Loading...
HomeMy WebLinkAbout1970_GENERATING STATION #5 SURFACE CONDENSER l~. _ ~q.p~~ ;y ydr y wt.' a R ~ a F 1 I C CITY OF DENTON, TEXAS SURFACE CONDENSER SPECIFICATION 4904 • SI.36A SPF.CiFICAT ION AND DOCUMENTS ?MUNICIPAL ELECTRIC GENERATING STATION UNIT S CITY OF DENTON, TEXAS SURFACE CONDENSER SPECIFICATION 4904 • M-36A I CONTRACT ISSUE I DF. LAVAL TURBINE, INC. Front Street Florence, New Jersey BLACK & VFATCII l.'onsulting Fngineers Kansas City, Missouri 1970 CITY OF DENTON J T0: FROM : DATE: l J FOR YOUR REVIEW _ - FLEASE TAKE APPROPRIATE ACTION FOR YOUR INFORMATION ----PLEASE PREPARE DRAFT OF REPLY FOR COMMENT AND RECOMMENDATION _ PLEASE REPLY ON MY BEHALF PLW; DISCUSS WITH HE PLEASE RETURN REMARKS= CERTIFICATE OF INSURANCE EFFECTIVE DATE OCTOBER 20, 1970 M, THIS IS TO CERTIFY that DE LAVAL TURBINE INC. Address TRENTON, NEW JERSEY is Insured under the tetrna and conditions of Policy No. N MFG 228674 of the ROYAL EXCHANGE ASSURANCE OF AMERICA Effective DECEMBER 31, 1968 through CONTINUOUS Limit of Liability s 427,000.00 I Kind of Insurance: All Risks" on all Personal Property while in Transit, (subject to Policy Pro-visions). Covering On: Condenser being shipped from Trenton, New Jersey to Denton, Texas. Loss Payable Conditions: Loss, if any, shall be adjusted with De Laval Turbine Inc., and payable to De Laval Turbine Inc. and City of Denton, Denton, Texas, as their interests may appear. The above described Pollcv will not be cancelled ptlor to the expiration of Thirty (30) T days written notice to the party named hereinafter, it is undetstood and agreed that the following party has an interest insured under the above described Policy: Name CITY OF DENTON Addrus DENTON, TEXAS Date_ OCTOBER 27 Ig 70 WM. H. MC GE/9! & CO. IN~) I3Y A,Ji l #2233 f VERIFICATION OF INSURANCE CERT 1FICATE ISSUED 10: INSURED: - DE LAVAL TURBINE INC. City of Benton DE LAVAL TURBINE CALIFORNIA INC. DE LAVA I,-HOLROYD, INC. Denton Texas This is to -ertify that the desig led politics have been issued by the C'tunpanies indicated below and are in force on the dale home by this Certif care. WORKMEN'S COMPENSA'fl -AND EMPLOYER'S IJAB[LITY1ncluding U.S. Longshoremen's It Harbor Werkei s) 'Policy: w'C•10.265-132070 Argonaut Insurance Company Term. August 1, 1970 to January 1, 1971 Limits of liat', iry: Wcrkmen'sCrompensation Statutory Employer's Liability - 5500,000 each person/S500,000 each accident 'This policy dues not apt r in any monopolistic State, or to De [aval Turbine Inc. operations in New Jersey. PRIMARY COMPRJ;rWN INIE GENERAL AND AUTOMOBILE LIABILITY INSURANCU Policy: TA1: 5117403 - Transamerica Insurance Company Term July 1, 1970 to July 1, 1973 Limits of 11abi,ty: Other Than Automobile. Bodily Injury: S 250,000 each person 2,500,000 each occurrence 2,500,000 each aggregate Property Damage: 500,000 each occurrence 500,000 aggregate Automobile: Bodily Injury S 250,000 each person 1,000,000 each occurrence Property Damage: 100,OW each occurrence EXCESS COMPREHENSIVE' LIABILITY INSURANCE: Policy: Lki-34770 2 - Undem,ritersat Lloyd's London Term: July 1, 1970 to July I, 1973 Limit of LiJbilily, 55,000,000 Combined Single Limit B.I. & P.D. any one occurrence Should the above menti.snei Policies be cancelled, essigned or materially changed during the above named Policy period in such a manner as to affect this Certificate, the Underwriters will give TEN (10) DAYS' written notice to the holder of this Certificate. This Certificate of Insurance neither affirmatively nor negatively amends, alters or extends the coverage afforded by r,n; of the policies listed above. ARGONAUT INSURANCE COMPANY TRANSAMERICA INSURANCE COMPANY UNDERWRITERS AT LLOYD'S LONDON BY: RATHBON , KING & SEELEY By 'fL:FSl.L~1- By_," By------ - Authorized R•pra•ntativ Aut r ed Representative Authorhtt R•pMM4t!W Countersigned at _ San Franciscio ggfornia _ Dated November 23 r 1970 The above insurance written through MARSH & McLENNAN, INC. - San Francisco r l~' k 0.. ? j . a ~a x'a a Yy b try ~a$SY T .7, TV CITY OF DENTON, TEXAS MUNICIPAL ELECTRIC GENERATING STATION UNIT 5 SPECIFICATIONS AND DOCUl4ENTS FOR SURFACE CONDENSER Specification 4904 M-36A TABLE OF CONTENTS Page thru Pa,ge BIDDING REQUIREMENTS Advertisement A-1 A-2 Instructions to Bidters B-1 B-4 Proposal C-1 C-6 Proposal Data D-1 D-12 CONTRACT FORMS i De Laval Turbine Inc. Letter July 9, 1970 ! Contract Agreement CA-1 CA-2 Performance Bond PB-1 PB-2 CONTRACT REGULATIONS General Conditions GC-1 GC-14 SPECIFICATIONS PART 1 - GENERAL REQUIREMENTS I Section lA General Description and Scope IA-1 IA-5 1B General Equipment Specifications 1B-1 1B-5 1C Engineering Data 1C-1 1C-2 1D Motor Specifications 1D-1 ID-7 PART 2 - TECHNICAL REQUIREMENTS Section 2A Surface Condenser 2A-1 2A-11 2B Auxiliary Hater Coolers 2B-1 2B-3 ` 2C Air Removal Equipment 2C-1 2C-4 (DENTON, TExAs - 4901+ ) (SURFACE CONDENSEP. - M-36A) 072370 TC-1 . 8+43 u'~ Page thru Page 2D Condensate Pumps 2D-1 2D-4 2E CirculatiA; Water Pumps 2E-1 2E-5 2F Butterfly Valves Expansion Joints 2F-1 2F-2 DRAWING M4904-1223691 CONDENSER ARRANGEMEN'! APPENDIX Addendum 3 dated June 19, 1970 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) TO-2 072370 y_ ADVERTISEMENT SURFACE CONDENSER 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 haylight Time, on July 6, 1970, then publicly opened for furnishing ONE 50,000 SQUARE FEET SURFACZ CONDENSER AND AUXILIARY EQUIPMENT 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 prcperly and expeditiously. Has an adequate financial status to meet financial obligations incident to this work. Has adequate technical knowledge and practical experience. Has no dust 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 whicn has been in success- ful 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, indicating `.he Owner's name, location, date of initial operation, rating, operating conditions, and type. The listing shall be specially prepared for this particu- lar bidding and shall list only those units falling under the above requirements. 1 (DENTON, TEXAS - 49o4 } (SURFACE CONDENSER - M-36A) 052070 A-1 i Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black & Veatch, P.O. Box 8405, Kansas City, Missouri 64114). All bids must be made on printed contract document .orms 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 any solvent bank, the amount of which shall be not lens 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 or the successful 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 daya from and after the date set for the opening of bids. The City of Denton, Texas, reserves the right to .eject any and all bids and to waive defects in bids. CITY OF DENTON, TEXAS John Marshall Purchasing Agent I i (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 A-2 IIiSTRUCTIONS TO BIDDERS B.1 rr;1;sRAI,. These instructions ripply to the prei,'ar•raKnri of proposals for equipment, materials, rand relr,i,(-d work for t:ie City ,r Denton, Texas, acting throul-,h its Public Utilitir-:: Board and City C(,Pi, -i 1, hereinafter referred to as the "Owner". B.2 PROPOS_Ai.S. Proposal:, shall Lo prepared avid submi t+,~! in duplicate, each copy containint, a complete bound copy of these c•ntiWet documents. Proposals which are not prepared in accordance with th-Be instructions or which are submitted without a complete bound copy of theac contract docu- ments will imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular. B.2.1 Preparation. Each proposal shall be carefully Eropared using the proposal and data forms bound herewith. Entries on thy, 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 '„he proponal 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 he rejected at the 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 with the Proposal. 8.2.2 Signatures. Each bidder shall sign the Proposal wita 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. I Bids by a corporation shall be signed in the name of the corporation, followed by the signature and designation of the president, secretory, or other person authorized to bind the corporation. The names of all persons signing should also be typed or printed below the signature. (DFNTON, TEXAS - 4904) 102769 B-1 A bid by a person who affixes W his vlgnnture the word "president", "secretary". "vent", or other dt signatl~.n , without disclosing his principal, will be rejected. Mon reque:;tel, satisfractoty evidence of the authority of the officer nigninr in behalf of the corporation shall Inc, furnished. Bidding :,~rp~,ration: shall desifrr,%f.e the :.t,•ite in whil.•II they are incorporated and the aii iress of tneir principal office. B.2.3 Submittal. Proposals spinll be submitted in :i ,::tlud euvrlope addressed to the C17" OF DENTON, 'i'Y.XAS, Attention: I'hr. nri hieiy Arent, and endorsed on the outside of the envelope with the d,KKr's n,une and the name of the work bid upon. B.2.4 Withdrawal. Proposals mtiy be withdrawn, alters:}, and resubmitted at any time before the time set f'cr opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days W reafter. B.3 PROPOSAL GUARANTEE. Each proposal shall be accc,mpa"ied by a certified check or cashier's _hock drawn on any solvent b:Ink, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the Scate of Texas in an amount of not less than 5 per cent of the total Oid. The proposal guarantee :hall 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 bu returned after award of contract or when his proposal is rejected. Tae 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 c.f the second lowest responsible bidder may be retained for a period not to exceed 60 clays pending the execution of the Contract Agreement and Performance Pond by the successful bidder. B.14 INFORMATION TO BE SUBMITTED WITH PROPOSAL. Eac' 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 shall also submit therewith drawings and desstiptive matter which .:ill show general dimensions, principle of operation, and the :arterials from which the parts are made. Any bid not having, sifficient descripf,ive 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 uy the Owner. Any material departure from these drawings as submitted will not be permitted without written permission from the Uwner. (DENTON, TEXAS - 49G14) 042969 B-2 VQrhitl stater.P'_nts rude 'by tiie bidder at ary time regarding quality, quarntity, (,r arrargem.enr of equipa~,-nt w`_ll riot be considered. IC r:ltern~ll,~, equipment or materials rirv indicate(; in the Proposal, it shall be ~,nd(.,rstood that the Owner will hive the opti"n of selecting any one of the alternat So indicate] rind such s_1ec+.i ,n shall not be cause for (;;;Lra compensation or erten;Ion of time. B.5 TARES, P:-,MlTS, Aji!) LICi,f~S' : Iri,~ L?.d prie, rsL-:~.~ ~1 in the PrnposWl shall include all taxes, permits, and Jicerises whit-ii ;,ir;Irt be lawfully assessed ,against the Owner (-qr the bidder on the &0(" %f th-_ Proposal. This shall include Federal, State, and local taxes, use taxes, occupa- tional licenses, and other --imilar 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, licer,sra , or permits imposed after the date of the Proposal ; provided ho-we-n_-r, that this provisi.n shall be lim;t,:J tc sales, use, excise, and otF,er ad va'-,-)rem taxes assessed agairst the completes work and to licenses Ynd hermits required specifically for the proposed work. It shall be the bidder's responsibility t) 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 bil price and the amount of the applicable tax, permit, or license in question. 13.6 TIME OF COMPLETION-. time of completion of the work is a basic consideration of the Contra-.c. The Proposal shall be b4sed upon com- pletion of the work in accoriance 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 General Conditions relative to delays and extensions of time. Li.j MID. The contractor to whom the work is awarded wijl be required to furnish a Performance Bond to the City of Denton, Texas in atr amount equal to 100 per cent of the contract amount. The cost of the born; shal? be included in the lump sum bid price. The bond shall b:~ executed on the forms provided, copies of whicii 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 "rower of Attorney", certified to include the date of the bend. B.8 LOCAL CONDITIONS. If the work includes field construction, fur- nishing fi-.ld labor, or furnishing of field supervisir,r:, 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 1 of the work and the cost thereof, incl,iding the arrangement and condi- 1 ties of existin6 or proposed structures affecting or which are affected (DLAT0N * T L7G;S - 4904) o~P969 B-3 by the l,rcposcl wort,, the proce-lure necessary for maintenance of unin- terrul,tr,d operation, the availabilitJ and cost of labr,)r, anri facilities for Lr-u;:;t,ortatiun, handlinE,, rind stcrrrLe of material; find equipment. It Trust t r., und„r:;tcuo1 and agreed that all such factor„ hrive -been properly investigated and con;idered in the preparation of cv,r.( proposal sub- sitter,, these will be no subsequent financial al,jurot.ment, to any con•~-ract awarded thereunder, which is b,_C; ci on the 1, k of such prior information or its effect on the cost of the work. B.9 INTERPRETATION OF SPECIFICATIONS. If any prosp-(,Live 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 nit interpretation thereof. The person submitting the request will be rr,uponsible for its prompt delivery. Any interpretation of the proposed P)cuments 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 ogler 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. 8.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept the bid which, in its ,judgment, 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. 8.11 CAAICELLATION CHARGES. Esch 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 GC-19 of the GENERAL CONDITIONS. 1 i (DENTON. TEXAS) 102769 B-4 i'k0i'U:;AL .:ity City Hail 71 At tent a- Ln C[1r, ;arsn. i , i l.r `:'has:I JZ AIILt PPOP)SAL !,URFk';e C0:4D ~IE;f;]t f7D ?40- 1 v vent 1 tamer,: The undersigned bidder hajing read and examined these ap~.cifications and associated contraC-, documents for the above designated equipment does here- by prripose to furnish the equipment and proiidr, the ~,rvices set forth in this Yropo:si. Al] pri gs ztated her::ir. are firm n.ni ..=.:;a11 not be subject to t;;, alatlon prDvided this Pr-oposai Is accepted w f.t,ir. ',i trys. Tne liriti(Isik;n d ht?r°oy dc-: Ciai-es ttiat the folIiwinr, ;iE: _',ryte9 riny and ail asri at ions it""c'm, and e CCC7 iS to, th`. regUireI(.t:nL t!." contract docu- ments and that, otherwise, it is the intent of this Nr-.p%sal thrt the work will he perfoirned in strict ac,_orJance with the contrast documents. The undersigned bidder hereby proposes to furnish the surface condenser and auxiliary equipment fob Municipal Electric Generr,tirig Station plant site, Denton., 'Texas, in accordance with these s:,ecificl,~ions and asso- ciated contract documents listed in GENFI(AI, COND?.'IG:; 1, Article GC-1, for the firm lump sum price of ~Ajb r ' 14,27 004,400 Price in Wordn The 1p Rtsum price ~rice s s DOO.OO i~ r Vbyir ~zn ~e~i Nla~~ir ,►i~~~, tated above s`,al be r duceQ by r. 1,- fol. ow nF o~ f~ t~Yn amount for deletion of the two motor o;,crated Luttertly valves cm th- circulating water pump discharges /M~/'.f IF&&A AA 0=La"C 16 45786-60) (Price in Words The undersigned hereby declares that only the pers%n:: ear firms in- terested in the Proposal as principal or principals are nwniel herein, and that no other persons or firms than herein mentirjned have any interest in this Proposal or in the Contract Agreement to be entered into; that this Proposal is made without connection with any other person, company, or parties likewise submitting a bid or proposal; and that it is in all respects for and in good faith, without col- lusion or fraud. If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance with Section IC and to complete delivery 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 equip- ment and materials delivery is of the essence. Dated at FLORENCE, N.J. this Ist day of Jul.'t , 1970, Bidder DE LAVA1, Ci,tHLtit: 1'+C. S By C, A FRED W. 13F.LPZ, JR. Title GENERAL iSA.'IAGER AtteLt: i dy;FYyr}~~y~skp ss of Bidder DE LAVAL iL'RLIN; : INC._ a Ifry FRONT S'I'KEF"? ri n1'•";;CF, . :d , J . 08518 f;tote of Incorporation DELIWAR Address of Principal Office 8;3 Nottingham Way, irerrton, W60' (DENTON, TEXAS - 4904 ) (SURFACE CONDFNSER - M-36A) (ADDENDUM 1 061870 Variations from, and exceptions to, the contract docwrroents (continued from Page C-l). PLEASE RF;FER TO THE FOLLOWING THREE (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 C-3 CONDENSER DIVISION LE LAVAL ru14111M, INC; Cf+UMENTS, VARIA' IONS and EXCEPTIONS Pag0 1 C, GENERAL STATEMENT a) De Laval Products DE IAVAL TURBINI; INC., takes no exception!. oii its r,,.nt behalf to the technical specifications. In tho ,vent of any conflict the technical specifications will tsf:e preceder,co. b) Sub-Vendor Products our sub-vendors have made coTwnents, clarifying statemement etc., to your specifications and we have included these as offered by them for your consideration. We have care- fully reviewed their proposals and believe than to be of a generally minor nature; however, we will make every effort to resolve them to your satisfaction, GC 14.01 Extra Work "Direct Cost" is defined as: Material (raw material or purchased components) Manufacturing labor Manufacturing overhead Engineering labor Engineering overhead General, administrative, royalty charges applied to the total of the above The percentage allowance is to be applied to the total of the above GC 17 18 Suspension of Work & Delayed Shipment We respectfully recommend broadening the clause to take into account short term vs, long term suspension as well as delayed shipment. In the event of suspension after production of hardware has commenced, we request to be reimbursed for s'orage, restart-up charges, interest charges, material escalation, in addition to other direct costs. Delayed shipment could Involve the above charges plus extra handling, car demurrages, or nt„er direct cost, assessed by our sub-vendors, (DENTON, TEXAS - 4904 ) (SURFACE' CONDENSER - M-36A) 032670 De Laval Proposal No. 410-70060'+ C-1, Cr,":DENS[R DIVISION D f-,' LAVAL I'I)IIIIINE INC; Comment s2 Variations and Fxc tionsLcontinued: 1'a6o 2 of 2 CC. 19 Cancellation 41e h.3ve enclosed n Master Progress C Mrl 1;,,;( 41 1, schedule on annther unit we have manufactc,cod. 'i is could be considered as typical of the sched ds. of events as they occur in the condenser rn<,nuf,tlurin,,; cycle. This schedule, howover, indicates a so;ne,4hf kt earl i.er ship- ping date in the year, By adding one month to all dates yo., would have an approximate schedule for the City of Denton, Texas condenser, so that shipment would be mid- November for early December 1971 arrival. Similar types cf schedules would govern the manufacture of condensate pumps, circulating water pumps, auxiliary water coolers, vacuum pumps and other vendor items. Cancellation charges would depend on the exact location in the engineering, procurement or manufacturing cycle when and if it occurs, and would start once engineering, procurement or manufac- turing has been initiated. We believe that reasonable and proper cancellation charges are defined as all "direct cost" as defined under "Extra Work above, plus a percentage allowance of 19% applied to the total direct coat. CC.30 Taxes, Permits and Licenses All federal, New Jersey state and local taxes regularly paid by De Laval Turbine Inc,, have been included. We know of no other Taxes, permits or licenses assessed against the Owner or bidder, and none therefore are included. lA,~~ 3 AlssKj ~wrti~ •rvitrv _ Vied Jnc/KVlts lerp 11,0g4rt revdtmrA suptrvin*of ~i~► ~+~sd'al~t~ro++ W espiele.",vor the 3x ha#Art ~at S+~I~►- vtrtder lot vjpe dosm snd :djad menV /9ddobloK./ hours G, flee s~ v,4 Ashed ra4.x (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 De Laval Proposal No. 410-700604 C- 5 c) it u r `C's d 7 ? , i • 1 } ~Jr1 ~ ~ f} _ _ _ ~ _ I. ~ ~ . I _11 II ~ r l . ~ -1 ~ 11])11 t ~ ' ~i ~ a~ r ~ ~~`~II•~ I 'I 111. ~,_~Y i f~l I~ V.'.'..w I • ~•,_I~\.