HomeMy WebLinkAbout1970
i
v!t `
ti a ` ki ~ l
I,
a
In ~r,
Y ~r'rM 1 e, i r. f a. ti S h IA ~ M1 s s, r r ail. Y~ '1( ~ 1 ~1 x
y ~ ,~~r~~~~vll ~Mo ~I ~r1 w i.` Y ~ °1 ' v '14 _r'~{
r A ~ I t"t +r i 1 " K~r S". Idf~ I i e , rti 4•' St fir,{
yy
t 1 Cr{ r F r r ! ' IF J
kbtit e% n t.N, ~"J r.b «;Vr ~ ° kd y'd
'Rk ~A r7~+~! r'A r ♦,f j~'w ~,v~'!~'~, r J y, ~1 ` 11 ~ V J..iRr 1.~! "tl'~'t r' , Y •rR 4 4~V.' +~r f~
~+~{~.7~, nS1 ~~.4 r rt+ } ~ -sA I r r l t~, ~ I Y 1' ~ V~ ~ 1 FAN
r, F~'9,A ( C r I t~A, , ! n :1 1 IA ~ i } 1 , _'I " ~-'N~
-E I K w~ S A" b Irk 1~ v r. l ~ ~ r r x , j n ~ 1 I ' i , 1 ~ I
I ~ 7 , C'1 iA h . p I}~• ~ , 1 "nta • ! I " ~ , t s Y Y?
y S~ k ~i 1 1 I(" ra j A Ii r y 11 t ,V t 4 q
4~~ t~ h! A~~1 {5 ~~t~ a I ~~IJ ~ i r 6r f ~M lr ~ rt t ~ ~~A ~ V y r~ ~ 1 r+,rk
A y _
ng
i 'I ! 1 t k 1r ' d' r P i i r A '1 7 r ` r` a, V . 4+ r% r
1 ~ r r ka l ~ J r ~ + r r ; ti4 ' ~ i IF M1. d ,
~ -!r,l
tV !j 1r. • 1 ft's, {r r~ r tY ~k
r
tor
r
r a r r
! i' q I f t
f 1M je it
l'
7 I~ ~ ~tr A1T 5'r G v I ~ .v .r,..
°I3,g"` Wyk r YA':~J2`A6r rSSM 3'1+`i 57 A,pf'"Y+...,J,Six C:.
(rA r S"~ .r l.. ~J i via u rk~ ~J 2S7 L' in ! o o , 4.
rnd e' t ,.b,r 1 Ir f r. 5 0 'Y+Y* ~*7 ~L ~t~1
k " y r ' q5 +y, 1 F~ t 1 r. d r•.~., .era ,r s, n I u+N r ~a
, ~ 'i Its r lyt ~ t x ~ I:t "4 I W I , >S"~r a.
A
f~ ~ ~ t ~ ti r ki ~ 9 a 1 ~ ~ i ye ~ s.> 3" t r ~ b M $
1 i p ~ y,y,r t9 r i+ y,~ t ! ~ I ..y sw 041,11,K
Wlkt n th» ,w
LO.i k, >,kM~~' Miw~. ~l' ~t~ xrrY ar-,Wa'dlu ~~~~alr ',T trf ~A;~ „9~!t ~If.Y.hr! L. M4t••1 ~W .c+.~
~~~i l"~. ,~A t ~tkJ Tip r!
4 ~ I y
PIS ``A t
(,S r •r k;'~ Y/r,h , r' I • 1 1 1 :.1± , try
k~k 'I v'r i r t 1A'....JI AF r k ~ ~ ~r 1 } f n",1 r ~ hA +~e rl rA1... , ~i1• q}r
^A'.M, ~I ~~r: .I Wlfai117N ~•~~v .r.. x~n tarl.r (v. !.1 .3~3 m.~Y~ i~i.l'~,ifi'k+ ^'i n r I~"•'~~' t+t •j, 5 t I !E .R . "#A i ,
• 1x
~J 14~', t iyr kv t , '~4,♦," y"~{' ( r ~ ~~yY~krlM rK iii'"t~ pp f ,~.'i °y.. A ~K~y ~'!'F , rl ~C `,~a .
rMppp Fr t~' ~ r:~~~~r(..~IYS ~F't G.1w~I ,PI' ~'7 ,+I 7 ~ 4 ~ f ^ tr ~ ksrAV !
n~}'~ 5! ~ ~~txq ~ ~ r t Ir)j r I v ~ IE1r 4!~ ~.>tiy9 sM ~ " li~l ~ 1~ Y`ti t~~~{ ~ ~,~r~1f~ ~ t~~~~y~.•
r"w
I i
y ~ 1 1 I t c 1
~~~l7 i ~"1 3 t (Tq 4~ ~'±W+~►`u ~'+K~rK:~V h e.~ ~~S „ r ~~f ",?v, -tY~ Rr %,r+~t~.iFC r ~ {'7t 1M > I~ ! t
1 1 Y'4 r.pk ! IvL~A a 'NA+" °'y OP ~ ♦,w :~IK{ fr,rj *Y1~1'r ii ."'^'W A p"+ft'~'
yy 11r jj~~11 di ,v I .R r"°gV
1F TVf~A ~ ky~ k w.{~, ~ !i Ir a r 1 y
n pr , ' 1r ~t (.-'tl d
t ~+j}k,~/{r. rS! i~ It: 1 r.l.~ k rr k . ~r t 7 ~i f ~ It', f• 1'~ M~ r; ~i,l 4 '~J d '3" ~'r) I"yp r~i~ 4a k'f,Cx +.q",.
+7~F~~aMi r 7+ T h r" I i t l a ~i ~i:~ d s+ {~E._ `~J `k!L3.r. 1)
1 h ✓t A ~kw
1 ~ 'Jb" ""'wWF, F$ K
•6, 7
~I,:p l~pt i F :•t" 1~7. +~'~Ci Step IK Jr , ~i., t~A , ~k~ l
wlyl
.m 7 t'. 14A ~ p4 ~a ti~l. Q.,'♦ r Y t{% ! a ~M ~ r
~ l~ ~~r~o Ji t. ~ r ~ /dc: ~V ~t ~ ~ ~.J~~~ ~k J ~r r9 ~ '~""uS ~1,~ ~ ~
tte lif I r ~ ' t d~j1R ~H1 r
a ~rM Sb r a~Y A X,
f~
~n .:>4
y8 .~r 5 ? r---
Y
--4 3
M H ZV~ 5~ c G w~? Rop 5 n 8~$5.
o°ro
p .r1 I o y r
41 c, E' y n%,y a j°o~ }Y o n2 $~z_ ``s~j5 7 `~•°k
w 'S y a 3 . ep y p Y d .J o g
e g a° cw. rs_ u U ? 3Ce 8 y
QQ
o ec ¢ a~ 5%° $ ° c tg 9B 3
Qw V O x 3 ❑ E3 S a L= c E-° S u wv4'ro c. ~o h
vuA Q, r i . O 4 0n 3 w E ~ryry !v(j ~ p,dfLC c ~1
t C~ Ea ~C} VrT V cy °Cn~ 'G ur~°
LL.i y r' p~' , beu oW6~ W a e ° .0 0
su~Co Q
01
F- Z a g 3 c° EKw T , `c w 5E? tl p 1 fir, ro s '~ap
ow,. u 5 `3 m 1, T $y2Q o,3 a $yy~ o
41
d- f o a i~ U w a Gay c j cd u E c~ u y°c ro E w Y°
*Mai
•r "d `d O V Y FLa.. u5 Z Y n yyy t :7 g Y. a B 4WO~ O a
W V =o fY y E~v~ ° ~o y< ua ='py°~ ~w p< a'3°~ Ce °VY 4j
3 c O"- u C» a. e p w S Oi ~ E » .5 ° A !l
o
Q. a ;p G] Ca 5~$ x g ,o°u J`ox 3 a w a5, SOu
0 O
E rur E O 5
CL v 'C a"d m ' dap 30 cEk O ° Q w.
U. C a 7 ~ ; .E c 3 E C ° " y Y C° t~ ~1 o O
u 6 t S' ~p o u~.!
X ^ 10
5 C Tun >5 r x
r% 0
o .5 ~ R''y~ ~Jl °w
O ~V '`e g ^ q ~j r°, • u r~Y p E 6 .,o E~.'
v 4 A > o a ° O r Q~ g F
_ Q A , _ ~.V7 c C ° q r w 'C a' u c 9 » •'J- y 4) w~ ~J 'Sy
pV
Oh. 0 V) 41... W II ~i f4 A.5 S° "L;`+ 01ga otrcWU V ~qo
Qi .t LAW a C pb ° y ro w < v Caro $ y p < o g ty
O u~ o~~ S 9~ 3` rSS E ude cs
;
el o
ego e5 ~~y g"
I a9Ga O x~
j we v e "o~° "DEE 5 9 CE ~aea `0~ 8 ~ a~a o 4 Q° r
W) V2 E
1~ 5 2` c .9YS $ E~5
Sr > = S ~m °a=o 7 4u o o+i W~. (p~'9 u~
;s r
H<V bi Fro r° O 1
` 5 Y C w a <tCyL o,~ 5 c 5» > 3 E v° e c 5 n S ~i oO01
~
'S Z 4 5 w ^ e "c 4 z o CL $ $ a^ C 5 1 C:
O p C
w
a QITI ,:fin.
to J. i Q~ r NuF Ccr OJ Sk
d 41 O Y y~ \A w°nLy -5 y7_p
:3 u C,
W Y
O z
9 .l • Yn°~
yc~ go~ 0g
Y= E & p u c % Y a
2 w\ a
p c m~ a
(L° - ro~.S w ..'o ~1 0J ~CyV d~. X V C
y,+ a 5. n E i s ~yd g >a y E r, ` GI
a ~ r nWhj INMQI~ 4l O ~ O"• ? EC C
L
-SP I" CIF1CA-1-10NS
AN I)
1)0CUMENTS
MUNICIPAL ELECTRIC
GENERATING STATION
UNIT S
CITY OF DENTON. TEXAS
BOILER FEED PUMPS
SPECIFICATION 4945 - SI.32A
CONTRACT ISSUE
ALLIS•CIIAIAIVRS MANUFACTURING COMPANI'
Milwaukee, Wisconsin
BLACK & VEATCH
Consulting Eriginerrs
Kansas City, ;Mimuri
1970
J A 1a M! y,
l I I
a .
CITY OF DENTON1 TELk6
MUNICIPAL ELECTRIC
GENERATING STATION
UNIT 5
SPECIFICATIONS AND DOCUMENTS
FOR
BOILER FEED PUMPS
Specification 4904 - M-32A
TABLE OF CONTENTS
Page thru Page
BIDDING REQUIREMENTS
Advertisement A-1
Instructions to Bidders A-2
Proposal B-1 B-4
Proposal Data C-1 C-3
D-1 D-4
CONTRACT FORMS
Contract Agreement
CA-2
ti Performance Bond CA-1
PB-1 PB-2
CONTRACT REGULATIONS
General Conditions GC-1 GC-14
SPECIFICATIONS
PART 1 - GENERAL REQUIREMENTS
Section
IA Description and Scope of Work IA-1 lA-4
1B General Equipment Specifications 1B-1 18-5
IC Engineering Data iC-1
ID Motors 1D-1 ID-7
PART 2 - TECHNICAL REQUIREMENTS
Section
2A Design Criteria 2A-1 2A-3
2B Pump Construction 2B-1 28-5
Sheets 1 and 2 of 2 - Motor Specification and Data
(DE MN) TEXAS - 4904 )
((BOILER FM PUMPS - M-32A)
032470
'E:
ADVERTISEMENT
BOILER FEED PUMPS
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 baylight Time on
July 6, 1970 then publicly opened for furnishing and delivering fob
Municipal Electric Generating Station, Denton,' Texas
TWO BOILER FEED PUMPS
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. Determina-
tion 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 5 days before the time set for opening the bids.
Each prospective bidder shall submit evidence that he:
Has adequate plant equipment available to do the work properly
and expeditiously.
Has an adequate financial status to meet financial obligations
incident to this work.
Has adequate technical knowledge and practical experience.
Has no just or proper claims pending against him on other similar
work.
Has designed and manufactured three or more unite of a similar
type and rating, operating under equal or more severe service
conditions than the equipment specified, and each of which has
been in successful commercial operation for 3 or more years in
central station power plants within the United States. The evi-
dence shall consist of a selected listing of the units, indicating
the Owner's name, location, date of initial operation, rating, oper-
ating conditions, and type. The listing shall be apecially prepared
for this particular bidding and shall list only those units falling
under the above requirements.
i
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMP - M-32A) A-1
060370
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 forms included in the
specifications.
When filed with the Purchasing Arent, each bid shall be accompanied either
by an acceptable bidder's bond, IL certified check, or a cashier's check on
any solvent bank, the amount of which shall be not less than 5 per cent of
the amount of the bid. The bid „ecurity shall be made payable to the City
Treasurer of the City of Denton, Texas. Bid security of the successful
bidders will be returned when their contracts have been signed, filed with,
and approved by the City. Bid oecurity of unsuccessful bidders will be re-
turned on award of contract or refection of bids.
No bid may be altered, withdrawn, or resubmitted within 60 days from and
after the date set for the opening of bids.
The City of Denton, Texas, reserves the right to reject any and all bids
and to waive defects in bids.
CITY OF DENTON, TEXAS
John Marshall
• Purchasing Agent
{DRNTON, TEXAS - 4944 )
(BOILER FEED PUMP - M-32A) A-2
032470
INS'T'RUCTIONS TO BIDDERS
B.1 GEifERAL. These instructions apply to the preppirrO lon of proposals
for equipment, materials, and related work for the Ulty of Denton, Texas,
acting through its Public Utilities Board and City (:,,lined, hereinafter
referred to as the "Owner".
13.2 PROPOSAL .S. Proposals shall be prepared and submitted in duplicate,
each copy containing; a complete bound copy of these rontract documents.
Proposals which are not prepared in accordance with these instructions or
which are submittea without a complete bound copy of these contract docu-
mcnts will imply that the bidder does not intend to comply with all of the
contract conditions and such proposals will be considered irregular.
8.2.1 Preparation. Each proposal shall be carefully prepared using the
proposal and data forms bound herewith. Entries on the proposal and data
forms shall be typed, using dark black ribbon, or legibly written in
black ink. All prices shall be stated in words and figures except where
the forms provide for figures only.
Each bidder shall list in the space provided in the proposal form all
exceptions or conflicts between his proposal and the contract documents.
If more space is required for this listing, additional pag:s may be added
behind the proposal form. If the bidder takes no exception to the con-
tract documents, he shall write "None" in the space provided for the list-
ing. Proposals which do not comply with this requirement will be considered
irregular and may be rejected at 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.
