materials erected will be made in accordance with tht following schedule. On or about the first day of each month, the Engineer will make an esti- mate of the value of the work done during the previou,; calendar rr.onth. the estimated cost of repairing, replacing, or rebuilding any part of the work or replacing materials which do riot conform to the plans and specifications will be deducted from the estimated vrtlu The Contractor shall furnish to the Engineer such dctnlled information as it may request to aid in the preparation of monthly c;,timates. The Owner will pay to the Contractor by the twenty-fift'r<(lrcy of the month 90 per cent of the estimated value less any previous piiyrrients. GC-29.3. Cost Breakdown. Prior to final payment, the Contractor shall furnish the Owner a cost breakdown of the final contract price by re- tirement units in accordance with a listing of such units furnished by the Owner. GC-29.4. Final Payment. The unpaid balance of the total equipment and materials, and erection contract price, adjusted according to any provi- sion of the contract, will be paid within 30 days after receipt of the Engineer's final payment certificate and the Owner's official acceptance of the work. Final payment for equipment and materials will be not later than 365 days after complete delivery, providing the equipment and materials are in accordanc) with these contract documents as far as can be determined. GC-30. TAXES, PERMITS, AND LICENSES. Unless otherwise specified in these contract documents, the Contractor shall pay all sales, use, excise, and oth(r taxes that are lawfully assessed against the Owner or Contractor in cr-section with the worn under this contract end shall obtain and pay for alt Licenses and permits required for the wrrk. The Contractor will be compensated for any increase in tax rates, lize,,.ne fees, aad I)ermit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this provision shall be limited to sales, use, and excise taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. (DENTON, TEXAS - 490h) (Ei[F.,CTION ) GC-15 09 2'rt 9 SPFCIAI, CONDITIONS C.1 GENERAL. 7T~e requirements of these Special Conditions are nontechnical in nature and shall supplement the General Conditions in the administration and regulation of the field erection work included under the:-e specifications. :,C.2 PROJEC`!' COORDINATION. The ove-ail project coordir,f,tion for the Unit 5 Addition to the Municipal Electric Generaling Station will be under the direction of the Engineer. SC.2.7 Complcticn Schedule. Completion of tt,c Unit > l,Jdition to the ''unicipal Electric Generating Station on schedule is es:•antial to the Owner. i!nit 5 is scheduled for firm commercial operztion April l5, 1973. YE_• work under these specifications shall be completed on or before the dates specified in Section IA. Completion of the work on schedule is of the essence and is required to maintain the overall project completion schedule. The Contractor shall be solely responsible for completing his work on sched- ule. If at any time, the Contractor's work is behind schedule he shal' initiate immediate and definite procedures for accelerating '.he work as required to get the work back on schedule. The Contractor will not be al- lowed extra compensation for costs resulting from additional regular or premium time required to keep the work on schedule. SC.2.2 Cooperation with Owner. In the event that it is necessary to either interrupt the power supply or to impose abnormal operating condi- tions on the Owner's power system, such procedure must be approved by the Owner r..id a 2omplete understanding and agreement must be reached by all • parties concerned, well in advance of the time scheduled for such opera- tion, and such understanding shall be definite as to dhte, time of day, and length of time required. All work shall be sc'neduled to suit the Owner's convenience, taking into consideration the power system facilities and requirements at all times during construction. The Contractor shall be responsible for paying all regular and premium time labor costs arising from the necessity to perform work which arfects the Owner's system facilities at times other than regular working hours. SC.2.3 Relations with Other Contractors. The Contractor shall cooperate with all other contractors who may be performing work in behalf of Lhe Owner and workmen who may be employed by the Owner on any work in the vicinity of the work to be done under this Contract, and he shall so con- duct his operations as to interfere to the least possible extent with the work of such contractors or workmen. He shall promptly make good, at his own expense, any injury or damage that may be sustained by other contractors or employees of the Owner at his hands. Any difference or conflict which may arise between the Contractor and other contractors or between the Con- tractor and workmen of the Owner in reo,,ard to their work shall f,( ud,justed (DENTON, TFYAS - 4)04) (ERECTION ) CC-1 091769 and determined by the Engineer, If the work of the Contractor is delayed because of any acts or omissions of any other contractor, the Contractor shall have no claim against the Owner on that account other than an extension of time. Whenever there i, interference with work under other contracts, Engineer shall decide the manner in which the work shall proceed under each con- tract. SC.2.4 Methods of Operation. The Contractor shall inform th. Engineer in advance concerning his plans for carrying on ew, h pr.H, of the work. If at any time the Contractor's plant or equipment or h1r; methods o° executing the work appear to the Engineer to be lnadequate to insure the required safety, quality, or rate of progress of the work, the En},J necr may order the Con- tractor to increase or improve his facilities or methods and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Contractor from his obligation to secure the degree of safety, the quality of work, and the late of progress required by this Contract. The Contractor alone shall be responsible for the safety, adequacy, rind efficiency of his plant, equipment, and methods. Any method of work suggested by the Owner or Engineer, but not specified, shall be used at the risk and responsibility of the Contractor; and the Engineer and Owner will assume no responsibility therefor. Approval by the Owner or Engineer of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility there- for, and such approval shall not be considered as an assumption of any risk or liability by the Owner or Engineer, or any officer, agent, or employee thereof. The Contractor shall have no claim on account of the failure or inefficiency of any plan or method so approved. SC.3 PREVAILING WAGE RATES. The Contractor and his subcontractors shall not pay wage rates whicb are less than the prevailing hourly wage rate for each craft or type of workmen engaged on similar erection work in the sur- rounding area. SC.4 CONTRACTOR'S FIELD ORGANIZA'PION. The Contractor's field organization shall include adequate management, supervisory, and tecrnical personnel cn the site to insure expeditious and competent handling- of all matters related to the work. (MiTON, TEXAS - 4904) SC-2 (ERECTION ) 091769 SC. 14.1 Contra:tor's; Percotiriol. ,;)l personnel employed by the Contractor ^hall be fully qualified to Inform the wor=k assigned. i f it L -cedar;' necessary to ropl.acc any of the key suliorvisory personnei, I,he C,)ntraotor nhali have a :;iiitable replacement available coincident with the releiLse of the individual. If any of the key positions become vrncant because of l+.ments beyond the control of the Contractor, replacement personnel shall be obtained within 1.0 days . SC.4.2 Su~ pervi:,or Personnel. Thn Contractor's fir:1d r;taff shall include supervisory personnel experienced in engineering, planning, and technical direction of all field erection work. The supervisory personnel shall remain on the site until final acceptance of the work by the Owner. SC-5 CONTRACTOR'S FIELD ADMINISTRATION. The admini,;tration of the field erection work shall be the sole responsibility of the Contractor. SC-5-1 Cost Breakdown. The Contractor shall prepare and submit to the Engineer for approval a breakdown cost estimate of the work. The cost breakdown shall show the estimated value of each category of work and shall be approved by the Engineer before any partial payment invoice is prepared. SC.5.2 Subcontractors. It is the intent of these specifications that the Contractor shall perform the majority of the work with his own forces and under the management of his own organization. Specific portions of the work may be subcontracted only by the subcontractors who have been listed by the Contractor in the Proposal and who are approved by the Owner as provided in the General Conditions. All subcontractors shall be directly responsible to the Contractor and shall be under his general supervision All work performed under subcontracts shall be subject to the same pro- visions as the work performed by the Contractor's o•,m for+:es. SC.5.3 Purchase Orders. The Contractor shall submit to the Engineer two copies of each purchase order for all materials and equipment furnished under these specifications for incorporation in the permanent construction. Each purchase order shall show the vendor's name, manufacturer's name, ma- terials, type, model number, size, quantity, accessory list, and requested delivery date of the material and equipment ordered. The purchase order copies shall be submitted to the Engineer before or at the time they are issued to the vendor. SC-5-4 Field Ae,:urd,;. The Contractor shall maintain, during the progress of the work, up-to-date copies; of :+.11 drawings, speoifications, and supple- mentary data, complete with latest revisions thereto. In addition, the Contractor shall maintain a continuous r cord of all i'iel,1 deviations from (DENTON , TExA,S - 1+904 ) (ERECTION ) SC-3 102769 the approved erection drawings and, at the conclusion of the work, shall submit to the Engineer a set of the latest revisions of all drawings and ,q,vcifications marked to show "a»s built" deviations. Oic Contr.aotor shall submit sketches or marked prints to the Engineer ahowing oath approved field deviation within 10 days after each such deviation hn:. been approved by the Engineer. C. S. ` Clerurliness. pec=al attention shall be 1?4vcri to keeping the :structures wid surrounding ground:, clean and free fr()rri trash and debris. i're Contractor shall employ sufficient and special l,ers.onnel to thoroughly clean his work areas continuously each working, clay :u,ti ;:hall cooperate "lith the other contractors to keep the entire construction site clean. I'nis shall include sweepinP the floor, collecting and disposing of trash, Paid all other functions required to keep the site cletmn. Materials and supplies shall be stored in locations which will not block accessways, and arranged to permit easy cleaning of the area. At the close of each workweek and at the close of ea0i clay preceding a holiday all hoses, cables, extension cords, and similtir materials shall be removed from the construction area and stored in the Contractor's ware- Y,ouses or other storage