~I ~ _ ~ ~ ..I ~ { 1 ,ni ,7 ~ r~ ~ I , ~j~~,2! - i G I v. i I v)• ._~i t~ j a~ I ~'`I`y' ~ ~ ~ ~ ~ ' ; ' , J~ ; .I.}-{ li •I..~ ~ I"~ ~ ~_.i -f~ 1.. ~I 1, rr,E. i. I, # } f ~ ;I t t e 1: J ~ • 4.1 IV 0' }i ' f ~ " !I 1+] 1111 uj -6, lu 'S, Ia. t LL . a~ u u . L_.J.. ti I ,all ;a;;.0.~_~ f ~I; I 1 4? fn i ~ u 1 I' ~ i "W •.r,l. 1..... r r.~ „ter ~ rr ~ ~ 1••• r JY....~_.'~- 1{{_,r~ _J.. .,•~1~jE1Z,_.• ~~~'c~; ~I{e_.._.~.~~_._. ~ ..,_i..,_ ' . ~ _ ~ , I f1 Ll ~)+'I I• 1 _J 'I - 1•fj II`O~ N f ..~..,_.r I ; •I i i Y ~ 1' ► A ~ i 1 III 0 44, 1 , CIL 0,) kill 0 Q' 40 -1 ! -r 1Z _ f ";1!_~n I!)_~_ y' -,;I _ I !t ~FFii _ I _ `fI i __~_..i_:~+ . ~ ~'1 ~ y ,C~, I k i ~ 1 tl lr ri~ I vi'1 _,~.n l...ai ~,..'.J.•~~ IT, ~I~•...~... ti`.. `i~,.'..~.. _I...,'J_.'.I _r. .I.. r.~ ...I., r'.~, c-G PROPOSAL DATA D.1 GENERAL. The following information on the propos,rl equipment and materials shall be submitted with the Proposal. D.2 PERFORMANCE CURVES. The following performance curves shall be submitted: Condenser exhauster performance curves Condensate pump characteristic curves Circulating water pump characteristic cu-ves D.3 ARRANGEMENT DRAWINGS. Outline drawings shall be submitted giving the following information: Condenser ma,or dimensions including field point locations and locations of auxiliary water coolers Condenser steam lanirg layout Condenser exhauster outline Condensate pump setting dimensions including required submergence Sectional view of condensate pump showing materials and ruethods of construction Circulating water pump setting dimensions Sectional view of circulating water pump showing materials and methods of construction D.4 EQUIPMENT DATA. The information required on the following pages is to assist the Engineer in evaluating the Proposal and in making at, accurate estimate of the work required to install and erect the equipment and mate- rials. The data listed herein is stated for definitive purposes and for ,.he convenience of the Omer. The data listed herein shall not relieve the Contractor of his respon- sibility for meeting the requirements of the detailed specifications. Note: Write entries boldly with black ink or type entries using carbon black or special ribbon. Do not use ball-point pens or blue ink. The completed sheets will be reproduced by blue line printing. (DENTON, TEXAS - 4904 ) (SURFACE CONDEYSER - M-36A) 032670 D-1 Pidder's Name Saction 2A - CONDENSER Name of manufacturer DE' LAVA1, JVR!;INF, INC. Total effective tube surface area, sq ft h,00U Air cooling section tube surface area, sq ft 787 Number of tubes In air cooling section 392 In exhaust impingement zones 246 In condensing zone 6184 Length of tubes i Effective length 28' - n" Total length 28' - 2-5/81, Dimensions, overall Length 40' - 0" Manholes open both ands. Width • 17' - 9" Height, including expansion joint 2G' n" Clearance space beneath turbine sLpport beams required to install condenser including required re- moval space for expansion 6oint 171-9'' Metal thicknesses Condenser shell • 3/4" Hotwell 3/4" :ute sheets a• 1-3/4" s• (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M,-36A) 052070 D~7 Bfdleir's Name Number and thickness of tube ' suppor', plates Hotwe'_1 storage capacity, gal ' below normal water • I Ratio of drilled area to total area of the tube sheet exposed to ' vacuum 4 Ratio of drilled area to inside area of shell 21.47. Hetwi-vii Dom.- and N. W. . Size of cooling water inlet connections, in. Size of cooling water outlet ccnnections, in. 30" Net weights, lb Condenser without auxiliaries • Dry 250,00 Operating 420,000 Shell flooded with water boxes and tubes empty 590,000 Expansion point 20500 Water box covers 4,000 cacti _ Gross shipping weight 2553000 Velocity of water in tubes at specified gpm, fps 7.5 _ Friction loss through condenser at specified gpm, ft 16.3 a' U f (DENTON, TEXAS - 4904 (SURFACE CONDENSER - M-36A) 052070 D-3 DE LAVAL I UPHINC (N : Bid /er's Name) Guaranteed conditions at full ' load operation with the specified ' pounds per hour steam condensed, and the specified circulating ' water quantity rind temperatures Condenser pressure, in. ' Hg absolute :1.73 Condensate temperature, F 111.7 Oxygen content of condensate, cc per liter 0,01 Make and type of expansion joint Temp-Flex f;eIIow,s Erection data Field bolted flanges, lin ft 33 Field seal welding required, lin ft 200 Field strength welding required ,4 lin ft 120 Number of sections of main shell* to be assembled 2 Largest section, overall dimensions and weight 13' x 9' x 37' - 100,000ii List of maintenance tools Expanding Roller furniahed with condenser Flaring Tool and Tube Drift Section 2B - AUXILIARY WATER COOLERS Name of manufacturer Yuba 0eat Tranefci. Division Manufacturer's model number EA-1 y• i'otal effective tube surface a area, each, sq It ~ 1100 H• Design heat transfer coefficient,, Btu/hr/sq ft/F 359 (DENTON, TEXAS'- 4904 ) (SURFACE CONDENSER - M-36A) 032670 U_1; DE LAVAI, IURiti!Ni_ INN. '1'++he material A- '4`i 304,_--_-- • ize, gauge of tubes 1" i^?' i;WG - overall length, ft -.iS lo" Number of tux)e ~;idc passes "++c--- - - ;lumber o:' shell side passes Friction pressure drops at , design flow, psi 9 Tube side Shell side ~~•R Outside diameter of n. 22 Shell thickness, in. Weights, lb I; npty -';600 - Flooded 9300 Connection sizes and types Tubes 12" 1501,E flg,_ She] 1 R+ 150 Q_ - Section 2C - AIR RFMOVAL EQUIPMENT Manufacturer FILE NA5ii C(NPAN)' Model number Cl,-70) Rated capacity, each Holding capacity, free dry air in a saturated a• air vrtpc,r mixture at 1.0 • inch fig and 71.5 F, scfm s• ' _ firr~,inR capacity, dry• - - ai , •it 15 inches Hg, efm 420 (Pr.,TTON, TEXAS - 49o4 (SURFACE CONDENSER - M-36A) D-5 032670 DE LAVAL TURr31NE INC. 1 i,lilor's flame) Cooling water, at 95 F. each Flow, glai 60 Pressure drop, psi 1.5 Vacuum pump, power requirements, each, hp At rated holding capacity 25 Maximum 29 Motors Vacuum Punl, Seal Pump Size, hp 34 Manufactui r ALLis Chalran. rs Gain. f;lec. . ODP T~FC Type • S.C. Induction S. C. Induction Speed, rpm 900 3600 Full load current 43a. 1.6 Locksd rotor current 217a. 15 Weight, each, including auxiliary equipment 5560 11~. Extent of field assembly work required 3 days per unic List of maintenance tools furnished None Section 2D - CONDENSATE PLHPS Name of manufacturer Johnston Pump Company Model or type number 14(C - AC ~W Head and capacity, each, ft H2O, gpm 13• ti25 - h51~ H• Type Vertical Tur?line Number of stages 5 Depth of can below baseplate, ft 13 (DUGON, TEXAS - 4904 ) (SUR?ACE CONDENSER - M-36A) 052070 D-b DE tAVAI. I I W(3NE 1Nr Speed, rpm I!!n Type of bearings f;ronze '.Iecve Connections, size in. Suction Discharge 8 Shutoff head, TDH, ft 500 Effi,.{ency at design conditions 75.8 Power required at design conditi.~ns, blip 1"0.2 Power required, maximum, bhp 128.5 Pump thru--t loadings, lb , Design, conditions 4870 Maximuu. 6000 ;let weights, each, lb Pump only 2000 Pump, motor, and baseplate complete 5000 Required NPSH, ft a1~cje center cf suction connection .5 Materials Casing Cast Iron Impellers Bronze Shaft 304 Stainless Steel a• W,ri~ring rings 304 Staictirss Str OI Sr,af s- -eves 304 Stainless Stcei (DENTON, T3XAS - 4904 ) (SURFACE CONDEYSE:R - M-36A) D-7 032670 01_ LANAI. Ir04ONE ING. Bidder's Name tdotor ' Size, hp Its Range of frame sizes base- plete will accommodate - ~!_A. /ALTI'RNA'!T: r,,F-I Westingholrsc Manufacturer Allis Chalrncra_ V.S,Elec,Fai.rbanks Morse or equal, at Type V.S.S. _ Pump vendor's choice Speed, rpm -i770 - Bearing type Sall Full load cu,•ent hater Locked rotor current i.ater i Extent of field assembly work re- Mounting motor on discharge head quired List of maintenance tools furnished None Section 2E - CIRCULATING WATER PUMPS Name of manufacturer _ Johnston Pump Company Model or type number 480IC Rotative speed, rpm 500 Flow for single pump operation, Apra 36100 Power required, bhp Single pump operation 520 - v• Two pump operation (each) _ 555 - Pur,ip effi::iency at design a. m.iitions, per cent 67•4 v Power required at shutoff, bhp 565 ` - - (DPu47-t,)N, TEXA,S - 4904 ) (SURFACE CONDENSER - M-36A) D-$ 032670 _ UE LAVAL. 1URPJi'. 1;4'. Bidder's Name) ? .ximum required power and ' cvrr,~aponding flow, bhp and gpm 555 Size of discharge comiection 36 Shaft diameter, in. t, Shaft coupling, type Flanged Adjustable PIUP.p column Size, OD, in. 36 Thickness, in. 3/8 Length of sections 10' Maxim= Material Pump column Corten Shaft 410 stainless Steel Impellers Bronze Suction bell Cast iron Bowls Cast Iron Wearing rings Aluminum Bronze Thrust load imposed on thrust bearing, lb At rest 1800 At design conditions _ 14,500 Maximum load and corresponding conditions 21,500 at Shutoff Weights, each, lb Pump column 2200 _ s~ Shaft 600 Remuvable c'.ement101000 _ (DENTON , TEXAS 4904 ) (SURFACE COPMiS ER - M-36A) D-9 032670 DL LA VV ~~F:tllrr's .tiame T- (mpellr•r:, },~ii(1 metal , .It h pump without motor i 7,oUr.) Berkr i ngs i rpe Sleeve (dumber 3 Length, in. Various- • Material hubber Motors I 1•;cstingi;ot;5, , Iectric, Fairl inks (^.anufacturer Al l i.s-Cha biers or equal, ••tt 1' lr vendor's Frame size 6347 Type V.S.S. Size, hp 500 • - Cper d' rpm 500 r'u71 lrja(i current, rat..ipcres Later Locked rotor current, amperes Cater Efficiency, full load, per cent Later Space heater, watts 4 (d 200 watts Thrust bearing Type Kingsbury Size _ NZA (daximujn allowable load, • to _~ai1f1 xr.(Aal bearing type ' - Nail . \I IJbxx:4 ky,jla (SURFALF CONDFWAR M- 36A) D-10 03t'670 UL. i-AVAL 110004E INC. • (Bidder'f; Nsme) r Overall dimensions Height --71 7 1 - 411 Weigl;t of motor, lb 14,500 Extent of field assembly Work Mounting ~iut.!~u.sJ~sliarxC 1>cad____ requir_1 List of maintenance tools furnished None Section 2F - BUIURFLY VALVFS AND EYJIANSION JOINTS Condenser Aux. Water Circ Water Connections Cooler Outlets Pump Discharges Separate or combination design Separate SepUratc Separate- _ Valve manufacturer and model floury Pratt 1'.enry Pratt Henry Pratt number R1A2 2rfI RIA2 Mercer i4ercer Mercer Expansion joint manufacturer and Rubber Rubber Rubber model number 70OR - 7004 TOUR Allowable movement, in. Axial 1/4 - 1/4 I/4 Transverse 1/4 1/4 4 Joints 12" Number required and size 4 - 36" 2 Valves 12" _ 2 - 30!' ,v Motor operators Manufacturer Philadelphia ;,ear Size and model number il28S11'f100-5 v• a Speed, closed to open, s 2c f~ 60 Motor speed, rpm 1600 (Dr-ItTUN, 1'r. }J,:, 4904 ) (SURFACE. com) sk,,R - M-36A) D-11 032670 DE LAVAL. TURBINE INC. • 3iddnr's Name • Condenser Aux Water Cire '.later Connections Cooler Outlets Pump Discharges Rated motor torque, ft-lb 5 ft-lb _ Full load currirat, amps 1.4 Locked rotor current, amps (,,t Total weight, each, lb 2500 !Uo 1900 I A ~H(DY.NTUN, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) D-12 032670 DE LAVAL CONDENSER DIVISION 7•URHfNE INC Ftoatrv_f,fdr:AW;ir.till raufiw)•Y)r) f,ARil AC)Gf, iS`, TI1N11IF (,0 Fto F,.'~f,ifif), 64;456 July 9, City of Denton, Texas City Hall Denton, Texas Attention: iir, John lkzrehall, Purchasing Agent Subject: Proposal for Surface Condenser Bid No. 70-6726 Surface Condenser and Auxiliaries De Laval No. 410-700604 Gentlemen: We have been advised by t:r. Roger Dutton of Black & Veatch Consulting FnGineers that you would prefer to have bronze bearings furnished on the Johnston circulating water pumps which were incluued in our bid. This is to advise that we will furnish bronze bearings in place of the rubber bearings indicated in our offering frith no change to our bid price. All other terms and conditions of our bid will still apply. We thank you for the opportunity of submitting our bid, and if you should require any additional information please ce11 on me. Yours very truly, DE LAVAL 'IUUINE INC. E. Murray, Sales Engineer CONDIMM DIVISION ren/mf f cc: Mr. Roger Dutton Black & Veatch P. 0. BUY. No. 0405 Kane an, City, Mscouri 61114 j De Laval - Knncas City De Laval - Dallas CONTEAC'2 '.'V I CON i;,C,!T. 613RFEP':-2i`i, mad ~tnd enterc,l into this J ~d'-Ay of V1 1070, by ,vid he Won the CITY OF Di::i'f'Cf'1, TEXAS , Party of the F! r.-,1, f~.r1. ncr0inaf'1r-r milled the "Owner" and Uf; 1AVA1, 'i'liNiilNF, IN(% r; Delaware corpor- lsf,ion wi l.b j t,; principal offi ca_ in Trenton, lic:w Jerscy, Party of the Secor,~i {'rLrf, and hereinafter calle'1 thc' "Con1 ra.Ctor", causD-i to be pro-pai%id, in hrugrWee with law, ;:l reifications, plans and other contract documents for !he work as herein specified; and WHEHFIA5, the said Contractor has submitted to the Owner a proposal in accordance with the terms of this Contract Agreement; and WHEIiFAS, the Owner, in the, muriner presoribed by law, hiv: dc-f,o.rmined and d,Glared the aforesaid Contractor to be the lowest W Lest, bidder ror the r:Lid work and has duly awarded to the said Contractor a contract therefor, for the sum or sums earned in the Contractor's Proposal, a copy thereof being :attached to and made a part of this Contract Agreement; I1_O`r7, '["HERP]FORE, in consideration of the compensation tO be paid to the Con- tractor and of the mutual a,reements herein contained, the parties to these presents have agreed and hereby agree, the Owner for itself and its successors, and the Contrrctor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows. ARTICLE T. That the Contractor shall deliver fob Municipal Electric Generating, Station, Denton, Texas, one surface condenser with auxiliary equipment complete as specified and required in accordance with the provisions of the contract documents and De Laval Turbine, Inc. letter dated July 9, 1970, which are attached af:rl made a part hereof, and shall execute and complete all work included 1" And covered by the Owner's official award of this Contract Agree- ment to tho said Contractor. AR 'ICL, II. 'T'hat the Owner shall pray to the Contract or for the work and mate- rials 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 FOUR HUNDRED 7WENTY-SFVEN THOUSAND AND 110/100 DOLLARS ($427,O0O.00) for all work covered by and included in the contract award, designated in the foregoing Article I; 19rment to be made in cash or its equivalent in the r,anner provided in the specifications attached hereto. {ifi';:+'f'Oil, V,r',,AS - 49011 ) (;7,11PFACE CONDENSER - M-36A) OY2370 CA-1 A1t'E'iCkE III. Tiuit tiro, cr,;'1p11 ~,u i:, of the essen- of the Cori tract. Apr(!r- n,, 10,, ruill hhni, ii,,- :it,a~ I proceed with the spocified work anfr a}: ~1 I O')nforrn i.o Iho, fullowiiu; nch,:'iulf;: Shipnt-n(, of equipmo-rnt fu;u rifilorials shish begin n(,t br-fore Pacembr~r 1, 19'(1 amt c,hall bt, complete not loiter than Apri l 1, Shihrnent of equill-MOnt shall be cucde on or about t.l following dates: "i. Ccridenser 0-ce-,ber 15, 19'(1 b. Air removal equipment, with motors Ednrct 1, 1972 C. Condensate pirnps with motors February 1, 197? d. Circulating water pumps ~.-ith motors March 1, 1972 IN WITNESS WIEEREOF, the parties hereto have executed thin Contract Agreement, as of the day an,i year first above written. CITY OF DENTION9 TEXAS 1 % j (;;FJIE, ) By C ?G + , Attest i;. DE LAVAL TURBIIIE, INC. ~ ~ J (se~r,I, ) By ~CPa 7L~Jlt.,, EN6R/fc . Attest x C. A. BARDOS _ Assistant Socretary The foregoing Contract Agreement is in correct form according to law and is hereby approved. Attorney for Owner (DENTON, TEY-4S - 1,904 ) (SURFACE CONDKISER - 1,,-36A) 0'(2370 CA-2 ~I PERFORMANCE BOND KWjW Aid, MYN BY T1tk1SF. PRESENTS that we, DE LAVAL TURBINE, Itirs. of Floe-rice, New Jersey, hereinafter referred to as "Contractor", and - - FEDERAL INSURANCE C pAN}~ a coriwrati.on ortrniz,d under the laws of the State, of " and withorized to transact bu.Aness in thrr State of Tf-xns, a ''Sure y", are held and firmly bound unto the CITY OF DEfd'I'UU, TEM, hereinafter referro rd to ;i:; "Owirer", in tlu• penal num of FOUR WiNIiRIP TWENTY-S VE11 TIi0USA111` N11) 1101100 DOLLAR" for the payment; of which stun, well anal truly to lle made to the (Mier, we bind ourselves and our• hairs, executors, adndnistrators, successors, and assigns, jointly and rreverall.y, by these presents: WHEREAS, on the day of 191 the Contractor entereri into a written contract with the Owner for furnishing materials, supplies, irii equipment not furnished by the Owner, construction tools, equipment, and plant, and the performance of all necessary '.abor, for and in connec- tion with the construction of certain improvements described In the attached contract documents; and 1 1,7TERFN;, it was a condition of the contract, award by the Owneer that these presents be executed by the Contractor and Surety; NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly, nuid faithfully observe, perform, and abide by each ani every covenant, (7ondition, and part of the said contract, and the conditions, specifica- tions, drawings, and other contract documents thereto attached or, by reference made a part thereof, according to the true intent and meaning in each case, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PK)VIDLD P'UR`P1IER, that if the Contractor shall fail to pay all 'ust claims and demanls by, or in behalf of, any er.ployee or other person, or any firm, as^ociation, or corporation, for labor performed or materials, supplies, or equipment furnished, used, or consumed by the Contractor or his sub- contractors in the performance of the work, then the Surety will pay the fiL11 value of all such claims or demands in any total amount not exceeding the amount of this obligation, together with interest as provided by law. THE, UNDERSIGNED SURE'PY, for value received, hereby agrees that no exten- sion of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder, or of the specifica- tions or other contract docra;nent, shall in any way affect its oblirr~ io„ on this, bond, and the Surety does hereby waive notice of any such ext,,n- sion of tirn(:,change, addition, or modification. (l E14T()N , TEXAF)' - 1+9014 } (;J;RFACF CONDENSER - M-36A) OP3Y0 i E',-1 L IN TF,STIMONY WNiiREOF, the Contra r has hereunto sr_•t hl:,, hand and the ;,nreLy hris Cnused the :or presents be ef:cc rted in l t,s nrure and its r,irpr:ratc nt to ho affixed by il -lttorncy-in-fr:ct rl:• 826 Public Ledper Bu ldinq cc, r.lris the gsy T4 13e3 - DE IAVIO, TURBINES fj1NC. 24 BY f-R,f,v w, 664rz,#aR-, FEDERAL INSURANCE COMPANY (SURr: Y -gorTi ~'t ) C,0WlTF ~JEL) C / Attorney-in-fF a Dean - ~AII ►krk {SEAL) El YU`.~ =tJ - - . Alarcorryl AGKN ray _ State Representati•. • (Accompany this bond with rittorney-in-fact's r-, hority from the Surety Company certifie3 to inclr.de the date of the bo.1.) ti TH4AS -h9(14 ( ~i.RFACr C0?0USER - XI-3CA) r~ 07P ?70 FED. INS. CO. BOND No. pvls~~~%C C41t" Co" r)r a,d POWER OF ATTORNEY Ntt,os<l all Am bo filto lF ali tom That the FEDERAL INSURANCE COMPANY, 0 John Street, New York, New Yong a New Jersey Corporation, has constituted and appointed, and does herK~y constitute and appoint Paul F. Rapp, Dean L. Beck, Samuel T. Chapin, Robert N. Bradbury and Rita Reed of Philadelphia, Pennsylvania - - - - - - - - - - - - - each Its true and lawful Attorney-in-Fact to execute ender'such designation in its name and do affix its corpoiate seal to and deliver for and on Its behalf as surety thereon or otherwise, bonds or obligations given'or e~ccoted In the course of its business, and any Inatruments amending or altering the same, and consents to the modification or alteration of any instruments referred to in said bonds or obligations. h JountJiA W*lOt,z. A*.*o1d.F9AI;A4,INSURAk;0E COMPANY hak ~Vursllant'to its By-Laws, caused these prisente to be iighed by its Viet PA411denttad Assistank &critiry and its'co*1tt6NsdA'4o be hereto af6sed this ' 2 9 th ` day'ok ' "'Ibei ca inb"e r 1069 FEDERAL INSURANCE CO}1?ANY By 5 ,F I , J~ i Yrer~etie~t G. ~a}~n(et, 14 , , viehPrdk"I u•t!l L t .A yFw'E~gw i i r1 t., n f naa it W . VA iseeld+lt Seeftary BTAATE OF NEW YORX County of New York f on this day of &e c tuber 19 69 before in rsonaliy came Walter LsForxIq qqt e q~e to me known and2liy ~e known to be Aaalst Secretary of the FE13ERAL INSURANCE COMPANY, the me. poration described in and which o ucuted the foregoing Power of Attorney and the said Walter LaForge being me duly sworn, did 4oppooaaee and ssy {hat he resides in the City of New York, in the State of New York; that ho l Assistant Secri ol %FE ERAL INSURANCE COMPANY and knows the corporate seal thereof[ that the seal affixed toll;i dWe Ing i *or of Attorney is such corporate seal and was thereto of9xed by authority of the Hy-Laws of said Company and that he signed said Power of Attorney as Assistant Secretary of said Company by rike authority that be is acquainted with Frederick C. Gardner and knows him to be Vice President of said Company, and that the a tore of said Frederick R. Gardner subscribed to said Power of Attorney Is to the genuine bsndwrib ing of said rick Q Gardner and was thereto subscribed by authority of said By-Laws and in deponent's presence. Aoksowladosd" rAxdSworx to before me 0001RI 1I 10% on ft" d1lte abovs wrtttsa< 4 XAOTA►Z e►H * Notary Publio PUB00 MARY K. BENDICK N OQ NOTARY PUBLIC, State of New York J ••'•..