B.2.2 Signatures. Each bidder shall sign the Proposal with his usual
signature and shall give his full business address. Bids by partnerships
shall be signed with the partnership name followed by the signature and
designation of one of the partners or other authorized representative.
Bids by a corporation shall be signed in the name of the corporation,
followed by the signature and designation of the president, secretary,
er other person authorized to bind the corporation. The names of all
persons signing should also be typed or printed below the signature.
(DENTON, TEXAS - 4904)
102769 B-1
A bid by a person who affixes to his signature the word "president",
"secretary", "agent", or other designation, without -lii:closing his
principal, will be rejected. When requested, satisfce-tury evidence
of the nuthority of the officer signing in behalf of the corporation
shall bc- furnished. Bidding corporations shall deslynr,tr, the state
in which they are incorporated and the address of their principal
office.
8.2.3 Submittal. Proposals sho,ll be submitted in a r:anled envelope
addressed to the CITY OF DENTON, TEXAS, Attention; Yurchashing Agent,
~suiil endorsed on the outside of the envelope with the bidder's name and
the name of the work bid upon.
1f.2.4 Withdrawal. Proposals may be withdrawn, altcrcd, and resubmitted
tit any time before the time set for opening the bids. Proposals may not
be withdrawn, altered, or resubmitted within 60 days thereafter.
8.3 PROPOSAL GUARANTEE. Eacn proposal shall be accomprinied by a
certified check or cashier's check drawn on any solvent bank, or by an
acceptable bidder's bond executed by the bidder and a surety company
authorized to do business in the State of Texas in an amount of not less
than 5 per cent of the total bid.
The proposal guarantee shall be made payable without condition to the
City Treasurer of the City of Denton, Texas, and the amount thereof may
be retained by said City of Denton, Texas, as liquidated damages if the
bidder's proposal is accepted and the bidder fails to inter into contract
in the form prescribed, with legally responsible surety, within 10 calen-
dar days after the date he is awarded the contract.
The proposal guarantee of each unsuccessful bidder will be returned after
award of contract or when his proposal is rejected. The proposal guarantee
of the bidder to whom the contract is awarded will be returned when
said bidder executes the Contract Agreement and Mes a satisfactory
Performance Bond. The proposal deposit of the second lowest responsible
bidder may be retained for a period not to exceed 60 days pending the
execution of the Contract Agreement, and Performance Band by the successful
bidder.
B.4 114FOR14ATION TO BE SUBMITTED WITH PROPOSAL, Each bidder shall submit
with his proposal the name of manufacturer and the type or model of each
principal item of equipment or material ne proposes to furnish. He shall
also submit therewith drawings and descriptive matter which will show
general dimensions, principle of operation, and the materials from which
the parts are made. Any bid not having sufficient descriptive matter
to describe accurately the equipment or materials bid upon will be rejected
as irregular. The above drawings submitted by the successful bidder will
be retained oy the Owner. Any material departure from these drawings as
submitted will not be permitted without written perrdssion from the Owner.
(DENTON, TEXAS - 4)04)
042969 B-2
Verbal statements made by the bidder at any time regarding quality,
quantity, or arrangement of equipment will riot be cr,nside red.
If alternate equipment or materials are indicated 1g the Proposal, it
shall be understood that the Owner will have the of,!,lon of selecting;
tiny one of the alternates so indicated and such sfrJo tion shall not be
cause for extra compensation or extension of time.
B.5 TAXEP,, PERMITS, AND LICENSES. The bid price :0,1tcd in the Proposal
shall include all taxes, permits, and licenses whirrl, night be lawfully
assessed against the Owner or the bidder on the dat,- of the Proposal.
This shrill include Federal, State, and local taxes, u:;e taxes, occupa-
tional licenses, and other similar taxes, permits, arjd licenses appli-
cable to the specified work.
The successful bidder will be compensated for any focrease in tax rates,
license fees, and permit fees or any new taxes, licrnc;cs, or permits
imposed after the date of the Proposal; provided however, that this pro-
vision shall be limited to sale:, use, excise, and other ad valorem taxes
assessed against the completed work and to licenses and permits required
specifically for the proposed work.
It shall be the bidder's responsibility to determine the applicable
taxes, permits, and licenses. If the bidder is in doubt as to whether
or not a tax, permit, or license is applicable, he shall state in his
proposal whether this item has been included in his bid price and the
amount of the applicable tax, permit, or license in question.
11.6 TIME OF COMPLETION. The time of completion of the work is a basic
consideration of the Contract. The Proposal shall be based upon com-
pletion of the work in accordance with the specified schedule. It will
be necessary that the bidder satisfy the Owner of his ability to complete
the work within the stipulated time.
In this connection, attention is called to the provisions of the attached
General Conditions relative to delays and extensions of time.
B.7 BOND. The contractor to whom the work is awarded will be required
to furnish a Performance Bond to the City of Denton, Texas in an amount
equal to 100 per cent of the contract amount. The cost of the bond shall
be included in the lump sum bid price. The bond shall be executed on the
forms provided, copies of which are attached hereto, signed by a sutety
company authorized to do business in the State of Texas and acceptable
as surety to the Owner. With the bond shall be filed copies of "Power
of Attorney", certified to include the date of the bend.
B.8 LOCAL CONDITIONS. If the work includES field construction, fur-
nishing field labor, or furnishing of field supervision, each bidder
shall visit the site of the work and thoroughly inform himself of all
conditions and factors which would affect the prosecution and completion
of the work and the cost thereof, including the arrangement and condi-
tions of existing or proposed structures affecting or which are affected
(DENTON, TEXAS - 4904)
042969 B-3
by the proposed work., the procedure necessary for maintenance of unin-
terrupted operation, the availability and cost of labor, and facilities
for transportation, handling, and storage of materials and equipment.
It must be understood and agreed that all such factors have been properly
investigated and considered in the preparation of every proposal sub-
mitted, as there will be no subsequent financial r,d,justmenL, to any
contoract awarded thereunder, which is based on the lack of such prior
information or its effect on the cost of the work.
B.) INTERPRETATION OF SPECIFICATIONS. If any prospective bidder is in
doubt~as to the true meaning of any part of the proposed contract documents,
lie may submit to the Engineer a written request for an interpretation
thereof. The person submitting the request will be responsible for its
prompt delivery. Any interpretation of the proposed documents will be
made only by addendum duly issued, and a copy of such addendum will be
mailed or delivered to each person receiving a set of such documents.
The Owner will not be responsible for any other explanations or interpre-
tations of the proposed documents.
It shall be the responsibility of the bidder to advise the Engineer of
conflicting requirements or omissions of information which are necessary
to a clear understanding of the work before the date set for opening bids.
Those questions not resolved by addenda shall be listed in the bidder's
proposal, together with statements of the basis upon which the proposal
is made as affected by each question.
13.10 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.
B.11 CANCELLATION CHARGES. Each bidder shall submit with his proposal
the date any cancellation charges would commence and a schedule of the
applicable cancellation charges as provided for in Article CC-19 of the
GENERAL CONDITIONS.
(DENTON, TEXAS)
102769
B-4
PROPOSAL
Ci t; of Uc'r,Lun Texa;
( i ty li[,11.
Denton, 5'(!xaa
htteution; }dr. Johr,ldarchall, Puru}, sing Agent
PROPOSAL }kill 2'WO Bol!,r:R yEl~:!) PU •11'J
BIU f40, r0-c r2:
Ovrztlcmcn:
The underz if,ijed bidder hiving read and exr+l;iiued three c;pecific[-,tions ar_d
ropci LL, to cuntr'uct ~t,c unzc•nts fur the e.bove designated equip:umt dccs l;czeby
propa;,r. Lo furnint, t. equip%cr,t e.nd provide thc• ser•iic');; set forth in t},is
Proposal . All pz.iccu stated her"
Oalati iu arc fill, and shall not b[: subje~t to c:-
on pruvidad this I'ropor: l ie nccepted within GO tys,
The undersigned hereby dcclures that the followin; list stater; any r.nd Bali
variation.; from, and exceptions to, the requir,-merits of the contract doe
ur,,.nts and that, otherwise, it is the intent of this Proposal that the
will be performed in strict accordance with the contract documents.
Nach pkinp shall he tested in accordance with para-
4ra^h 211.9
exccpt thot the testa shall be per.forracd using cold v;Atc-r.
(continued on ave C-37-
06u Yu C_}
n
The undersigned bidder hereby proposes to fUrrilsh two toiler feed pur11s
complete fob 1;ur4.icipul Elrctric Gcnerating Statio:. plr;nt sit%, Uento:i,
Texas, ti, L:r.urd,~nce with tL c tccifications ar:3 also^irtt^ct contract
documcnts Listed in GY,:iF,l+,iL CUND1,11o::S, Articae GC-1, for th,• i'irr',
sum price of
ONE- J1UNDMD-T111R TY•-;;IX-T1;vU: AND-S1::Vt.r7-
JTUNDIlr D-SIXTY-SI;VEN _1)OJ,I,A 1tS.
tr'rice in Y!or
The undersigned hereby dec3ares that only the ptrsor, or fires interested
in the Proposal as principal or principals are Waned h~,rein, and that no
other persons or firms than herein mentioned have any interest in this
Proposal or in the Contract Agreement to be entered into; that this
Proposal is nade without connection with any other per r~;i, cor,l'r,ny, or
parties likewise submittinC a bid or proposal; and t?,at it is in all
respects for acid in good faith without collusion or frLoad.
If this Proposal is accepted, the undersigned bidder agrees to sub:ait
drawings and engineering data in accordanc•: with se~.tion ]C and to ccaplete
delivery of equipment and materials in accordance with the shipping schedule in Se
dersigned drawingsdand dataisubmittalhandnequipment andlLaaterialsadelivery
the time _ of
essence. y is of the
Dated at of
• ~ his {•----•f day of
YL• _ _ 1970.
Bidder ALLIS C11AT. ;F;Rfi M~l`:t1ti' nr 1 , Cu~fpA?:
)''.i''12 Tr r•
- I ISFAL)
Title Alm,L d,
Attest:
IL
Business Address of Bidder
b1II,4111VY,E1b; y_TSCO; SI1d 53201.
State of Incorporation
DELAWARE
Address of Principal office T WEST ALT,IS, WISCONSIN N $3201.
(D?2;T0PT1 4'Eak - 490b )
(JJOILP.7? hfsl:l~ l'L;;1; - M-32A)
03A70
C-
?
7ariationu from, and exceptions to, the contract documents (continued
from Page C-1).
(DENTON, TEAS - 4904 ) ~_3
(BOILER FEED PUMPS - M-32A)
032470
}
PROPOSAL DATA
D.l GENERAL. The following information on the proposed equipment and
materials shall be submitted with the Proposal.
D.2 PERFORMANCE CURVES. The following performance curves shall be
submitted:
Boiler feed pump characteristic curves as specified in Section 2A
I
Pump and motor speed torque curves
D.3 ARRANGEMENT DRAWINGS. Outline drawings shall be submitted giving
the following information:
Outline drawings of the pumps giving primary dimensions
Cross sectional assembly views of the pumps
Preliminary drawing showing assembly of pump and motor driver
Details of pump shaft seals
Details of bearing construction
D.4 SUPPLEMENTARY INFORMATION. The following supplementary information
• shall be submitted:
Description of testing facilities available and complete
description of the extent of testing
Diagram of allowable forces and moments on piping
connections
D.5 EQUIPMENT DATA, The information required on the following pages is
to assist the Engineer in evaluating the Proposal and in making an 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 the con-
venience of the Owner.
The data listed herein shall not relieve the Contractor of his responsibility
for meeting the requirements of the detailed specifications,
NOTE: Write entries boldly with black ink or type entries using
carbor,)lack 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 )
(BOILER FEED PUMPS - M-32A) D-1
032470
YtunE '
• 11ame of Mftnttfacturer
At.t,IS crrnr" „ , . .
Model or Type No. lil?T - 24
Type (diffuser, volute, etc.) DTi''PUSNII~
Number of steges 12
Speed, rpm 3560
Size of suction connection 6 inch
Size of discharge connection 5~inch
Shutoff total head, feet of water 5250 Efficiency at design conditions,
per cent 79
Power required at design _ ~
conditions, bhp 107-5
Maximum power required, bhp 1120
Minimum recommended pump flow, -
lb per hour 75, 000
Pressure breakdown orifices
Recirculation 4'arin-up
Design flo-g, lb per hr 75,000 8,000
Connection size, in. 6"x6"x2" 1
Manufacturer . YARWAY 4;ORTIlInG'fON
Dimensions F'fg.145305 1-1/2 x 1.2
Materials (by ASTM or AISI nutnbcr)
Outer ea.-ing ASTM A266
Impellers ~ • ASTM AV'.i TYPI7 Ce ].5
V
.
(DENTON, 1'HAS - 4901, }
OJOILW FEED FLvpS - M-32A)
0324'(0 D-2
WAS CiIAT?+F,)tS 11:''v'~J`'F^., „ C;
1;.17
Wcnrfi,6 11 tic, AIS'l 420 ia,
Shaft AI:i 410
Shaft slecvc;, AI:1. 1,20 ur
Type of bearings .`~l,I:I,Vf f. Y.71;toYld~i'{
Inertia of pump rotating
elerwnt Wh2 25 lb.ft.rq.
Motor I)ri ver '
Manufacturer and Model No.
Type D.P. - VP1
Size, hp 1250
Speed, rpm 3000
Current at rated voltage, amp
Full load 153
Locked 1010
Efficiency, per cent
Full load 94
Power factor, per cent
Full load 93.5
Full load torque at
rated voltage, lb-ft 1875
Maxirawn e.llowable locked
rotor t3r.c at rated voltage at
operatinr, temperature, second:; G
Weights, lb
Pump 5500
,
Motor 7200
(I)ENTOIv, TEXAS - 1+,+G4 )
(BOILER FEED I'L'VIS - M -32A) y_3
032470
ALLIS CHAi'.Ii/ S rlra;u? .^C:.; tt1t71 CCU; Tt"
(Irj-r's ::ate
Hnseplutc, couplings, '
Euuxd3 and other parts 3,000
Total 1`-, 700
Cooling wvter requirer^nts,
opmat95F
Mechanical seal housing ! UPyF.