areas. All trash, debris, and waste materials shall be collected, sorted, and hauled to the city dump. Promptly upon the completion of the construction work, the Contractor shall thoroughly clean his work and adjacent worx made dirty by his operations, removing all accumulations of dirt, scraps, waste, oil, grease, weld spatter, insulation, paint, and other foreign substances. Surfaces damaged by de- posits of insulation, concrete, paint, weld metal, or other adhering ma- terials shall be restored by the Contractor. SC-5.6 Construction Area Limits. The Engineer will designate the bound- ary limits nf access roads, parking areas, storage areas, and construction arias, and the Contractor shall not trespass in or on area, not so desig- nated. The Contractor shall be responsible for keeping all of his personnel out of areas not designated for the Contractor's use; except, in the case of isolated vork located within such areas, the Owner will issue permits to the specrific Contractor personnel to enter and do the work. ,"C.S.Y Food Service:-.. No food services will be permitted on the con- struction site. I SC.5.8 IJae of Elevator. The Contractor will not be permitted to use the existin,; service elevators. Fite Contractor shall provide his own personnel lifts and hoist:: for ma- teric 1. (DENTON, 'PFXIL9 - 4904) (ERECTION } SC-4 hl~'(G9 SC.6 SAFFTY LND ACCIDENT PREWNTION. It shall be the Contractor's respon- sibility to maintain, throug:-.out the construction period, a safety and accident prevention program which meets the requirements of Federal, State, and local codes; and of all other authorities having „Jurisdiction over this work.. As a supplement to requirements of such authoritie.,, the "Manual of Accident Prevention in Construction" published by the &r;ociated General Contractors of America, Inc. is recommended as a guide for safety and accident prevention. All pr rn,onnel shall wear hard hats at all time: when f,hcY rare in the con- struction area. tir.'T FrIiE PR0TIF:CTIOTI. Only construction procedures which minimize fire hazards to the extent practicable sha].1 be used. Cormibwd, ible debris and waste materials shall be collected and hauled to the city dump each day, as provided hereinbefore under "Cleanliness". Fuels, solvents, and other volatile or flammable materials shall be stored away from the construction and storage areas in well marked, safe containers. Good housekeeping, essential to fire prevention, shall be practiced by the Contractor through- out the construction period. The Contractor shall follow the recommenda- tions of the AGC "Manual of Accident Prevention in Construction" regarding fire hazards and prevention. The Contractor shall provide adequate fire protection equipment in e~.ch warehouse, office, and other temporary structures, and in each work area which he is occupying. Access to fire hydrants and other sources of fire water shall be identified and kept open at all times. SC.8 PROTECTION OF WORK. The Contractor shall be solely responsible for the protection of his work until its final acceptance by the Owner. The Contractor shall have no claim against the Owner or the Engineer be- cause of any damage or loss to the Contractor's work, and shall be respon- sible for the complete restoration of damaged work to its original condi- tion complying with the specifications and drawings. If the Contractor's work is damaged by another party not under his super- vision or control, the Contractor shall make his claim directly with the party involved. If a conflict or disagreement develops between the Con- tractor and one of the other contractors concerning the responsibility for damage or loss to the Contractor's work, the conflict shall bF: re- solved as provided in the General Conditions. Such conflict shall not be cause for delay in the restoration of the damaged work. The Contrar•tor shall restore the work immediately and the cost thereof will be amiigned pending the resolution of the conflict. SC.8.' Security. The Contractor shall be responsible for all material and equipment in his custody or placed in construction by him. Security methods shall be employed as required to insure the protection of such material and equipment from theft, vandalism, fire, and all other damage and loss. (DENTON, TEXAS - 4904) (ERECTION ) f r;-5 102769 SC.8.2 Protection of Concrete Surfaces. Concrete floor, and other con- crete nurfuce~s shall " protected from chipping, Urud wo scratching, staining, a%A other dw4nae. Damaged sections shall ho rupaired or removed ana replaccd subject to the Engineer's discretion and approval. ilertvy planks and mats shall be placed under equipment and materials being ,torcd, moved, "ssembled, or installed on or above vonorete floor surfaces. Il,nf.lammablc, of! resistant coverings shall be used V" protect concrete surFices from Valuing. ;•r,.n.3 Protection of Grating and Stair `i'retai,, floor 1~r•atinl; and stair trolls shall be protected against damage from heavy Jrir,d,, movement of equipment, materials, flame cutting, welding, and other construction damage. Where heavy equipment or material loads are to be stored or moved over ;;rating, they shall be supported directly from the structural steel. Damaged sections of grating shall be repaired or replaced subject to the Engineer's discretion and approval. sc.8.~r Minor Defects. The Contractor shall readjust, straighten, and repair minor defects and fabrication errors which are normally encountered in the Owner-furnished structures, foundations, and materials. No claims for extra compensation in connection with such work will be considered unless the claim is made in accordance with the applicable provisions in the General Conditions. When field labor is needed to correct significant errors in Owner-furnished equipment and materials, the Contractor shall furnish such labor when so requested by the manufacturer or by the Owner with the consent of the manu- facturer. Such labor shall not be included in this Contract and the Con- tractor shall obtain payment for the labor from the manufacturer. ge.$.5 Repair of Damages. The Contractor shall repair immediately any damage done to the Owner's facilities as a result of constructions work or abnormal use. All such repair work shall be subject to the approval of the Owner. (DENTON, TEXAS - 490h) (ERECTION ) 052070 SC-6 ~J4 ,7k~A%~ m . r ~"r t - q,'fP .q p v„ c ¢ t' i{ 4 i • ,~5,~t~ ✓lV ~ N , v''hr ~M1 ~iY : 3 r _ S$ C02'TENTS Page thru Page c Section IA - DESCRIPTION AND SCOPE OF WORK 1A-1 IA-3 1A,1 General IA-1 1A.2 Purpose of the Specification IA-1 1A.3 Work Included Under These Specifications IA-1 1A.4 Miscellaneous Materials and Services IA-2 1A.5 Work Not Included Under These Specifications IA-2 1A.6 Schedule IA-2 1A.7 Contractor's Services 1A-2 1A-3 Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B-1 33-5 1B,1 General 1B-1 1B.2 Specifications and Standards 1B-1 1B,3 UX. Materials 1B-1 1B.4 Component Parts 1B-1 1B.5 Identification 1B.-1 M6 M4nufacturer'e Instructions and Parts Lists 1B~-1 1B-2 18,E Materials List 1B-2. 1B1$ Shipping Notice 1$-2 18 9 Fietory Assembly 18=2 ` 1$,10: Shop Costing 1B-3 , 113.011 : Protection, lBr3 1Bi'}2 Alignment and Balance 18-3 1,13. Design Cooperation 1B-3 ; 18,11 Cgrreetlon of Manufacturing Errord 18-3, 113.15 Lubricat on 1B-4 18x16 Poser Tiansmisoion Units 113-4:;r' s 1B,i7- Coupling Guards 1B•-4 1B18 Equipment Bases 1B-4 1B,19 Compressed Air 1B-4 1B.20 Control Power 1B-4 1B-5 1B,21 Raceway 1B-5 1B,22 Wiring 1B-5 Section 10 - ENGINEERING DATA 1C-1 1061 General 1C-1 1C.2 Design Data 1C-1, - 1C.3 Drawings 1C 1.: r was, - 49oh m%N(*;, TOWER - M-10A) x01-1 05.970 . to {gW"`41t;y, 1 ^v'Y t"~ ',.'p°wa :.3~t 1 arb `r( h.~'+ > t a - e T; r h a c f t g ~ M~ ~ :p ~l ~:¢v. .p Y 'z; d r }r ;~4 f: +ryv r i " ~ a page thru Page Section 1D - VVTOA SPECIFICATIONS 1D-1 1D-7 1D,1 General 1D-~1 1D.2 Codes and Standards 1D-1 1D.3 Rating 1D-1 1D-2 1DA Terminal Markings 1D-2 1D.5 Design and Construction 1D-2 1D-6 1D.6 Factory Tests 1D-6 1D-7 1D.7 Motor Specification and Data Sheets 1D-7 1D.6 Manufacturers 1D-7 4 c' i l 1 i {DBNTQNR '4W = 49ok (COOLING TOS+iEit M-10A) T02-2 051970 Section lA - DESCRIPTION AND SCOPE OF THE WORK IA.l GENERAL. This section covers the general description, scope of work, and supplementary requirements for equipment, materials, and services in- cluded under these specifications. The Unit 5 Addition to the City of Denton, Texas, Municipal Electric Gener- ating Station will include the construction of a complete generating unit i.e., major power plant equipment, systems and auxiliaries, and plant struc- ture. The nominal capacity of Unit 5 will be approximately 65 megawatts. A railroad siding will be. available near the plant site for delivery of equipment and materials. 1A.2 PURPOSE OF THE SPECIFICATIONS. The purpose of these specifications is to procure the highest quality equipment, materials, and workmanship in accordance with the specified requirements and best accepted practice. Proposed equipment and materials which do not comply with these specifi- cations shall not be allowed. The Contractor shall be responsible for .urnishing equipment and materials which do comply fully, including guaranteed performance, at no change in the contract price. IA.3 WORK INCLUDED UNDER THESE SPECIFICATIONS. The work under these specifications shall include furnishing and erecting the cooling tower and associatAd auxiliary equipment, and providing drawings, engineering data, accessories; and field services complete as described herein and in accordance with the contract documents, defined !n the GENERAL CONDI- TIONS, Article GC-J.. 111 equipment and materials required for a complete cooling tower shall be furnished, including fan motor drives, except as specified otherwise in these specifica-tiions. Equipment, materials, and accessories furnished shall be delivered to the plant site where they shall be received, unloaded, stored, and erected under these specifications. Deficiencies shall be sufficient cause to reject equipment fob cars. Unloading from ce,rs and storing will not con- stitute acceptance. The equipment will be tested by the Owner, after completion of the unit, to demonstrate its ability to operate under the conditions, and fulfill the warranties and guarantees, as specified herein. If the Owner's tests indicate that the equipment fails to meet guaranteed performance, the Contractor shall make additional tests and modifications under the pro- cedure stated in GENERAL CONDITIONS, Article GC-24. The Contractor sn all provide drawings and engineering data, manufacturer's field services, tools, instrx.ction manuals, miscellaneous materials and services, and shall partie'.pate in design conferences as specifies, herein. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-10A) IA-1 040170 -Mal 1A.4 MISCELLANEOUS MATERIALS AND SERVICES. kiscellanoous materials and. services not otherwise specifically called for shall be furnished by the Contractor in accordance with the following: All bolts, nuts, and gaskets between components furnished under these specifications All piping integral to or between any equipment furnished under these specifications, except as othenilse specified Leveling blocks, subsoleplates, soleplates, thrust blocks, matching blocks, wedges, and shims All hangers and supports for piping and equipment furnished by the Contractor All necessary connections for the Owner's piping, wiring, and instrumentation Coupling guards for all exposed shafts and couplings Materials and services specified in Section 3A of these specifications 1A.5 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items of work and materials will be furnished by the Owner: Concrete basin Motor starters and permanent wiring to equipment furnished with the cooling tower Piping external to tower Lubricants fer the machinery furnished with the cooling tower Construction services and materials as specified in Section 3A of these specifications 1A.6 SCHEDULE. All equipment and materials for the cooling tower shall be delivered to the site to permit erection to begin on July 1, 1972. Erection shall be complete on or before November 1, 1972. 1A.7 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED UNDER THESE SPECIFICATIONS shall be in accordance with the following. 1A.7.1 Drawings and Engineering Data. Drawings and other engineering data for the specified equipment and materials are essential to the de- sign and subsequent construction of the entire generating unit. Time is of the essence in completing each phase of the work so that the unit can be in commercial operation on the required date. The Contractor will be required to submit drawings and engineering data in accordance with the (DENTON, TEXA,9 - 4904 ) (COOLING TOWER - M-10A) 1A-2 040170 schedule and requirements specified in Section 1C. Failure of the Con- tractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract and reason for ter- mination of the contract if the Owner eo desires. 1A.7.2 Design Conference. v.'ithin 30 days after award of contract the Contractor's design engineer shall attend a design conference at a time and place mutually agreed upon to discuss matters relative to the execu- tion of the contract. The Contractor's design engineer shall also attend any additional design conferences which, in the opinion of the Engineer, are required. 1A.7.3 Manufacturers' Technical Services. The Contractor shall furnish the services of one or more technical field supervisors, on a resident basis, to give technical advice regarding methods and procedures for all erection work, testing, and placing the equipment into successful opera- tion and to inspect and approve the installation as to its conformance with the manufacturer's requirements. The technical supervisors shall be present during the unloading of equipment and materials from cars, hauling, storing, cleaning, erection, startup, and testing of the main equipment and associated auxiliary equipment. The manufacturers' technical field supervisors shall be present during the startup of the equipment and shall instruct the operating personnel in its proper operation. 1A.7.4 Tools. The Contractor shall furnish and ship with the equipment one set of all special tools required for the erection, dismantling, or maintenance of the equipment. The tools shall be shipped in separate heavily constructed wooden boxes provided with hinged corers and padlock hasps. Maintenance tools shall be boxed separately and the boxes shall be marked with the large painted legend as follows: CITY OF DENTON, TEXAS MAINTENANCE TOOLS FOR COOLING TOWER UNIT 5 ERECTION CONTRACTOR DO NOT OPEN EXCEPT Wl'rrf OWNER'S PERMISSION An itemized list of the contents shall also be indicated on the outside of each box. The maintenance tools shall include all special handling rigs, bars, slings, and cable. All tools Shall be in new and unused condition. 1A.7.5 Instruction Manuals. The Contractor shall furnish 12 complete and final copies of the manufacturer's instructions and parts lists, specified in Section 1B, not later than 90 days after delivery of the cooling tower. One copy shall be sent to the Engineer, and upon approval thereof, the remaining copies shall be delivered to the Owner. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) IA-3 040170 I Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B.1 GENERAL. These General Equipment Specifications apply to all equip- ment. They shall supplement the detailed equipment specifications but in case of conflict the detailed equipment specificatlons shall govern. 1B.2 SPYCIFICATI014S AND STANDARDS. The specifir.ations, codes, and standards referenced in these specifications (InclwSing addenda, amend- ments, and errata) shall govern in all cases wlicr,,- rrferences thereto are made. In case of conflict between the referenced %pr!cifications, codes, or standards and this specification, these specifir;gtions shall govern to the extent of such difference. 1B.3 U.S. MATERIALS. Equipment and accessories furnished shall be from a reputable manufacturer currently engaged in production of such materials within the United States of America. To the extent possible, materials and equipment (including components thereof) furnished under these specifications shall be produced, processed, manufactured, and assembled within the United States of America. All material and equipment which must necessarily be of foreign manufacture shall be clearly designated in the Proposal in the space provided for de- viations and exceptions. 1B.4 CO:4PONENT PARTS. Individual parts shall be zjinufactured to standard sizes and gauges so that repair parts, furnished at any time, can be in- stalled in the field. Like parts of duplicate units shall be interchangea- ble. Equipment shall not have been in service at any time prior to de- livery, except as regvired by tests. 1B.5 IDENTIFICATION. All correspondence, shipping notices, shop drawings, specifications, engineering data, and other documents pertaining to the equipment and materials furnished under these specifications shall be identified by the Owner's name, specification number, and the name of the item of equipment or material. 1B.6 MANUFACTURER'S INSTRUCTIONS AND PARTS LISTS. The instruction man- uals required in Section lA shall include specifications, drawings, and description of equipment; installation instructions; operating instruc- tions; parts lists; and where applicable, test data and curves. Manuals shall be assembled and bound in Buchan Type ORL (old style) binders covered with pyroxylin impregnated buckram covers, manufactured by Buchan Loose Leaf Records Co., Clifton Heights, Pennsylvania, Binders shall not be greater than 3-1/2 inches thick and shall be adjustable to permit secure compact binding. Each binder cover shall be stamped with the proper identi- fication as shown on Sheet P-602.02 bound at the end of this section. A proof of the lettering for each cover shall be submitted for the Engineer's approval before the manuals are assembled and submitted. (DENTON, TEXAS - 4904) (EQUIPMENT - 091869 ) 1B-1 Where applicable the information contained in the manual shall include a list of recommended sure parts w'th the price of each such item, and the schedule of required lubricants as recommended by the manufacturer. The data shall also include all nameplate information and shot, order nlunbers for each item of equipment and component part thereof. The instruction manuals shall contrnin data on the rccr,rnmended and maximum allowable vibration limits of all rotating equipment. The instruction manuals shall contriin a table of contents and section dividers with index tabs for ease of reference. 1B.7 MATERIALS LIST. The Contractor shall prepare and submit with the first shipping notice duplicate copies of an itemized materials list covering all equipment and material furnished under these specifications. The materials list shall be in sufficient detail to permit an accurate determination of the completion of shipment. 1B.8 SHIPPIN3 NOTICE, The Contractor shah. submit two copies of a shipping notice describing each shipment of material or equipment. The shipping notice shall be mailed to arrive approximately 3 days ahead of the estimated shipment arrival. The addressees for shipment notices will be determined later. 1B.9 FACTORY ASSEMBLY. Equipment shall be shipped completely factory assem- bled unless specified otherwise or unless the physical size, arrangement, or configuration of the equipment, or shipping and handling limitations, make the shipment of completely assembled equipment impracticable, in which case the equipment shall be assembled and shipped as stated in the Contractor's Proposal. All accessory items shall be shipped with the equipment. Bores and crates containing accessory items shall be marked so that they are identified with the main equipment. The contents of the boxes and crates shall also be indicated. 1B.10 SHOP COATING. Steel a.id iron surface3 shall be protected by suitable paint or coatings applied in the shop. Surfaces which will be inaccessible after assembly shall be protected for the life of the equipment. Surfaces shall be cleaned and prepared in th% shop. All mill scale, oxides, and other coatings shall be removed. Sand or grit blasting of internal areas which will b~ exposed to steam, or treated feed ',rater, will not be allowed. Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled as necessary to provide a smooth uniform base for painting. Surfaces to be painted after installation shall be shop painted with one or more coats of a primer which will protect, the equipment until finish coats are applied. All gauge and instrument panels, transformers, and metal-enclosed cubicles for electrical equipment shall be finish painted with two or more coats of an alkyd resin enamel in a color to be selected later by the Owner. (DENTON, TEXAS - 4904) (EQUIPMENT - 052070 ) 1B-2 Two galluns of touch-up paint and one gallon of finish paint used on the electrical equipment enclosure_o shall be furnished. Shop primer for other steel a ni Iron surfaces shall be Mobil "13-R-50 Chromox QD Primer", or Tnemec "'f7 ChemPri.me" unlc•c" otherwise speaif'_ed. Machined, polished, and nonferrous surfaces whichi;hould not be painted shall be coated with rust preventive compound, Unnrborn Chemical "No-Ox- Id 2W", Houghton "Rust Veto 3144", or Rust-Oleum 113.11 PROTECTION. All equipment shall be boxed, crated, or otherwise suitably protected during shipment, handling, and storage. Equipment having antifriction or sleeve bearings shall be protected by weathertight enclosures. Coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Surfaces which are damaged shall hr repaired. Electrical equipment, controls, and insulation shall be protected against moisture and water damage. All external gasket surfaces and flange faces, couplings, motor pump shafts, bearings, and like items shall be thoroughly cleaned and coated with rust preventive compound as specified above, and protected with suitable wood, metal, or other substantial type covering to insure their full protection. All piping and conduit connections shall be sealed with metallic or other rough usage covers to seal the interior of the equipment. All exposed threaded parts will be greased and protected with metallic or other substantial type protectors. All female threaded openings shall be closed with forged steel plugs. Returnable containers and special shipping devices shall be returned by the manufacturer's field representative at the Contractor's expense. 