•..,••r• Na 944287960 ~y lF OF 11~~ Certificate -ed I NNew YCork Coanty9 71 ~ 141suu w Commiasl,.. T: Tres March 80, 1 FORM 12417 (RIV. 0.701 J•IJU fb11 «w. ^,artiAed Orgy Od POWER OF ATTORNEY Inniv ail fittl by t4t& Vrrarltta, `!'hat the FEDERAL INSURANCE COMPANY, 90 John Street, New York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint He Fe Siddanea Jr. Roberts Turner Robert Ce Siddonp Steven Be siddcns Doris Atchison, Atafrifq~ '~esall each its true and lawful Attorne--in•Fact to execute under such designation in its nsme and to affix its corporate seal to and deliver for and on Ital,ehalf as surety thereoh or otherwise, bonds of any of the following classes, to-wit: 1. Bonds nd Undertakin other than, Fidyclary Bonds fiipd in any spit, "t(tr or, Bing ig soy Court, or fll Svith'6hy `She fj Of Magietlytid fot''ih6''doiAiwr 16ovdoleg 'of i6y6bi, seed' iH loch Bond or Undert4bgg, in wbleh Chit pinalty vii Vb6 fid ar;un aitaNng does" not exceed th6 stt of Fifty Thousand Dollars ($60,90,f40o). , r, [ : { it . , i i , , . ..t 2. Surety Bonds to t6e.Un11 d States of Americo ,or any agency thereof, including those required or permitted under th4,faws or Fegula,ons relating to Gu;toms or Internsl Reyeaue; Llcsnse and PerrpJt laonds or other indemnity bonds under the Iswao}d[nsnces or regvlatiooa of any' State, City, Town VJII, 13o1rd or other body br organizatidn, pabllc or private; bonds W Transportation Companies, at frslrueht l?onde, Lease bonds 'Aorkmetl'e Coin nsatioo bonds, biiseeilaneoU Surety bonds and bonds On bee►lf of Notaries Fublic, Sheriha, Deputy Sher[tts sad lar public ot&lale. ; , 8. Bonds on behalf of contractors in connection with bide, proposals or contracts to pr with tbe,Unitsd States of America any State or political subdivision thereof or any person, firm or corporation. .i} .r', 1A", li 111, "1 r.l :I IJJ(r'. } 1,. r +.i. i I:a{)t:;l 11,.:i. i;" Ott' wfthioir mfor` d"' , 'tbely&IA #ED191tXL'INSURAN0>i'COMPANY hilt, Osiiil.t t{i'I'~'1#p-lI ,,,r r c 1•rirlafs 7, L n caused these *+reeanta to be dgned by Its Vice President and Assistant :lecre~ary en~ 3ts corporate seal to ibe here& t4AjXt4"thI1 )..v,.. 1XV ;day of r`JADUArylO) 'fi116'.;1'.f~ ~.90.11•a;drl :'d i it:~ 1(,~,rt fv..lt~(»}/i3dl;uk f bah I In t»~it 'I'1 )liS lv if r,.r I ,n,17'tl, 1, i ltADthAL~INfifJPkk'/j l,b F~ '1 r,,7ua •';9HIIJ .~r'Q `.H~ 1:0 y'.9 C! 'i:Ui 7 i .ri `ql(ri OY.IIf d Ir~A h N Ili :b1{ 11, 1) T417 j'))Y.9 N [11:a P ki 7.0 1'.! ! . h La; yr 1 to ~xb w i:?, ,.'f .VS ,3130'1 'rr=,'~7 Icr.7 6i„~ i'~ IF: ;a t rn JuJ Zr 1';ntJ n" r1J t'•V1a .tom. if 4,t Frederick C. Gardner r~ 'e FWJ ERS~ ~'/w 0 Welter LeForgge A esrstant SeoreNr'y STATE OF NEW YORK ) as's County of New York On this let day of January 1970, before me Personally came Walter La Forge, to me known and by me known to be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney and tt,a said Walter LaForge being by me duly sworn, did depose and say that he resides in the City of New York, in the State of New York; that he is Assistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company and that he signed said Power of Attorney as Assistant ex.retary of said Company by like authority; that be is accqquainted with Frederick C. Gardner and knows him to be Vicia Pres dent of said Company, and that the signature of sdd Frederick C. Gardner subscribed to said Power of Attornr,y Is In the geu.!ne handwrit- tag of said Frederick C. Gardner and was thereto subscribed by authority of said By-Laws and In deponen is presence. Aekxowledp,ad and Sworn to beJ re me BE on a date above written NpTA R y % ►s~ * Notary Pubi{o * PUB1.1 MARY K. BENL'1CK 40 L G NOTARY PUBLIC, State of New York No. 24-M7960 QQ ualified in Kings County OF X Certidccate died in New York County as Commission Expires March 30, 1911. IOR►1144" (RaV. 1.701 J."" per r . , - . i- t ~T.' _ T_'_'_ .:'v „TTS'~al^sz':',w-'.^~ -.~":r4 t~ Y Y 9x ~a 1 t a + I: 1.:11.11h CITY AND COUNTY OF NEW YORKs u r ^ i s' i ti e i Is the undersigned, Assistant Secretary of the F~DETL INSURANCE COMPANY, do hereby certify tlvt the following is a true excerpt from the By-Le A' of of tila 4 136inpany as adopted by its Eoard of Directors on March 11, 1958 and amended January 2,1984 and that this By-law to In full force and effect. "ARTICLE X1X_ gctioq All hosids;,u4d4it+~dti a;, TA4'~ Do~~ 0 attoip}YE iN!d,Q4 1~+ytlrug ept other,' _xliari as above, for and on beWi of the Company which ii'Is sutboria9d by Iarr or Its charter I'L} to execute, may and shall be executed In the name and on behalf of the Compshy'elther by the ` Chairman or the Vice-Chairman or the President or a Vice-President, Mntly with the Secre- tary or an Assistant Secretary, under their respective desl6istione, except that any or@ or more otfleers or atkorneys-In-fact designated In any resolution of the Board of Directors or the Executive Committee, or In any power, of attorney executed as provided for, in this section, may execute any such bond, undertaking, or otber obligation as provided is such resolution or power of attorney' And I further certify that I have compared the foregoing copy of the POWER OF A1"iOhNEY with the o~(glsssl th rgof and the same a gosrgct "d f rµa, copy pt F60 v{ito;e, of yid or[gigalla °~:eriQt, t pansy;and that 1a 9 Id' IPoOer 4f Attgrney has pot been revoked l1 t' Y i , .1 r 7:.!,i Pi. 'i. I'. 3 %1 .f r1 rt'.. And I further certify that said FEDERAL INSURANCE COMPANYdia duly IlosaW to trabsact fld611W Ind surety bug~rye/`1 1P,Met 9;1h t4s , r 3 gated States of America, Puerto Rico, and each of the Provinces of j Canada arfth't11e encep~on ofae ward ts>}nd; and is also defy ]tcenc94 to become sole enrety on bonds, under. takings, etc., permitted or required by the Iawi'a: the United States. Olv~n undef rsy hand and seal of said Csmpa; at New York, N. Y., this 2,ry`(w1 .Yrq ..day of [ r...... J." ~ t L\\ 1.\ I r..rr..r. rr . ..r.. ..M r r... ~y~~Nl ~.r, a. As art e►~llArjl ; r I r r 1 i gyp., rp l 7 / 3 1 ~ 1 t . 1 1 1 / ! [r { ~-1 1 7 i'7 i 1 ~ ''1 3 1 +1 U , i i 'I ' "Al , f fl -'Ii/:.ti'-1t fi.•...,il ri 'f i .l.'t1/. is l{1;1I7 '~1....7 E,~1 Ik rifll 4j1 ,171 ',!}11.71 !,:R +r... .n,3 r'} .r • l'.i+.,i r.l. l:i I L+ tfr. i+1.~a At 6,a q .''2 f 1 r f' F tit ar>f .,'.n? 741.7 ,i:fil .'1 h: l'7/1 ~I ;f tr(i.'r1•'it'14a i3'tr`'3. GENERAL CONDITIONS GC-1. CONTRACT DOCUIdENTS. IL is understood and agreed that the Advertise- ment, Instructions to Bidders, Proposal, Proposal Data, Contract Agreement, Performance Bond, General Conditions, General P,~quirernents, Specifications, Plans, Addenda, and Change Orders, all as issued by the Owner, and specifi- cations and engineering data furnished by the Contrac+,or and approved by the Owner, are each included in this contract and the work shall be done in accordance therewith. GC-2. DEFINITIONS. Words, phrnnes, or other exprons tons used in these contract documents shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCI1111fTS. 2. "Owner" shall mean the City of Denton, Texas named and designated in the Contract Agreement as "Party of the First Part", actirg through its Public Utilitie:l Board and City Council and their duly authorized agents. All notices, letters, ar.d other communication 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- ment as the "Party of the Second Part", who has entered into this contract for the performance of tho 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. "Engineer" shall mean the firm of Black & Vnatch, Consulting Engineers, 1500 tieadow lake Parkway, mailinr; address P.O. box 8405, Kansas City, Missouri 6411)+, or its duly ruthorized agents, such agents acting within the scope of the particular duties entrusted to them in each onse. 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 expressly defined, shall mean a calendar day or days of twenty-four hours each. 8. "The work" shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying cut of all duties and obligations imposed by the contract documents. (DENTON, TEXAS - 4904) (EQUIPP'MT ) 121069 GC-1 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 th,s Owner, as approved by the Engineer, and (d) drawings submitted by the Owner to the Contractor during the progresu (A' 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", "satisfactory", 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 is being a part of this contract. GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications of any technical society, organization, or association, or to :odes of local or state authorities, shall maan tba latest standard, cede, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 100165 FOB GC-2 CC-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 docwncnts furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the U_ actor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and power of attorney, and submit all copies to th(: Owner. The date of contract on the Contract Agreement and bond forms shall be left blank for filling in by the Owner. The certification dKtc on the power of attorney document shall be also left blank for filling in by the Owner. 't'he 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 s 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 necure 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 do,uments. 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 drawing; 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 neceasary 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. When 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 DISTRIB LIPTON, additional cop-es 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 rand data are returned marked APPROVED Ai, 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 (1P.). When the drawings and data are returned marked hETUMNI) 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 generf:l 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, 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 other com- munication to the Owner shall be mailed or delivered. Either party may change the said eddress 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) used in the work, shall be included in the contract an.ount. The Contractor shall satisfy all demands that may be made at any time for such royalties a.id fees, and he shall be liable for any damages or claims for patent infringements. The Contractor shall, at him own cost and expense, defend all suits or proceedings that may be instituted against the Owner foc 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. ()C-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 nhri disputes, and to discourage litigation, it is agreed by the parties t.e, this contract that the Engineer shall in all cases determine the quanl,lt,ies of the several kinds of work which are to be paid for under th,- 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) d•iys 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 ccncivnive. The En)`inaer's decisio.is and the filing of the written objection thereto ".-Ii be a condition precedent to the right to request arbitratio,: or to start action in cl-urt. 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 perfr~rmed 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 obligation- of this con±ract. Should the Contractor object to any order given by an inspector, the Cln- tractor may make written appeal to the Engineer for his decision. Inspectors and other prDperly authorized representatives of the Owner or Engineer shall be free at all times to perforra 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 payment for, or acceptance of, the whole or any part of the work by the Owner or Fngineer, nor any extension of time, nor any pcssension taken by the Owner or its employees, shall operate as a waiver of any provision of thin 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 this contract be held to be a waiver of any other or subsequent breach. GC-14, MODIFICATIONS. The Contractor shall modify {.hc 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 chtinge orders i.ssur-d sni signet by 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 bq 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 aid 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. Fayments 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 pe.centav,~:•qll()wance shall include the Contractor's extra profit and extra overhead and, unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen ter cent (150) 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 (15%) of the total direct costs. I 100165 FOB rC-6 I J r-M!"- CC-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 C:termine on an equitable basis the amount of (a) credit due the Owner for (contract work 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 uisposal of materials or equipment required for use on the work as planned and which could not be used in any part o, the work as actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjustment 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 shell 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 Party A the right to start action in court. If Party B agrees 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 Pa:.-ty 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 Lame 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 choose a third arbitrator. The arbitrator or arbitrators shall act with promptness. In the case of three arbitrators, the decision of any two shall bcs binding on both parties to the contract, as shall that of a single arbitrator if the dispute is submitted thereto es 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 thF party whose contention is suste.ined 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 partt.ee. 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 duly given by Party A and Party B. the arbit.rator•c appointed shall be unable or shall fail to act with reasonable pr,:-%ptness in appointing a third arbitrator, Party A (or, if he toes not. cio so within a reasonable time, Party I{) may request e judge of the United States District Court, who regii1arly holds count in the district in whioli the site of the work, or any part thereof, is located, t.o appoint the third arbitrator. If it appears to th(• ,jt1rige that the two arbitrators originally appointed were unable or failf!l to act with reason- able promptness in appointing a third arbitrator, tie may appoint the third arbitrator, and such appointment shall constitute n L-conclusive determination Lhat the arbitratoz- originally appointed were sa t4naLIe or failed to act with reasonable prcrptness and, if the said judge acted at the request of Party B, that Pai%y 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 r decision regarding the question snbmitte(I to arbitration, Party A (or, if he does not do so within e reasonable time, Party R) may request a judge of the United ,,tates 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 may appoint three new arbitrators to act hereunder, and such an appointment 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 fudge acted at request of Party B, that; Party A did not 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 and are unable or fail to act with reasonable promptness in reaching a derision regarding the question submitted to arbitration, then the arbitration procedure shall be deemed to have failed and the parties shall le free to assert their rights in the sar.;c r.anner as if they hari not agree) to submit the question to arbitration. If the above agreement to subriit questions of dispute to arbitrations is not enforceable under the law of applicable ,jurisdi,tiun, each such question after it has arisen may by agreement of botli 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 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. 050163 FOB GC-8 GC-16. RIGHT OF OWNER To TERt+tINATE 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 (Hiner; 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 tt,e performance of the work under this enntract is being unnecessarily delayed, that the Contractor is violating any of the conditions of }.hie contract, or that he is executing the same in bad faith or otherw)a-2 not in accord- ance with the terms of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which such completion dyAte may be extended; then t•e (Hiner may serve written notice upon the Contractor and his surety r,f said owner's inten- tion to terminate this contract. Unless within ".ve (5) days after the serving of such notice a satisfactory arrangement is made for contin- 1zance, this contract shall terminate. In the event of such 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 cost sustained by the Owner by reason of such prosecution and completion. The Owner may take possession of, and 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 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. C'nanges 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 prebent his proposal to the Owner in writing. During the 3O day period from and after the receipt by chc 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 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 and 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. ;furry extra charges shall include storage charges, handling charges, insurance, interest on investnicni,, and transportation charges to the storagq 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 bused 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 WOM". GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in the final completion of the work by s,rikes, 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 Fngineer prompt notice in writing of the cause of delay in each case and ehall 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 working force, or he failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed. GC-23. MATERIALS AIM 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, (MARAItiME?. 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, muterial or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct arty defects, including nonconformance with the specifications, t,y adjustment, repair or re- placement of all defective parts or materials. Unless otherwise specified, the guarantee period shu11 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 Wntractor without cost for the rnrrectiol. of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correctior while making such determinatic.n. The Contractor shall extend the provisions of this guarantee to cover all repaired and replacement Harts furnished under the guarantee pro- visions for a period of one year from the date of their installation. If within ten days aftar 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 id heraby*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. . i 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 tha Owner without giving prior notice to the Contractor end the cost of the corrections shall be paid by the Contractor. In the event such action is taken by the Owner, the Contractor will t- no'uified promptly and shall assist { wherever possible in making the n- erv corrections. CC-25• CLAIE, FOR LABOR AND MATEh,;.:.o. The Contractor shall indem- nify and save harmless the Owner from all claims for labor and ma::e- rials furnishea 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 stgte,,have been fully paid or satisfactorily secured. In cace such evidence is n0% 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 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 securd. (DENTON, TEXAS - 4904) 102769 FOB GC-11 GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the last payment shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or Oirnished in connection with the work, or for any act or neglect of the caner or of any person relating to or affecting the work. GC-27. DEFENSE OF SUITS. 