Seal water heat exchanger G
Oil cooler 10
Bearings '
Field Asscmb~y '
Will the pump, coupling, motor and '
other parts be shipped completely
assembled on the baseplate F,,S
Des:riptior and weights of
components to be field assembled _ moToa Au(('.A' , 0'u'y
NOT.:
Refer to All.i n•-Chalmurr, propozal
OIBEG185 dated 6-30-70 for
supplementary infumation.
d•
a
i.
v
•
(DENTON, r1TXA`j - 4904 )
(BOILEH FFLD F'tM i'S - M-37A) D.. Is
032470
CONTRACT AGREEMENT
11IIS CO:iI'RAC'P ACRE"rME,h''1', mscir` rind , ;rt rc'i into thi / c! lay c f ,
19'(0, by and b"t.wecn th,.• 11111Y uh' I)EN!K)N, TK A:;, Party W' i hr F ir:','
he r•eirinfter ca ll,rl thr. "(T.rrnern, and AI~L1`3-'RN,~!1;lrf~; hlAf+ilfA~'"i9JRIPifi +_'0X}A.;y
a Delaware corporation with It.r principal office in W,•:11
.
Party of the Second Fart and horcinaftcr called the "+'„utractor
WI1'N E'S SETH :
THAT WHEREAS, the Owner has caused to be prepared, in a,ior:irni.e with iriw,
specifications, plans and other contract documents for the work as herein
specified; and
WHEREAS, the said Contractor has submitted to the Owner FL Proposal in
accordance with the tenns of this Contract Agreement; rind
WHEREAS, the Owner, in the manner prescribed by law, hn:l determined and
declared the aforesaid Contractor to be the lowest and best bidder for th.-
said work and has duly awarded to the said Contractor a contract therefor,
for the sum or sums named in the Contractor's Proposal, a copy thereof being
attached 'o and made a part of this Contract Agreement;
NOW, THEREFORE, in consideration of the compensation to be paid to the Con-
tractor and of the mutual agreements herein contained, the parties to these
presents have agreed and hereby agree, the Owner for itself and its s•icce~sors,
and the Contractor for itself, himself, or themselves, oz- its, his or their
successors and assigns, or its, his or their executors and administrators, as
follows.
ARTICLE I. That the Contractor shall. furnish and deliver fob Munieil,•il
Electric Generating Station, Denton, Texas the boiler feed pumps arij vixillnry
equipment compl - as specified and required in accordance with the pr ~iaions
of the contras i-)cuments, which are attached and made a part herer'f, r,r,i shall
execute and complete all work included in and covered by the Owner's uffisial
award of this Contract Agreement to the said Contractor.
At11'ICLE II. That the Owner shall pay to the Contractor for the work and rant,'..-
rials embraced in this Contract Agreement, and the Contractor will arce-pt q;
fu-1-1 compensation therefor, the sum (subject to adjustments as irrovide:J by the
contract) of ONE HUNDRED THIRTY-SIX THOUSAND SIVEN HUNDRED SIXTY-SE-VF; AND
NO/100 DOLLARS ($136,767.00) for all work covered by and included in t, r_or,tra-t.
award, designated in the foregoing Article I; payment to be made in cr,th or
its equivalen z the manner provided in the specifications attaches hnr^to.
(DE.NTON, 'fE U15 - Ii)o4 )
(130ILER FFE'D PUI,'£; - M-32A)
072 x+70 A-
ARTICLE II1. 911at tirtr of completion is of the en:;r;ncn ,f the Contract laree- 1
meat, and that the Contractor shrill uroce(!,I with 'iL- ;;I,' ~•Iflo'I srorY. -,.i ;Gall
make shipment r,~, ns to n. sur,• fleliv rry at the plant ;;ii,, durirer. th^ r, ;:L,i
of Marsh 1972.
IN WITNESS WIIH EOF, the I,art, es hereto have U)" cut"']
ti.-, of the day curl year first above written.
CITY OF DENTON, TEXAS
(SFAI )
By 10 X"
Attest
,
ALLTS-CHALMERS MANUFACTURING COMPANY
By
~C~~ ES $ Pf1l1R
ASSIST NIT Tn' • 'is'R
Attest/ HA31i
if If if IF 1F * {F ~/.C!'M !4'-ac{
. The foregoing Contract Agreement is in correct form according to law and is
hereby approved.
Attorney for Cxncr
(LFN'PON, TEXAS - 14904 )
(BOI LYR FEFD PU'•TP 1) - M- 32A )
0'(;) 14 70
MFORMANCE: BOND
KPiM All MM He 11011F. f'I?E:;'E;N'i'I t1Lht ~~t
It Wt', Alil ilf-HAtu'..
of Mi iwgmkvo, WinvonnK, hrreinifter VoVerrrrd to %n "i; nr rnm"j nn~l
a corporation organ0r d under the laws of Cho Mt,_ :f'
rand authorized to transact business in the State of :"y,q, a5 Surety",
are held and firmly bound unto the CITY OF DE,'NT01, MA" hereinafter reform d
to as "Owner", in the penal sum of ONE HUPPED THiFFY-ST/ THOUSAND SEVEN
HUNDRED SIXTY-(;EVEN AND NO/100 DOLLARS ($136,767.00), fur Lhe payment of
which stun, well. and truly to be made to thr:! Owner, we bind ourselves and our
heirs, executors, administrators, successors, and assigns, jointly and
severally, by these presents:
WHEREAS, on the day of 19tl.e Contractor entered
into a written contract with the Owner for furnishing materials, supplies,
and equipment not furnished by the Owner, construction tools, equipment,
and plant, and the performance of all necessary labo , for and is connec-
tion with the construction of certain improvements described in the attached
contract documents; and
WHEREAS, it was a condition of the contract award by th- Owner that these
presents be executed by the Contractor and Surety;
NOW, THEREFORE, If the Contractor shall, in all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions, specifica-
tions, drawings, and other contract documents thereto 0 tarhed or, by
rererence made a part thereof, according to the true intent and meanink,
in each case, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just claims
and demands by, or in behalf of, any employee or other person, or any firm,
association, or corporation, for labor performed or materials, supplies,
or equipment furnished, used, or consumed by the Contractor nr his sub-
contractors in the performance of the work, then the Surety will pay Lhe
full value of all such claims or demands in any total amount not excueling
the amount of this obligation, together with interest as provided by lqw,
THE UNDERSIGNED SURETY, for value received, hereby agrees that no exten-
sion of time, change in, addition to, or other modification of the tear
of the contract or work to be performed thereunder, or of the specifica-
tions or other contract document, shall in any way affect its obligation
on this bond, and the Surety does hereby waive notice of any such exter-
oiun of time, ctutnge, addition, or modification.
(DENTON, TEXAS - 4904 )
(BOILER FEET PU?I1'S - M-32A)
072470
Fi'-1
TN TH.3TIMONY 'fniKREOF, the Contract(,r has h~ rcur.tc set hard and th,
Sir,'t;/ 14,v; CIIlsed these pve:;cnt,S t,) t(- exe(j ( I Ift 7(,f, f%!J r• and it,
corprratr_ seal t,) be ;iffixc-l 1% :tr;
j-S _3,t,r of
i
ALI,IS-CRAI24r;N;; MXWFAC URii+; QVPA1;Y
By -JAMES S POOR
ASSI-~STANfi TREASURER
S1. /~i✓~'~ ~ilv ~,..i ~/gLl~i.v Lis, p~.,
SURETY COMPANY
By
vv Attorney-in-fact)
(BEAI,)
By 1L t~ c~~s L~6.'._
Staff Reres ~ntttiv
tlI es t~~ ~J
(Accompany this bond with attorney-in-fact's authority from the Surety
Company certified to include the date of the bond,}
(DENTON, TE,S - 4 9014 )
(BOILER FEED PUMPS - M-32A)
072470
I°s-.
GENERAL CONDITIONS
GC-1. CONTRACT DOCUMENTS. It is understood and agreed that. the Advertise-
ment, Instructions to Bidders, Proposal, Proposal Data, Contract Agreement,
Performance Bond, General Conditions, General Requirements, Specifications,
Plans, Addenda, and Change Orders, all as issued by the Owner, and specifi-
cations and en?,sneering data furnished by the Contractor and approved by
the Owner, are each included in this contract and the %ork shall be done in
accordance therewith.
GC-2. DEFINITIONS. Words, phrases, or other expressions used in these
contract documents shall have meanings as follows:
1. "Contract" or "contract documents" shall include the items
enumerated above under CONTRACT DOCUMENTS.
2. "Owner" shall mean the City of Denton, Texas named and
designated in the Contract Agreement as "Party of the First
Part", acting through its Public Utilities Board and City
Council and their duly authorized agents. All notices,
letters, and other communication directed to the Owner
shall be addressed and delivered to Municipal Building,
Denton, Texas.
3. "Contractora 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 the work covered thereby,
and its, his, or their duly authorized representatives.
4. "Subcontractor" shall mean and r`fer only to a corporation,
partnership, or individual having a direct contract with the
Contra^tor for performing work covered by these contract docu-
ments.
5. "Engineer" shall mean the firm of Black & Veatch, Consulting
Engineers, 1500 Meadow Lake Parkway, mailing address P.O. Box 8405,
Kansas City, Missouri 64114, or its duly authorized agents, such
agents acting within the scope of the particular duties entrusted
to them in each case.
6. "Date of contract", or equivalent words, shall mean the date
written in the first paragraph of the Contract Agreement.
7. "Dayrr 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 out of all duties and obligation: imposed by
the contract documents.
(DENTON, TEXAS - 4904)
(EQUIPh:ENT )
121069 r,C-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 plrjns and speci-
fications, (c) drawings submitted by the su:cessful bidder
with his Proposal and by the Contractor to the Owner, as
approved by the Engineer, and (d) drawings submitted by the
Owner to the Contractor during the progress f the work as
provided for herein. '7
10. Whenever in these contract documents the wor•1s "as ordered",
„as directed", "3s required", "
"as allowed",
or words or phrases of like used, it shall be
understood that the order, direction, requirementi,mpermission allowance of the Owner or Engineer is intended ~onlytothe,
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
understooe. 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 proons of this agreement shall supersede all
verbal statements of representatives of the Owner and verbal statements
shall not be effective or be construed as being a part of this contract.
GC-4. STANDARD SPECIFICATIONS. Reference to standard specifications
of any technical society, organization, or association, or to codes of
local or state authorities, shall mean the latest standard, code,
specification, or tentative specification adopted and published at the
date of taking bids, unless specifically stated otherwise.
10ol65 FOB Gat
1
GC-5. EXECUTION OF CONTRACT DOCUMENTS. Four (4) copies of the contract
documents wfll be prepared by the Engineer, Copies of engineering data,
special forms, or other documents furnished by the Contractor, which are
required to be incorporated in the contract shall be supplied.
All copies will be submitted to the Contractor and the Cr.)ntractor shall
execute the Contract Agreement, insert executed copir•ti of the required
bonds and power of attorney, and subr.it all copies to the Owner. The
date of contract on the Contract Agreement and bond forms shall be left
blank for filling in by the Owner. The certification late on the power
of attorney document shall be also left blank for filling in by the Owner.
The Owner will execute all copies, insert the date of contract on the
bonds and power of attorney, retain one copy, and forward one copy each
to the Contractor, Engineer, and surety company.
GC-6. SCOPE, NATURE, AND INTENT OF SPECIFICATIONS AND PLANS. The speci-
fications and plans are intended to supplement, but riot necessarily
duplicate each other. Any work exhibited in the one and not in the other
shall be executed as if it had been set forth in both so that the work
will be completed according to the complete design as determined by the
Engineer.
Should anything which is necessary for a clear understanding of the work
be omitted from the specifications and plans, or should it appear that
various instructions are in conflict, the Contractor shall secure written
instructions from the Engineer before proceeding wit} the work affected
by such omissions or discrepancies. It is understoou and agreed that
the work shall be performed according to the true intent of the contract
documents.
GC-7. APPROVAL OF ENGINEERING DATA. Engineering data covering all
equipment and fabricated materials to be furnished under +,his 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 connecticns, anchorages and supports required;
performance characteristics; and dimensions needed for installation and
correlation with other materials and equipment. Dana submitted shall
include drawings showing essential details of any changes proposed by
the Contractor and all required wiring and pining layouts.
No work shall be performed in connection with the fabrication or manufac-
ture of materials and equipment, nor shall any accessory or appurtenance
be purchased until the drawings and data therefor have been'approved,
except at the Contractor's own risk and responsibility.
Four (4) copies of each drawing and necessary 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 DISTRIBUTION, additional copies shall be submitted to the Engineer.
The number of additional copies will be determined by the Engineer but
will not exceed eight (8).
When the drawings and data Fire returned marked APPROVED A:; NOTED, the
changes shall be made as noted thereon and corrected copir.s shall be
submitted to the Engineer. The number of corrected copien will be
determined by the Engineer but will not exceed twelve (1?).
When the drawings •ind data are returned marked RF,TURNYD FOR CORRECTION,
the corrections shall be made as noted thereon and as instructed by the
Engineer and four (4) corrected copies shall be submitted.
The Engineer's review of drawings and data submitted by the Contractor
will cover only general conformity to the plans and specifications and
the external connections and dimensions which affect the plant arrange-
ment. The Engineer's approval of drawings returned marked APPROVED
or APPROVED AS NOTED will not constitute a blanket approval of all
dimensions, quantities, and details of the material., equipment, device,
or item shown and does not relieve the Contractor from any responsibility
for errors or deviations from the contract requirements.
All drawings and data, after final processing by the Engineer, shall
become a part of the contract documents and the work shown or described
thereby shall be performed in conformity therewith unless otherwise
required by the Owner or the Engineer.
r:C-8. LEGAL ADDRESS. The br.siness 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 address at any time by an instrument in writing
delivered to the Engineer and to the other party.
;C-9. PATENTS. Royalties and fees fir patents covering materials,
~2rticles, apparatus, devices, or equipment (as distinguished from
processes) used in the work., shall be included in the contract amount.
Lhe Contractor shall satisfy all demands that may br. made at any time
for such royalties ar;d fees, and he shall be liable for any damages
or claims for patent infringements. The Contractor shall, at his own
cost and expense, defend all suits or proceedings that may be instituted
against the Owner for infringement or alleged infringement of any patents
Involved in the work and, in case of an award of damages, the Contractor
shall pay such award. Final payment to the Contractor by the Owner will
not be made while any such suit or claim remains unsettled. The Con-
tractor, however, will not be held liable for the defense of any suit
or other proceeding, nor for the payment of any damages or other costs,
081767 FOB CC-4
for the infringement of any patented process required by the contract
documents; except if the Contractor has information that the process so
required is an infringement of a patent, the Contractor shall be liable
for any damages or claims in connection therewith unless he promptly
notifies the Owner and Engineer of such infringement.
GC-10. INDEPENDENT CONTRACTOR. The relation of the Contr,ir_tor to the
Owner shall be that of an independent contractor.