1B.12 ALIGNMENT AND BALANCE. All rotating parts shall be true and well balanced. Excessive noise or vibration in the opinion of the Engineer will be sufficient cause for rejection of the equipment. All rotating equipment shall be balanced at the factory. 1B.13 DESIGN COORDINATION. The Contractor shall be responsible for the selection and design of &11 equipment and materials which will provide the best coordinated performance of the entire system. Components of rotating equipment shall be selected so that the natural frequency of the complete unit is not at or critically near the operating range of the unit. 1B.14 CORRECTION OF MANUFACTURING ERRORS. Equipment and materials shall be complete in all respects within the limits herein oatlined. All manu- facturing errors or omissions required to be corrected in the field shall be done by the Contractor or his duly authorized representative. (DENTON, TEXAS - 4904) (EQUIPMENT - 052070 ) 1&,3 1B.15 LUBRICATION. Equipment shall be lubricated by systems designed for continuous operation and shall not require attention luring start-up or shutdown, or more frequently than once weekly. iB.16 POWER TWISMISSION UNITS. The horsepower ratl i,y; of ea, :h power transmission unit shall be at least equal to the the,.i„tical brake horse- power required to drive the equipment under full lomi, including all losses in speed reducers and power transmission. The input horsepower rating of each gear or speed rt•ii,;er shall be at least equal to the output horsepower of the drive motor. Drive units shall be designed for continuous service and shall include provisions which will prevent oil leakage around shafts. 1B.17 COUPLING GUARDS. Guards shall be provided for protection of per- sonnel from all exposed moving and/or rotating machine elements. Guards shall be constructed from aluminum plate not less than 3/16 inch thick and expanded aluminum mesh and designed for ease of installation and removal. The necessary supports and accessories shall be furnished with each guard. 1B.17.1 Horizontal Shaft Equipment. Safety guards for horizontal shafts, shaft couplings, and belt sheaves, shall be of the inverted "U" design with bolted horizontal ,points. Guard support bars or angles shall extend 6 inches below the coupling, and shall be supported from the frame of the machine and not the t aseplate. 1B.17.2 Vertical Shaft Equipment. Safety guards, for vertical shafts and shaft couplings shall be of 360 degree construction with bolted vertical joints. 1B.18 EQUIPMENT BASES. A cast iron or welded steel baseplate shall be provided for all rotating equipment which is to be installed on a concrete base. Each baseplate shall. support the unit and its drive assembly, shall be of a neat design with pads for anchoring the units, shall have a raised lip all around, and shall have a threaded drain connection. 1B.19 COMPRESSED AIR. Filtered, dried, oil-free compressed air will be supplied for operation of pneumatic devices. The compressed air will be supplied at receiver operating pressure varying from 60 to 100 psi. Pressure regulators shall be provided for pneumatic devices which operate at pressure levels other than receiver pressure. The pressure regulator shall be Fisher Governor Co. Model 67FR-148. 18.20 CONTROL POWER. Electrical power for control and instrumentation will be a nominal 115 volt, single phase, 60 hertz, alternating current, or a nominal 125 volt direct current. The Contractor shall provide any devices required for proper operation and protection of the equipment during electrical power supply fluctuations described in the following paragraph,--. ( DENTON , TEXAS - 49o4) (EQUIPMETiT - 091869 ) 113-4 All direct current electrical devices shall be designed for continuous operation on an ungrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 100 to 140 volts direct current, with ambient temperatura;i ns specified. Electri- cal devices serv..c: from this supply shall not impr,cr nny ground connections on it. All alternating current devices shall, unless othor•wise specified, be de- signed for operation on a nominal 115 volt, 60 hertz, single phase, alter- nating current system. The Contractor shall guaritotee satisfactory oper- ation when the equipment is continuously energized at any voltage from 105 to 130 volts alternating current. All alternating current and direct current devices shall be guaranteed to operate satisfactorily under voltage conditions specified in the above paragraphs and at 50 C ambient temperature. 1B.21 RACEWAY. Unless specified otherwise, all raceway interconnections between devices, panels, boxes, and fittings shall conform to USAS C80.1 and UL 6. All conduit connections shall be of the threaded type. 18.22 WIRING. Unless otherwise specified, all electrical conductors shall be Class B stranded copper 14 AWG or larger. Panel wiring shall have ther- mosetting Type SIS insulation rated 600 volts, designed for maximum con- ductor temperature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPCEA S-66-524 Interim Standard No. 2 except Type AVA shall be used where ambient conditions cause con- ductor operating temperatures to exceed 90 C. Metallic sheathed conductors are not acceptable. Preinsulated wiring terminals with metal reinforced sleeves shall be provided on all conductor terminals. Terminal blocks shall be provided for conductors requiring connection to circuits external to the specified equipment, for internal circuits cross- ing shipping splits, and where equipment parts replacement and maintenance will be facilitated. Each terminal block, conductor, device, fuse block, and terminal shall be permanently labeled to coincide with the identification shown on the drawings. Conductors shall be identified by legible markings on device terminals, printing on the conductor jacket or wiring sleeve, or by other means approved by the Engineer. Terminal and conductor identification shall be by a permanent method unaffected by heat, solvents, or steam, and not easily dislodged, preferably by means of metal sleeves or printing on the wire ,jacket. Adhesive labels are not acceptable. (DENTON, TEXAS - 4904) (KUIPMENT - 091869 } 1B-5 CITY OF DENTON, TEXAS r MUNICIPAL ELFCTRIC GENERATING STATION z w a UNIT 5 w LL 0 INSTRUCTION BOOK z FOR z NAME OF EQUIPMENT 0 a r V) V) 0 x z W - Q MANUFACTURER'S NAME x o z MANUFACTURER'S ADDRESS 7. 0 in w Q U r W tr z 0►-Z) U w J W U J a BLACK 8 VEATCH CONSULTING ENGINEERS, U KANSAS CITY, MISSOURI z D f re°o4 bob °J (Front Cover) Note' Large type shall be 30 point Tempo Heavy Condensed All other type shall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK 3 VEATCH CITY OF DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-802.02 KANSAS CITY, MISSOURI UNITS Section 1C - ENGINEERING DATA 1C.1 GENERAL, This section covers engineering data and manufacturer's drawings which the Contractor shall submit to the Engineer for design in- formation or approval. As stipulated in Section 1A, compliance with the specified schedule for drawing and data submittal is essential to the scheduled progress and completion of the Unit 5 Addition and is of the essence pf this Contract. IC.2 DESIGN DATA. Within 30 days after award of contract, ten copies of the design data required to permit station design to proceed shall be submitted. The data shall include but not be limited to the following: Data to permit preliminary layout of the supporting structures and building enclosure Data to permit preliminary sizing of the major piping systems 1C.3 DRAWINGS, Drawings shall be submitted for the Engineer's review and approval in accordance with the following procedures. 1C.3.1 Procedures. Four copies of "preliminary" drawings shall be submitted to the Engineer. Preliminary drawings shall be reasonably complete and suit- able for the Engineer's use in establishing basic plant arrangement and de- sign requirements. Preliminary drawings will not be checked or approved by the Engineer; however, the Engineer will refer to the Contractor conflicts or discrepancies which he may discover in his reference to the drawings. "Certified" drawings shall be submitted for review by the Engineer in accord- ance with the procedures set forth in Article GC-7 of the GENERAL CONDITIONS. (DENTON, TEXAS - 4904 ) (COOLING T0IM'S - M-10A) 1C-1 052570 --T--,.- Section ID - MOTOR SPECIFICATIONS 1D.1 GENERAL. 1"nese motor specifications are applicable to all elec- tric motors required for the operation of the equipment furnished. Motor Specification fuid Data Meets for the motors required have been included in the respective equipment sections in Technical Bequirerments. Any motors not specifically covered but still requiror) for operation of the equipment shall be furnished. The Contractor shall list and include as part of the Proposal the additional motors being; furnished and they shall be in accordance with these specifications. The requirements of the individual Motor Specification and Data Sheets shall govern where conflicts occur. 1D.2 CODES AND STANDARDS. All motors shall be designed and fabricated to conform to the requirements of applicable ANSI and NEMA standards. 1D.3 RATING. The electric motor brake horsepower required to drive the furnished equipment at the maximum design point of the equipment shall not exceed the motor rating at 1.0 service factor. Motor rating and nameplate shall conform to the following NEMA MG-1 requirements: 1D.3.1 Rating Standard Part 1.0 Part 20 Fractional and integral horsepower x - Integral horsepower - x 680 frame series and smaller x - Larger than 680 frame series - x ii).3.2 Nameplate Standard MG1-10.38 MG1-20.60 In addition to MG1 standard requirements the following nameplate data shall be pro- vided. Manufacturers Designation X - Serial number x - Shop order number x - Frame number - x Class insulation x x Service factor x x Code letter - x Locked rotor current, amperes x x (DENTON, TEXAS - 4904) (MOTORS ) 03''5?0 1D-1 Start limitations x x Direction of shaft rotation by arrow for T1, T2, and T3 motor lead connections x x 1D.4 irFRMINAL MARKINGS. Terminal markings for motors shall be in accordance with Part 2 of NINA standards and Section 4_8 of ANS c6.1-1956. 1D.5 DESIGN AND CONSTRUCTION. Design and construction of each motor shall be coordinated with the driven equipment requirements and as des- ignated on the Motor Specificntion and Data Sheets. 1D.5.1 Service Factor. The motor service factor, design, and applica- tion shall conform to the following requirements. For all motors 200 horsepower or less furnished with a service factor greater than 1.0, the service factor shall be in accordance with NEMA MG1-12.47.a. For all motors 250 horsepower and larger furnished with a service factor greater than 1.0, the motor nameplate shall show the horsepower rating at 1.0 service factor, and the service factor. The motor shall be designed to provide a continuous horsepower capacity equal to the rated horsepower at 1.0 service factor multiplied by the specified motor service factor without exceeding the temperature rises listed in NF.MA MG1-12.42 and MG1- 20.I+0 for the insulation system and enclosure specified. 