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 or the Contractor to perform any of the ct,renants, 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 and Engineer and their officers and agents from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action. GC-28. INSURANCE. The Contractor shall secure and maintain insurance of the types and in the amounts necessary to protect himself and the interests of the Owner against all hazards or risks of loss as her--in- after specified. The form and limits of the 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. Failure of the Contractor to maintain adequate coverage shall not relieve him of any contractual responsibility or obligation. For insurance purposes, the title of ownership of equipment and materials shall remain with the Contractor until the Owner receivra such equipment and materials at the fob site. If the Contractor does not furnish supervision of erection or testing., of the equipment, the workmen's compensation, comprehensivo automobile liability and corprehensive general liability insurance specified herein may be omitted. The Contractor shall submit a copy of the transportation insurance policy to the Owner at least thirty (30) days before the scheduled shipping date. The policy shall quote the insuring agreement and all exclusions. The Contractor shall submit a certificate for each of the other insurance policies to the Owner not less than thirty (30) days prior to the date the manufacturer's supervisor or supervisors are expected to arrive at the job site. Lach certificate shall state that ten (10) days written notice wi.il be given the Owner before any policy covered thereby is changed or canceled. GC-28.01, h-)rkmen's Compensation and Employer's Liability. Workmen's compensation and employer's liability insurance shall protect the C*:,- tractor against all claims under applicable state workmen's compensation laws and against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of the applicable workmen's compensation law. This workmen's compensation and employer's liability insurance policy shall include an "all states" endorsement. ,'DENTON, TEXAS - 4904) 12lo69 GC-12 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 iii comprehensive form and shall protect thu Contractor against all claims for injuries to members of the public and damage to property of others F.rising from the use of motor vehicles, and shall cover the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or danage to property of others arising out of any act or omission of the Contractor or his agents, amployt.es, or subcontractors. In addition, this policy shall epecifically insure the contractual liability assumed by the Con- tractor under the foregoing paragraph entitled "Defense of Suits". 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 $500,000 aggregate GC-28.04. Transportation. This insurance shall be of the "all risks" type and shall protect the Contractor and the Owner from all insurable risks of physical loss or damage to equipment and materials in transit to the job site aid until the Owner receives the equipment, and materials at the job site. The coverage amount shall be not less than the full amount of the contract. Transportation insurance shall provide for losses to be payable to the Contractor and the Owner as their interests may appear. 053166 FOB GC-13 GC-29, ESTIMATES AND PAYMENTS. Payments will be made each month in the amount of ninety {970 per cent of the estimated value of the equipment and materiels delivered at the job site during the previous calendar month, providing the shipments were reasonably complete and integral units of equipment or reasonably complete lots of materiels. After official approval and acceptance of the work by the Owner, the Engineer will be authorized to prepare a final estimate! of :he work done under this contract. The final estimate will be submitted to the Owner within ten (10) days after its preparation has been authorized. The Owner will, within thirty (30) days thereafter, pay the entire sum found to be due after deducting all amounts to be retained under any provision of this contract. If for a cause beyond the control of the Contractor the Owner does not give official approval and acceptance of the work within 365 days after shipment of equipment and materials is completed, the final payment will be made as stipulated above providing the equipment and materials are in accordance with the specifications 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 other taxes that are lawfully assessed against the Owner or Contractor in connection with the work under this contract and shall obtain and pay for all licences and permits required for the work. The 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 assesses. against the completed work and to licenses and permits required specifically for the proposed wort: 053166 FOB GC-lh y rr M 'r. t l ve " i n f$ v s 3 V. ( v y.. i 4 1 l"" I"I~~S sr 1 i. fa.. . r PART 1 - GENERAL REQUIRDdE'M CONTENTS Pages Section lA - GENERAL DESCRIPTION AND SCOPE IA-1 thru IA-5 1A.1 General 1A-1 1A.2 Purpose of the Specifications IA-1 1A,3 Work Included Under These Specifications iA-1 lA.b Miscellaneous Materials and Services IA-2 1A.5 Work Not Included Under These Specifications IA-2 1A.6 Scheidule 1A-31 1A.7 Contractor's Services IA-3 Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B-1 thru 1B-5 1B.1 General 1B-1 lb.2 Specifications and Standards lB-1 1B.3 U.S. Materials 1B-1 1B.4 Component Partq 1B-1 1B.5 Identification 1B-1 1B.6 Manafacturer's Instructions and Parts Lists 1B-~ 1B,7 Materials List 1B.8 Shipping Notice 1B-2 1B.9 Factory Assembly 1& c 1B.10 Shop Coating 1B-2 lB.ll 2rotection 1B-3 1B.12 Alignment and Balance 1B-3 1B.13 Design Coordination 1B-3 18,14 Correctiod of Manufacturing Errors 1B-3 1B.15 Lubrication 1B-4 AB. 16 Power Transmission Unite 1B-4 1B.17 Coupling Guards 1B-4 1B.18 Equipment Bases 1B-4 1B.19 Compressed Air 1B-4 1B.20 Control ?over 1B-'4 . 1B.21 Raceway 1B-5 18,22 Wiring 15-5 Typical Equipment Instruction Book Cover P-802,02 Section 1C - ENGINEERING DATA 1C-1 thru 1C-3 10.1 General lC-1 10.2 Performance Curves 1C-1 10,3 Design Data lC-1 1C,4 Drawings 1C-1 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36a) TCl-1 052070 F ~1 ft"7 74~ ~rt ~43.Fe a~ 4 + a 9se " rT y 4 ; rE, P es R` Section 1D - MOTOR SPECIFICATIONS ]D-1 thru 1D-7 1D,1 General 1D-1 1D.2 Codes and Standards 1D-1 1D.3 Fating 1D-1 1D.4 Terminal. Markings 1D-2 1D,5 Design and Construction 1D-2- ID.6 Factory Tests 1D-6 1D.7 Motor Specification and Data Sheets 1D-7 1D.3 Manufacturers 1D-7 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) TCI-2 052070 s'; Section JA - GENERAL DESCRIPTION AND SCOPE 1A.1 GENERAL. This section covers the general description and scope of the work, including supplementary requirements, for furnishing the surface condenser and auxiliary equipment. The equipment and materials furnished under these specifications will be incorporated in Unit 5 Addition to the City of Denton, Texas, Municipal Electric Generating Station. Unit 5 will be a complete generating unit including major power plant equipment, systems, auxiliaries and plant structure. 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 include furnishing the surface condenser and aux- iliary equipment fcb plant site and providing drawings, engineering data, accessories, and field services complete as described herein and in accordance with the contract documents, defined in the GENERAL CONDITIONS, Article GC-1. The equipment and materials to be furnished shall include, but not nec- essarily be limited to, the folAowing major items: One surface condenser Two auxiliary water coolers Two air removal units with notors Two condensate pumps, drives and motors Two circulating water pumps and motors Butterfly valves and expansion joints Equipment, materials, and accessories furnished shall be delivered to the Denton, Texas Municipal Power Plant where they will be received, un- loaded, stored, and erected under separate specifications. Defici(:rcies shall be sufficient cause to reject equipment fob cars. Unloading from cars and storing will not constitute accepte.::e. (DENTON, TEXAS - 4904 j (SURFACE CONDENSER - M-36A) IA-1 052070 The equipment will be tested by the Owner, after erection, to demon- strate 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 ender the pro- cedure stated in GENERAL CONDITIONS, Article GC-24. The Contractor shall provide drawings and Qngineering data, manufac- turer's field services, tools, instruction manuals, miscellaneous ma- terials and services, and shall participate in design cc,nferences, as specified herein. 1A.4 MISCELLANEOUS MATERIALS AND `:ERVICES. Miscellcuie:)us 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 and for all connections to the Owner's circulating water piping All piping integral to or between any equipment furnished under these specifications, except as otherwise specified herein and excluding the air removal header between the surface condenser and the air removal equipment Subsoleplates, soleplates, thrust blocks, matching blocks, and shims All necessary instrument and power and control wiring and race- ways integral to any equipment furnished under these specifica- tions. This shall include terminal blocks and internal wiring to these terminal blocks for equipment requiring external con- nection. Coupling guards for all exposed shafts and shaft couplings Field office furnishings, supplies, telephone service, and equip- ment for the manufacturer's field representatives Erection drawings, prints, information, instructions and other data for use of the Owner's erection contractor All necessary connections for the Owner's piping and instrumen- tation 1A.5 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items of work atd materials will. be furnished by the Owner: Unloading and field erecting of all equipment (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) IA-2 032670 s ~ Foundations, foundation bolts and sleeves Grouting materials and placing thereof All lubricants for starting and tests Electric power, at nearest available source, for rnnnUfacturer's field representatives Motor controls and starters not otherwise specified to be furnished under this Contract Permanent electric wiring to connect the equipment terminal boxes to the plant electriugl system Solvents and cleaning materials Finish painting of all equipment except as specified Operating personnel for startup and tests 1A.6 SCHEDULE. Shipment of the equipment and materials shall begin not before December 1, 1971 and shall be complete not later than April 1, 1972. Within 30 days after the contract award a shipping schedule for major components shall be submitted by the Contractor for joint approval of the Owns i.nd the Engineer. The Contractor's shipping schedule shall be conside as guaranteed and sh a'.l provide for delivery on or about the foll. _ates: a. Londenser December 15, 1971 b. Air removal equipment (with motors) March 1, 1972 Ccrn Ensate pumps and motors February 1, 1972 rculating water piuaps and motors March 1, 1972 ,i. ~0 s after the contract award the Contractor shall submit to -ni nee: > prc.uation schedule for all mayor equipment and compo- s. Thi: hed_le shall be corrected and resubmitted quarterly until equ pment as -.,een shipped. -ngs and a ineering data shall be submitted in accordance with the schedule specified in Section 1C. 1A.7 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED UNDER THESE SPECIFICATIONS shall be in accordance with the following. DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 1A-3 032670 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 Uni+ 5 can be in commercial operation on the required date. The Contractor will be required to submit drawings and engineering data in accordance with the schedule and requirements specified in Section 1C. Failure of the Contractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract, and reason for termination of the contract if the Owner so desires. 1A.7.2 Design Conference. Within 30 days after award r,f contract the Contractor's design engineer shall attend a design conference at a time and place mutually agreed upon to discuss matters re?.alive to the exe- cution 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 Contractot 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- tioi and to inspect and approve the installation as to its conformance with the manufacturer's requirements. The technical supervisors shall be present during the cleaning, erection, startup, and testing of the main equipment and associated auxiliary equipment. The Contractor shall also furnish the field services of direct represen- tatives of the manufacturers of auxiliary equipment which has rotating parts, or which may require field inspection and adjustment to assure proper operation. They shall inspect the equipment after its installa- tion and make any needed charges or adjustments to assure proper opera- tion. They shall furnish written certification to the Owner that the equipment has been inspected and adjusted by them or under their super- vision and that it is ready for service, all of which shall be done be- fore initial operation o: the equipment. The manufacturer's 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 complete sets of all special tools required for the erection, dismantling, or maintenance of each mayor component of the equiment. The tools shall be shipped in separate heavily constructed wooden b)xes provided with hinged covers and padlock hasps. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 1A-4 032670 Maintenance tools shall be boxed separately and the boxes shall be marked with a large painted legend as follows: CITY OF DENTON; TEXAS MAINTENANCE TOOLS FOR _ (Name of Equipment) ERECTION CONTRACTOR DO NOT OPEN A weatherproofed 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 twelve complete and final copies of the manufacturer's instructions and parts lists, spec- ified in Section 1B, not later than 30 days prior to shipment of the equip- ment. One copy shall be sent to the Engineer, and upon approval thereof, the remaining eleven copies shall be delivered to the Owner, (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052070 lA-5 .3ection lb - GENERAL EQUIP14ENT SPECIFICATIONS 1B.1 GENERAL, These General Equipment SpecM catir,r,t: apply to all equip- ment. They ;;brill supplement the detailed equipment. r-lu:cificatiens but in case of conflict the detailed equipment spr•ci fi catf l,r shall govern. 1B.2 SPECIFICATIONS AND STANDARDS. The shccificatl nr:, codes, and standards referenced in these specifications (incl,Alrig addenda, amend- ments, and errata) shall govern in all cases where r(•ferences thereto are made. In case of conflict between the referenced Ifications, codes, or standards and this specification, these specificrsti,ns shall govern to the extent of such difference. 1B.3 U.S. MATERIAL::. Equipment and accessories furnished shall be from a reputable manufacturer currently engaged in production of such materials within the United States of America. :o 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 i., the space provided for de- viations and exceptions. 1B.4 C014PONE14T 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 Cuplicat,e units shall be interchangea- ble. Equipment shall act have been in service at any time prior to de- livery, except as regtd red by tests. 1B.5 IDENTIFICATION. All correspondence, ~Ahipplcig livt cuts, 6LUIP alrawinbZ5, 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 rfquired in Section 1A 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., Cliftcn ifeights, 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-802.02 bound at the end of this section. A proof of the lettering for each cover shall be submitted for the Engineer's apprcve.l before the manuals are as,.--mbled and submitted. (DENTON, TEXAS - 4901+) (EQUIPMENT - 091869 ) 2B••1 Whcre applicable the information contained in the manual shall include a list of recommended spare parts with the price of each such item, and the schedule f required lubricants as recommended by the manufact+rrer. The data shall al:io 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 r(ucotwnended and maximum allowable vibration limits of all rotating equipmert. The instruction manuals shall contain a table of contrrits and section dividers wit' index tabs for ease of reference. 1B.7 MAT MIALS LST. ?'he Contractor shall prepare and submit with the first shipping notice duplicate copies of an itemizs:d materials list covering ill 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 N.O.T.I.O.E. The Contractor shall submit two copies of a shipping notice describing each shipment of material or equipment. The shipping notice shall be mailer: to arrive approximately 3 days ahead of the estimated shipment arrival. The addressees for shipment notices will be determined later. IB.9 FACTORY ASSFNBLY. 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 impractical-le, in which case the equipment shall be assembled and shipped as stated in the i.ontractor's Proposal. All. accessory items shall be shipped with the equipment. 13o.,,es and crates containing accessory items shall be marked so that they are ir,-n'V ied with the main equipment. The contents of the boxes and crates s,!ail also 3r: indicate. 1B.10 SHOP COATING. Steel and iron surfaces shall be Y.)rotected 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 ins'.allation 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 coots of an a:kyd resin enamel in a color to be selected later by the Owner. (DENTON, TEXAS - 4904) 18-2 (,EQUIPMENT - 052070 ) Two gallons of touch-up paint ani one gallon of finish paint used on the electrical equipment enclosures shall be 1.,rnisherl, Shc,, primer for other steel and iron surfaces shall he Mobil "13-R-50 Chromox QD Primer", or Tnemee "'(7 Chendlrime" unles:i rtherwise specified, Machined, polished, and nonferrous surfaces whic!,,th,uld not be painted shall be coated with rust preventive compound, Dva0o,rn Chemical "No-Ox- Id 2W", Houghton "iiust Veto 344", or Rust-Olewn 113.11 PROTECTION. All equiiment shall be boxed, crated, or otherwise suitably protected during shipment, landling, and storage. Equipment having antifriction or sleeve bearings shell 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 insvlation shall be protected against moisture and water damage. All external gasket surfaces and flange faces, couplings, motor pump shafts, bear'ngs, and like items shall be thoroughly cleaned and coateu with rv.st 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 eq)iipment. All eAposed 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 :hipping 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 -.,ejection of the equipment. All rotating equipment shall be balanced at the factory. 18.13 DESIGN COORDINATION. The Contractcr 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. 18.14 CORRECTION OF MANUFACTURING ERRORS. Equipme,it and materials shr.il be complete in all respects within the limits herein outlined. All manu- facturing errors or omissions required to be corrected in the field shall be done by the: Contractor or his duly authorized representative. (DEWXN, TEXAS - 4904) (EQUII,14MT - 052070 ) 1B-3 1B-15 LUBRICATION. Kluipment shall be lubricated i,y ;,;~ctems designed for continuous ol,cration acid shall rot require attention +iring; start-ilo or shutdown, or rnore frequ,.,ntly than once weekly. lB,16 PCbl-tft TRAPi; 14ISSION IMTS. The horsepower rittItiir •,f each power transmission unit :,hall be at least equal to the Lhr (.r. t, ical brake Y:arse- power required to (]rive the equipment under full lr,r,,l, i nr;luding all losses in speed reducers rind power trnnsmissiori. 