GC-11. AUTHORITY OF THE ENGINEER. To prevent delays and 11rputes, and
to discourage litigation, it is agreed by the parties to this, contract
that the Engineer shall in ail cases determine the quantit.fes of the
several kinds of work which are to be paid for under the cr,ntract and
shall determine all questions in relation to the work.
If, in the opinion of the Contractor or the Owner, a decic(on made by
the Engineer is not in accordance with the meaning and intent of the
contract, either party may file with the Engineer and the other party
to the contract, within thirty (30) days after receipt of the decision,
a written objection to the decision. Failure to file an ob,yection with-
in the allotted time will be considered as acceptance of the Engineer's
decision and the decision shall become final r.,id conclusive.
The Engineer's decisions and the filing of the written objection thereto
shall be a condition precedent to the right to reviiest arbitration or to
start action in court.
It is the intent of this agreement that there shall be no delay in the
execution of the work, and the decision of the Engineer shall be promptly
observed.
GC-12. ENGINEERING INSPECTION. The Owner may appoint (either directly
or through the Engineer) such inspectors as he deems proper, to inspect
the work performed for compliance with the plans and specifications. The
Contractor shall furnish all reasonable assistance required by the Engi-
neer or inspectors for the proper inspection and examination of the work.
The Contractor shall obey the directions and instructions of the Engineer
or inspector when they are consistent with the obligations of this contract.
Should the Contractor object to any order given by an inspector, the Con-
tractor may make written appeal to the Engineer for his decision.
Inspectors and other properly authorized representatives of the Owner or
Engineer shall be free at all times to perform their dities, 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 to construct^d shall be removed and replaced by the Contractor at
his own expense.
o9o964 FoB GC-5
GC-13. NO WAIVER OF RIGHTS. Neither the inspection by thr• rraner or
Engineer or any of their officials, employees, or agents, r,-,r any order
by the Owner or Fngineer for payrrent of money, or any Paynt•nt for, or
acceptance of, the whole or any part of !he work by the (vn-r or Fngineer,
nor any extension of time, nor any prssecsion taken by th 'r,rner or its
employees, shall operate as a waiver of riny provision of contract,
or of any power herein reserved to the Owner, or- hny ricjo. to damages
herein provided, nor shall any waiver of any breach in f,lhl -e,ntrart 1,e
held to be a waiver of any other or subsequent breach.
GC-14. MODIFICATIONS. The Contractor shall modify the work whrnever 90
ordered by the Owner, and such modifications shall riot, riffor-'. the validity
of the contract, ;Modifications may involve increases or (]encases in the
amount of the work for which an appropriate contract price r,dJjustment will
be made.
Except for minor changes or adjustments which involve no cont.eact price
adjustment or other monetary consideration, all rnodificatir,n~i shall be
made under the authority of duly executed change orders isslice] and signed
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 charar:ter which
can properly and fairly be classified under one or more unit price items
of the Proposal, then the added work or part thereof shall be paid for
according to the amount actually done and at the applicable unit price
or prices. Otherwise, such work shall be paid for as hereinafter provided.
Claims for extra work will not be paid unless the work covered by such
claims was authorized in writing by the Owner and the Contraetor shall not
have the right to prosecute or maintain either an arbitration proceeding
or an action in court to recover for extra work unless hib claim is based
upon a written order from the Owner. Payments for extra work shall be
based on agreed lump sums or agreed unit prices whenever the Owner and
the Contractor agree upon such prices before the extra work is started;
otherwise payment; for extra work shall be based on the arA ual direct
cost of the work plus a percentage allowance. The nerce:itage sllow6nce
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 per cent (15%) of the total direr+, 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 (15x) of the total direct costs.
100165 FOB GC-6
GC-14.02. Decreased Work. If a modification decreases the amount of
work to be done, such decrease shall not constitute the basis for a
claim for damages or anticipated profits on work affected by such de-
crease. Where the value of omitted work is not covered by applicable
unit prices, the Engineer shall determine on an equitable basis the
amount of (a) credit due the Owner for contract
towothe rk not doneoasfa
result of an authorized change, (b) allowance any actual loss incurred in connectio:, with the purchase, delivery and on t subsequent disposal of materials
or equipment requir(dt foof the worths
work as planned and which could not be used in any }
actually built, and (c) any other adjustment of the contract amount
where the method to be used in making such ad,ustment 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
B)tbytnotifyingphimInowritingnandnsettingiforthrinesuchenoticestherty
question to be arbitrated.
Party B can elect to arbitrate or not. If Party B agrees to arbitrate
he shall so advise Party A in writing within ten (10) days after receipt
of Party A's notice. Notice by Party B that he does not wish to arbi-rate or period will give PartyrA the notify Party A
to start actioniintcourt. (10) day
If Party B egrees to arbitrate, Party A shall choose an arbitrator and
shall notify Party B of the name of the arbitrator within ten (10) days
after receipt of Party B's notice. Party B shall notify Party A in
writing within ten (10) days after receipt of the said notice that the
arbitrator named by Party A shall act as sole arbitrator, or shall name
an additional arbitrator. If Party B names an additional arbitrator,
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 be binding on both
parties to the contract, as shall that of a single arbitrator if the provid theparbitratormortarbitratorsamayebetfiled in court.to carry itiintof
effect. arbitr If they consider that the case so arose dcontentioniisBaustained suchtsum
are authorized to award the party
or sums as they may deem proper for the time, expense and trouble inci-
dent to the appeal, and if the appeal was taken without reasonable cause,
they may award damages for any delay occasioned thereby. The arbitrators
shall receive reasonable compensation for their services. The arbitrators
shall assess the costs and charges of the arbitration upon either or both
parties. The decision of the arbitrators must be made in writing, and
shall not be open to ob3ection on account of the form of proceedings or
award.
050163 FOB IC-7
l
If for any reason after the said notices have been duly given by Party A
and Party B, the arbitrators appointed shall be unable or uhall fail to
act with reasonable promptness in appointing a third arbitrator, Party A
(or, if he does not do so within a reasonable time, Party v) may request
a Judge of the United States District Court who regularly holds court in
the district in which the site of the work, or any part 1,ereof, is located,
to appoint the third arbitrator. I#' it appears to the ,ju,fpe that the two
arbitrators originally appointed were unable or failed to 1rA with reason-
able promptness in appointing a third arbitrator, he may appoint the third
arbitrator, and such appointment shall constitute a conclusive determination
that the arbitrators originally appointed were so unable or failed to act
with reasonable promptness and, if the said judge acted at the request of
Party B, that Party A did not make such request within a reasonable time.
If for any reason after the arbitrator or arbitrators have been duly
appointed, the arbitrator or arbitrators shall be unable or shall fail
to act with reasonable promptness in reaching a decision regarding the
question submitted to arbitration, Party A (or, if he does not do so
within a reasonable time, Party B) may request a judge of the United
States District Court who regularly holds court in the district in which
the site of the work, or any part thereof, is located, to appoint three
new arbitrators to act hereunder. If it appears to such judge that the
arbitrator or arbitrators originally appointed were unable or failed to
act with reasonable promptness in reaching a decision regarding the
question submitted to arbitration, he 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 judge 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 decision regarding the question submitted to arbitration,
then the arbitration procedure shall be deemed to have failed and the
parties shall be free to assert their rights in the same manner as if
they had not agreed to submit the question to arbitration.
If the above agreement to submit questions of dispute to arbitration is
not enforceable under the law of applicable ,jurisdiction, each such
question after it has arisen may by agreement of both parties hereto be
submitted to arbitration in the manner set forth above.
The Contractor shall not cause a delay of the work during any arbitration
proceedings, except by agreement with the Owner. It is understood and
agreed by the parties 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 TERMINATE CONTRACT. If the work to be done
under this contract is abandoned by the Contractor; or if this contract
is assigned by him without the written consent of the Owner; or if the
Contractor is adjudged bankrupt; or if a general assignment of his
assets is made for the benefit of his creditors; or if a receiver is
appointed for the Contractor or any of his property; or if at any time
the Engineer certifies in writing to the Owner that the performance
of the work under this contract is being unnecessarily delayed, that
the Contractor is violating any of the conditions of this contract, or
that he is executing the same in bad faith or otherwise not in accord-
ance with the terms of said contract; or if the work is not substantially
completed within the time named for its completion or within the time to
Vnich such completion date may be extended; then this Owner may serve
written notice upon the Contractor and his surety of said Owner's inten-
tion to terminate this contract. Unless within five (5) days after the
serving of such notice a satisfactory arrangement is made for contin-
uance, 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
cite of the work.
GC-17. SUSPENSION OF WORK. The Owner reserves the right to suspend and
reinstate execution of the whole or any part of the work without invali-
dating the provisions of the contract.
Orders for suspension or reinstatement of the work will be issued by the
Owner to the Contractor in writing. The time for completion of the work
will be extended for a period equal to the time lost by reason of the
suspension.
Changes in Contractor's price or delivery schedules which occur during a
period of suspension ordered by the Owner shall not affect this contract
except as agreed by the owner and the Contractor. If the Contractor
proposes to apply such changes to this contract, he shall present his
proposal to the Owner in writing. During the 30 day period from and
after the receipt by the Owner of such written proposal, the Owner shall
be permitted to reinstate the work without change. If the work is riot
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. DF'LAYED SHIP1jE1dT. 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 (;wrier in writing,
the Owner wil_1 pay the Contractor reasonable and proper extra c,,arges
incurred by the Contractor as a result of the delay. ;luch extra charges
shall include storage charges, handling charges, insurarjce, interest
on investment, and transportation charges to the stortiv,,• facility.
CC-19. cANCEI,1jk91I0N OF WORK. The owner reserves thr- right to cancel
the unshipped portion of the work. in the event of crrriorj
Owner will pay the Contractor reasonable and proper canccllation,chalrges.
GC-20. I,AW3 AND ORDINMiCES. The Contractor shall observe and comply
with all ordinances, laws, and regulations, and shall protect and
indemnify the Owner and the Owner's officers and agents against any
claim or liability arising from or based on any violation of the same.
All permits and licenses required in the prosecution of the work shall
be obtained and paid for by the Contractor.
GC-21. HINDRANCES AND DELAYS. In executing the Contract Agreement,
the Contractor expressly covenants that, in undertaking to complete
the work within the time therein fixed, he has taken into consideration
and made allowances for all hindrances and delays incident to the work.
No claim shall be made by the Contractor for hindrances or delays from
any cause during the progress of the work, except as provided in the
paragraph on SUSPENSION OF WORK".
GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in the .
final completion of the work by strikes, fire, or other cause beyond
the control of the Contractor and which, in the opinion of the Engineer,
could have been neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay, as determined by the
Engineer, shall be granted by the Owner; provided, that the Contractor
shall give the Owner and the Engineer prompt notice in writing of the
cause of delay in each case and shall demonstrate that he has used all
reasonable means to minimize the delay. Extensions of time will not
be granted for delays caused by unfavorable weather, inadequate working
force, or the failure of the Contractor to place orders for equipment
or materials sufficiently in advance to insure delivery when needed.
GC-23. MATFr rilAUS AND N; UIPMENT. 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 Foil GC-10
GC-24. GUARANTEE. The Contractor guarantees that the material and
equipment herein contracted will be as specified and will be free from
defects in design, workmanship and materials. If within the guarantee
period the material or equipment fails to meet the provisions of this
guarantee, the Contractor shall promptly correct any defects, including
nonconformance with the specifications, by adjustment, repair or re-
placement of all defective parts or materials.
Unless otherwise specified, the guarantee period shall begin on the
date of final payment or the date of initial operation, whichever is
later, and the guarantee period shall end 1.2 months later.
If manufacturer's field supervisors are included in the contract, such
supervision shall be furnished by the Contractor without cost for the
correction of any defects.
The Contractor will be given an opportunity to confirm the existence
of the defect but he shall not delay the correction while making such
determination.
The Contractor shall extend the provisions of this guarantee to cover
all repaired and replacement parts furnished under the guarantee pro-
visions for a period of one year from the date of their installation.
If within ten days after the Owner gives the Contractor notice of a
defect, the Contractor neglects to make, or undertake with due dill-
gence to make, the necessary corrections, the Owner is hereby author-
ized to make the corrections himself, or order the work to be done by
a third party, and the cost of the corrections shall be paid by the
Contractor.
In the event of an emergency where in the judgment of the Owner the
delay resulting from giving formal notice would cause serious loss or
damage which could be prevented by immediate action, defects may be
corrected by the Owner, or a third party chosen by the Owner without
giving prior notice to the Contractor and the cost of the corrections
shall be paid by the Contractor. In the event such action is taken
by the Owner, the Contractor will be notified promptly and shall assist
wherever possible in making the necessary corrections.
GC-25- CLAIMS FOR LABOR AND MATERIALS. The Contractor shall indem-
nify and save harmless the Owner from all claims for labor and mate-
rials furnished under this contract. The Contractor shall submit
satisfactory evidence that all persons, firms, or corporations who
have done work or furnished materials under this contract, for which
the Owner may become liable under the laws of the state, have been
fully paid or satisfactorily secured. In case such evidence is not
furnished or is not satisfactory, an amount shall be retained from
moneys due the Contractor which, in addition to any other sums that
may be retained, will be sufficient, in the opinion of the Owner, to
meet all claims of the persons, firms and corporations as aforesaid.
Such sum or sums shall be retained until the liabilities as aforesaid
are fully discharged or satisfactorily secured.
(DENTON, TEXAS - 4904)
102769 FOB GC-11
Gf.-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
furnished in connection with the work, or for any act or neglect of the
Owner or of any person relating to or affecting the work.
GC-27. DEFENSE OF SUITS. In case any action in court is brought, against
the Owner or Engineer or any officer or agent of either of them, for the
failure omission or neglect orthe Contractor to perform auiy of the
covenants, acts, matters or things by this contract undertaken; or for
injury or damage caused by the alleged negligence of the Contractor or
his agents; the Contractor shall indemnify and save harmless the Owner
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 loee as herein-
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 receives such equipment
and materials at the job site.
If the Contractor does not furnish supervision of erection or testing
of the equipment, the workmen's compensation, comprehensive automobile
liability and comprehensive 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. Each certificate shall state that ten (10) days written
notice will be given t:ie Owner before any policy covered thereby is
changed or canceled.
GC-28.01. Workmen's Compensation and Employer's- Liability. Workmen's
compensation and employer's liability insurance shall protect the Con-
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)
121069 GC-12
The liability limits shall riot be less than the follfrding:
Workmen's compensation Statutory
Fhployer's liability $100,000 each 1)(.-r;:on
GC-28.02. Comprehensive- Automobile Liability. This insurance shall be
written in comprehensive form and shall protect the (:ontractor against
all claims for injuries to members of the public and rlwnage to property
of others arising 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, (jr 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 damage to
property of others arising out of any act or omission of the Contractor
or his agents, employees, or subcontractors. In addition, this policy
shall specifically insure the contractual liability assumed by the 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 $5009000 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 ,jDb site and 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 to payable to the
Contractor and the Owner as their interests may appear.