1D.5.2 Enclosures. All motors shall be self-cooled. Motors for out- door service shall have all exposed metal surfaces protected with a : corrosion resistant paint or coating. Exposed unpainted and uncoated metal surfaces shall be of a heavy-duty corrosion resistant material. Motors for normal indoor service shall have open dripproof enclosures. Motors for unusual indoor service shall be totally enclosers and of the correct type enclosure for the particular service as specified in NEMA MG1-1.26 All motors shall be complete with screen guards over all openings. Screen guards shall be fabricated of corrosion resistant metal with free openings no larger than 1/8 inch. Motors for normal outdoor service shall be totally enclosed or have a NEMA Type I outdoor weather protected enclosure. Motors for unusual outdoor service shall have NEMA Type II weather pro- tected enclosures, standard space heaters, and removable recleanable air filters. A temperature sensitive thermal device shall be provided in the air discharge of the motor. The device contact shall be normally open and shall close on high air temperature. The device contact shall be raced one ampere at 125 volts d-c. (DENTON, TEXAS - 490h) (MOTORS } 1D-2 032570 ID.5,3 Insulation. All motors shall have nonhygroscopic insulation rated for temperature rise Wid ambient temperature in accordance with NEMA mc-1-10.351 -12,41, and -12.42 for the insulation class specified. When ambier:t temperatures greater an 40 C are specified, the ambient tempera- ture specified plus the temperature rise at the hottest, spot due to motor losses shall not exceed the total limiting temperature rise for the insula- tion system used. The total "hot spot" temperature for Class A, ii, V, fLnrl H insulations shall be as tabulated below. Insulation Total Temperature Class Degrees Centigrade f A 105 B 130 F 155 H lp0 Where a sealed insulation system is specified, two additional dips and bakes of epoxy varnish or vacuum-pressure impregnation shall be included. Where an encapsulated insulation system is specified, sealin" shall con- form to NE14A MG1 for random wound motors. ID.5.4 Space Heaters. Space heaters where specified on Notor Specifica- tion and Lata Sheets shall be provided inside the motor enclosure in n. location suitable for easy removal and replacement. Space heaters shall be of the capacity required to maintain the motor internal temperature above the dew point when the motor is idle and ;hall be isolated by a heat insulation barrier or located so as not to cause heat damage to adjacent painted surfaces. ID.5.5 Conduit Boxes. The cast iron or pressed steel motor conduit box shall be diagonally split for easy access to the motor leads, and shall have a threaded opening to provide a watertight rigid connection with the conduit. The box shall be designed for rotation in 90 degree inerement3 to receive conduit from any of four directions to facilitate connections. A gasket shall be furnished between the diagonally split, halves of the conduit box, and a nonconducting motor lead positioner shall be fur- nished between the conduit box and the motor yoke. All motor leads lo- cated in the conduit box shall have terminals and shall be permanently numbered for ease of identification. Box locations and dimensions of motors rated above b00 volts shall be subject to approval by the Engineer. All motor lied conduit boxes for motors rated abcve (00 volts shall be cast iron or pressed steel and shall be sized and arranged to permit the installation of stress cones within the box. (DENTON, TEXAS - 4904) (MOTORS ) 03?570 1D-3 All space heater leads for motors rated 600 volt or less sha1D he wired to tho motor lead conduit box, and include terminal connectors. All space heater leads for motors rated over 600 volts shall be wired to the cast iron accessory conduit box described In•law, , end include terminal connectors. A -eparate cast iron or pressed steel accessory c(induit box shall be • provided in motors rated above 600 volt for curreul, transformer leads, temperature detector leads, alarm device leads, s1~1re heater leads, and other similar accessory equipment leads. Accessory conduit boxes shall be complete with screw type terminal blocks for termination of such leads. Terminal blocks for curren`. transformer leiuis shall be shorting type. Each terminal in the blocks .hall be identified and marked for its respective leads. All accessory conduit boxes shall be accessible from outside the motor. 1D.5.6 Leads. All leads including main motor leads, current trans- former leads, space heater leads, and thermal protective device leads shall be completely wired to their respective terminal box. All motor leads and their terminals shall be marked T1, T2, and T3 in accordance with the direction of shaft rotation shown on the nameplate. Dual voltage ra*.ed mu%,ors shall be connected for the operating voltage specified and only the leads for field connection shall be brought into the terminal box. 1D.5.7 Terminals. All leads shall be provided with compression type connectors equivalent tc the following: Cable Size Burndy Connector 250 Mcm and larger YA-21,11 6 AWG through 4/0 AWG YA-L B AWG and smaller YAV 1D.5.8 Ground Connectors. Motors shall be furnished with rl grounding connector attached to the motor frame inside the mot.ar main lead conduit box. The grounding connector may be a lug or terminal or ether approved grounding connector. The ground cable and rower cable relationship, as to size, is shown as follows: Puler Cable Size Ground Cable Size 12 to B AWG 12 AWG 6to2AWG 8AWG 1 to 3/0 AWG r) AWG 14/0 AWG to 750 Mcm 2 AWG (DENTON, TEXAS - 4904) (MOTORS ) lU-4 032570 Mo:;ors rated higher than 600 volts shall also have a grounding connector permanently attached to the motor frame on the same side of the motor as the motor main lead conduit box. The grounding connector may be a non- corrodible metal pad welded or brazed to motor frame with a threaded hole at its center, a terminal connector attached to the motor frame, or other approved motor frame grounding method. T}ha grounding point shall be on or near the end of the motor opposite the output shaft of horizontal motors and on or near the base of vertioaI motors. 1D.5.9 Bearings. Crease or oil lubricated rolling clement thrust and radial bearings shall be designed and fabricated in accordance w'th AFBMA standards to have a minimum life rating of rot, less than 15 years under the load, speed, and thrust requirements. Stacked rolling element bearings will not be acceptable. Sleeve bearings shall be oil-ring lubricated type with mountings provided with oil level sight gauges marked for required oil level at motor run- ning and motor stanttstill. The oil ring shall be one piece construction. Split type construction will not be acceptable. Sleeve bearings, end bells, and bearing housings for horizontal motors shall be split type when available for the frame and enclosure specified. Thrust bearings for vertical motors shall be capable of operating for extended periods of time at any of the thrust loadings imposed by the specific piece of driven equipment during starting and normal operation without damage to the bearing or the motor frame. All mountings for bearings shall be designed to prevent the entrance of lubricant into the motor enclosure or dirt into the bearings, and shall be provided with pipes, drain plugs, and fittings arranged for easy re- lubrication from the outside of the motor while the motor is in service. Bearing lubrication shall be furnished by an internal lubrication system requiring no external source of water or lubricant, unless specified otherwise on the Motor Specification and Data Sheet. When an external lubrication system is required it shall be furnished complete by the Contractor, including; all required connections. Iequired connections shall be furnished for forced or recirculating lube oil as specified on the Specification Data sheet:;. The Contractor shall furnish all lubrication information required to assure proper equipment start-up and subsequent bet,-ing maintenance. 1D.5.10 Rotors. All induction motors shall have squirrel cage rotors. Rotors shall be adequately sized to avoid overheating during accele.a- tion of the motor and driven equipment. (DENTON, TEXAS - 4904) (MOTORS ) 052070 1D-5 ID-5.11 Shafts. Where shipment permits, motor output shafts shall be complete with motor half coupling mounted, r.onnected to the driven equip- ment, and adjusted ready for operation. Where motor size prevents ship- ment with motor connected to driven equipment, the motor half coupling shall be factory mounted for field connection to the ilriven equipment. The output shaft of motors furnished with split aleev(: bearings shall have • the motor mechanical center and electrical center poi-manently circumscribed identified on the motor shaft. The markings shall be easily identifiable for use during motor installation. 1D.5.12 Torque Characteristics. The torque characteristics of all induc- tion motors at 90 per cent rated voltage or that voltage provided as shown on the Specification Data sheets shall be as required to accelerate to full speed the inertial loads of the motor and driven equipment. Locked rotor current of all induction motors shall be the minimum within the standard design limits used. 1D.5.13 Bearing Temperature Detectors. Bearing temperature detectors shall be furnished for all motors with split sleeve bearings. Each bearing thermocouple bulb shall be in intimate contact with the bear- ing of babbitt sleeve bearings, and the outer race of rolling element bear- ings. 1D.5.14 Temperature tector Details. All temperature detectors shall be chromel alumel thermocouples having magnesium oxide packed stainless steel sheaths. 1D.6 FACTORY TESTS. Each motor shall be tested at the manufacturer's plant to determine that it is free from electrical or mechanical defects and to provide assurance that it meets the requirements of these specifications. Motor horsepower rating will determine which of the following test pro- cedures govern. Five copies of reports of each +,esL shall be sent to the Engineer prior to shipment of the motor fr)m the manufacturer's plant. I ' I (DENTON 10 TEXAS - 4904) (MOTORS } 052070 1D-6 I wmmmnmmmmw~ In each case: where a motor design for a number of motors identical to that specified has been manufactured and completely tested, five copies of such test report including a speed-torque curve for the design, shall be provided in addition to the commercial test specified. 