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