05,3166 FOB GC-13
2 9. ESTIMATES AND PAYM~jlls, payments will oc nrir
amount of ninety (90 made per cent of the estimated value r( h month in the
and materials deliver,:d at. the Job site during the the equipment
month, providing the shipments were reasonably comulete'units of equipment or reasonably complete lots of and Integral materials.
After
EEngineeoflfwiicillalbeapproval and
acceptance
work by the Owner, the
prepare a of
final estimate of
under this contract. The final estimate will be s'mat Of thetwerk done
within tell (10) days after its preparation has been authorized. The
Owner will, within thirty (30) days thereafter , pay the entire sum found
to be Oae after deducting all amounts to be retained under any provision
of th's 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 materiels 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 Contracto 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 licenses and permits required for the work.
The Contractor will be compensated for any increase in tax rr.tes, license
fees, and permit fees or any new taxes, licenses, or permits imposed after
the date of the Proposal; provided however, that this provision shall be
limited to sales, use, and excise taxes assessed against the completed
work and to licenses and permits required specifically for the proposed
work.
053166 FOB
GC-14
w p v .c ~ Y1,.
PART 1 - GENERAL REQUIREMENTS
CONTENTS
Page thru Page
Section IA - DESCRIPTION AND SCOPE OF WORK IA-1 IA-4
lA.l General IA-1
1A.2 Purpose of the Specifications IA-1
1A.3 Work Included Under These Specifications IA-1
1A.4 Miscellaneous Materials and Services IA-2
1A.5 Work Not Included Under These Specifications IA-2
1A.6 Schedule 1A-2
1A.7 Contractor's Services 1A-3 1A-4
Section 1B - GENERAL EQUIPMENT SPECIFICATIONS 1B-1 1B-5
1B.1 General 1B-1
1B,2 Specifications and Standards 1B-1
1B.3 U.S. Materials 1B-1
1B.4 Component Parts 1B-1
1B.5 Identification 1B-1
1B.6 Manufacturer's Instructions and Parts Lists 1B-1 1B-2
1B.7 Materials List 1B-2
lB,8 Shipping Notice 1B-2
1B,9 Factory Assembly 1B-2
18.10 Shop Coating 1B-2 IB-3
1B.11 Protection 1B-3
iB,12 Alignment and Balance 1B-3
1B.13 Design Cooperation 1B-3
1B.14 Correction of Manufacturing Errors 1X-3
18.15 Lubrication 1B-4
1B.16 Power Transmission Units 1B-4
1B.17 Coupling Guards 1B-4
1B.18 Equipment Bases 1B-4
1B.19 Compressed Air 1B-4
1B,20 Control Power 1B-4 1B-5
1B.21 Raceway 1B-5
1B.22 Wiring 1B-5
Section 1C - ENGINEERING DATA 1C-1
1C41 General iC-1
1C.2 Design Data lC-1
1C.3 Drawings lC-1
(DENTON, TExAs - 4904 )
(BOILER FEED PUMPS - M-32A) TC1-1
051970
777,
r.
Page thru Page.
Section 1D - MOTOR SPECIFICATIONS 1D-1 1D-7
1D.1 General 1D-1
1D.2 Codes and Standards 1D-1
1D-3 Rating 1D-1 1D-2
1DA Terminal Markings 1D-2
1D.5 Design and Construction lD-2 1D-6
1D.6 Factory Tests 1D-6 1D-7
1D.7 Motor Specification and Data Sheets ID-7
1D.8 Manufacturers 1D-7
(DENTONj TEXAS - 4904 }
(BOILER FEED PUMPS - M-32A) TC1-2
051970
Section lA - DESCRIPTION AND SCOPE OF THE WORK
lA.l GENERAL. This section covers the general description, scope of work,
and supplementary requirements for equipment, materials, rind services in-
cluded under these specifications.
The Unit 5 Addition to the City of Denton, Texas, h~uiicilial Electric Genera-
ting Station will include the construction of a comp1t:te ,venerating unit
i.e., mayor power plant equipment, systems and auxiliarl-s, and plant struc-
ture. The nominal capacity of Unit 5 will be approximrltely E5 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 fur-
nishing 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 speci-
fications shall include furnishing two boiler feed water pumps and associated
auxiliary equipment, and providing drawings, engineering data, accessories,
and field services complete as described herein and in accordance with the
• contract documents, defined in the GENERAL CONDITIONS, Article GC.1.
All equipment and materials required shall be furnished, except as specified
otherwise in these specifications. T.ae equipment and materials to be fur-
nished shall include, but not necessarily be limited to, the following
major items:
2 - Boiler Feed Pumps
2 - Motor drivers
2 sets accessory items as listed in Section 2B
Equipment, materials, and accessories furnished shall be delivered to the
plant site where they shall ue received, unloaded, stored, and erected under
another specification. Deficiencies shall be sufficient cause to reject
equipment fob cars. Unloading from cars and storing will not constitute
acceptance.
The equipment will be tested by the Owner, after completion of the unit, to
demonstrate its ability to operate under the conditions, and fulfill the
warranties and guarantees, as specified herein. If the Owner's tests indi-
cate that the equipment fails to meet guaranteed performance, the Contractor
shall make additional tests and modifications under the procedure stated in
GENERAL CONDITIONS, Article GC-24.
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS -14-32A)
032470 lA-1
The Contractor shall provide drawings and engineering data, manufacturer's
field services, tools, instruction manuals, miscellaneous materials and
services, and shall participate in design conferences as specified herein.
1A.4 IRISCELLANEOUS M.ATE.RIALS AND SEHVICES. Miscellan•ous materials and
services not otherwise specifically called for shall bo furnished by the
Contractor in accordance with the following:
All bolts, nuts, and gaskets between components furnished under
these specifications
All piping integral to or between any equipment furnished under
these specifications, except as otherwise specified
Leveling blocks, slibsoleplates, soleplates, thrust blocks,
matching blocks, wedges, 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 connec-
tion.
All necessary connec+,-.ons for the Owner's piping and instrumenta-
tion
One complete spare mechanical seal assembly
Coupling guards for all exposed shafts and couplings
1A.5 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items
of work and materials will. be furnished by the Owner:
Unlor.ding, storing, and erection
Electrical energy
Foundations and anchor bolts
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 electrical system
Finish painting of all equipment except as specified otherwise herein
1A.6 SCHEDULE. The boiler feed water pump assemblies shall be delivered to
the plant site during the month of March, 1972.
(DENTON, TEXAS • 4904 )
(BOILER FEED PUMPS - M-32A)
032470 IA-2
Within 30 days after notification by the Engineer, a shipping t_nedule for
mayor components shall be submitted by the Contractor for point approval
of the Owner and the Engineer.
Within GO days after notirication by the Engineer, the Contractor shall
submit to the Engineer a production schedule for all mayor equipment and
components. This schedule shall be updated and resubmitted quarterly,
Drawings and engineering data shall be submitted in accordance with the
schedule specified in Section IC,
1A.7 CONTRACTOR'S SERVICES. The services called for in WORK. INCLUDED
UNDER THESE SPECIFICATIONS shall be in accordance with the following,
1A.7.1 Drawings and Engineering Data. Drawing: and other engineering data
for the specified equipment and materials are essential to the design and
subsequent construction of the entire generating unit. Time is of the
essence in completing each phase of the work so that the unit can be in
commercial operation on the required date. The Contractor will be regvirEd
to submit drawings and engineering data in accordance with the schedule ani
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 of contract the
Contractor's design engineer shall attend a design conference at a time and
place mutually agreed upon to discuss matters relative to the execution of
the contract. The Contractor's design engineer shall also attend any addi-
tional design conferences which, in the opinion of the Engineer, are re-
quired.
1A.7.3 Manufacturers' Technical Services, The Contractor shall furnish
the services of a technical field supervisor, to give technical advice re-
garding methods and procedures for all erection work, testing, and placing
the equipment into successful operation and to inspect and approve the in-
stallation as to its conformance with the manufacturer's requirements. The
technical supervisors shall be present during the unloading of equipment and
materials from cars, hauling, storing, cleaning, erection, startup, and
testing of the main equipment and associated auxiliary equipment.
The manufacturers' technical field supervisors shall be present during the
startup of the equipment and shall instruct the operating personnel in its
proper operation.
1A.7.4 Tools. The Contractor shall furnish and ship with the equipment
one set of all special tools required for the erection, dismantling, or
maintenance of the equipment. The tools shall be shipped in separate heavily
constructed wooden boxes provided with hinged covers and padlock hasps.
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - M-32A)3
032470 -
Maintellance tools shall be boxed separately and the boxes shall be marked
with the large painted legend as follows:
CITY OF DENTON, TEXAS
MAINTENANCE TOOLS FOR BOILER FEED PUtdPS UNIT ;
ERECTION CONTRACTOR DO 140T OPEN EXCEPT WITH 0lfriFR'S PERMISSION
An itemized list of the contents shall also be indf:ated on the outside of
each box.
The maintenance tools shall include all special harvfling rigs, bars, slings,
and cable. All tools shall be in new and unused condition.
1A.7.5 Instruction Manuals, The Contractor shall furnish 12 complete and
final copies of the manufacturer's instructions and parts lists, specified
in Section 1B, not later than 90 days prior to boilout of the steam gener-
ator. One copy shall be sent to the Engineer, and upon approval thereof,
the remaining copies shall be delivered to the Owner.
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - M-32A)
032470
IA-4
Section 1B - GENERAL EQUIP14ENT SPECIFICATIONS
lb.1 `.ENERAL. These GE eral Equipment Specifications apply to all equip-
ment. They shall supplement the detailed equipment ;sf,ecifications but in
case of conflict the detailed equipment specificatir,r. shall govern.
113.2 SPECIFICATIONS AND STANDARDS. The specificai.1,,ns, codes, and
standards referenced in these specifications (inclu-11ny, addenda, amend-
ments, and errata) shall govern in all cases where references thereto are
made. In case of conflict between the referenced ol,ecifications, codes,
or standards and this specification, these specifications shall govern to
the extent of such difference.
113.3 U.S. MATERIALS. Equipment and accessories furnished shall be from a
reputable manufacturer currently engaged in production of such materials
within the United States of America.
To the extent possible, materials and equipment (including components
thereof) furnished under these specifications shall be produced, processed,
manufactured, and assembled within the United States of America. All
material and equipment which must necessarily be of foreign manufacture
shall be clearly designated in the Proposal in the space provided for de-
viations and exceptions.
1B.4 COMPONENT PARTS. Individual parts shall be manufactured to standard
sizes and gauges so that repair parts, furnished at any time, can be in-
stalled in the field. Like parts of duplicate units shall be interchangea-
ble. Equipment shall not have been in service at any time prior to de-
livery, except as required by tests.
1B.5 IDENTIFICATION. All correspondence, shipping notices, shop drawings,
specifications, engineering data, and other documents pertaining to the
equipment and materials furnished under these specifications shall be
identified by the Owner's name, specification number, and the name of the
item of equipment or material.
113.6 14ANUFACTURERIS INSTRUCTIONS AND PARTS LISTS. The instruction man-
uals required in Section IA 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 OAL (old style) binders
covered with pyroxylin impregnated buckram covers, manufactured by Buchan
Loose Leaf Records Co., Clifton Heights, Pennsylvania, Binders shall not
be greater than 3-1/2 inches thick and shall be adjustable to permit secure
compact binding. Each binder cover shall be stamped with the proper identi-
fication as shown on Sheet P-802.02 bound at the end of this section. A
proof of the lettering for each cover shall be submitted for the Engineer's
approval before the manuals are assembled and submitted.
(DENTON, TEXAS - 4904) 113-1
(EQUI P1v'~NT - 091869 )
Where npplicable the information contained in the manual shall include a list
of rcct-u endcd spare parts with the price of each such item, and the schedule
of rc,iuired lubricants as recommended by the manufacturer. The data shall
also iJ«lude all nameplate information and shop order nwnbers for each item
of equlpiicut and component part thereof.
'Phe instruction manuals shall contain data on the r(,-u-jmended and maximum
allowable vibration limits of all rotating equipment.
The instruction manuals shall contain a table of cur,+.,!nL-1 and section dividers
with index tabs for ease of reference.
1B.7 RATL?IALS LIST. The Contractor shall prepare and submit with the
first shipping notice duplicate copies of an itemized materials list
covering all equipment and material furnished under these specifications.
The materials list shall be in sufficient detail to permit an accurate
determination of the completion of shipment.
1B.8 SHIPPING NOTICE. The Contractor shall submit two copies of a shipping
notice describing each shipment of material or equipment. The shipping
notice shall be mailed to arrive approximately 3 days ahead of the estimated
shipment arrival.
The addressees for shipment notices will be determined later.
1B.9 FACTORY ASSEMBLY. Equipment shall be shipped completely factory assem-
bled unless specified otherwise or unless the physical size, arrangement, or
configuration of the equipment, or shipping and handling limitations, make
the shipment of completely assembled equipment impracticable, in which case
the equipment shall be assembled and shipped as stated in the Contractor':,
Proposal.
All accessory items shall be shipped with the equipment. Boxes and r.rates
containing accessory items shall be marked so that they are identified with
the main equipment. The contents of the boxes and crates shall also be
indicated.
1B.10 SHOP COATING. Steel and iron surfaces shall be protected by suitable
paint or coatings applied in the shop. Surfaces which will be inaccessible
after assembly shall be protected for the life of the equipment. Surfaces
shall be cleaned and prepared in the shop. All mill scale, oxides, and
other coatings shall be removed. Sand or grit blasting of internal areas
which will be exposed to steam, or treated feed water, will not be allowed.
Exposed surfaces shall be finished smooth, thoroughly cleaned, and filled
as necessary to provide a smooth uniform base for painting. Surfaces to be
painted after installation shall be shop painted with one or more coats of
a primer which will protect the equipment until finish coats are applied.
All gauge and instrument panels, transformers, and metal-enclosed cubicles
for electrical equipment shall be finish painted with two or more coats of
an alkyd resin enamel in a color to be selected later by the Owner.
(DENTON, TEXAS - 49oh)
(EQUIPMENT - 052070 ) 1B-2
Two gallons of touch-up paint and one gallon of finish paint used on the
electrical equipment enclosures shall be furnished.
Shop primer for other steel and iron surfaces shrill I,- Mobil "13-R-50
Chromox QD Primer", or Tnemec "77 Chemi'rime" unlr;ss, otherwise specified.