1D.6.1 Motors 200 HP and Smaller. A standard commercial test shall be made on each motor. The test shall consist of: No-load running current at normal voltage Locked-rotor current at faretional voltage Measurement of winding resistance Dielectric test Inspection of bearings and bearing lubrication system For wound-rotor motors, the measurement of secondary open circuit voltage ratio at collector rings 1D.6.2 Motors 2L gP and Larger. The above described standard commer- cial test shalt be made on each motor unless otherwise specified. When complete tests, w:,tnessed or unwitnessed, are specified on the Motor Specification and Data Sheet they shall consist of: Full load heat run Per cent slip No-load running current Locked-rotor current Breakdown torque Pull-up torque Starting torque Efficienc at full, 3/4 and 1/2 load Power factor at full, 3/4 and 1/2 load Winding resistance measurement Dielectric test Inspection of bearings and bearing lubrication system For w,:-,.nd-rotor type, the measurement of secondary open circuit voltage ratio at collector rings 1D.'j MOTOR SPECIFICATION AND DATA SHEKfS. The Motor Specification and Data Sheets specify the major construction fc:al,Airements for each motor. After award of contract, in accordance with the schedule speci- fied in Section 1C, the Contractor shall complete and submit copies of the Motor Specification and Data Sheets for each motor furnished with all motor data filled in. 1D.8 MA WACTUREM S. Motors shall be manufactured by Allis-Chalmers. (DEYPON, TEXAS - 4904) (MOTORS ) 052070 1D-7 j r:}4~/{~?A I~ CAU~ :.,iM ~f n 7:~J1..: fI~1 dKaV? ~j S' 1 T ~`.}d fir •M i~, f I 5 t`F~ AS•Qq~~.!Yy :•,l T 4 ! - lP F ] 'i j' AA f , 1 J L ~ J:: a f „~'M'~rl' ~ I ~ V L L h i✓P 1• .-M~ 7 c PAar''2 ' TBCF~IIWL R QUIttEMBA'1'g CONTENTS Page thru Page Section 2A - DESIGN CRITERIA 2A-1 2A-2 2A.1 General 2A-1 2A.2 Codes 2A-1 2A.3 Type 2A-1 2A.4 Arrangement 2A-1 2A.5 Design Criteria 2A-1 `2A.b Performance Curves {x 2A. T. Performance Testing 211=2 Section 2B - CONSTRUCTION 2B-1 2B-5 2B.1 General 2B-1 2B.2 Materials 2B-1 2B-2 2B.3 Wood Preservation Treatment 2B-2 2B.4 Structure 2B=2 2B.5 Casirg` 2g3 2B,6 Partitions 2B-3 2B.7 Drift Eliminators 2B-3 2B.8 Filling _ 2$~3 F 2B,9 Fan Deck ► 2B.10 Air Inlet Louvers 24:3 2B,11; Access Doors, Stairways and Walkways 2B-3 ' 2B-4 t 2Bal2 Fans 28%1i' • 2B,13 Fan Cylinders 2Br4 2BA4 Vibration Switches '2B-4 2B.15 Reduotign Gear Units 28.16Motors 2B=5 .`J0 2B.17 Equipment Handling Device 28=5 2B.18 Water Distribution System 2B-3 2B.19 Cable Raceway 2B-5 Motor Specification and Data Sheet (Dame TEXAS 4904 (COOLING TOWER ~•M-10A~ T02-1 051970 T Section 2A - COOLING TOWER DESIGN CRITERIA 2A.1 GENERAL. This section covers the design, performance and construe- tioh requirements of the cooling tower. 2A.2 CODES. The cooling tower and accessories shall be designed and con- structed in accordance with the latest applicable requirements of the Cool- ing Tpuer Institute, Standard Grading and Dressing iiules.for Douglas Fir published by the West Coast Lurrberman's Association, California Redwood Association, ASME; EEI, IEEE, NEMA, and ANSI. Any conflict between standards shall be referred to the Engineer who will determine which stan- dard shall govern. 2A.3 TYIE. The cooling tower shall be of the double flow cross flow, induced mechanical draft, multiple cell design. 2A.4 ARRANGEMENT. The cooling tuwer shall be installed in a concrete basin whose longitudinal centerline will run on a n.~rth-south direction. 2A.5 DESIGN CRITERIA. The cooling tower shall be designed and constructed for operation under the following conditions. The performance indicated shall be guaranteed. Number of cooling towers one Inlet circulating water, gpm 60,000 Temperatures, F Inlet circulating water 103 Outlet circulating water 89 Ambient wet bulb 80 Job site elevation above mean sea level, ft 636 Maximum pumping head above basin curb, excluding riser friction, ft 34 Basin depth below top of curb, ft 71-6" Normal water level below basin curb, ft 1'-O" Design wind load, psf 30 Makeup water supply Treated sewage effluent (DENTON, TEXAS 4904 ) (COOLING TOWER - M-10A) 051870 2A-1 2A.6 PERFORMANCE CURVES. Performance curves shall be submitted showing guaranteed and expected cooling tower performance with circulating water flows, temperature ranges, and wet bulb temperature differing from the design conditions. Three separate curve sets shall be furnished: One each for 90, 100, and 110 per cent of the design condition circulating water flow. Each set shall show wet bulb temperatures (50 F to 90 F) plotted as abscissae and water temperatures from the tower plotted as ordinates. A curve shall be shown for the design condition water temperature range with additional curves for each full degree range to approximately 5 degrees above and 5 degrees below the design conditions range. The curves shall indicate the guaranteed performance operating range limitation established by the latest ASME Power Test Code, PTC 23. All curves shall be drawn to a scale adequate to permit reading to an accuracy of plus or minus 0.25 F. These performance curves will be used in the analysis of field tests for determining whether or not the towers have met the guaranteed perforrance. 2A.7 PERFORMMNCE TESTING. A field test of the cooling tower will to made by the Owner for performance and general operation. All test proce- dures will be in accordance with the latest requirements of the ASME Power T-st Code, PTC 23. The Contractor shall furnish all special test equipment required t,) perform the tests. Should the equipment fail to meet the specified performance guarantees, the Contractor shall, without cost to the Owner, add such additional tower area, basin, fan equipment, piping, wiring, and other construction, • as required to enable the equipment to meet the guaranteed p!ar:formance. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-IOA) 040170 12} -2 Section 2B - COOLING TOWER CONSTRUCTION 2B.1 GENERAL. This section covers the detailed requirements relative to the construction of the cooling tower. 28.2 MATERIALS. All materials used in the construction of the cooling tower shall be in accordance with the following: Part Material Structural framework Douglas fir established in CTI Bulletin STD-114, except that "standard" grade shall not be used. Alternate in accor- dance with the wood grades and stress values for Redwood established in CTI Bulletin Std-103. Inlet water headers Sand filled reinforced epoxy Stairways, walkway treads, Redwood or Douglas fir handrails, and partitions Fan cylinders Molded fiber glass reinforced encapsu- lated core type Filling and drift eliminators PVC. Alternate Douglas fir WCLA Class C Industrial clear grade or better, or clear all heart Redwood Inlet, water basins Douglas fir 'WCLA Class B Industrial clear grade or better. Alternate clear all heart Redwood Fan deck partitions and Douglas fir WCLA Class C Industrial nonstructural parts clear grade or better. Alternate Redwood Exterior casing Corrugated cement asbestos board Louvers Corrugated cement asbestos board Fill support grids PVC or glass reinforced polyester trails Bronze or stainless steel (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) 2B-1 051870 Purt Material Bolts, nuts, and washers Bronze, except metal structural members, fan cylinders, and equipment hold-down bolts shall be Type 316 stainless steel Anchor castings Hot-dip galvanizf!el ductile iron with coal tar epoxy coating Joint connectors Glass reinforce) 1,-,Lyester, bronze or stainli:r,,4 steel Fan hubs Galvanized steel or ductile iron Fan drive shaft 18-8 stainless steel tube All other steel and iron parts Hot-dip galvanized except distribution valves and gear cases All lumber shall be especially selected for cooling tower construction. All lumber except filling, eliminator blades, louvers, interior parti- tions, and deck supports shall be surfaced on all four sides. All metal parts shall be insulated as required to prevent galvanic cor- rosion. 2B.3 WOOD PRESERVATION TREATMEIN . All lumber used in the construction of the cooling tower shall be given a pressure impregnation treatment of acid copper chromate or chromated copper salts before erection of the tower. The salt treatment shall utilize Boliden or Erdalith salts, and the treatment process shall be done in strict accordance with the recom- mendation3 of the salt materials manufacturer. The retention of salt shall be not less than the following: Lumber Thickness Salt Density 2 inches and greater 0.50 lb per cubic foot Less than 2 inches LOO lb per cubic foot 2B.4 STRUCTURE. The main supporting columns of the framework shall be spaced not more than 6 feet by 6 feet or 4 feet by 8 feet. Each perimeter column shall be anchored to the foundation by means of a suitable cast iron right angle column casting. Members shall not be notched to provide bearing for bolts. The main frame shall be rigidly cross braced to prevent undue deflection of the structure. Main framing joints shall be "through" bolted using timber ring connectors or structural connectors where required for adequate strength. Fan deck lumber shall be not less than 1-1/2 inch thick. The cooling tower basin will be approximately 71-6" deep. Interior structural wood members, as required, including required bracing, shall extend to the bottom of the basins. (DEPTON, TEXAS - 4904 } (COOLING TOWER - M-10A) 2B-2 051876 i 1 The tower shall be designed to withstand the specified wind load. The size and design of all structural members, bracing, and connections shall be such that the stresses shall not exceed allowable safe values. 28.5 CASING. The tower casing shall be of single wall 3/8 inch corrugated asbestos cement board. Vertical joints shall be made at the main columns, using bitumastic sealing and through bolting to the mql n columns. Horizontal joints with corrugated material shall be lapped and saaled with bitumastic material. All bolting shall be stainless steel with neoprene or approved i equal washers. Stainless steel lag screws may be usel where practicable. The casing shall be leakproof. 2B.6 PARTITIONS. The cells in the cooling tower small be isolated by full width and height partitions to permit proper operation of any cell with adjacent cells out of operation. Longitudinal partitions shall be provided as required to prevent "through cross flow" of cooling air. The partition walls shall be extended far enough to permit water level. fluctuations of 2 feet below normal water level without air bypass or otherwise affecting tower performance. All partitions shall be of the solid wall type conatruction with adequate bracing to prevent vibration. 2B.7 DRIFT ELIMINATORS. Drift eliminator baffles shall be provided for removal of water particles and reduction of drift losses. Baffling shall be constructed in easily removable sections for simplified maintenance and handling. . 2B.8 FILLING. The filling shall be built and arranged to permit easy handling and removal from the tower. All beams and supports carrying filling, strips, slats, blades, or decks shall be of ample size and bolted to the structural framework. 2B.9 FAN DECKS. The fan decks shall be of tongue and groove construction designed to provide drainage away from the fan cylinders and for a uniform loading of 60 pounds per square foot. Adequate fan deck area shall be provided to allow removal and handling of the mechanical equipment. 2B.10 AIR INLET LOWERS. Air inlet louvers shall be of the corrugated cement asbestos board type 3/8' inch minimum thickness, supported from structural columns with tie bars. Structural members shall not be slotted for support'of louvers. Louver shall be supported on centers not exceeding 41-011. 