'Phc inl)ut t.or!~el+ower rating; of each gear or : ipc cd r(•+icr-r shall be at least equal tv 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 GUsr' "wards shall be provided for pr-)tection of per- sonnel from all ,,.used moving and/or rotating mrichir,e r_ iement3, Gurirds shall be constru"ted from aluminum plate riot less than 3;(16 in,h think and expanded aluminum mesh and designed for ease of instillation full removal. The necessary supports and accessorsca shall be furnished with each guard. 16.17.1 Horizontal Shaft Equipment. Safety guards For horizontal shafts, shaft couplings, and belt sheaves, shall be of the inverted "U" design with bolted horizontal 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 b aseplate. 1B.17.2 Vertical Shaft Ed_uipment. 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 installer] on a concrete base. Each base-plate shall support the unit and its (]rive assembly, shall be of a neat design with pads for anchoring the unite, shall have a raised lip all around, and shall have a threaded drain connection. 11.19 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. li3,20 CONTROL F101I R. 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 cf the equipment during electrical power supply fluctuations describers in the following paragraphs. (DENT02a, TEXAS - 4901+) (hQU1PI&IIT - 091869 ) lrl-~ All direct rrurrent electrical devices shall be desiv,no,d for continuous operation on ~Ln ungrounded station battery which will float on trickle charge at 1;~9 volts. The Contractor shall guaranty ;intisfactory operation when the e'iuipnent is continuously energized at any voltage from 100 to 140 volts direct curr4_r+t, with ambient temperaturF~; n;, ;specified. Electri- cal devices served frofn this supply shall not n.ny p,round connections on it. All alternatin,,r current devices sh-11, unless otherwise specified, be de- signed for operation on a nominal 115 volt, 60 herr.z, single phase, alter- nating current system. The Contractor shall guaraiiI.- satisfactory oper- ation when the equipment is continuously energized nr, any voltage from 105 to 130 volts alternating current. All alternating current and direct current devices ::hall be guaranteed to operate satisfactorily under voltage conditions sr~c-:ified in the above paragraphs and at 50 C ambient temperature. 113.21 RACEWAY. Unless specified otherwise, all raceway interconnections between devices, panels, boxes, and fittings shall conform to USAS C80.1 and LrL 6. All conduit connections shall be of the threaded type. 1B.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. Terrninel 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 beat, solvents, or steam, and not easily dislodged, preferably by means of metal sleeves or printing on the wire ,jacket. Adhesive labels are not acceptab L . (DENTON, TEXAS - )+904) (EQUIPP,JNT - 091869 ) 1B-5 r CITY OF DENTON, TEXAS MUNICIPAL ILFCiRIC GENERATING SIAI ION w CL UNIT 5 7 O W W O w INSTRUCTION BOOK r FOR z NAME OF EQUIPMENT O a r a 0 X z w - F r MANUFACTURER'S NAME r w o r MANUFACTURER'S ADDRESS w ~uu, w o_ut_- u.az oF-a u > w r J - W U a BLACK R VEATCH o CONSULTING ENGINEERS u_ KANSAS CITY, MISSOURI r eo'0J (Front Cover) Note: Large type shall be 30 point Tempo Heavy Condensed All other type ehall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK & VEATCH CITY OF OENTON, TEXAS. CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-802.02 KANSAS CITY, MISSOURI UNIT 5 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 IA, compliance with the specified schedule for drawing and data submittal is essential to the scheduled progress and completion of Unit 5 and is of trie essence of this Contract. 1C.2 PERFORMANCE CURVES. Within 30 days after award of contract, ten copies of the following performance curves shall be submitted: Condenser performance curves for various steam loadings and circulating water temperatures Vacuun. correction curves for varying cleanliness factors Condenser performance curves with one and two circulating water pumps operating Speed torque, speed current, and safe time current curves for condensate pump and circulating water pump motors 1C-3 DESIGN DATA. Within 30 days after award of contract, ten copies of the following design data shall be submitted. Completed Motor Specification and Data Sheets for the circulating water pump drive, condensate pump drive, and condenser exhauster motor including the following: Acceleration time at rated voltage Allowable time motor can withstand locked rotor current without damage at 90 per cent rated voltage. 1C.4 DRAWINGS. Drawings shall be submitted for the Engineer's review and approval in accordance with the following procedures and schedules. 1C.4,1 Procedures. Four copies of "preliminary" drawings shall be submitted to the Engineer. Preliminary drawings shall be reasonably complete and suitable for the Engineer's use in establishing basic plant arrangement and design 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 ) (SURFACE CONDENSER - M-36A) 052070 lC-1 r 1C.4.2 Schedules. Drawiug:a shall b4 submitted in accosdrsnce with the following schedules. The number or days specified shall be from and after the 6:te of contract awoxd. E:. Preliminary issue within 15 days and certified issue within 60 days: Surface condenser complete outline and connectior list Condenser exhauster outline Condensate pump and motor outline Circulating water pump and motor outline b. Preliminary issue within 30 days and certified issue within 90 days: Surface condenser expansion ,point, exhaust trunk, condenser valves and piping Condenser exhauster motor and control diagram c. Preliminary issue within 45 days and certified issue within 120 days: Miscellaneous surface condenser trim Shaft couplings d. Preliminary issue within 60 days and certified issue within 150 days: Complete erection drawings for all equipment. (DENTON, TEXAS - 4904 } (SURFACE CONDENSER - M-36A) 1C-2 0,52070 Section 1D - ?OTOR SPECIFICATIONS 11).1 (;ENERAL. T'ncsi, motor specifications are applicable to all elec- trio motors required for the operation of the equiJmont furnished. Motor Specification wid Onto Sheets for th . motors required nave been included in the respective equipment section,: In Technical Itq iirements. Any motors not specifically covered but 0111 required far operation of the equlpment shall be furnished. The Qntractor shall list and include as purt of the Propconl the additional motors being furnished and they shall be In accordonno 00 these specifications. 'iThe requirements of the individual Motor Specification and Data Sheets shall govern where conflicts occur. 1D.2 CODF,S AND STANDARDS. All motors shall be designed and fabricated to conform to tha requirements of applicable ANSI and NEMA standards. 1D,3 RATING. The electric motor broke 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 1112•`.A 14G-1 requirements: 1D.3.1 Rating Standard Part 10 Part 20 Fractional and inteiral 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 M01-20.60 In addition to M11 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 xr. Code letter - x Locked rotor current, amperes x x (DENTON, TEXAS - 11904 ) (MOTORS i 03:-WO 1D-1 Start limitations x x Direction of shaft rotation by arrow for T1, and T3 motor lead connections x x 1D. ii TLRMINAL MAIiKINGS. Terminal markings for motr,rs shall be in accordance with Fart 2 of NEMA standards and Sectior, 1i-8 of ANS C6.1-1956. 1D.5 DESIGN AND CONSTRUCPION. Design and con3trur4,1on of each motor shall be coordinated with the driven equipment requirements and as des- ignat.-, 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 s<.rvice factor greater than 1.0, the service factor shall be in accordance with NEMA MG1-12. 1.7, a. For all motors 250 horsepower and larger, furnished with a service factor greater than 1.0, the motor name late 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 NFMA NiGI-12,42 and MG1- 20.40 for the insulation system and enclosure specified. 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 t tally enclosed and of the correct type enclosure for the particular se. ice as specified in NEMA MG1-1.'26. All motors shall be complete with screen guards over all openings. Screen f;uards shall be fabricated of corrosion resistant metal with free openings no larger than 1/8 inch. Motor:, 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 - 4904) (MOT0111) ) 1D-2 032510 11).5.3 1n.r,,~ilation. All notors shall have nonhygrotir.r,pic insulation rated. Cur ternperatur rise and ambient temper; tore in aecr,rlance with Ni.MA -1PAI, and -12.42 for the in. lation clki;;% specifi,rl. bdhen 11rbient temperatures greater thfir: 40 C are specified, r•he ambient tempera- t1irc speci fierl plus the temperature rise at the hottr•;t, spot ill;, to motor losses shall not exceed the total limiting, temperat,,r- rise for the insula- tion system u;;ed. the total "hot spot" temperature for Cla--; A, B, F, n;,,r N 111,uIatiorks shall be as tabulaterl below. Insulation 'Dotal Ter,p^rature Class Degrees Cr:ntigrade A 105 is 130 r' 155 li 180 Where a sealed ln:;ulatlon system is specified, two a+litional dips and bakes of epoxy varnish or vacuum--pressure impregnatior, s;hall be included. Where an encapsulated insulation system is specified, healing shall con- form to NEMA MG1 for random woun!i motora. i 1D.5.4 Space Heaters. Space heaters where specified r,n Notor Specifica- tion and Data Sheets shall be provided inside the motor enclosure in a location suitable for easy removal and replacement. Spacer 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 Lc,olated by a heat insulation barrier or located so as not to cause irrit damage to adjacent painted surfaces. 1D.5.5 Conduit hoxes. The cast iron or pressed .t.el ri:(jl,)r conduit box -3hall tie diagonally split for easy access to the motor and shall have a threaded opening to pro ide a watertight rigid ?.onncction with the conduit. The box shall be designed for rotation in Y1 rle~;rcc increments to receive conduit from any of four directions to facilitate: connections. A gasket shall be furnished between the diagonally split hrilves of the conduit box, and a nonconducting motor lead positioner :-,hall be flr- nished between the conduit box and the motor yoke. All motor leads lo- cated in the conduit box shall have terminals and shall ie permanently numbered for ease of identification. Box locations and dimensions of motors rated above ()r1`r volts shall be subJect to approval by the Engineer. All motor lead conduit boxes for motors rated above rr.rj volts _hall br' cast iron or pressed steel and shall be sized and arraroa-rl to permit the installation of stress cones within the box. (DENTON, TEXAS - 4904) {MOTORS } 0,570 l0-3 All space heater lends for motors rated 600 volt (jr, less shall. le wired to the motor lt~rlrl rrorid,ri t, box, and include terminal connectors. All space neater leads for motors rated over COO volts shall be wired to the cast iron ;:ccer:s-,ry conduit box describ-I f,,,Jo,r, ar-A include terminal connectors. A separate cast iron or pro-:-,sed steel accessory ~--niduit box shall be provided in motor„ rated r,bove 600 volt for curr•,nt transformer leads, tc-mperature detector leads., alarm device leads, heater leads, and other similar accessory equipment scads. Acce3nr,t-y conduit boles shall be complete with :,crew type terminal blocks for termination of such leads. Terminal blocks for current transformer lerula shall be shorting type. Each terminal in the blocks shall be identifl,ni and marked for its respective leads. All accessory conduit boxes uhnll be accessible from outside the manor. ID-5.6 Leads. All leads includint* main motor ]cnrl;s, current trans- former leads, space heater leads, and thermal protcOA ve device leads shall be completely wired to their respective termlrifLl box. All motor leads and their terminals shall be marked Ill, Tr, rind T3 in accordance with the direction of shaft rotation shown on the nameplate. dual voltage rated motors shall be connected for the: operating voltage specified and only the leads for field connection shrill be brought into the terminal box. 1D.5.7 Terminals. All leads shall be provided with compression type connectors equivalent to the following: Cable SiAe Burn Connector 250 Mcm and larger YA-2114 6 AWG through 4/0 AWG YA-1, 8 AWG and smaller YAV 1D.5.8 Ground Connectors. Motors shall be furnished with a groundint, connector attached to the motor frame inside the motor main lead conduit, box. The grounding connector may be a lug or terminal or other approved grounding connector. The ground cable and puwer cable relationship, as to size, is shown as follows: Power Cable Size Ground Cable Size 12 to 8 AWG 12 AWG 6,to 2 AWG 8 AWG 1 to 3/0 AWG 6 AWG 4/0 AWG to 750 IIrm 2_ AWG (DENTON , TEXAS - 49014) (MOTORS ) 032570 1D-li Motors rated higher than 600 volts shall also have a erjunding 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 framf. with a threaded hole at its center, a terminal connector attached t, the motor frame, or other approved motor frame grounding method. Th,• t;ronnding point ;hall be on or near the end of the motor opposite th- output shaft of horizontal motors and on or near the br.se of verti•al motors. 1D.5.9 Bearings. Grease or oil lubricated rolling"IL-ment thrust and radial bearings shall be designed rind fribricated in nrcordanev with AFB14A standards to have a minimum life rating of not less than 15 years under the load, speed, and thrust requireifients. 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 ra.n- niog and motor standstill. The oil ring shall b-~ 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 coml.lete by the Contractor, including all required connections. Required connections shall be furnished for forced or recirculating lute oil as specified on the Specification Data sheets. The Contractor shall furnish all lubrication information required to Fssure proper equipment start-up and subsequent bearing maintenance. 1D.5.10 Rotors. All induction motors shall have squirrel cage rotors. Rotors shall be adequately sized to avoid overheating during accelera- tion of the motor and driven equipment. (DENTON, TEXAS - 49010 (MO'T'ORS } 052070 1D-5 10.5.11 Shafts. Where shipment permits, motor output ohafts shall be complete with motor half coupling mounted, connected t" the driven equip ment, and ad,juntr,rl ready for operation. Where motor seize prevents ship- ment with motor connected to driven equipment, the rnokor half covpling shall be factory mounted for field connection to Qw!A riven equipment. The output shaft of motor:; furnished with split oleeve bearings shall have the motor mechanical center and electrical center permanently circumscribed identified on the motor shaft. The markinge shall by easily identifiable for use during motor insinllation. ID-5.12 Torque Characteristics. The torque characteristics of all induc- tion motors at 90 per cent rated voltage o: 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 ,ear r Temperature Detectors. Hearing 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 pgtector Details. All temperature detectors shall be chromel alumel thermocouples having magnesium oxide packed stainless steel sheaths. 10.6 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. II Five copies of reports of each tast shall be sent to the Engineer prior to shipment of the motor from the manufacturer's plant. (DFNTON, TEXAS - 4904) (MOTORS ) 05'070 iD-6 In each case whore a motor design for a number of motors identical to that specifier) 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 X00 HP and Smaller. A standard comuiorcial test shall be made on each motor. The test shall consist of: No-Load running current at normal voltlw, Locked-rotor current at farctional voltr,Nr 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 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, sre specified on the Motor Specification and Data Sheet they shall con:iist of: Full load heat run Per cent slip No-load running current Locked-rotor current Breakdown torque Pull-up torque Starting torque Efficiency at full, 3/4 aad 112 load Power factor at full, 3/4 and 112 load Winding ;•esistance 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 Allis-Chalmers. (DEN`PON, TEXAS - 4904) (MOTORS ) 052070 ]D-7 m''f X.. e-r ~1 r rr~ v"1 < ,a t 4~-r .r c '~R~ N.~ e QN F _i .4k"9 ub PART 2 - TECHNICAL REQUIREMENTS CONTENTS Pages Section 2A - SURFACE CONDENSER 2A-1 thru 2A-11 2A.1 Ge,,eral 2A-1 2A.2 Code Requirements 2A-1 2A.3 Type 2A-1 2A.4 Arrangement 2A-1 2A.5 Performance 2A-1 2A.6 Performance Curves 2A-2 2A.7 Guarantees 2A-3 2A.8 Testa 2A-3 2A.9 Design 2A-3 2A.10 Materials 2A-4 2A.11 Conatruction 2A-5 Section 2B - AUXILIARY WATER COOLERS 2B-1 thru 2B-3 28.1 General 2B-1 2B.2 rerformance Requirements 2B-1 2B.3 Design 2B-2 2B.4 Materials 2B-2 2B.5 Construction 2B-2 Section 2C - AIR REMOVAL EQUIPMENT 2C-1 thru 2C-4 2C.1 General. 2C-1 2C.2 Performance Requirements 2C-1 2C.3 Performance Curves 2C-2 2C.4 Guarantees and Tests 2C-2 2C.5 Construction 2C-:e 2C.6 Control Panel 2C-2 2C.7 Piping 2C-3 2C.8 Wiring 2C-4 2C.9 Motors 2C-4 Motor Specification and Data Sheet 1 Sheet Section 2D - CONDENSATE PUMPS 2D-1 thru 2D-4 2D.1 General 2D-1 2D.2 Performance 2D-1 2D.3 Construction 2D-1 2D.4 Pump Characteristic 2D-2 (DENTON$ TEXAS - 4904 ) (SURFACE CONDENSER - M-36P.) TC2-1 052070 •-.~yvgr3 5:~,1's'~' '.+'~~A°g~~ ~S~a~l'.~7a'+~'+W ~.''4y~.'. '{Fk 1'i ~ ~r i ~ ~ ` r ro 95.,,, r F` Pages 2D.5 Characteristic Curves 2D-2 2D.6 Guarantees 2D„3 2D.7 Tests 2D-3 2D.8 Arrangement 2D-4 2D.9 Pump Construction 2D-4 2D.10 Drive Motors 2D-4 Motor Specification and Data Sheet 1 Sheet Section 2E - CIRCULATING WATER PUNS 2E-1 thru 2E-5 2E.1 General 2E-1 2E,2 Performance 2E-1 2E.3 Construction 2E-1 2E.4 Arrangement 2E-2 2E.5 Pump Characteristics 2E-2 2E.6 Characteristic Carves 2E-3 2E.7 Guarantees 2E-3 2E.8 Tests 2E-3 1E.9 Pump Construction 2E-4 2E.10 Motors 2E-5 2E.11 Assembly 2E-5 2E.12 Operation 2E-5 Motor Specification and Data Sheet 1 Sheet Section 20 -,BUTTERFLY VALVES AND EXPANSION JOINTS 2F-1 thru 2F-2 2F.1 General 2F-i 2F,2 Butterfly Valves 2F-1 2F.3 Expansion Joints, 2F-2. Motor Speoi~ication and Data Sheet I Sheet ry WNwN0 TEXAS - 4904 ) (SWAGE CONDENSER - M-36A) TC2_2 052070; y Section 2A - SURFACE CONDENSER 2A.1 GENERAL. This section covers the design, performance, and con- struction requirements for one surface condenser. 2A.2 CODE REQUIREMIITS. `Ihe design and construction of the condenser and accessory equipment shall conform with all state and local regulations, and with the applicable provisions of the Code for Power Piping, kNS B31.1.09 the ASME Boiler and Pressure Vessel Code, NETM, IEEE$ EEI and Heat Exchange Institute. Any conflict between standards stall be re- ferred to the Engineer who will determine which standard shall govern. 2A.3 TYPE. The condenser shall be of the two-passb horizontal surface type, with internal air cooling sections and deaerating-reheating hotwell. 2A.4 ARRANGEMENT. The condenser will be located beneath the turbine exhaust with its longitudinal centerline perpendicular to the longi- tudinal centerline of the turbine generator unit. The approximate setting dimensions and space limitations are shown on the following drawing bound with these specifications. M4904-1223691 - CONDENSER ARRANGEMENT The condenser support feet will be set at an elevation which will allow 2 inches of cement grout to be placed between the shell bottom and the finished ground floor elevation. The ground floor will be finished to final grade prior to installation and erection of the condenser. It shall be the responsibility of the Contractor to design, fabricate, and ship the surface condenser in a manner which allows proper clearance for installation and erection within the confines of the Owner's turbine foundation. The Owner's final turbine foundation drawings will be furnished to the contractor for checking installation procedures. 