Machined, polished, and nonferrous surfaces which .h,,uld not be painted
shall be coated with rust preventive compound, Dr-r,rl,,,rrr Chemical "No-Ox-
Id 2W", Houghton "Rust Veto 344", or Must-Oleum "I+-'/".
ib.11 PROTECTION. All equipment shall be boxed, crated, or otherwise
suitably protected during shipment, handling, and storage. Equipment
having antifriction or sleeve bearings shall be protected by weathertight
enclosures.
Coated surfaces shall be protected against impact, abrasion, discoloration,
and other damage. Surfaces which are damaged shall be repaired.
Electrical equipment, controls, and insulation shall be protected against
moisture and water damage. All external gasket surfaces and flange faces,
couplings, motor pump shafts, bearings, and like items shall be thoroughly
cleaned and coated with rust preventive compound as specified above, and
protected with suitable wood, metal, or other substantial type covering
to insure their full protection.
All piping and conduit connections shall be sealed with metallic or other
rough usage covers to seal the interior of the equipment. All exposed
threaded parts will be greased and protected with metallic or other
substantial type protectors. All female threaded openings shall be closed
with forged steel plugs.
Returnable containers and special shipping devices shall be returned by
the manufacturer's field representative at the Contractor's expense.
1B.12 ALIGNMENT AND BALANCE. All rotating parts shall be true and well
balanced. Excessive noise or vibration in the opinion of the Engineer will
be sufficient cause for refection of the equipment. All rotating equipment
shall be balanced at the factory.
1B.13 DESIGN COORDINATION. The Contractor shall be responsible for the
selection and design of all equipment and materials which will provide
the best coordinated performance of the entire system. Components of
rotating equipment shall be selected so that the natural frequency of
the complete unit is not at or critically near the operating range of
the unit.
1B.14 CORRECTION OF MANUFACTURING ERRORS. Equipment and materials shall
be complete is all respects within the limits herein outlined. All manu-
facturing err.)rs or omissions required to be corrected in the field shall
be done by '.ie Contractor or his duly authorized representative.
(DENTON, TEXAS - 4904)
(EQUIPMENT - 052070 ) 1B-3
113.15 LUBRICATION. Equipment shall be lubricated by rystems designed for
continuous operation and shall not require attention I,rrfng start-up or
shutdown, or more frequently than once weekly.
In.16 POWER TRAPISI_ +1_ I_SSION UNITS. The horsepower rui,lr,w, .,f each power
transmission unit shall be nt least equal to the th(;,,rotlcal brake horse-
l,uwer required to drive the equipment under full lcad, including all losses
in speed reducers and power transmission.
'Ile input torsepower rating of each gear or speed reluc;r shall be at least
equal to the output horsepower of the drive motor.
Drive units shall be designed for continuous service and shall include
provisions which will prevent oil leakage around shafts.
1B.11 COUPLING GUARDS. Guards shall be provided for protection of per-
sonnel from all exposed moving and/or rotating machine elements. Guards
shall be constructed from aluminum plate not less than 3/16 inch thick
and expanded aluminum mesh and designed for ease of installation and
removal. The necessary supports and accessories shall be furnished with
each guard.
1"'.17.1 Horizontal Shaft EEauipment. 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 baseplate.
18.17.2 Vertical Shaft Equipment. Safety guards for vertical shafts and
shaft couplings shall be of 360 degree construction with bolted vertical
,points.
1B.18 E UIPMENT BASES. A cast iron or welded steel baseplate shall be
provided for all rotating equipment which is to be installed on a concrete
base. Each baseplate shall support the unit and its drive assembly, shall
be of a neat design with pads for anchoring the units, shall have a raised
lip all around, and shall have a threaded drain connection.
1B.19 COMPRESSED AIR. Filtered, dried, oil-free compressed air will be
supplied for operation of pneumatic devices. The compressed air will be
supplied at receiver operating pressure varying from 60 to 100 psi.
Pressure regulators shall be provided for pneumatic devices which operate
at pressure levels other than receiver pressure. The pressure regulator
shall be Fisher Governor Co. Model 67FR-148.
I13.20 CONTROL POWER. Electrical power for control and instrumentation
will be a nominal 115 volt, single phase, 60 hertz, alternating current,
or a nominal 125 volt direct current. The Contractor shall provide any
devices required for proper operation and protection of the equipment
during electrical power supply fluctuations described in the following
paragraphs.
(DENTON$ TEXAS - 4904)
(EQUIPMENT - 091869 ) lB-4
All direct current electrical devices shall be desiv„ned for continuous
operation on an rur;;rounded station battery which will float on trickle
charge at 129 volts. The Contractor shall guarantee satisfactory operation
when the equiim,_nt is cortinuously energized at any voltage from 100 to
140 volts direct, current, with ambient temperaturr.:; a;; specified. Electri-
cal devices sc:•ved from this supply shall not irni:r,:,.-rr,y ground connections
on it.
All alternating current devices shall, unless other.rl;:c specified, be de-
signed for op,:>'ation on it nominal 115 volt, 60 hertz, ningle phase, alter-
nating current system. The Contractor shall guarantc,. satisfactory oper-
ation when the equipment, is continuously energized at any voltage from 105
to 130 volts alternating current.
All alternating current and direct current devices shall be guaranteed to
operate satisfactorily under voltage condition3 specified in the above
paragraphs and at 50 C ambient temperature.
1B.21 RACEWAY. Unless specified otherwise, all raceway interconnectionz
between devices, panels, boxes, and fittings shall conform to USAS C80.1
and UL 6. All conduit connections shall be of the threaded type.
1B.22 WIRING. UnJ.ess otherwise specified, all electrical conductors shall
be Class B stranded .~o.pper 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 terr,.inals.
Terminal blocks shall be provided for conductors requiring connection to
circuits external to the specified equipment, for internal circuits cross-
ing shipping splits, and where equipment parts replacement and ;maintenance
will be facilitated.
Each terminal block, conductor, device, fuse block, and terminal shall
be permanently labeled to coincide with the identification shown on the
drawings. Conductors shall be identified by legible markings on device
terminals, printing on the conductor jacket or wiring sleeve, or by other
means approved by the Engineer. Terminal and conductor identification
shall be by a permanent method unaffected by heat, solvents, or steam, and
not easily dislodged, preferably by means of metal sleeves or printing on
the wire ,jacket. Adhesive labels are not acceptable.
(DENTON, TEXAS - 4904)
(EQUIPI.11ENT - 091869 )
18-5
CITY OF DENTONe TEXAS
► NIONIC IPAL fLlCTI?tC GENFRATING `
z ,fAfION
W
f UNIT 5
a_
b
W
U.
O
INSTRUCTION BOOK
Z FOR
z NAME OF EQUIPMENT
0
Q
< 0
X z
W-
MANUFACTURER'S NAME
r_ W
0 w MANUFACTURER'S ADDRESS
7. 0 Ln
W
O U F
i. a z
0Z)
U
W
J
- W
V
L BLACK A VEATCH
CONSULTING ENGINEERS
L)
KANSAS CITY. MISSOURI
z
redck60
1
Note: (Front Cover)
Large type shall be 30 point Tempo Heavy Condensed
All other type shall be 12 point Copperplate Medium Gothic
TYPICAL EQUIPMENT INSTRUCTION BOOK COVER
BLACK 6 VEATCH CITY OF DENTON, TEXAS
CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-802,02
KANSAS CITY, MISSOURI UNIT 5
Section 1C - ENGINEERING DATA
1C.1 GENERAL. This n,-etion covers engineering data and manufacturer's
drawings which the Contractur shall submit to the F;nvino.cr for design in-
formation or approval. As stilnrlatel in Section IA, w,mpliance with the
specified schedule for dr.iwinq and data submittal i:: -•nsontial to the
schcdulc,i progress and completic,n of the Unit 5 A+Jli ,lun and is of the
essence of this Contract_
1C.2 DFSIGN DATA. Within 10 days after award of cr,nr.rau;t, ten copies of
the design data required Lo permit station (design tai proceed shall be
submitted. The data shall include but not be limited I,O the following:
Data to permit preliminary layout of the supporting structures
and building enclosure
Data to permit preliminary sizing of the major piping, systems
Data to enable purchase of major auxiliary equipment dependent
on equipment design variables
Data to permit preliminary design of electrical power and control
systems
1C.3 DRAWINGS. Drawings shall to submitted for the Engineer's review and
approval in accordance with the following procedures.
1C.3.1 Procedures. Four copies of "Preliminary" drawings shall be submitted
to the Engineer. Preliminary drawings shall be reasonably complete and suit-
able for the Engineer's use in establishing basic plant arrangement and de-
sign requirements. Preliminary drawings will not be checked or approved by
the Engineer; however, the Engineer will refer to the Contractor conflicts
or dis-repancies which lie 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 }
(BOILER FEED PUMPS - M-32A) lC-1
052570
Section 1D - !MOTOR SPECIFICATIONS
1D.1 r;t.NERAL. These motor specifications are ahpllcnble to all elec-
tric motors required for the operation of the equipment furnished. :!otor
S,,ecificatlon ruri Dst,a Sheets for the motors required have been included
in the respective equipment sections in Technical Requirements. Any
motors not slrccifically covered but still requiredl ro r operation of the
equipment :.;hull Le furnished. The Contractor shrill Ii:;t and include as
l,rirt of 1,hc• Proposal t.hc additional motors bninY I'll r'rliuhed and thoy shall
lac in accordrsnce with these .specifications.
The requirements of the individual Motor Spec!ficntic4n and Data Sheets
shall crivern where conflicts occur.
1D.2 CODES AND STANDARDS. All motors shall be designed and fabricated
to conform to the requirements of alrolicable ANSI and NEn standards.
1D.3 RATING. The electric motor brake horsepower required to drive the
furnished equipment at the maximum design point of the equipment shall
not exceed the motor rating at 1.0 service factor.
Motor rating and nameplate shall conform to the following NEMA MG-1
requirements:
1D.3.1 Rating Standard Part 10 Part 20
Fractional and integral
horsepower x
Integral horsepower _ X
680 frame series and smaller x
Larger than 6BO frame series _ x
iD.3.2 Nameplate Standard MG1-10.38 MG1-20.60
In addition to MG1 standard
requirements the following
nameplate data shall be pro-
vided.
Manufacturers
Designation x
Serial number x _
Shop order number x _
Frame n1inber _ x
Class insulation x x
Service factor x x
Code letter _ x
Locked rotor current,
amperes x. x
(DENTON, TEXAS - 4904)
(MOTORS )
032570
ID-1
Start limitations x x
Direction of shaft
rotation by arrow for
Ti, T2, and T3 motor
lead connections x x
IU.l+ TI-JIGNAL RAKKING'. Terminal miLrkint',:, for motor, r;hrill be in
rsccordan(:e with Part ' of NEMA stv; l,irls raid 6ectior 1 --~i of ANS C6.1-1956.
11)., L)FBIGN AI1D CCTIS' BIY PION. Design raid constructir,u of each motor
:Ihull be coordinated with tt,e driven equdhmcnt requLrrro,,rnts and as des-
igrnated on the Motor I,ecification %rrd Data heets.
1D.5.1 Service Factor. The motor service factor, design, and applica-
tion shall conform to the following requirements.
For all motors 200 horsepower or less furnished with a service factor
greater than 1.0, the service factor shall be in accordance with NEMA
MG1-12.47.a.
For all motors 250 horsepower and larger furnished with a service factor
greater than 1.0, the motor nameplate shall show the horsepower rating at
1.0 service factor, and the service factor. The motor shall be designed
to provide a continuous horsepower capacity equal to the rated horsepower
at 1.0 service factor multiplied by the specified motor service factor
without exceeding the temperature rises listed in NEMA MGI-12.42 and M01-
20.40 for the insulation system and enclosure specified.
1D.5.2 Enclosures. All motors shall be self-cooled. Motors for out-
door service shall have all exposed metal surfaces protected with a
corrosion resistant paint or coating. Exposed unpainted and uncoated
metal surfaces shall be of a heavy-duty corrosion resistant material.
Motors for normal indoor service shall have open dripproof enclosures.
Motors for unusual indoor service shall be totally enclosed and of the
correct type enclosure for the particular service as specified in NEMA
MG1-1.26.
All motors shall be complete with screen guards over r.11 openings.
Screen guards shall be fabricated of corrosion resistant metal with
free openings no larger than 1/8 inch.
Motors for normal outdoor service shall be totally enclosed or have a
NE61A Type I outdoor weather protected enclosure.
Motors for unusual outdoor service shall have NEMA 'PJ1e 11 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)
(MOTORS ) ID-2
032570
111. 5.3 Insulation. All motors shall have nonhygroscopic insulation rated
for temperature rise and ambient temperature in accordance with 1iEMA
1.1011-10.35, -12.41, and -12.42 for the insulation class specified. 'When
(Ambient temperatures greater than 40 C are specified, the ambient tempera-
ture specified plus the temperature rise at the hottest spot due to motor
losses shall not exceed the total limiting temperature rise for the insula-
tion system used.
The total "hot spot" temperature for Class A, B, r', arvi H insulations
shall be as tabulated below.
Insulation Total Temperature
Class Degrees Centigrade
A 105
B 130
F 155
H 180
Where a sealed insulation system is specified, two additional dips and
bakes of epoxy varnish or vacuum-pressure impregnation shall be included.
Where an encapsulated insulation system is specified, sealing shall con-
form to NEMA 14G1 for random wound motor;.
1D.5.4 Space Heaters. Space heaters where specified on Motor Specifica-
tion and Data Sheets shall be provided inside the motor enclosure in a
location suitable for easy removal and replacement, Space heaters shall
be of the capacity required to maintain the motor internal temperature
above the dew point when the motor is idle and shall be isolated by a
heat insulation barrier or located so as not to cause heat damage to
adjacent painted surfaces.
1D.5.5 Conduit Boxes. The cast iron or pressed steel motor conduit box
shall be diagonally split for easy access to the motor leads, and shall
have a threaded opening to provide a watertight rigid connection with the
conduit. The box shall be designed for rotation in 90 degree increments
to receive conduit from any of four directions to facilitate connections.
A gasket shall pie furnished between the diagonally split halves of the
conduit box, and a nonconducting motor lead positioner shall be fur-
nished between the conduit box and the motor yoke. All motor leads lo-
cated in the conduit box shall have terminals and shall be permanently
numbered for ease of identification.
Box locations and dimensions of motors rated above 600 volts shall be
subject to approval by the Engineer.
All motor lead conduit boxes for rotors rated above 600 volts shall be
cast iron or pressed steel and shall be sized and arranged to permit the
installation of stress :ones within the box.
(DENTON, TEXAS - 4904 )
(MOTORS }
032570 lU-3
All space heater leads for motors rated 600 volt or less shall be wired
to the motor lead conduit box, and include terminal connectors.