2B.11 ACCESS DOORS, STAIRWAYS, AND WALKWAYS. The tower shall be furnished with a sufficient number of doors or manholes to provide access to all sec- tions of the tower. Doors shall be of leakproof construction. Stairways, landings, walkways and handrails shall be furnished to give complete and convenient access with safety to all water distribution valves and the interior and exterior of the tower. A longitudinal walkway shall be pro- vided adjacent to each row of water distribution valves. One stairway and one wood escape ladder shall be furnished for access to the fan deck. (DENTON, TEXAS - 4904 ) (COOLING TOWED - M-10A) 040170 28-3 All cooling tower components and appurtenances shall be arranged so as not to block walkways. In no case shall the unobstructed width of a walk- way be less than 30 inches. Motors shall be located with their shafts at !+5 degrees to the centerline of the tower if this arrangement will provide optimum walkway clearance. 2B.12 FANS. Fare shall be of the multiblade prophller type especially designed for low noise level, vibration free operritl on. Fan blades and all appurtenances shall be made of glass reinforced polyester or aluminum alloy suitable for the service. Fan hubs shall be of galvanized steel. Blades shall be of the variable pitch field adjustable type and blade pitch shall be adjusted by the cooling tower manufacturer to produce the required air delivery. The entire fan wheel assembly shall be statically balanced. Fan tip speed shall not exceed 12,000 fpm. 2B.13 FAN CYLINDERS. Each fan shall be provided with a specially designed, venturi type fan cylinder not less than 14 feet high. The fan cylinders shall be designed to withstand a wind load of 30 pounds per square foot of projected surface area. 2B.14 VIBRATION SWITCHES. Each fan assembly shall ba provided with a vibration cutout switch for connecting into the Owner's motor control circuit to shut the unit down in the event of excessive vibration. Vie switches shall have normally open double pole single throw contacts. 2B.15 REDUCTION GEAR UNITS. Fans shall be driven through right angle, heavy-duty, industrial type reduction gear assemblies. Reduction gears shall be of the oil bath, positive lubricated type, especially designed for induced draft cooling tower service. The reduction gears shall be capable of continuous transmission of the full load fan power in either direction. All machinery shall be supported on a suitable aluminum alloy structural framework. All necessary drive shafts, flexible couplings, and drive mountings re- quired to allow mounting the driving motors outside the fan discharge stream shall be provided. Provision for convenient shaft alignment ad- justments shall be included. Shaft couplings shall be of the nonlubricated type having a laminated stainless steel flexible member, "Thomas", or approved equal. Each gear reducer shall be provided with one inch, Schedule 10 1R-8 stainless steel oil fill and drain piping extending outside the fan cylinder to a gauge glass and drain and vent plug cocks. The piping from each reduction unit shall contain a one foot length of one inch flexible oil and gasoline hose similar to US Royal P5119 hose. I The motor drive mounting structure shall be provided with an opening to per- mit removal of the condensation drain plug provided on totally enclosed fan cooled motors. (DENTON, TEXAS - 4904 } (COOLING TOWER - M--10A) 040170 2B-4 Each gear reducer assembly shall be provided with a bypass type oil filter having a replaceable cartridge. The filter body shall be of heavy cast iron or carbon steel construction and shall have a bolted access cover. 28.16 MOTORS Fan drive motors shall be furnished in accordance with the requirements of Section ID and the Motor Specification and Data Sheet included herein. 2B.17 EQUIPMENT HANDLING DEVICE. The tower shall be equipped with a tri- pod and a dolly assembly for removal and handling of the gear reducers, motors, fans, and other equipment, and a permanently attached lifting device at the end of the tosser. The necessary blocks or chain fall will be furnished by the Owner. 2B.18 WATER DISTRIBUTION SYSTEM. The tower shall be provided with com- plete water distribution system including piping, flow control valves, weirs Rnd distribution nozzles. A longitudinal header shall be provided on the tower for distribution of water to the tower cells. Water distribution valves shall be provided for each cell and shall be suitable for full range throttling control and tight shutoff service. Each distribution valve shall be provided with an extension to provide a submerged discharge. The distribution system shall terminate with one 125 pound ANS steel flanged piping connection. The connection shall be provided on either end of the tower at the option of the Engineer. The distribution header shall be provided with a minimum of three 2 inch vents located on the top :~f the header. One of the vents shall be at the closed end of the header. 2B.19 CABLE RACEWAYS. The cooling tower shall be provided with a system of supports for the Owner's conduit containing power, control and lighting conductors. All conductors and conduits will be furnished and installed sunder separate specifications. The conduit support shall support the conduit at intervals not exceeding 5 feet. The conduit routing shall consist of a vertical portion extending from the curb level to a point approximately 11-6" below the fan deck level and a horizontal portion which passes beneath the fen deck and runs the full length of the cooling tower. The vertical portion of the conduit shall be located on the outside r,. the cooling tower casing. Supports shall be Uni- strut or approved equal and shall be hot-dip galvanized. The vertical portion of the conduit and conduit support system shall be covered with asbestos cement board to match the exterior and constructed so that a side can be easily rem,rved for access to conduit. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-10A) 040170 2B-5 lrul'vIN IgHIH~rlur C(IhLIlN; TO'dMi PANS i'rrl . Al Vf1 1800 M ':til• bl i iS IS'i :lrl i'r I'i i~ t i ~ r; 14-1OA i,4/U)+ f, „il Jr,-r'%i rrl r r rrl 1. 1160 3 60 L` . N l l^ IN•'•11AIIIN Y ffM: ItA,5 B _tAIE~ !..1.1C W1:11NI iti't kA l U'rt Lo TU IE EN'.Ir, TY.,- ~LTO AL Y ENCLOJED SAN hlw~Nrl,,; ~HORIZONTAi, C I,E 120 ,rLT STNGJE;,H,a wlr:EO ro LTEc ENT t;ahc•.;:. - cro.E,rT, OUTSIDE SURFACE PAINTED WITH EPOXY 11A.-)E' PAINT. f';UPPLY AUTOIQATIC BREATHER DRAIN PLUoS IN EACH BRACKM'. a rlr: :r:, ANTIFRICTIOPi Elf: li Ys nrl:,.. IYP[ GREASE Y°,rE~A SELF IrMPTUAill1'k. :70 4S; 111~EJ EE~^<INAL hrlArh IN SEFAPAIE '•„r?INAI BO'X wlWl r,TP"~, rJHM'~ - - UANTItY PER PHASE YPE - '.,1'~".14 }+1vIT1ON, FNI('4 iv' `i54T1N~, I".1 rf G' PE4 (S ~'fC !4f•i~F' 'YOLTA;;f. - - rr-'.i Ef 4•. _ 1L".11"ii ta)P E.N i'0i ON A IV rrltl c GI t (,J PLINr~ HPGNfE. h1 ~t II)'k'•'.; H4 i'A«.1'„> r 1`14:ii; ~Y ,r 64 I'. nAiT` 'QTAI •ii'(.'. d~ is-(G lr r MOTOR SPECIFICATION AND DATA SHEET HLACK a VEATCH DENTON, TEXAS rONSIrLTI r eNI.NEE as MUNICIPAL ELECTRIC GENERATING STATION PA''` o' KAtisaS CITY, MO UNIT 5 65,000 KW IIIIIIIIIIr M °l~ fi` f ° ea i +e .rr.' o-.5, 't' . ;4, 5 % r~ < t i z PART 3 ERECTION CONTENTS ' Page thru Page Section 3A - SCOPE OF THE ERECTION WORK 3A-1 3A-7 3A.1 General 3A-1 3A.2 Scope 3A-1 3A.3 Miscellaneoiis Materials and Services 3A-1 3A.4 Contractor's Supervision 3A-2 3A.5 Constructi a Plant and Temporary Facilities 3A-2 3A.6 Construction Utilities' 3A-2 3A-4 3A.7 Receiving, Handling &nd Storage 3A-4 3A-5 3A.8 Location Tolerances 3A-5 3A.9 Shaft Alignment and Balance 3A-5 3A.10 Alignment acid Leveling 3A-5 3A.11 Doveling 3A-5 3A.12 Cleaning 3A-6 3A.13 Equipment frith Electrical Connections 3A-6 3A.14 Trial Operation ?A-6 j 3A.15 Idelding 3A-6 I 3A.16 Maintenance Tools 3A-6 U,17 Touch-up Painting 3A-6 us 18 Check-out and Initial Operation 3A-7 (DENTON TEXAS - 490h.) (COOLIKO TOWER - K-10A) TC3-1 051970 ; a Section 3A - SCOFE OF THE EF,ECTION WORK 3A.1 GENERAL. This section covers the scope of the erection work to be performed and the construction facilities and services to be provided by the Contractor and the Owner. 3A.2 SCOPE. It is the intent of these apecificati(,na that the Contractor ehall furnish all materials, tools, equipment, supplfas, services, and labor required to perform the complete erection of thc, equipment speci- fied in Part 2 of these specifications. The work uhall include unloading off transport, hauling, receiving, storing, protecting from damage, erect- ing, installing, cleaning, adjusting, and all other wrrk, except as speci- fied otherwise herein, required to bring the equipment to a state of readiness for commercial operation. The only materials, services, labor, or equipment which will be supplied by the Owner are those designated as such in this Section 3A or Section IA of these specifications. 3A.3 MISCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and services not otherwise specifically called for shall be furnished by the Contractor or the Owner as specified herein. 3A•3.1 Furnished by the Contractor. Office, office furnishings, supplies, and equipment Grout and grouting materials Structural steel bolting between equipment furnished under these specifications and Owner-furnished foundation Application of all lubricants 3A.3.2 Furnished by the Owner. Foundations, foundation bolts, and sleeves Lubricants for all machinery Operating personnel to operate the cooling tower during preoperational testing, startup operations, and perfor- mance testing Water for filling the system Finish painting of the equipment (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) o40170 3A.-1 3A.4 CONTRACTOR'S SUPERVISION. The Contractor shall furnish adequate management, supervisory, and technical personnel on the work site to insure expeditious and competent handling of all matters related to the work. A construction superintendent who is fully experienced and qualified in erection work of the equipment specified and who is a permanent member of the Contractor's organization shall be resident at the work Bite for the duration of the work. The superintendent shall be) fully authorized to act for the Contractor and to receive whatever or,M rs may be given for proper prosecution of the work or notices in conr,nction therewith. The Contractor's field organization shall include an experienced staff of qualified technical personnel to handle field engineering, planning, and direction of the work. The field organization shall also include a staff to handle timeke,:ping, employment, accounting, purchasing and expediting, stores and warehouses, stock and toil rooms, and se :unity. 