2A.; PERFORMANCE. The condenser shall be designed to operate reliably and continuously under the following conditions. The performance indi- cated shell be guaranteed. Rated Maximum Condition Condition Exhaust steam flow from turbine, lb per hour (950 Btu per lb heat removal) 405,130 442,000 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-1 032670 z Rated Maxin+um Condition Condition Makeup water flow, lb per hour (at 60 F) 4o,00o 40,000 Shed pressure at eo,i- denser shell inlet with 85 per cent clean tubes, in. Rg abs max 2.13 2.89 Condensate temperature Saturation temperature at leaving hotwell, F min shell preLuure above Condensate oxygen con- centration at pump dis- charge, cc per liter 0.010 Circulating water Source Inlet temperature, F 89 Quantity, through condenser, gpm 55,800 2A.6 PERFORMANCE CURVES. Performance curves shall be submitted showing the guaranteed vacuum and the expected vacuum oetainable with cooling water temperatures and steam loadings different than the design conditions. The curves shall show the condenser absolute pressures in inches of mercury as ordinates and exhaust, steam flow as abscissae. Performance curves for inlet water temperatures of 80, 85, 90, 95 F with one and two circulating water pumps running shall be submitted. In addition, curves showing per- formance of the condenser at inlet water temperatures of 50, 60, and 70 F with one pump running shall be submitted. All curves shall be based on a tube cleanliness factor of 85 per cent. All curves shall be extended to the maximum expected exhaust flow of 442,000 pounds per hour. A vacuum correction curve or curves shall also be furnished for use with the above performance curves showing the applicable vacuum correction for tube cleanliness factors varying from 50 to 100 per cent. All curves shall be drawn to a scale adequate to permit readings to an accuracy of plus or minus 0.01 inch of mercury. The curves submitted will be used in the analysis of field tests to determine whether the condenser has met the performance guarantee. * ficfer to Ali 3endlun 1 dr%ted June 19, 1971 (DEWON) TEXAS - 49o4 ) (SURiACE CONDENSER - M-36A) 2A-2 032670 2A.7 GUARANTEES. The condenser shall be guaranteed to perform as specified and as shown by the performance curves. In addition, the following requirements shall be guaranteed: a. Condensate outflow from the condenser shall be at a tempera- tore not lower than the saturation temperature corresponding to the shell pressure and an oxygen content not to exceed 0.010 cc per liter for all conditions of cooling water tem- perature and exhaust steam flows from 50 per cent to the maximum condensing capacity. b. Condenser circulating water friction shall not exceed that stated in the Proposal. 2A.8 TESTS. The Owner will make acceptance tests which stall be binding on the parties to this Contract to determine compliance with guarantees. Should the equipment fail to meet the guarantees, modifications shall be made under the procedure given in GENERAL CONDITIONS. The tests will be made using plant instruments which will. be calibrated insofar as practicable, and unmeasured quantities will be taken account of in a reasonable manner. The tests will be conducted at approximately the design conditions specified herein. Proper corrections will be made in the calculation of results to account for variations from the specified design conditions. Sufficient test connections shall be provided for the acceptance tests outlined, including connections for measurement of exhaust temperature by use of thermocouples. The general methods outlined in the ASME Test Codes will be used as a guide for all procedures; however, code technicalities shall not void the validity of these tests. 2A.9 DESIGN. The condenser design shall incorporate the following: Number of tube passes Two Minimum effective tube surface area, sq ft total 50,000 Total tube length, ft 28 Tube size and gauge * One inch/?g/M Hotwell Type Deaerating-reheating Minimum storage capacity at normal water level, gallons 81000 * Refer to Addendum 1 dated June 19, 19'(0 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-3 0"32670 Number of condensate pump suction connections Two Approximate dimension of turbine exhaust connection 151-2" x 5'-9" Type of exhaust connection Welded Water boxes Type Divided Design pressure Circulating water pump shutoff plus 5 psi Test pressure, psi Design pressure plus 5 psi Circulating water con- nections, size and type Upper 36 inch butt weld Lower 36 inch 125 lb ANS flange internal depth of inlet boxes, inches minimum 48 Internal depth of out- let boxes, inches minimum 48 2A.10 MATERIALS. The following materials of construction satisfy the minimum requirements for the operating conditions specified. Material substitution shall have written approval prior to fabrication. Water boxes and water box Steel - ASTM A285 Gr C, covers flange quality Shell plate Steel - ASTM A285 Gr C, flange quality Tube sheets Steel - ASTM A285 Gr C, flange quality Tube support plates Steel - ASTM A265 Gr C, flange quality (DENEON, TEXAS - 4904 ) (SURFACE CONDa'NSER - M-36A) 2A-4 032670 Expansion joint Stainless steel - ASTM A240 Type 316 or Type 304 Stainless steel pipe Stainless steel - ASTM A312 Grade TP304 Tubes Stainless steel - ASTM A249 Type 304 2A.11 CONSTRUCTION. The condenser shall be designed to provide simplicity of field installation and ease of cleaning, maintenance, and inspection without compromising performance. The condenser shall be designed for shipment in sections for the most convenient field assembly as follows: a. If shipping clearances permit, the condenser shell shall be in two sections, divided along a vertical plane through the longi- tudinal axis. The two sections will be field welded together. All tubes, tube support plates, bracing, connections, and baffles shall be shop installed. i b. Exhaust expansion joint shop assembled to exhaust trunk for shipment as a single unit c. Four water boxes, each fully shop assembled and shipped as a complete unit d. Piping and lagging shop fabricated to maximum practical lengths for shipping and handling All condenser parts and subassemblies requiring welding for field erection shall be shipped with mating weld surfaces machine cut and beveled for welding. The condenser shall be completely assembled in the shop, aligned on _eveling plates, then fitted with angle clips, dowels, and draw bolts to insure proper realignment in the field. All parts shall be piece marked and matchmarked. 2A.11.1 Shell. The shell shall be of all welded construction. Bolting will be permitted only at access manholes. All field weld connections shall be provided with backup plates so that single continuous groove welds only will be required at each joint for joining shell sections. Ary bolting exposed to the condenser interior shall be 18-8 stainless steel or other approved noncorrosive material. The thickness of the condenser shell shall be in accordance with the recommendations of the Heat Exchange Institute and reinforced to with- stand the atmospheric pressures imposed on the shell. Bracing and rein- forcing shall be adequate to prevent deflection and shall be located on the shell interior. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-5 052070 All interior baffles, braces, support plates, etc. shall be designed so they will not trap sand or dirt and convenient access shall be provided to permit easy cleaning of all horizontal surfaces prior to operation. 2A.11.1.1 Hotwell, The hotwell shall be integral with, and a continua- tion of, the condenser shell side plates. The hotwell bottom shall be provided with condensate outlets below the floor, of the butt welding type, and shall be provided with antivortexing devices. The condenser hotwell shall be of the full, deaerating, horizontal, storage type. The hotwell shall deaerate the condensate, in(:luding the returns and any quantity of undeaerated makeup flow up to the maximum shown under design conditions, to a maximum oxygen concentration of 0.010 cc per liter in the condensate, leaving the condensate pump discharge at any load on the condenser from 50 per cent to 100 per cent of rated steam condensing capacity. Complete information shall be furnished showing the method of deaeration, reheating, and the construction of the hotwell. The hotwell shall be provided with one gauge glass assembly, and instrument connec,ions located as determined by the Engineer. The normal hotwell level shall be not less than 18 inches above the bottom of the hotwell. The hotwell shall be provided with a 6 inch butt welding type drain con- nection at one side which will completely drain the unit, 2A.11.1.2 Expansion Provisions. Provisions shall be made by means of diaphragm plates or expansion joints to absorb the differential expansion between the condenser shell and the tube bundle. The Proposal shall describe expansion provisions in detail and shall state any special re- quirements for tube installation. 2A.11.1.3 Mounting. The condenser shall be supported from support feet on the bottom of the hotwell. Support brackets with slotted holes shall be provided at not less than four pointa on the base to resist upward movement. The condenser support design shall employ keys or flex plates to control the expansion movement cf the condenser so that all movement is outward from the centerline of the turbine exhaust. 2A.11.1.4 Shell Access, Bolted access manholes not less than 16 inches by 18 inches clear opening shall be provided in the hotwell and in the shell above the tube bundle. Access openings or manholes shall also be provided on the interior to provide access through the tube support plates. Two sets of gaskets shall be furnished for all manholes. One set will be installed at startup and one set shall be turned over to the Owner as spares. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-6 052070 2A.11.1.5 Interior Coating. The interior of the steam space and the hot- well including all bafflea shall be cleaned by shot blasting. TY,e shot blasting shall be done prior to any fabrication or drillir.6. These surfaces shall be coated with a water soluble rust preventive material as approved by the Engineer. The protective coating shall be continually touched up during fabrication to provide the required protection and the shell shall be adequately covered to prevent the coating being washed off during shipment and prior to erection. 2A.11.1.6 Shell Connections. Connections of the number and size required shall be provided on the condenser shell and hotwell for Introduction of mekeup, drains, instrumentation, etc. as determined by tho Engineer. The connections shall include but not necessarily be limited to the following: Condensate pump suctions Hotwell drain and flush Turbine steam seal connections Heater drains Makeup Air offtakes Miscellaneous drain receiver outlet Miscellaneous drain header 'two connections) Condensate recirculation Condensate pump vents Turbine packing blowdown valve cutlet Heater vents Trap drains Turbine drains Gauge glasses Level switches (DENTON, TEXAS - 49o4 ) (SURFACE CONDENSER - M-36A) 052070 2A-7 Level controllers Low vacuum trip Thermocouples Thermometers Pressure connections connections shall be welded. Connections larger then 2 inches shall All consist of butt weld end nozzles. Connections 2 inchtm and smaller shall be of the socket weld type. Connections for makeup, condensate recirculation, miscellaneous drain system, feed water heater drains, and trap returns shell be furnished with internal spray tubes of length as required to distribute water evenly to the inlet steam path. The spray tubes shall be constructed of stair,.leiis steel pipe and shall be extended through the snell for connection of the Owner's piping. The design shall be subject to the approval of the Engineer. The condenser air offtakes shall be internally piped with standard weight stainless steel pipe to one end of the condenser shell exterior as designated by the Engineer. All other connections for the introduction of steam and water shall be fitted with heavy stainless steel baffles and liners to prevent erosior of tubes or shell interior. Baffles for liquid impingement shall be not less than 112 inch thick and baffles for vapor impingement shall be not less than 5/16 inch thick. Connections such as certain trap drains, steam seal connections, and packing blowdown valve outlet may operate at temperatures as high as 600 F to 900 F during startup and in emergencies for short periods of time. These con- nections shall be located in the steam dome or hotwell area and flow shall be directed by baffles away from the tube bank for mixing with the steam in the condenser. Thermal sleeves shall be provided as required to protect the condenser shell. 2A.11.2 Exhaust Trunk. A fabricated steel rectangular exhaust, trunk or connection piece shall be provided to extend the turbine exhaust below the foundation beams so that the exhaust expansion point can be installed below the beams for ease of inspection. The trunk shall be of the same material as the condenser shell and reinforced as specified for the shell. The trunk shall be furnished in one piece with both ends prepared for weld- ing. The connection at the turbine end shall consist of a bar flange approximately 1 inch thick by 2-3/4 inches wide to match and butt against the turbine exhaust to permit the connection to be made by an internal fillet weld. The other end shall be attached to the exhaust expansion joint by welding prior to shipment. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-8 032670 2A.11.3 Expansion Joint, A stainless steel expansion joint specifically designed for condenser service shall be provided between the exhaust trunk and shell dome. It shall provide for the expansion or contraction incident to the operation of the turbine and condenser. The joint shall have ends prepared for welding to the exhaust trunk and shell dome and shall be provided with a stainless steel liner to prevent steam impingement on the expansion element. The joint shall be sufficiently flexible to permit 3/8 inch of total vertical movement and continuous stress under maximwa deflection for the expected life of the condenser without damage to the joint, The force required to deflect the joint through the full required deflection shall not exceed the force limit on the turbine exhaust imposed by the turbine manufacturer. The joint shall be designed to withstand 25 psi internal pressure and 30 inches mercury vacuum without damage. The manufacturer shall furnish complete descriptive information on the expansion joint including the compressive farces. The expansion joint design shall be submitted to the Engineer for approval. The condenser manufacturer shall assume full responsibility for the expansion joint. 2A.11.4 Extraction Piping and Heaters. The extraction piping and ex- pansion joints withir the exhaust space shall be furnished. The piping shall extend from each turbine extraction connection to a termination point external to the condenser shell. The turbine will have two 14 inch extraction connections within the exhaust space. Sizes are approximate. All extraction piping shall be seamless ASTM A106 Grade A, standard weight and shall be shop fabricated to the required dimensions using standard weight butt welding fittings. Turbine connections shall be flanged or butt welding type as required and terminating connections shall be butt welding type. One stainless steel expansion joint shall be furnished in each vertical run of pipe at each turbine connection. The expansion joints shall be suitable for absorbing expansion movements of the connecting piping when the piping is operating at 750 F. Expansion joints shall be protected with stainless steel liners and stainless steel exterior covers. The exact arrangement and size of extraction piping will be determined later by the Engineer. All extraction piping within the condenser shell shall be provided with protective lagging. The lagging shall be shop fabricated and constructed from 16 gauge Type 304 stainless steel. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2A-9 032670 The lagging shall be spaced approximately one inch from the piping sur- faces using stainless steel clips or Nelson studs welded to the surfaces to be lagged. Clip,z on the piping shall be located on 45 degree radial spacing with 3 too'. intervals along the axis of the pipe, The lagging shall be plug welded to the stainless steel clips. Where the lagging terminates, a diaphragm type seal shall be provided to prevent entry of s+:eam. A 3/4 inch drain hole shall be provided in the lowest part of the: lagging of each run of piping. Slip points in the lagging shall be provided at the expansion points in the extraction piping. Lagging covering elbows shall be mitered. All necessary supports, guides, and seal plates required for the extraction piping within the condenser shall be furnished by the Contractor. 2A.11.5 Tubes. All tubes shall be furnished with the condenser. The tubes shall be stainless steel Type 304. The bidder shall state i., his proposal the number of tubes upon which his proposed design is based. The successful bidder will be required to furnish, for approval, drawings of the tube sheet layout. Tubes shall be installed in the shop. The condenser tubes shall be of a manufacture approved by the Engineer. 2A.11.6 Tube Sheets. Tube sheets shall be not less than the thickness recommended by the Heat Exchange Institute. Tube sheets shall be properly braced to withstand the specified water box pressure, plus vacuum load, plus temperature strains. Tubes shall be rolled at both ends and belled on the inlet ends. Tube sheets and tube support plates shall be designed to permit the tubes to be installed straight and sloped toward the outlet end of the condenser, Edges of the tube holes in tube support plates shall be chamfered to facilitate tube insertion. Layouts of the tube sheets and steam lanes shall be submitted to show the adequacy and method of steam distribution in the condenser. 2A.11.7 Water Boxes. Water boxes shall be of the divided type. Two combined return water boxes and two inlet-outlet water boxes shall be furnished. Water boxes shall be of good hydraulic design and shall be liberal in size to provide for low water velocities and best conditions of flow entering the tubes. The water boxes shall be designed for welding to the condenser shell and each water box on the return end only shall be provided with a bolted re- movable cover. All bolts and gaskets shall be furnished and all bolts exposed to the interior shall be constructed from 18-8 stainless steel. (DENTON, TEXAS - 4904 } (SURFACE CONDENSER - M-36A) 2A-10 032670 Each water box section shall be furnished with one 16 inch by 18 inch quick-opening hinged type manhole for a total of six manholes. Two sets of gaskets shall be furnished for all manholes. One set will be installed at startup and one set turned over to the Owner as spares. The water box covers shall be provided with lugs for lifting and handling and blank threaded openings for breaking gasketed joints. Each water box shall be shipped as a complete assembly. Cover and manholes shall be in place and the exterior shall be painted as specified in Section 1B. The interior of the water boxes and water box covers shall be thoroughly cleaned and given a shop applied protective coating consisting of three coats of "Debecote". Except as otherwise specified, all connections shall be flanged, 125 pound ANS standard. Circulating water lower connections shall have lightweight carbon stet-, ASTM A181 flat faced flanges, faced and drilled to mate 125 pound ANS standard. Circulating waiver upper connections shall have butt welding ends. Weld end preparation shall be subject to Engineer's approval. The thickness of the water boxes and covers shall be adequate to withstand the specified design pressure plus a corrosion allowance of 1/4 inch. External water box reinforcement, if required, shall be designed to re- duce dirt and water accumulation to a minimum and present a pleasing appearance. If internal stay bolts are required they shall be designed of corrosion and wash resistant material. If stiffeners or braces are required on the external surfaces of the water box side sheets they shall be designed so that they will not accumulate water or dirt. Each inlet box shall be provided with one Crosby 3 inch, 125 pound cast iron body relief valve with a pressure setting equal to the water box design pressure. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052070 2A-11 Section 2B - AUXILIARY WA'iER COULERS 2B.1 GENERAL. This section covers the design, performance and construction requirements for two heat exchangers to be used for cooling auxiliary cooling water. The Contractor shall furnish and install in the condenarr shell or hotwell two auxiliary water coolers. The coolers shall be of the horizontal, single pass or two-pass tube, fixed tube sheet type having channels cn both ends of the coolers. Except as otherwise specified herein, the coolers shall be designed and constructed in accordance with the latest applicable requirements of the ASME Boiler and Pressure Vessel Code. All data reports and inspection certificates required by the Code shall be submitted to the Engineer. 2B.2 PERFORMANCE REQUIREMENTS. The exchangers shall be designed to operate under the following conditions and shall have capacity as indi- cated. The performance shall be guaranteed. Tube side Medium Treated sevdge-affluent g4yyl~(~/ 4000 Inlet temperature, F 89 Friction Satisfactory for use with either one or two circulating water pumps in operation. Shell side Medium Condensate Flow, each cooler, lb per hr * j~Qq Inlet temperature, F 105 Outlet temperature, F 95 Friction, maximum, psi 5.0 * Refer to Addendum 1 dated June 19, 1970 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2B-1 2B.3 DESIGN. The cooler design shall incorporate the following: Shell side design pressure, psi 150 Tube side design pressvxe, psi 150 Piping connections, ANS 150 lb standard, flanged Circulating water flow Parallel to condenser Tube diameter, in. 7/8 or 1.0 Tube sheet thickness, minimum, in. 1.0 2B.4 MATERIALS. Tubes Type 304 stainless steel Shell Carbon steel Channels Carbon steel Tube sheets Carbon steel Circulating water piping ASTM A7.3 Sch 40 2B.5 CONSTRUCTION. The following requirements shall apply to the con- struction of the coolers. • 2B.5.1 Shells. Cooler shells shall be of welded construction and shall be provided with piping connections for the Owner's piping and instruments. All connections shall be located external to the condenser. All con- nections 2-1/2 inches and larger shall be flanged or prepared for welding at the i'ngineer's option. All connections 2 inches and smaller shall be made wits: 3,000 pound or socket-welding half couplings. i 2B.5.2 Tubes. Cooler tubes shall be of size and material specified and shall be suitable for the operating pressures, temrerstures and types of construction. Tubes shall be rolled into the tube sheets and supported to prevent tube sagging and excessive vibration. Tubes shall be expanded into the tube sheets by a method which will not change the size of the tube sheet openings. (DENTON, TEXAS - 4904 } (SURFACE CONDENSER - M-36A) 052070 2B. 2 28.5.3 Channels. Cooler channels shall be of welded construction. All channels shall have covers which may be removed without disturbing piping connections. Channel covers shall be attached by bolted flange ,points. 2B.5.4 Tube Sheets. Cooler tube sheets shall be of adequate thickness for the design pressures and physical dimensions of the coolers with a minimum thickness of one inch. Tube holes shall be laid out on a tri- angular pitch. Tube hole edges shall be chamfered on the shell side and each hole shall be provided with a minimum of two grooves. The bridge between tube holes shall be not less than 3/16 inch. 2B.5.5 Piping. The coolers shall be furnished with the inlet and outlet circulating water connections completely piped to the condenser water boxes. Piping shall, be fabricated with welding fittings. Suitable expansion Joints shall be provided if required. A manually operated butterfly valve shall be provided in the outlet piping from each cooler. 2B.5.6 Relief Valves. One Crosby one inch sentinel type relief valve shall be provided on the tube side of each cooler. (DENTON, TEXAS - 49A ) (SURFACE CONDENSER - M-36A) 2B-3 Section 2C - AIR REMOVAL EQUIPMENT 2C.1 GENERAL. This section covers the design, performance, and con- struction requirements for mechanical condenser exhaust units, The equipment furnished shall be complete condenser air removal s, It shall provide vacuum hogging of the condenser and an automat..- changeover to vacuum holding at a preset absolute pressure. Each unit shall be shipped as a complete assembly including motor driven vacuum pump, seal water separator, pump discharge silencer, het ejectors$ control valves, shutoff valves, pressure reducing valves, check valves, pressure and temperature switches, air meter, control air filter regula- tors, control panel, and all other accessories required. All piping and wiring required for interconnection of all equipment shall be furnished. The units shall be Model CL-705, manufactured by Nash Engineering Company, South Norwalk, Connecticut. 2C.2 PERFORMANCE REQUIREMENTS, The equipment shall be designed to operate under the following conditions: Number to be furnished 2 Nash model number CL-705 Holding capacity, each unit, free dry air in a saturated air vapor mixture at 71.5 F • and 1.0 inch Hg absolute pressure, scfm minimum 8 Hogging capacity, each unit, dry air at 15 inches Hg absolute pressure acfm minimum 710 Cooling water supply Pressure, psi maximum 50 Temperature, F 95 (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052070 2C-1 2C.3 PERFORMANCE CURVES. A performance curve shall be submitted showing the holding capacity in scfm of dry air saturated at 7.5 F below vacuum temperature at absolute pressures from 1.0 to 5.0 inches of mercury. A performance curve shall be submitted showing the hogging capacity in a,,fm of dry air at absolute pressures from 5.0 to 30.0 inches of mercury. 2C.4 GUARANTEES AND TESTS. The condenser exhaust units shall be guaran- teed to perform as specified and as shown by the performance curves. They shall operate satisfactorily in conjunction with the surface con- denser specified in Section 2A and are subject to testing and modification as specified therein. 2C.5 CONSTRUCTION. Each vacuum pump shall be the manufacturer's standard for this service, with packed stuffing ooxes, antifriction tapered roller bearings, direct driven by an electric motor through an all metal, lubri- cated gear type, flexible coupling, Fast or approved equal. The unit design shall incorporate a pump discharge silencer providing a low operating noise level. A heavy structural steel baseplate designed for bolting and grouting to a concrete base shall be furnished. A depressed center section for collection of drainage and a threaded drain connection at one end of the base shall be provided. The separator tank on each unit shall be furnished with a rolled angle flange around the base. 2C.6 CONTROL PANEL. Each condenser exhaust unit shall be provided with a fully enclosed control panel. The pane]. shall be approximately 30 inches wide by 9 inches deep by 72 inches high. It shall be fabricated of 1/$ inch thick steel plate and provided with a front opening, continu- ous hinged door with a three point latch. it shall be mounted on the baseplate beside the motor. All control devices not required to Le unit mounted shall be installed in the panel and shop piped and wired. The following devices shall be mounted on the front of the panel: 1 - Heavy-duty maintained contact type motor control push-button station with "start" and "stop" push-buttons 2 - Vacuum gauges, one indicating condenser vacuum, one Indica- ting air het discharge vacuum. Gauges shall be Ashcroft 1379 with 4-1/2 inch white dial, black numerals, and chrome plated threaded bezel ring for flush mounting. (DENTON, TkXAS - 4904 ) (SURFACE CONDENSER - M-36A) W-2 032670 2 - Thermometers, one indicating cooling water temperature and one indicating seal water temperature. Thermometers shall be American mercury actuated No. 4-1/2 - 64TOhB with white dials and black numerals, stainless steel armored capillary tubing, and stainless steel separable sockets. Ashcroft 1379 cases with chrome plated threaded bezel ring for flush mounting shall be used. 1 - Circuit breaker, 3 pole, 480 volt ac, 10 ampere, 10,000 ampere interrupting rating, Westinghouse Catalog No. EH 3010 or approved equal, for flush panel mounting on control panel. This breaker shall serve as branch protection for the seal water pump motor which shall be tapped from tho vacuum pump motor leads. All other control devices for the unit shall be mounted within the panel. Temperature switches, vacuum switches, solenoid valves, and other devices shall all be clearly marked as to function. United Electric Company F-7 temperature switch with 3tainlese steel armored capillary tubing and stainless steel separable sockets shall be provided. All interconnecting tubing shell be run in a neat manner to bulkhead fittings for attachment of external leads. All vacuum gauges shall be provided with shutoff valves. All panel internal wiring shall be neatly bundled and run to terminal blocks for connection of the external wiring. The vacuum pump motor leads shall be connected to terminal blocks pro- viding connections for the power supply wiring. The terminals shall be sized to carry 125 per cent full load current of the motor. 2C.7 PIPING. All interconnecting piping which is necessary for operation of all equipment furnished with the condenser exhaust units shall be furnished and shop installed complete with valves and fittings. Except as otherwise specified herein, all pipe shall be seamless carbon steel ASTM A53 Schedule 40. All fittings used with steel pipe 2 inches and smaller shall be 2000 pound carbon steel socket welding type. All fittings 2-1/2 inches and larger shall be seamless butt welding type ASTM A234 constructed from carbon steel. All flanges shall be 150 pound forged carbon steel welding neck type. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2C-3 03267o All valves 2-1/2 inches and larger shall have flanged cast iron bodies, stainless steel seating surfaces, and stainless steel sterns. All valves 2 inches and smaller shall have 600 pound carbon steel bolted bonnet socket welding end bodies, stainless steel renewable seats and discs, and stainless steel stems. All control air and pressure sensing lines shall be AST14 B68 drawn temper Type K copper tubing not smaller than 3/8 inch with Crawford "Swagelok" tubing fittings. All tubing external to the control panel shall be pre- fabricated with fittings installed, identified, and boxed for shipment. 2C.8 WIRING. All interconnecting wiring which is necessary for operation of all equipment furnished with the condenser exhaust units shall be furnished and shop installed to terminal boards on the control panel. The installation shall be complete with conduit and conduit fittings. Wiring shall include, but not be limi,'.ed to, a circuit between the terminal board for the vacuum pump motor and the line side of the specified circuit breaker. Wire to the vacuum pump motor leads shall be sized to carry 125 per cent of the full load current of the motor. All wiring shall be in accordance with the requirements of the GENERAL EQUIPMENT SPECIFICATIONS. Conduit shall be rigid galvanized steel conduit with short lengths of liquidtight flexible conduit for connections to electrical devices where required. Maximum flexible conduit length shall be 18 inches. 2C.9 MOTORS. Motors shall conform to the Motor Specification and Data Sheets bound in this specification and to the requirements stipulated in Section 1D, GENERAL MOTOR SPECIFICATIONS. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052070 2C-4 17 DRIVEN EVU I Ivu; ,I r C00ENSER EXHAUSTER QHP eaEfO Aa RFQ'D rFM, 1~ :Ir i.1 too N, 'GLEL L7,T~ TFtiA tA_?bA Ir•al ra't. rl!: '.A:r NJ d1 •1P :Ai'f 'o o ''i I~I ~ ~I rf i t. r. rl, , tr .1.1 i A,; REQUIRED 1,6O 3 rr, FO nI I 15 f; 13 - Af ai.. - - 1c,."l'AiEi Y I:!: l Ehl, IN'y~tATIC.,, Y,I{M: IN - h,v,I!NT rivrI.RA I'J t 4o I TfMF'[4AfUP1 PVSE 0LI D Frrlr?ru;i; n'rl DRIPI'ROOI' McuvTVN'.•, HGAIZONTAI, S r. A',I wIi21- 0 TO ,,I A.„ - - IN1 14A`l I !tLr IIIf UIIrk6 is ,.;l~'f !4f h'. nIArIN',;', ANTIFRICTION ~lyl~',w I IrC IAc._~;AI 20 Arl''r lY.i GREASY SFLF-LU13RICATED t I I I Tt''-AINi"iE-,, 14 SERAeA1; fl[l:rT(J ^vlriEl ;'0 •rilN l4'.~ yi(i,c ~.1M - - ,j A!,TI rY A`,; - - flt..i„ EEAkINS`.: TYFE - 1 ,r PE - c (.DNC'I rC,i `I: F'I 51ANilh. LIAIQo FfFN~ = A TA '.•.I I. r,l: .t{ill ~I . JI. ~ ,1 1a MG'0~ llAli i.:OJF'EIN PONINI[r' I'1 r•".1'1"hC1) AppA1•.'ATIJ{, rAC•j'jACINATE rY is N lily ! alC_:L11r'.; 11YE .,'.,q ~_f.~ ,6, P,.'wfN~TAr _ ~E',T U;(r+.C ^7TCT: T 0 P Ui FT - I° LUG, r/' :Ay 6i l'. I: it}- .,r fT_... MOTOR SPECIFICATION AND DATA SHEET BLACK 6 VCATCH DENTON, TEXAS f 0%SULT I N,G EN.0I N E I RS MUNICIPAL ELECTRIC GENERATING STATION ?A,;• 1. FA%5A5 C.I TY u.~. UNIT 5 65,000 KW Section 2D - CONDENSATE PUMPS 2D.1 GENERAL. This section covers the design, performance, and construc- tion requirements for the condensate pumps. The pumps shall be of a proven design. The pumps will be located indoors near the condenser at ground floor eleva- tion. They will pump from the condenser hotwell. Yhe pumps shall be com- plete with motors, couplings, and baseplates. The design of the pumps shall be coordinated as stated in Paragraph 1B.13 in GENERAL EQUIPMENT SPECIFICATIONS. 2D.2 PERFORrANCE, The equipment shall be designed to operate under the following conditions: Number to be furnished Two Fluid pumped Condensate Capacity, each, gym 850 Total head, feet 425 Maximum allowable total shutoff head, ft 530 NPSH available, referred to pump suction, inches 6 Normal pumping temperature, F 109 Maximum pumping temperature, F 115 Maximum rotative speed, rpm 1750 2D.3 CONSTRUCTION. Equipment construction shall be in accordance with the following requirements: Pump type Vertical wet suction can type Suction connection type Flanged Discharge connection type Flanged (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052WrO 2D-1 Materials - Pump materials shall be equivalent to or shall exceed the strength and corrosion-erosion resistance of the following listed materials: Outer barrel and discharge head Carbon steel - ASTM A36 Bowls Cast Iron - ASTM A48 Impellers Bronze Shaft 18 per cent cr stain- less steel Shaft sleeves 18 per cent cr stain- less steel Wearing rings 18 per cent cr stain- less steel Bowl bolting 18 per cent cr stain- less steel Baseplate Carbon steel - ASTM A36 Bearings Sleeve Thrust bearings In drive motor Shaft seal type Mechanical seal Gland seal water Condensate 2D.4 PUMP CHARACTERISTIC. The pumps shall have a steadily rising head capacity characteristic. The shutoff head shall not exceed that given under- PERFORMANCE. The pumps shall be capable of operation with unthrottled discharge. :he motors shall be capable of operating at these runout conditions without exceeding the service factor of the motor. The preferred maximum efficiency point should occur at approximately the rated capacity. 2D.5 CHARACTERISTIC CURVES. Certified pump characteristic curves shall be submitted. The curves shall show total head, efficiency, and brake horse- power as ordinates with capacity in gallons per minute as the abscissa. Characteristic curves showing head, horsepo%rer, required NPSH and efficiency all plotted against gallons per minute delivery shall be supplied. Speed torque curves for the pump drive and motor, and the combined moment of in- ertia (WK2) of the pump, drive, and motor shall be submitted. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 2D-2 Head, horsepower, and efficiency curves shall also be submitted for the maximum and minimum diameter impellers which may be fitted to the pump casing. 2D.6 GUARANTEES. The pumps, drives, and motors shall be guaranteed to deliver the specified capacity at the head specified. They shall be guar- anteed to operate without cavitation, pitting, excessive vibration, or noice under all conditions. The condensate pumps shall be guaranteed to operate satisfactorily either singly or in parallel, and when bringing on or taking a pump out of ser- vice with the other plump in service. Condensate pump NPSH requirements shall be based on one pump operation. Special attention shall be given to sizing the pump cans to meet NPSH re- quirements. Losses through the can shall be included in pump NPSH require- ments. The design of the pump drive and motor shafts shall be such that no critical speed shall occur within a safe margin of the pump operating speed. 2D.7 TESTS. Both condensate pumps shall be shop tested for capacity, power requirement, and efficiency at each of not less than four different heads and capacities on the condensate system curve including rated head, normal operating range limits, and at minimum recommended flow. Eight certified copies of curves resulting from the test shall be submitted to the Engineer for approval before shipment of the equipment is made. These curves shall indicate the actual test pressure and temperature condi- tions and the observed test points, If the pump auction conditions (pressure and/or temperature) differ from the conditions listed under PERFORMANCE, appropriate correction factors shall be applied to the observed test curve and a corrected curve shall be indicated. The curve shall then represent the expected pump performance under PERFORMANCE conditions based on the shop test data. After installation of the equipment, a test will be performed by the Owner to check the pump characteristic curves when operating under the PERFORMANCE conditions based on the certified pump curves. If the difference between the proposal curves or actual field performance and the expected pump performance indicated on the certified pump curve for the shop test, is in the opinion of the Engineer or Owner, too great, the Contractor shall modify the pump as required, in accordance with the proce- dures given under GENERAL CONDITIONS. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 2D-3 2D.8 ARRANGEMENT. The condensate pumps shall be arranged for above fluor suction and above floor discharge. The pump baseplate will be grouted in at the elevation given under CONSTRUCTION. 2D.9 PUMP CONSTRUCTION. The following requirements shall apply to pump construction. 2D.9.1 Arrangement. The pumps will be installed with their beseplates below the suction connection (bottom of suction pit). The pumps shall be designed for proper operation with this arrangement. The motors shall be mounted directly on a machine base on top of the pump discharge head. The motor mounting base shall be of complete cylindrical constru^tion fabricated from steel plate suitably reinforced. Handholes shall be provided in the mounting base for access to the coupling. 2D.9.2 Shaft Couplings. Couplings shall be Fast vertical thrust couplings or approved equal. 2D.9.3 Venting. Suitable vent connections shall be provided for venting the pump casing and discharge head to the condenser shell. 2D.9.4 Assembly. A flanged joint shall be provided between the discharge head and "can" to permit removal of the pumping element without removal of the "can". Each pump and "can" shall be fully shop assembled and shipped as a single unit. 2D.10 DRIVE MOTORS. Motors shall conform to the Motor Specification and Data Sheeta bound in this specification and to the requirementa stipulat.A in Section 1D, GENERAL MOTOR SPECIFICATIONS, except as modified herein. Motors shall be manufactured by Allis-Chalmers. 2D.10.1 Thrust Bearings. Thrust bearings shall be suitable for the motor and pump upward and downward thrust loads. Bearings shall be sized for 25- years average life based on AFBMA standards and normal design thrust or normal pump thrust at rating, whichever is greater. Pearings shall have close fitting covers on boti sides and a labyrinth W nger on the output shaft. All bearings shall be self-lubricated. I i (DENTON, TERA.S - 4904 ) (SURFACE CONDENSER - M-36A) 032670 2D-4 D rI rEN EQU I PKEN I CONDENSATE PU'S' cKP "pffD 1800 Pv .2 c. Go . IrI . :'I I r r 1.15 R B YES u - - AINT TEMPihA'Ll~r 40 '14lr =CTUF FI`f. I- . fNLE~~~tl~r: TyP! DRIPPROOF ~•:orlTlr; VERTICAL SOLID N6i i ' ll' K - - :N! ioalL Ec NO I~L~ NI BFI SPHERICAL ROLLF'R TPRU(ti'.,eL,,,, fI+! ;.,Irr•I+;I 70 y Y, Jdl' SUBMERGED y ;11 t' SELF-I,URRICA'PF'h, PUMP ACTION f u a $ AMA ir~~ ' ICTfON GUI DP REARIN(J. GREASF, LIJRRIC/'.l FD, l5 Ii tp}.IiiJnj IT'Ilii4'~: Wiull) 'C, 1{L~'I N.1, ',.Td-I a ",f N'1 IY 1 '1R VMA':., r-LA.IH 4 ryF'L - - - ',4-j Lt 'y V( T 1.1 Y. +i1 r, 1, t I11N'. I'. .',1v •ir, II 'r :rr. - - y.