All space heater leads for motors rated over 600 volts shall be wired
to the cast iron accessory conduit box described tarlcr.r, and include
terminal connectors.
A separate cast iron or pressed steel accessory vonduit box shall be
provided in motors rated above 600 volt for ctirroiit transformer leads,
temperature detector leads, alarm device leads, :;Dace heater leads, and
other similar accessory equipment leads. Accesoory conduit boxes shall
be complete with screw type terminal blocks for termination of such
leads. Terminal blocks for current transformer lcwls shall be shorting
type. Each terminal in the blocks shall be identified and marked for
its respective leads. All accessory conduit boxes shall be accessible
from outside the motor.
1D.5.6 Leads. All leads including main motor leada, current trans-
former le&ds, space heater leads, and thermal protective device leads
shall be completely wired to their respective terminal box. A11 motor
leads and their terminals shall be marked T1, T2, and T3 in accordance
with the direction of shaft rotation shown on the nameplate.
Dual voltage rated motors shall be connected for the operating voltage
specified and only the leads for field connection shall be brought into
the terminal box.
1D.5.7 Terminals. All leads shall be provided with compression type
connectors equivalent to the following:
Cable Size Burndy Connector
250 Mcm and larger YA-21,I4
6 AWG through 4/0 AWG YA-L
8 AWG and smaller YAy
1D.5.8 Ground Connectors. Motors shall be furnished with a grounding
connector attached to the motor frame inside the motor main lead conduit
box. The grounding connector may be a lug or terminal or other approved
grounding connector. The ground cable and power cable relationship, Fs
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 AWr,
4/0 AWG to 750 Mcm 2 AWG
(DENTON, TEXAS - 4904)
(MOTORS )
032570 1D-4
mmm~
Motors rated higher than 600 volts shall also have a grounding connector
permanently attached to the motor frame on the same side of the motor as
the motor main lead conduit box. The grounding connector may be a non-
corrodible metal pad welded or brazed to motor frame with a threaded
hole at its center, a terminal connector attached to the motor frame,
or other approved motor frame grounding method. The grounding point
shall be on or near the end of the motor opposite the output shaft of
horizontal motors and on or near the base of vertical motors.
1D.5.9 Bearings. Grease or oil lubricated rolling elvnent thrust and
radial bearings shall be designed and fabricated in accordance with
AFBMA standards to have a minimum life rating of not less than 15 years
under the load, speed, and thrust requirements.
Stacked rolling element bearings will not be acceptable.
Sleeve bearings shall be oil-ring lubricated type with mountings provided
with oil level sight gauges marked for required oil level at motor run-
ning and motor standstill. The oil ring shall be one piece construction.
Split type construction will not be acceptable.
Sleeve bearings, end bells, and bearing housings for horizontal motors
shall be 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 bearit.g or the motor frame.
All mountings for bearings shall be designed to prevent the entrance of
lubricant into the motor enclosure or dirt into the bearings, and shall
be provided with pipes, drain plugs, and fittings arranged for easy re-
lubrication from the outside of the motor while the motor is in service.
Bearing lubrication shall be furnished by an internal lubrication system
requiring no external source of water or lubricant, unless specified
otherwise on the Motor Specification and Data Sheet. When an external
lubrication system is required it shall be furnished complete by the
Contractor, including all required connections. Required connections
shall be furnished for forced or recirculating lube oil as specified on
the Specification Data sheets.
The Contractor shall furnish all lubrication information required to
assure proper equipment start-up and subsequent bearing maintenance.
1D.5.10 Rotors. All induction motors shall have squirrel cage rotors.
Rotors shall be adequately sized to avoid overheating during accelera-
tion of the motor and driven equipment.
(DENTON, TEXAS - 4904)
(MOTORS }
t,52070 1D-5
1D.5.11 Shafts. Where shipment permits, motor output shafts shall be
complete with moto.- half coupling mounted, connected to the driven equip-
ment, and adjusted ready for operation. Where motor size prevents ship-
ment with motor connected to driven equipment, the motor half coupling
shall be factory mounted for field connection to the driven equipment.
The output shaft of motors furnished with split sieeve bearings shall have
the motor mechanical center and electrical center permanently circumscribed
identified on the motor shaft. The markings shall be easily identifiable
for use during motor installation.
1D.5.12 Torque Characteristics. The torque characteristics of all induc-
tion motors at 90 per cent rated voltage or that voltage provided as shown
on the Specification Data sheets shall be as required to accelerate to full
speed the inertial loads of the motor and driven equipment.
Locked rotor current of all induction motors shall be the minimum within
the standard design limits used.
1D.5.13 Bearing Temperature Detectors. Bearing temperature detectors
shall be furnished for all motors with split sleeve bearings.
Each bearing thermocouple bulb shall be in intimate contact with the bear-
ing of babbitt sleeve bearings, and the outer race of rolling element bear-
ings.
1D.5.14 Temperature tector Details. All temperature detectors shall be
chromel alumel thermocouples having magnesium oxide packed stainless steel
sheaths.
1D.6 FACTORY TESTS. Each motor shall be tested at the manufacturer's plant
to determine that it is free from electrical or mechanical defects and to
provide assurance that it meets the requirements of these specifications.
Motor horsepower rating will deterrine which of the following test pro-
cedures govern.
Five copies of reports of each test shall be sent to the Engineer prior
to shipment of the motor from the manufacturer's plant.
(DENTON, TEXAS - 4904)
(MOTORS )
052070 1D-6
In each case where a motor design for a number of motors identical to
that specified has been manufactured and completely tested, five copies
of such test report including a speed-torque curve for the design,
shall be provided in addition to the commercial test specified.
. 1D.6.1 Motors 200 HP and Smaller. A standard ccurmercial test shall
be made on each motor. The test shall consist al':
No-load running current at normal voltage
Locked-rotor current at farctional voltage
Measurement of winding resistance
Dielectric test
Inspection of bearings and bearing lubrication system
For wound-rotor motors, the measurement of secondary
open circuit voltage ratio at collector rings
1D.6.2 Motors 250 HP and Lar er. The above described standard commer-
cial test shall be made on each motor unless otherwise specified.
When complete tests, witnessed or unwitnessed, are specified on the
Motor Specification and Data Sheet they shall consist of:
Full load heat run
Per cent slip
No-load running current
Locked-rotor current
Breakdown torque
Pull-up torque
Starting torque
Efficiency at full, 3/4 and 1/2 load
Power factor at full, 3/4 and 1/2 load
Winding resistance measurement
Dielectric test
Inspection of bearings and bearing lubrication
system
For wound-rotor type, the measurement of secondary
open circuit voltage ratio at collector rings
1D.7 MOTOR SPECIFICATION AND DATA SHOES. 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.
(DENTON, TEXAS - 4904)
(MOTORS ) 1D-7
052070
a, i x tn' fi a~R"t 4iV4 p ryli. Y R Y f'-&-
r
PART 2 TECHNICAL PLEQUIREMENTB
CONTENTS
Page thru Page
Section 2A - DESIGN CRITERIA 2A-1 2A-3
2A.1 General 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 Pump Characteristics 2A-2
2A.7 Characteristic Curves 2A-2
2A.8 Guarantees 2A-2
2A.9 Tests 2A-2 2A-3
Section 2B - CONSTRUCTION 28-1 2B-5
28.1 General 2B-1
2B.2 Materials 2B-1
2B.3 Casing 2B-1 2B-2
2B.4 Impeller and Wearing Rings 2B-2
2B.5 Shaft 2B-2
2B.6 Balancing Leakoff 2B-2
2B.7 Shaft Seals 28-2
2B.8 Bearings and Lubrication 2B-2 2B-3
2B.9 Piping 2B-3
2B.10 Lagging and Insulation 2B-
2B.11 Baseplate 2B'
2B.12 Motors 2B-4
2B.13 Couplings 2B•-4
2B.14 Accessories 2B-4 2B-5
I
(DENTON, TEXAS - 4904 ) TC2-1
(BOILER FEED PUMPS - M-32A)
051970
Section 2A - DESIGN CRITERIA
2A.1 GENERAL, This section covers the desi n
tion requirements for two electric motor driven boilermfeed wateropumpsc-
2A.2 CODE R UI_ k NTS, All equipment and materialu furnished under
this specification shall be designed and constructed in accordance -with
the latest applicable requirements of the standard upecifications and
codes of ASME, AS114 ANSI, NEMA, IEEE, EEI and other ouch regularly pub-
lished and accepted standards except where modified or supplemented by
these specifications.
2A.3 TYPE. The pumps shall be double case barrel, multistage, centrifugal
type designed for continuous operation in boiler feed service.
2A.4 ARRANGEMENT. The pump shall be direct connected to an electric
motor driver,
2A.5 PERFORMANCE. The pump shall be designed to operate reliably in
continuous service under the following conditions. The performance indi-
cated shall be guaranteed.
Number of pumps required
2
Capacity, gpm, each pump
800
Suction conditions
Pressure, psi, above pump shaft, maximum 130
NPSH, ft above pump shaft 30
Temperature, F 320
Maximum suction temperature, F
327
Total head at the design suction
temperature, ft
4400
Maximum rotative speed, rpm
3600
Cooling water supply temperature, F max
95
Cooling water supply pressure, psi
125
(DENTON, TEXAS - 4904 )
(BOILER FEED PMTS - M-32A)
032470 2A-1
2A.6 PUMP CHARACTERISTICS. The pump shall be designed to have a head
capacity characteristi• which rises steadily from the rated capacity to
shutoff. At shutoff the pump head shall be not less than 110 per cent
and not greater than 120 per cent of the head at rated capacity.
A pump curve sheet showing head, efficiency, horsepower, and required
NPSH, all at a constant speed plotted against capacity, shall be furnished
with the Proposal. Characteristics of the maximum and minimum diameter
impellers which raay be used in the casing shall also bo. indicated.
2A.7 CHARACTERISTIC CURVES. A pump speed-torque curve for starting
against a closed discharge valve shall be submitted. A pump speed-torque
curve for starting with open discharge against the system curve shall be
furnished when and if requested by the Engineer.
2A.8 GUARANTEES. The boiler feed water pumps shall be guaranteed to
perform as specified and as shown by the performance curves and stated
in the Proposal. They shall be guaranteed to operate without pitting,
cavitation, excessive vibration or noise under all conditions. The fol-
lowing shall be guaranteed:
a. Capacity at design point head and speed
b. Total head at the design point
c. NPSH required at design point at specified temperature
d. Efficiency
e. Horsepower input at design point
f. quantity of water to be recirculated under shutoff
conditions
f. Statement of ability to operate in parallel under
the conditions specified
h. Maximum shutoff head
2A.9 TESTS. The pumps shall be shop tested including the following tests:
a. Hydrostatic test of the casing at 1-1/2 times the design
pressure
b. Pump shall be operated at rated full load speed over the
full capacity range from shutoff to maximum flow at a suf-
ficient number of points, including minimum flow and design
(DENTON, TEXAS - 4904 } 2A-2
(BOILER F'EEU PUMPS - M-32-A)
032470
flow, to establish the pump head, capacity, horsepower and
efficiency curves. The tests shall be performed using water
at the design temperature.
c. The actual NPSH requirements of the pump over the operating
range shall be determined.
The shop tests shall be conducted using thc: pump and motor being furnished
to the Owner.
Test curves shall be submitted to the Engineer. Submit 12 copies of each
curve.
I
i
I
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - 14-32A) 2A-3
032470
Section 2B - PUMP CONSTRUCTION
2B.1 GENERAL, This section covers the construction requirements for the
boiler feed water pumps. The following articles pertain to each pump,
2B.2 MATERIAL. Pump materials shall be equivalent to or shall exceed the
strength and corrosion-erosion resistance of the following listed materials:
Outer casing Carbon steel tiUN4 A266 or A217
Inner casing 4-6 per cent chromium alloy steel
ASTM A217 Gr
Impeller 4-6 per cent chromium alloy steel
ASTM A217
Wearing rings 11-13 per cent chromium alloy steel
ASTM A276 or AISI Type 416
Shaft 11-13 per cent chromium alloy steel
ASTM A276 Type 410 H.T. (~r
AISI Type 416
Shaft sleeves 18 per cent chromium alloy steel
ASTM A362 or chromium plated steel
Diffusers, diaphragms
and stage pieces ASTM A362
Balancing drum ASTM A362
Warm-up and recirculation
orifices AISI 416 stainless steel
All high pressure joint sealing surfaces in the barrel and areas subject to
high velocity shall be lined with an overlay of 18-8 stainless steel deposited
by welding,
2B,3 CASING. The pump outer casing shall be centerline supported and shill
be of the barrel type so arranged that the pump may be disassembled without
disconnecting the suction or discharge piping. The pump inner casing joints
shall be of the pressure seal type constructed so that the pump discharge
pressure acts to seal the ,joints.
The suction and discharge nozzles shall be on top of the pump and i:ro,ject
upward. The type of nozzles shall be as follows:
Suction nozzle Butt welding
Discharge nozzle Butt welding
O)ENTON, uus - 4904 )
(BOILER FEET) PUMPS - M-32A) 2B-1
032470
The butt welding end preparation shall be in accordance with detail drawing
to be furnished later by the Engineer.
All strength welds in the casing shall be in strict accordance with the
ASME Boile.• and Pressure Vessel code and radiographed. All stress level,
in the baz,rel and head shall be within the limits of the Code requirements.
Head bolting shall be drilled for stud heaters. Cold torquing of the studs
will not be permitted.
2B.4 IMPELLER AND WEARING RINGS. The impeller shall be oi' the enclosed
type, of one piece cast construction, carefully machine finished.
The impeller shall be statically and dynamically balanced.
Renewable casing wearing rings designed for ease of replacement shall be
furnished to prevent excessive leakage between high and low pressure
chambers.
The pump shall be arranged with opposed impellers and/or balancing drum
so that hydraulic thrusts are in balance throughout the operating range.
2B.5 SHAFT. The pump shaft shall be conservatively designed for rigidity
and statically and dynamically balanced to limit shaft deflection t'.) not
more than one mil at any operating condition. Bearing span shall be kept
to the minimum practicable.
The shaft ends shall be tapered to permit easy installation of the mechanical
seals.
2B.6 BALANCING LEAKOFF. Any balancing leakoff shall be piped to the suction
connection if NPSH permits.
2B.7 SHAFT SEALS, The pump shall be provided with mechanical type shaft
seals. An external seal water heat exchanger designed for the maximum
suctiop condition shall be provided. The seal water heat exchanger shall
be supported from and within the limits of the baseplate. All pipe and
fittings required between the heat exchanger and the pump shall be fur-
nished by the Contractor and shall be constructed of carbon steel.