3A.5 CONSTRUCTION PLANT AND TEMPORARY FACILITIES, The Contractor shall furnish all construction plant, utilities, temporary facilities, equip- ment, materials and supplies required for prosecution of the work but which will not be incorporated in the completed work, unless otherwise specified herein. All temporary structures and facilities furnished by the Contractor shall remain the property of the Contractor and shall be maintained throughout the construction work. When the construction work is completed, all such ` temporary structures and facilities shall be removed from the site and the area shall be restored to its original condition„ All construction plant and facilities shall be in first-class condition and shall be of the proper type and size to perform the work. The plant and facilities shall be regularly and systematically maintained through- out the work to insure proper, efficient operation. Plant and facilities which are inadequate or improperly maintained shall be promptly modified, repaired, or removed from the site and replaced. Temporary structures for offices, change houses, warehouses, and other uses for the Contractor or his subco.,.tractor shall be provided by the IJ Contractor using materials, design, and construction approved by the Owner. Suitable construction trailers may be used in lieu of temporary structures, subject to t:.s Owner's approval. Such structures or trailers shall be placed only in locations assigned by the Oi;ner. 3A.6 CONSTRUCTION UTILITIES. Construction utilities required for the prosecution of the work shall be provided by the Contractor or the Owner as herein specified. (DENTON, TEXAS - 4901+ ) (COOLING TOWER - M-l0A) 01+0170 3A-2 3A.6.1 Telephone. The Contractor shall provide his awn telephone service. ',A.6.2 Compressed Air. The Contractor shall provide all air compressors, fuels, lubricants, hoses, piping, and other apparatus required for supply- ing compressed sir required for pruuecution of his work. 3A.6,3 Construction Power. The Owner will furnish all energy for con- struction electric power and temporary lighting at no charge. The Owner will provide a 480 volt, 3 phase or 120 volt, single phase supply of power at the load terminals of fused disconnect switches for the Con- tractor's use. The Contractor shall connect to the load terminals of the above listed disconnect switch and shall provide all disconnect switches, breakers, transformers, wiring, and other devices required to distribute power for his use and for the use of his subcontractor. Temporary power facilities shall conform with applicable safety and code requirements, shall be constructed to provide proper clearances and minimum intzrference with construction, and shall be subject to the Owner's and Engineer's approval. 3A.6.4 Temporary Lighting, The Contractor shall furnish and install all temporary lighting required in the prosecution of his work. Con- duc wrs shall be not less than 12 AWG copper and insulated for 600 volts. A fuse shall be provided for the protection of each circuit. 3A.6.5 Water. Water for construction use and drinking will be furnished by the Owner at no charge. It will be made available at a hydrant or hydrants designated by the Owner, The Contractor shall provide piping, valves, and hoses as required to distribute the water for his and his subcontractor's use. The Contractor shall provide sanitary drinking water facilities for his employees including coolers, ice, disposable cups, and a trash bprrel at each water cooler. Each dispenser shall be emptied, cleaned, and refilled at the start of each day, and personnel shall be assigned to assure maintenance of the water supply. 3A.6.6 Heat. The Contractor shall provide all heating facilities required for the efficient prosecution of his work, and as required to prevent freeze damage to equipment under his custody, The method of heating shall be subject to approval by the Owner and/or Ergineer. Salamanders, open fires, or other methods which constitute a hazard to personnel or property shall not be used. Flame fired heaters shall not be left unattended. (DENTON, TEXAS 4904 ) (COOLING TOWER - M-10A) 040).70 3A-3 3A.6.7 Sanitary Facilities. The Contractor shall furnish and maintain a system of chemical toilets for the use of his employees. The chemical toilets shall be furnished in numbers and locations as required to ade- quately and conveniently serve the needs of his employees and as required by state and local regulations. Maintenance of the chemical toilets shall consist of daily inspection, cleaning, and replenishment of chemicals. Chemical toilets shall be located at the ground floor level, Construction pereonnel will not be permitted to use the permanent plant toilet and washroom facilities. 3A,7 RECEIVING, HANDLING, AND STORAGE. The Contractor shall promptly receive, unload, and place into storage or construction all equipment, materials, and supplies furnished under these specifications as they arrive at the plant site. 3A,7.2 Receiving. Upon arrival at the plant site, the Contractor shall examine all shipments for shortages, discrepancies, or damage. He shall prepare a receiving report itemizing th,: material received and submit it to the Engineer. 3A.7,2 Handling. The Contractor shall be responsible for any damage to equipment and materials while in his custody until final acceptance of the work. The Contractor shall unload all carriers promptly and shall pay any de- murrage incurred. Materials shall be handled with due care to prevent damage or loss. 3A.7.3 Storage. All equipment, materials, and supplies not immediately incorporated in the work shall be placed in storage. Storage ar-as will be allocated and assigned by the Engineer. The storage areas shall be kept neat and orderly at all times. All equipment which would be subjecz to damage by outdoor exposure, has finish painted surfaces, and small items subject to loss shall be stored indoors. The following listed items shall ba stored outdoors on shoring to provide at least 8 inches clearance above grade and covered with a weatherproof flame resistant cover. The cover shall cover the top and sides of the equipment, shall be lapped to shed water, and fastened securely around the base of the equipment or materials. The cover shall be PYRO-KURE 610 as (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-3.0A) 040170 3A-4 manufactured by American Sisalkraft Corporation or approved equal. Sheet widths shall be not less than 84 inches. i Valves 4 inches and larger Fans Large motors Gear reducers Other equipment and materials not subject to weather deterioration shall be stored outdoors on shores or blocking to provide at least 8 inches clearance above grade. All electric motors shall be continuously heated during the time they are in storage and until they are placed in initial operation. The heat shall be applied by energizing the built-in space heaters where supplied. Other motors shall have heat applied in a manner approved by the Engineer. 3A.8 LOCATION TOLERANCES, Equipment shall be located within 1/8 inch of the dimensioned locations shown on the plans. 3A.9 SHAFT ALIGNMENT AND BALANCE. Alignment of rotating machinery shafts shall be as nearly perfect as practicable. Offset between coupling halves shall not exceed 0.001 inch per inch of shaft diameter with proper allowance for expansion of the driver or driven unit when operating, and faces of coup- ling halves, with couplings square on their shafts, shall be parallel within 0.001 inch. Measurements shall be made with a dial indicator. Machinery i shall operate free from excessive vibration, overheating bearings, or other conditions which would tend to shorten the life of the machinery. Before starting, all bearings, shafts and other moving parts shall be checked for proper alignment, cleaned and lubricated in accordance with the equipment manufacturer's rectmntendations and instructions. Copies of records showing all final alignment measurements shall be furnished to the Owner and Engi- neer, 3A.10 ALIGNMENT AND LEVELI?iG. Each base shall be set in place over its anchor bolts and shall be carefully aligned in proper position and then brought to accurate ?.evel preferable by means of leveling screws having nuts above and below temporary lugs attached to the edges of the base. Leveling shall have three-point control. The use of wood blocking or wood wedges to hold the base in position will not be permitted. 3A.11 DOWELING. All mechanical equipment including motor drives shall be doweled using tapered dowels after shafts hve been aligned and approved. Doweling shall not be accomplished until after 50 hours operation has been successfully demonstrated. (DENTON, TEXAS - 490), ) (COOLING TOWER - M-3.;A) 040170 3Ar5 M 3A.12 CLEANING. All equipment shall be cleaned of all sand, dirt, and other foreign materials immediately after removal from storage. 3A.13 EQUIPMENT WITH ELECTRICAL CONNECTIONS. Motors and other equipment having electrical connections will be electrically Connected under sep- arate specifications. All other erection work on this equipment shall be done under these specifications. 3A.14 MOTORS, Wherever practicable, motors shall be Installed with shim- ming under the motor frames so that, if future realignment of motors is required, they can be lowered without grinding the motor baseplates. 3A.15 TRIAL OPERATION. After erection, all equipment having moving parts or subject to pressures or voltages shall be given trial operation. The trial operation shall consist of 96 hours of continuous operation. All modifications and corrections required during the trial operation or re- quired for proper operation shall be accomplished by the Contractor as approved by the Engineer. Rotating equipment shall be checked for proper direction of rotation, shaft alignment, and balance. 3quipment subject to pressures shall be carefully examined for leakage. All necessary connections required for testing the equipment such as pres- sure taps and temperature measurement connections shall be included as a part of the work under these specifications. 3A.16 WELDING. All welding shall be done by qualified welders who are experienced in the particular type of welding they are assigned to do. Copies of all welder qualification certificates shall be submitted to the Engineer. Sections of welds for testing shall be removed when so requested by the Engineer. The costs of all testing shall be paid by the Contractor. 3A.17 MAINTENANCE TOOLS. All wrenches, jigs, lifting devices, and other special tools purchased for maintenance operations shall not be used for erection purposes. All such special tools shall be stored as directed by the Owner. 3A.18 TOUCH-UP PAINTING, After erection, touch-up paint shall be fur- nished and applied to all abraded or otherwise damaged areas cn shop painted surfaces of all equipment erected undL.r these bpecifications. Surfaces shall be free of all rust, scale, lubricants, moisture, ar,d other substances before application of paint. Touch-up paint shall be of a type equivalent to the shop paint. (DENTON, TEXAS - 4904 ) (COOLING TOWER - M-10A) o40170 3A-6 3A.19 CHECK-OUT AND INITIAL OPERMON. The Contractor shall rrnder all services and do all work required to place each item of equipment furnished und,ar these specifications in operating condition to the satisfaction of the Owner. Erection procedures not specified. herein shall be in accordance with the recommendations of the cooling tz,wer manufacturer and good engineering practice. All equipment furnished or installed under these specifications shall be tested and placed into successful. operation. All defects in the erection shall be corrected to the satisfaction of the Owner and Engineer. The dismantling and reassembling of equipment to remove defective parts, replace parts or make adjustments shall be included as a hart of the work under these specifications. (DENTON, TEXAS - 4904 } (COOLING TOWER - M-10A) 040170 3A-7