[.. ,."e w - -JA - - I TY"r' 'IA1F r'GUPL IN M6jNTTE' ICY [if!-iJ: APi'A41IUS TAC) ri}rv 6'i.IhA1I1 h1 ( Ai,'11fnAi1 "rG TIME `~')11'JD f•~.':- I`.•~ . •r il' rULL L.rA;.. P•-.., Ir•I,'r:fN',r .I if IIE` Y, fry: '.EN %LILL L1-'A ~ ~.U~^LNT blr:~r,i IN CG. t. .41 112 LC) EG ;1i0F CG~RI4T A~qI', py L i'Fp CENr LOi.~I'~' 'J4TOG i.OA'• 11' 4/'. r'jiLL JP lCLSUI r , ~U IL IN n" `r lI(i I' 1"r "IIA L;'-F , MOTOR SPECIFICATION AND DATA SHEET BLACK 6 VEATCH DENTON, TEXAS cry"r•Ul T I Ni, f t. "\f F ny MUNICIPAL ELECTRIC GENERATING STATION „ I KA%5.1 rY , 1.10. UNIT 5 65,000 KW Section 2E - CIRCULATING WATER PUMPS 2E.1 GENERAL. This section covers the performance an9 construction re- quirements for the circulating water pumps. The pumps shall be of a proven design. The pumps shall be furnished with electric motors and all accessories re- quired for complete pursping units. The design of the pumps shall be coordinated as stated in Paragraph 1H.13 in GENERAL EQUIPMENT SPECIFICATIONS. 2E.2 PERFORMANCE. The pumps shall be designed to operate under the follow- ing conditions: Number to be furnished Two Fluid pumped _:edt;d sewage effluent Temperature of fluid, F 40 to 95 Capacity, each pump, gpm 309000 Total head, feet* 64 Maximum speed, rpm 500 2E,3 CONSTRUCTION. Equipment construction shall le in accordance with the following requirements: Pump type Vertical wet pit Impeller t,%rpe Mixed flow Discharge connection 30 inch minimum, 125 lb size and type ANS flange Removal provisions Pullout design * Total head shall be the total pressure available at the pump discharge con- nection measured above the pump pit low water level. Friction through the pump column and elbow shall be charged to the pump. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 2E-1 052070 _J Materials - Pump materials shall be equivalent to or shall exceed the strength and corrosion-erosion resistance of the following listed materials: Impeller Bronze Suction bell Cast iron A unp bowls Cast iron Column Carbon steel ASTM A242 Shafting 12-14 per cent cr stainless steel Wearing rinbs Bronze Bearings Bronze Thrust bearing location In motor Pump discharge location Above baseplate 2E.4 ARRANGEMENT. The pumps will be installed outdoors in an unprotected 1 location and all necessary features required to adapt them for operation in the weather encountered at this station shall be provided. The pumps shall be designed for upward removal from the pump column of the entire pumping element without disturbing piping connections, baseplate, or anchor bolts. Pump Setting Arrangement - Operating floor Datum Center of pump discharge Above Pump pit low water level 21-0" below Bottom of pump pit As required The two pumps will be connected to a common system of discharge piping. 2E.5 PUS CHARACTERISTICS. The head capacity characteristics of the pumps shall rise steadily from the design point to shutoff. Preference will be given for a pump which has a low shutoff head, low re- quired horsepower at shutoff, and maximum efficiency at approximately the rated design conditions. Pump operation shall be in accordance with the requirements given under GUARANTEES. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 052070 2E-2 2E.6 cHARACTER1GTxc CURVES. Certified pump characteristic curves shall be submitted. The curves shall show head, efficiency, net positive suction head required,and horsepower as ordinates with capacity in gallons per minute as the abscissa. Characteristics of the maximum and minimum diameter impellers which may be fitted to the pump casing shall also be indicated. The pump curve sheets shall also indicate the combined head capacity curve of two pumps in parallel operation. Speed-torque curves for the pumps shall be submitted. 2E.7 GUARANTEES. The pumps and motors shall be guaranteed to deliver the specified capacity at the head specified. The pumps shall be guaranteed to operate satisfactorily without cavitation, pitting, excessive vibration, or noise in both parallel operation with two pumps in service and single pump operation when pumping uncontrolled against system head and when starting or shutting down a pump with the others in operation on the header. The approximate system head conditions are as follows: 20,000 gpm 40 ft 41,000 gpm 50 ft 60,000 gpm 64 ft Pump submergence shall be based on one pump operation. The design of the pumps and motors shall be guaranteed to be such that no critical speed shall occur within a safe margin above the pump operating speed. 2E.8 TESTS. The circulating water pumps shall be shop tested for capacity, power requirement, and efficiency at each of four different heads including rated head, normal operating range limits and at minimum recommended flow. Eight certified copies of curves resulting from each test shall be submitted to the Engineer for approval before shipment of the equipment is made. These curves shall indicate the actual test pressure and temperature condi- tions and the observed test points. If the pumps cannot be shop tested, then curves of the prototype pumps will be acceptable, but the Contractor shall state in his proposal that prototype pump curves and data are guaranteed. As a minimum requirement, pumps and drives shall be completely shop assem- bled and checked. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032070 2E-3 If the pump suction conditions (pressure and/or temperature) differ from the conditions listed under PERFORMANCE, appropriate correction factors shall be applied to the observed test curve and a corrected curve shall be indicated. This curve shall then represent the expected pump performance under PERFORMANCE conditions based on the shop test data. After installation of the equipment, a test will be performed by the Owner to check the pump characteristic curves when operating under the PERFORMANCE conditions based on the certified pump curve or the shop test curve if avail- able. If the difference between the proposal curves or actual field performance and the expected pump performance indicated on the certified pump curve or the shop test curve is, in the opinion of the Engineer or Owner, too great, the Contractor shall modify the pump as required in e,:cordance with the procedures given under GENERAL CONDITIONS. 2E.9 PUMP CONSTRUCTION. The following requirements shall apply to pump co"t;truction. 2E.9.1 Impeller. The pump impeller shall be of the mixed flow type. Renewable impeller and casing wearing rings shall be provided. 2E.9.2 Column. The pump column shall be of welded construction using Cor-Ten A or approved equal steel plate not less than 3/8 inch thick. Joints in the pump column shall be flanged. Bolting for flanged Joints shall be Type 316 stainless steel or other suitabl6 noncorrosive material as approved by the Engineer. The pump column shall be constructed so the entire pumping element includ- ing impellers, bowls, diffusers, and wearing rings may be pulled out without disconnecting the pump discharge connection and pump baseplate. 2E.9.3 Motor Support. A motor support base shall be provided for mounting the drive motor directly on the pump. The motor support base shall be of cylindrical construction with all supporting ribs and bracea, if required, on the interior of the base. Suitable access openings shall be provided for convenient access to the coupling and shaft seal. The base shall be machined and drilled as required to receive, and provide proper alignment for, the motor. All bolting, washers, and dowels required for securing the motor to the base shall be Type 316 stainless steel and shall be furnished. 2E.9.4 Shafts. The pump shaft shall be of special materials machined at all surfaces. Shaft couplings between the motors and pumps shall be the bolted flange type. Other couplings may be bolted or screwed with pins. All shaft and impeller connections shall be designed to prevent any difficulties under reversing pump rotation induced by backflow of water. (UNTON, TEXAS - 49Q4 ) (SURFACE CONDENSER - M-36A) 0520TO 2E-4 2E.9.5 Bearings and Lubrication. All shaft bearings in contact with fluid being pumped shall be of rubber backed bronze, shall be of sufficient number to prevent shaft whip and shall be lubricated by the pumped fluid. All bearings shall be mechanically secured to the bearing housings to prevent bearing rotation or movement during operation. A packing gland shall be provided at the top of the shaft enclosing tube, accessible through openings in the motor support stand. Shaft sleeves shall be provided at the stuffing box. The box shall be of sufficient depth to permit ample packing. The packing gland shall be split. to facilitate re- packing of the box. The space between the motor and the stuffing box ¢hail bo sufficient to permit removal of the packing gland and insertion of packing without dis- mantling the pump. The thrust bearing shall be furnished in the motor. 2E.9.6 Baseplates. Each pump shall be provided with a heavy cast iron or structural steel baseplate. Separate heavy steel. soleplates shall be provided for grouting and shall be designed to permit removal of the entire pump and baseplate without disturbing the soleplate or grout. The base- plate shall be provided with a drip lip and drainage grooves sloping to a drainage hole which will discharge into the pump pit. 2E.1.0 MOTORS. The drive motors for the pumps shall be of solid shaft de- sign and shall conform to the requirements of the Motor Data and Specifica- tion Sheets bound in these specifications and to the requirements stipulated in Section 1D GENERAL MOTOR SPECIFICATIONS. Motors s.ial.l be manufactured by Allis-Chalmers. 2E.11 ASSEMBLY. Each circulating water pump shall be shipped fully shop assembled as a single unit. Each motor drive shall be shipped fully shop assembled but separate from the pumps. 2E.12 OPERATION. The pumps shall be identical units, designed to operate singly or in parallel. All replacement parts shall be interchangeable. (DENTON, TEXAS - 4904 (SURFACE CONDENSER - M-36A) 2E-5 032670 uk+vtN rc,uir+~tNr CIRCULATING WATER PUMP P "41"FD AS 14 FT D.;`nt r.rl Eo. Tr' '1, 1'. 1 , '.I, "v'. i11R ~,!I!K[hl V.1)JF'l. V.';, r'1'.Jti~i•, .,..~t,14 E"1h ~i: +li I' I~Piii ,~,5: AS NFQUIRF.1) 11000 3 r..,, 00 OUT ;Ilah';Ir ' 6~lii 1A~T I.IJ kn 'r te;t IN"~Ot LION tIV, LAEE.ftft1{OS :1!%N :E;Ety YES fN:,lr,J,a d7 .uI, I 7 I v MO 6' RTYP RI ECTF ~tI'` 'ti °i t4 +NF, i'l N r+, r'Itr, VF,R"i'ICAL SOLIu I r.t•,r ,rAl 1~1'nl~l,~. 120 t`tt, SINGLE' I,la,, w+;tD Y F ^ut! all. lit it; YES ,ItaI;iN1 arr,(10.1 ,;N. BYROVABLE WASHAPLEs IMPINGENIEN'i TYPE FILTERS HAVIiw :'INC 1111ATFI) STEEL FILTER MEDIA SHALL BE F+JRI,lISHED 7,r KINGSEURY THRUSTT rrll'',;r Jilt j.fwAl OIL BFARINIt ,iM SELF'-LUBRICATED o+Hlu F';;I to-•,r,i1, SPLIT SLEEVE, OIL LUBRICATED 01DE BEARING If11P FR it Cite RS: 'rrI F 'C. ti «''11NAt hGA'ah IN '•IPArAT 5E fE1 f(.'P 4FHIr1Al WitjLINr,: Pf5 r3, Citi M.'~ - - f,'UANIIIY i'+'4 PNA:C - - plrlti'', - et' AnI1tPE YES 'A I"tAN',E 4 P: 1YPE - :,Y;tEta 'h.''I pa ;1 rQNJI flG~t`.': PvfU~' iG 'i14AT It4 'AO7 C11' N7 f' 117 K1 ' )E!';•;,I 't4i'i LG'IC_ i(` ci44'I!I<. l)F F!RT'~ Piu (.ENT ON L '~Y~ a7f ~`,1 q r.dl' ]i'i'V ldi v: 0%*I+ ,y F't 11'. 'F r~ GrPAn"S fLI' ia;y: (fdj v' y, .y I l', 1111 Iht L. iT r_ _ 04 ti L MOTOR SPECIFICATION AND DATA SHEET j BLACK 8 VEATCH DENTON, TEXAS CW'1a_ T t tic LNG I nr r RS MUNICIPAL ELECTRIC GENERATING STATION , c I I KA%SAS CITY, %P UNIT 5 65,000 KW Section 2F - BUTTERFLY VALVES AND EXPANSION JOINTS 2F.1 GENERAL. Butterfly valves and expansion joints shall be furnished for the four condenser circulating water inlet and outlet connections, the two circulating water pump discharge connections, and the auxiliary water cooler outlets. 2F.2 BUTTERFLY VALVES. Butterfly valves shall be Henry Pratt, Crane, or Allis- Chalmers. Henry Pratt combination butterfly valves and expansion joints will be acceptable. Valves on the circulating water pump discharges shall be furnished with motor operators. All other valves shall be hand operated. Valves shall be the same size as the connections to which they attach. 2F.2.1 Valve Construction. Butterfly valve bodies shall be constructed from steel or cast iron and shall be provided with renewable rubber seat rings or spool type liners. Valve discs shall be steel or cast iron with chromium plated or hardeneG stainless steel edges polished smooth. All valves shall be provided with stainless steel shafts. Valves shall have flanged ends drilled in conformance with the 125 pound ANS B16.1. Valves shall be designed for a working pressure of 50 psi or 30 inches Hg vacuum at maximum circulating water temperature, and valve bodies shall be capable of withstanding a hydrostati test pressure of 125 psi. The valves shell be capable of tight shutoff against a maximum differential pressure of 50 psi. Valves shall be designed to withstand all stresses imposed by a 10 second closing cycle under rated pressure with a maximum pipel'ne veloc- ity of 10 feet per second and to operate without vibration or other objec- tionable results when locked in any position with 50 psi differential pres- sure across the valve. Valves shall be constructed so that the shaft may be placed either horizontally or vertically. A position indicator shall be furnished which will indicate the position of the valve at a3.1 times. Hand operators shall be of the self-locking, worm gear type. The reduction gears shall be totally enclosed in an oiltight housing and shall operate in a lubricant bath. 2F.2.2 Motor Operators. Motor operating units shall be Philadelphia Gear Limitorque and shall be designed for operating the valves with 50 psi dif- ferential pressure across the valves. Valve operating speeds shall be se- lected to open or close the valve in 30 to 60 seconds. All necessary contacts and interlocks shall be included within each motor operating unit for remote electrical control and for automatic stopping of the valve disc at the limit of its travel in both opening and closing opera- tions, The contact interlocks shall be geared limit switch rotor type. Provision shall be included for protection of the valve disc from damage (DENTON$ TEXAS - 4904 (SURFACE CONDENSER - M-36A) 0;2070 2F-1 due to closing on foreign material in the valve seats. One of the limit switches provided on each of the operators for the circulating water pump discharge valves shall be adjustable to trip the circulating water pump motor at a point in the valve travel such that the vAl.ve will be fully closed just as the motor comes to a stop. Control circuits will operate on 120 volt ac current. Reversing contactors shall not t>e furnished with the motor operating units. A handwheel and position indicator shall be provided for manual operation of the valve. Provision shall be made for manual engagement of the hand- wheel at any time except when the motor is energized during which time the handwheel shall be automatically disengaged. Motor operators shall be suitable for installation in any position without lubricant leakage or other operating difficulties. Motors shall be ball bearing, totally enclosed, high starting torque, re- versible, with Class B insulation, and designed for nominal 440 volt, 3 phase, 60 hertz ac current. Motor and switch enclosures for the circulating water pump discharge valves shall be provided with 120 volt ac space heaters. Motor conduit boxes shall be gasketed, waterproofed, and corrosion resistant. 2F.3 EXPANSION JOINTS. A rubber expansion joint shall. be provided as an integral part of the butterfly valves, or as a separate point, to be installed on the condenser circulating water connections, the circulating water pump discharge connections, and the auxiliary water cooler outlets. The expansion joints shall conform to the standards of the Rubber Expansion Joint Division of the Mechanical Packing Association. 2F.3.1 Construction. Expansion points shall be constructed of reinforced rubber and shall be designed for a pressure equel to the water box test pressure and 30 inches Hg vacuum. Each joint shall be provided with adequate corrugations to allow 1/4 inch axial and 1/4 inch transverse movements from a neutral position in every direction. Each joint shall be provided with a control unit consisting of not less than four restraining bolts. Restraining bolts and attachments shall be designed to restrain the force due to 200 per cent of the valve design differential pressure or 30 inches Hg vacuum and allow free movement of the point in transverse shear. Expansion points on the circulating water p%mp discharges shall be weather protected with a neoprene outer covering. (DENTON, TEXAS - 4904 ) (SURFACE CONDENSER - M-36A) 032670 2F-2 J DRIVEN fQLiFM:gI MO'T'OR OPERATED BUTTERFLY VALVE PkP T crEro AS REO'D ~~w. ..r u, , ~,c '♦F, r f; t o III 1 1 "''!1'. i,, 1. {1 ~ ♦ '1.._ 1 i. , ,',1. i. ♦ ,ill AS HI'X)i DED i, LAS R~♦i~ n 1 i 1460 3 G0 Our P l r;ff liTARTIfi ; I'ORQUL FLANGED SOLID ROTAI,LY ENCLOSED ~ruc+r c - 1.- - P1'4' -E wIR10 Ir' sl; F1 LIE4 - - J?P{rJr rc4'y`~:'?q~ - TALI ATIO~ ON"' Il~ • , SUITABLE FOR INSTALLATION IN OUTDOOR 1"( UINPROTRCIPFD LOCATION ANTI FRIC`i'ION Mralr'ijti{ tlrl IalnwA) 15 GRFJSF yTE14 SFI,F i.Tf.', .fp1,:,"-rE ~It !Er.ir ofi hL I NVT;' ,.,4 A'IIIIY PIT- F'dA. ifr AF!{N7Y➢r irl`LkAPr 4 1TYiq - - io irA 1 IC; cIIhr, 4TC a Flj r,r ,r. r. r, Mpr(: ,..T _ C{1 C+;717,,, r, TAr1,4, li:y..P[♦+ r,iNl (!1 d 't ll. „G',E {c7, '10TOR SHALL CLOSE VALVE IN 30 to 60 SFCOIIfJs. I 19: •~'•li LI;P11~ dN'i: '.•v 4EL.='~. AFFARAIU IA',~ ri x.1'1 'fL I'Y 111 + Vr i1UlL (,q '.111`. •l nT . r _ r ♦ si,L, MOTOR SPECIFICATION AND DATA SHEET BLACK n VEATCH DENTON, TEXAS COY;. lTI.. F%GINEtri MUNICIPAL ELECTRIC GENERATING STATION 1 1 r,Ar,5Ai { n•, %11 UNIT 5 65,000 KW r - ri. EXHAUST ~L TURBINE-GENERATOR - OPERATING f100k N El. BS8'-0" ' r- ~~.J fir---- ~ r CONDENSER - OUTLINE TURBINE-GENERATOR o FOUNDATION r ~ y I L I 181-4" OVERALL + CLEARANCE 84SEMENT FLOOR EL. 636'-0' P1 1( 1 AUXILIARY WATER COOLERS 10'-5" 8'•3" ELEVATION AT WATERBOX FRONT CONDENSER ARRANGEMENT BLACK 6 VEATCN DENTON. TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION M4904-1223591 KANSAS CITY, MISSOURI UNIT 5 65000 KW ~ rt ii #4y~ai d r~~r~ ~a~t•xr~>• r",( kM 7~, x ai ~Y`.p~ {.°L4 qtr ar:~i `r F. T! ~,~,y1{}~,~y ~p ♦ rs~{y{ a~ r. ~ 1 L~ ~ v 7 t r 1 b~ y t _ ~S 3 ° i ' xrt # " r}~! ~ ~ ~ ~ ~7~'~t~d,~y: rf'(B iw. C~' ~~a ~I T~f- •~I o- I.y la prt 4 S •l i /r. 5 n 1t ~ ~Yk r _ iy}~• it n ~ ~ e . ~l',. ri t s ~ ~ f ' ~ ,1'~ r i i Fd.~ r = 3 w'~ 4 r t°R Ai ?r q r r • r I, APPE,NDI X . 'r'te r SPECIFICATIONS AND DOCUMENTS MUNICIPAL ELECTRIC GENERATING STATION UNIT 5 CITY OF DENTON, TEYAS SURFACE CONDENSER SPECIFICATION 4904 14-36A ADDENDUM 1 June 19, 1970 Each bidder shall note these revisions to the contract documents and in- corporate these revisions in his proposal. Each bidder shall attach a signed acknowledged copy of this entire addendum in the front of the specifications submitted with his proposal. This addendum consists of this page and revised Page C-2. 1. Page CC=2. Delete entire page and substitute revised Page C-2 attached to this addendum. 2. Page 2A-2, Article 2A.~. Change the circulating water source from "cooling tower" to "Treated sewage effluent". ~I 3. Page 2A-3, Article 2A.9. Change the specified tube gauge from "20 BWG" to "22 BWG". i 4. Page 2B-1, Article 2B.'<'.. Under tube side, change "Flow, maximum, { each cooler, gpm" to read; "Flom, maximum, both coolers, gpm" 5. Page 2B-1, Article 2B.2. Under shell side, change the specified flow from "500,000"7o - "350,000". BLACK & VEATCH Consulting Engineers 4 is ACKN0WLEDG24ENT The undersigned bidder hereby certifies that the revisions set forth in this addendum have been incorporated in his bid and are a part of the contract documents. Signed ---DE LAVAL URBINE IN . Fred W. Ae tz, Jr., General 'anager Date July 1, 1970 (DENTON, TEMS - 4904 ) (SURFACE CONDENSER - M-36A) (ADDENDUM 1 ) 061870