2B,6 BEARINGS AND LUBRICATION. Radial bearings shall be of the split
sleeve babbit lined type. A Kingsbury type thrust bearing shall be pro-
vided to carry unbalanced end thrust in either direction.
A complete forced feed lubrication system shall br provided to supply oil
to the pump and drive motor bearings. The lubrication system shall con-
sist of, but not necessarily be limited to, an oil reservoir, main shaft
driven oil pump, electric motor driven auxiliary oil pump, filters, heat
exchangers, piping, valves and instrumentation.
(DFNTON, TEXAS - 4904 )
(BOILER. FEED PUMPS - M-32A) 2B-2
032470
The auxiliary oil pump shall provide lubrication during startup and shut-
down of the feed water pump and upon failure of the shaft driven oil pump.
The main shaft driven pump shall provide lubrication during normal operation.
The feed water and drive motor pump shall be designed for coast-down with-
out damage to the bearings on loss of station service power to the electric
motor driven oil pump.
The oil reservoir shall be coated internally with "Rustban".
A minimum of three pressure switches shall be provided to control the
auxiliary oil ptunp and to annunciate low oil pressure.
All piping shall be carbon steel, ASTM A53 or A106, Schedule 40 minimum.
Socket weld fittings and steel body valves shall
be used. All oil piping
shall be provided with sufficient numbers of flanged points to facilitate
assembly.
All. equipment shall be located within the confines of the pump baseplate.
Piping shall be run square and level with fittings used for all changes
of direction and intersections. The i in including the piping to and
from the drive motor shall be completely shop fabricated and installed.
2B.9 PIPING. The pump shall be provided with all drain
piping required
to interconnect bracket drains and other points of drain
P age and convey
them to a common outlet connection. Each bracket drain shall be provided
with a sight flow fitting.
All miscellaneous piping shall be arraviged in a neat and orderly manner
under the pump lagging, terminating in single connections or headers
through the lagging. Pump air bleed connections, if furnished, shall be
valved and piped within the pump lagging, or supports, to a pump base drain.
2B,10 LAGGING AND INSULATION. The pump shall be provided with 14 gauge
clad aluminum lagging. Joints shall be butt type with backing strip and
countersunk aluminum alloy screws. All corners shall be rounded. Aluminum
surfaces shall be buffed in one direction to give a uniform finished
appearance,
The lagging shall enclose the half of the pump above the pump support.
The entire pump barrel inside the box support and beneath the lagging
shall be covered by 2 inches of fiber glass blanket insulation. The
fiber glass blanket shall be securely attached to the pump casing by
dead soft Type 302 stainless steel wire and suitable insulation lugs
welded to the pump casing.
All insulation and lagging shall be shop installed.
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - M-32A) 2B-3
032470
28.11 BASEPIATE. A heavy box type fabricated steel baseplate designed
for a neat appearance shall be provided. It shall be a continuous full
length baseplate to support the total assembly of pump and drive motor.
The baseplate shall have provisions for collection of drainage sloping
to a drain connection at one end.
Jackscr2we for alignment of the pump and motor shall be provided as a part
. of the oaseplate. Holes shall be provided for grouting and anchor bolts.
2B.12 MOTORS. The boiler feed pump drive motor and auxiliary lube oil
pump motor shall conform to the Motor Specification and Data sheet bound
in this specification and to the requirements stipulated in Section 1D,
General Motor Specifications,
2B.13 COUPLINGS, The shaft coupling between. pump and drive motor shall
be of the all-metal gear, spacer type and shall be attached to the tapered
pump shaft by suitable retaining devices and to the motor shaft by press
fit and key.
28.14 ACCESSORIES. The accessory equipment specified in the following
articles sha~ l^ b furnished by the Contractor.
2B,14.1 Minimum Flow Orifice. A pressure breakdown valve shall be fur-
nished capable of passing pficient flow to prevent overheating of the
pump under shutdown conditions. The valve shall be Yarway Type ARC.
2B.14.2 War_ m-UD Orifice. An orifice to control a flaw of hot feed water
through the pump for quick startup purposes shall be furnished.
28.14.3 Temperature Detectors. Each motor and pump bearing shall be
equipped with temperature detectors. The bearings and bearing housings
shall be drilled and tapped as required to receive the detectors. The
detectors shall be chromel-alumel thermocouples. The thermocouples
shall be complete with cast iron weatherproof connection heads and nipples.
Insulating bushings and compression fittings shall be furnished if re-
quired for this application,
2B•14.4 Gauge Panel. Gauges and instruments for the pump shall be
mounted on a separate beard on the side of the pump box support. The
face of the panelboa:rd shall be anodized aluminum buffed in one direc-
tion to give a uniforw appearance,
The pump shall be provided with the following gauges and thermometers:
Four - 4-1/2 inch mircury actuated dial type thermometers with
chromium plated escutcheon rings, white dials and blGck numerals,
American Model 6470 RM, for indication of oil temperatures from
the sleeve and thrust bearings,
.
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - M-32A)
032470 28-4
Three - 4-1/2 inch pressure gauges Faith chromium plated wide lip
rings, white dials with black nutserals, Ashcroft No, 1377, for
indication of;
Suction pressure
Discharge pressure
Oil pressure
Thero,ometere shall be provided complete with stainless steel armored
capillary tubing and stainless steel separable socket.
Pressure gauges shall have overpressure stops and Shall be furnished
with Ashcroft No, 11065 r:1sation damper and 1/2 inch stainlliss steel
globe valve for gauge shutoff.
Each device on the fare of the control panel shall be identified with
a laminated phenolic nameplate attached to the panel face with aluminum
alloy screws or rivets. Nameplates shall have black letters and white
faces. The nameplates shall be approximately one inch by three inches
with letters 3/16 inch high,
(DENTON, TEXAS - 4904 )
(BOILER FEED PUMPS - M-32A)
032470 ~B_5
DRIVEN EpuE3~NNT BOILER FEEI' WATER PUMP 11~IP T {M
Ssl'M, hA` t.! I'. Fit C '0 MOlil« Ii I P i rFt/
!HRII';1' IiVr;N, Il~nli
(~',Ir'I INS 'IS1'4I II1..i E 1l! ¢h,lrll, l 'ill I.• II I'kU.Ii l 1
OL e11'V t. hl 1 1. .,i V 4.
0.1 „!il~.
lilbl l•. ul p'JI AlMl N1'
k11fAlIC1.
N(III;'P ANA [N IPJIf"MENI LOUPL(f'., Ylf h11' f4~If MU Ifl4 EN'.' Ih'1'U',,I 1( 14 I~',144 !IIIPIII `,HAS T
AS) RFQUIkF'D
!1''I I I~EZ Hv 4000 yrLl, 3 y a~,, 60 >ILR1/ IN oonl' °IRrIC1
1J1f4NTI lY 2 SE Qv I(L IAr. ,'01 1.15 PE'0(,N ilA"i w _
INSItAIIO% SY'If M: (LA,),i B ';IAN',44!i 5E At LD X INI. Af'IUL 411(1
AM ii I L41 Tf11Pt6ATU1 t 50 < TLMft4At~at. R:St. I
IN(10`URI; TY01 DRIPPROOF Mr,uN111t, HORIZONTAL ,Ilal r SOLID
".PAC( H[AT14', 'vhI`I PHASE WIRED f0 1l11A"Jj '1111 f!U.
N L I T A14 11LII. R YES► SEE: BELOW CUPRENT TPA VSI ORMI
Olf!!R RfnulP(MjWI END FLOAT SHALL NOT BE LEuS THAN 1/P INC11. INDICATE MAXIMUM
DIAM911ER OF SHAFT LATHE CENTER ON MOTOR DIMENSIONAL DRAWING
HIAPINGS; TYPE SPLIT SLEEVE MINIMUM LIP( (A(RMA) - - YRS
IuDRICAtIM IYPLOIL RING, FORCED OIIr,YsT(M SUPPLIED BY PUMP OIL SYSTEMS
rTH£R RruJIRLM(4TS INSULATE BEARINGS TO PREVENT CURRENT FLOW THROUGH BEARINGS
I tNE'E RA TOPE D[II(TORS; WIRELI i0 (kWINAL 00141' IN 4PARAI[ Uif(C104 11kill NAt 606
WINDING: RTD'3, OHMS 41jANIIIY Pt; PHA;L Oib[45
MARINGS: 1YP[ YES
D13CHARL[ AIR: TYPE
• SYSI[M V01.14G[ CONDIIIONS; PRIOR TO SIARIIkG MUIOR PER (.(Nr OF RATED MC'0R VOL/►',E
IMPE(ANC( TO STARTING CU4RENIS I'ER LINT CN A " - wIA PASS
('IHER RLOUWMfNT`'. *REMOVABLE: WASHABLEA IMPINGEMENT 'T'YPE FILTERS HAVING ZINC
PLATED STEEL FILTER MEDIA. STARTING INFUSH AT 4000 VOLTS SHALL F!E LIMITED
TO 5'54 KVA/HP
)HAf i CouPLING
IYFE (JPNI',HFU fY
MOTOR 1-40 ~OUPLINS MCGNT[U NY 4[TUINEU 4PpARAIU',; TAr,S (COPO;NATED BY
COUPLING END FLOAT SHALL NOT ED(CEED 3/11 INCH.
1UT(IQ fit rA
A t A I I N ;E '009 PRrs;u4E L(~EI:
I,r v I I Y, E
PfM Pr( I) 1ULL L'I►.~ PLL4 IIIM rPEQU['Ir,Y RANr,f LFYEI
IrI%IrN',Y, 11 CENT FULL I_CAr; I1,PP'ENT Au,,IN C6', IN U3
LOAM: L/1 1/, 4114 LtiefEr 40TI)P CUPPfNT Ov£roAtl
i'rpwE4 r4[TU4, FEW CENT LI,LrE.I, 4url)4 !nR;'I,E rT-[a 15-110
Ior'! 1/1 3/4 414 PULL 'UP 19°',ill T' +i 150-3~G A
'.PAi H(alf~B4; Ar'.". n'1 •rp~uf I'-tH 399-6'D
NLM'(= 01 WO i ; 'C1AI u)10: ht lh, 6GG-SIGP
ONIt W, N hAl1r t)IAI .)'C,4 'nT SIOG-24np
V( INL .0 :04 11,L411A L., Ic'If-I'd:
4ar~f-Srr;c
1
L' MOTOR
SPECIFICATION AND DATA SHEET
U
I
n BLACK b VEATCH DENTON, TEXAS PA E Dr
TIION 1
CONSULTING ENGINEERS MUNICIPAL ELECTRIC4ENERATING STATION W
KANSAS CITY, RIO, UNIT 5
DRIVEN 1QQ'FMENT ALXILIARY LUKE OIL PW BHP
Laft2 F1EM
PLfDAS RF~'D GPM, w12 I;LTiHU[0 10 0010F `.PL(O rEC M..32A
rrt:I',r WN; F, MA1 HF i1 f 4904
~.U,JV[IN., w.~HLFE~REU Tq Mr,rr,H Frl.~: 'n[Ili
r
LI 1 1l I,r.Y L1if 1
lo 2
I, W'R' ~LVIHI'il f0 M0I0H `PCEu
GEAc ry)a: rAtIC
11. Ei7'Jlu'E"Ehi -
6TIi
•
rllAo(-i ill ~QF ANA I,HV+[N f;JI PM 14 UU I'Lf U,
RxctUU1RED 441J4~ 1160 PnA',E
3 60 HlHll It!',GiR 'c:,,rr
Hr rGl i>: 1.15 H
gHANII IV 2 LF ri CI fACIOP 5 I[SiflN (.LA'.',
I NYUT A 1 1 u N Y; TI M X [pLAF'.AJtdtEI7
1lA':, B SIANiiAP5 S[ALEU
S'. ~
AM iiI1 NI I[MY[HA IUD[ 50 t lilAvl.t•Altl:f. $41"t AS REQUIRH;D ',HAf 1 SOLID
[Nlta',ul7c: I y H DRIPI'ROOF MouNTIN1, -,1'ACt HCAIE
40175 _ 14A•,1 WIRED Iu il'APAIF II1,9 Pnr
ri7r.Nf4T IGbIN 0hTq[:'.
INlti All•. rlLit R
0 1HEP Fl ('U I Hf HENTS
ANTIFRICTION MINIHUH LIFE (AF 0*A1 15 YR1
fA0IN(,f iYPE CrRFASE )Ysr[M SELF-IrUBRICATF-D
IUPI~1001,1f,-111M TYVC
111H[H H(QIIIHfMENtS r
TEMPERA WE P4, 11LIui WIH[r~ 10 1EH91 INAI POAtL. IN SLPARATE DEIf CTOR TIRMINAI NOr
- UANiIIY F`tN PHASE 01HER3
WIND INI}; Rllt S, Lf+H.)
PEAAINGS; TYPE J _
('IYCHAi AIR: TYPE RA1E0 MOTGR 4ULTA;[,
)YST[M 'VOLIA(,I_ G0N01IIONPRIOR ID STARTING M0I0R pip C[pt M or
BA3C
PEP CENT 04 A
~MPkDARCE IO STARLING CUwPtN15
WHIP PUUikLwFW:
- - - - - - - - - - - - -
';IiAP E fA i RP'QU~RED rUaNISH[D V
ItP( at7URNfU APPAPATUS LAG; (C;r,'u(,INATED BY
MDiOR HALF FUUPLING MDU41E0 BY
- - - - - - - - - - - - - - -
tl'VlE`'
R '4( aD Pillll"
F 010,8 b A I Arrl[raAtlN;, IIHt %u
Hr
V H. E[ 1' 1 1 L 0A P k U PFM Fir U(NCV aAF,,t 1r .EL
~Nf 'F' r •.4
1. LnA!• II, 4'+"IN1 Av'M IN rs
RN T AMP: CV[."-A Lt
I r Ft l7 ii M:1 fi CEN' It C O c~ L ll : L
~!F.'., ;Trl
D~:•l' T'' 1L'~L"}ut
uw1 V!r ri ~rE~' C'LNr Pu I L ji r--L9 I r
CNVUE
1UT41, MOTOo 'aT
NLM~yIu pt UNIT', 16'3 17::-:'•~'~
f, =Q!r,a wT
N1 VA IIN;. WAtT i I A t
i FT
INfH11A
r~r
DlllllNf '.Wr, Nri, +.rj
•
Alt00b5lE ;TAuT:
n
fl MOTOR
rlj SPECIFICATION AND DATA SKEET
.lj LLJ
l BLACK 6 VEATCH DENTON,TEXAS 2
CONSULTING -NGINEERS MUNICIPAL ELECTRIC GENERATING 6 STATION nAGF2 (T
KANSAS CI,Y, YO. UNIT 5