Loading...
HomeMy WebLinkAbout1970 i SPF('I F!CAT10NS A NI) 1)0 CUM1;NI'S MUNICIPAL ELECTRIC GENERATING STATION UNIT S CITY OF DENTON, TEXAS CLOSET) FEED WATER HEATERS SPECIFIC%TION 4904 M•16A CONTRACT ISSUE 50I1T'fIN1'F;S1'FaiN ENGINEERING CONIPANI' fill) F;ahl Bandini Boulevard h~a Angelee, California HI.ACK & VEATCH Consulting Erwineers ftian.:~a City, Nlh+mtjrl 1970 2 f} M~z r t x Y 'Pv 's f v• p M1 Sw a`~ A CITY OF DUTONO TZW MINICIP4 ELECTRIC GENERATING STATION UNIT 5 SPECIFICATIONS AND DOCUMENTS FOR CLOSED FEED WATER HEATERS Specification 4904 M-16A TABLE OF COQ Pate thru Post BIDDING REQUIREMENTS Advertisement A~1 A-2 Instructions to Bidders $-1 B-4 Proposal B-1 B-4 ProPoiel Data Di;' D05 COIiTMCi' FORM3 Contrjct A&Oft at Performance Scat CA&2 PD-1 PB-2 CONTRACT REGULATIONS General Conditions OC-1 GC~t4 SPECIFICATIONS PART 1 - GENERAL REQUIREMENTS Section 1A Scope of the Work 1A-1 1A-3 1E General Equipment Spscifieatios 18-1 iB-5 , 1C Engineering Data 10--1 PART 2 - TECHNICAL REQUIREMENTS Section 2A Closomd peed water Heaters 2A-1 2A-7 (DEWTON, TEXAS 4904. (CLOSED @'m WATER HEATERS - M-16A) 052070 f ADVERTISEMENT CLOSED FEED WATER HEATERS FOR DENTON, TEXAS Sealed bids will be received by the City of Denton, Texas of the Director of Utilities, prior to 2:00 m, + at the office on July 6, 1970, then publicly oFeru,d for furniGillC~ntral Daylight Time, THREE CLOSED FEED WATER HEATERS Prospective bidders may examine copies of the specifications at the office of Black b 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. Determi.ia- tion of a prospective bidder's qualifinatIons will be based entirely on written evidence submitted by the bidder in duplicate to the City and the Engineer not later than 21 days before the time sot for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment available to do the work projerly and expeditiously. Has an adequate financial status to meet financial obligations in- cident to this work. Has adequate technical knowledge and practical experience, Has no gust or proper claims pending against him on other similar work. It is desired that the equipment offered by the bidder shall be similar in size and type to equipment manufactured by him which has been in suc- cessful commercial operation for 3 or more years in central station power plants within the United States, The prospective bidder shall submit a list of such equipment in service 3 years or longer, The list shall in- dicate the Owner's name, location, date of initial operation, rating, opera- ting conditions, and type, (DENTON, TEXAS - 4904 (CLOSED FEED WATER HEATERS - M-16A) 052070 A-1 Qualified prospeetiv,,) kjidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black 6 Veatch, P,O. Box 8405, Kansas Cfty, Missouri 64114), All bids must be made on printed contract document forms included in • the specifications. When filed with the Purchasing Agent, each bid shall be accompanied either by an acceptable bidder's bond, a certified check, or a cashier's check on any solvent bank, the mount of which shall be not less than 5 per cent of the amount of the 'bid. The bid security shall be made payable to the City Treasurer of the City of Denton, Texas. Bid se- curity of the successful bidders will be returned when their contracts have been signed, filed with, and approved by the City. Bid security of unsuccessful bidders will be returned on award of contract or re- jection 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 )ids, CITY OF DENTON, TEXAS John Marshall Purchasing Agent (DENTON, TEXAS - 4904 ) (CLOSED FEF'D WATER HEATERS - 9-16A) 040670 A-2 INSTRUCTIONS TO BIDDERS N.1 CEN ERAL. These instructions rippdly to the preparation of fur equipments materials, and relate work for the City rat o proposals acting through its Public Utilities Board and Cit C f Denton, Texas, referred to as the "boner'". Y ouncil, h:reinafter B•" PROALS. Proposals shall be each copy coztsinin~ prepared and submitted In duplicate, py of these contract documents. Proposals which aretnotcpreparedbinnaccordance with these instructions or which are submitted without a complete bound copy of these contract docu- ments will imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular. B.2.1 Preparation. Each proposal shall be carefully prepared using the proposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where 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 arill the contract documents. If more space is required for this listing, additional pages may be added behind the proposal form. If the bidder takes no exception to the con- tract documents, he shall write "None" in the apace provided for the list- ing. Proposals which do not comply with this re?uirement will be considered irregular and may be reJected at the discretion ;>f the conflicts not stated as directed, these contract documeneshalingovern. The bidder shall not alter ally 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 to tdraw hl g , and other supplementary information necessary orougy 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 S`gnatures. Each bidder shall sign the Proposal with his usual signature and shall give his full business address. Bids by partn shall be signed with thi partrcrship name followed by the signaturerandps designation of one of the partners or other authorized representative. Bids by a corporation :hall be signed in the name of the corporation, followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation. The names of all persons signing should also be typed or printed below the signature. (DENTON, TEXAS - 4904) 102769 B-1 A bid by a~person who affixes to his signature the word "president", secretary agent , or other designation, without disclosing his principal, will be rejected, When requested, satisfactory evidence • of the authority of *he officer signing in behalf of the corporation shall bo furnished. Bidding corporations shall deniynate the state in which they are incorporated and the address of their principal office. B.2.3 Submittal. Proposals stall be submitted in ti se,lled envelope addressed to tha CITY OF DENTON, TEXAS, Attention: Purchashing Agent, and endorsed rn the outside of the envelope with the bidder's name and the name of t,,e work bid upon. B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days thereafter. B.3 PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified check or cashier's check drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the State of Texas in an amount of not less than 5 per cent of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Letnton, 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 th bidder fails to enter into contract in the form prescribed, with legally responsible surety, within 10 calen- 4isr days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed 60 days pending the execution of the Contract Agreement and Performance Bond by the successful bidder. B.4 INFMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each principal item of equipment or material he proposes to furnish. He shall also submit therewitn 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 aecuratcly the equipment or materials bid upon will be rejected as irregular. T~:e above drawings submitted by the successful bidder will be retained b; the Owner. Any material departure from these drawings as submitted will not be permitted without written permission from the Owner. (DENTON, TEXAS - 4904) 042969 B-2 Verbal statements made by the bidder at any time regarding quality, quantity, or arrangement of equipment will not be considered. • If alternate equipment or materials are indicated in the Proposal, it shall be understood that the Owner will have the option of +jelecting any one of the alternates so indicated and such selection shall not be cause for extra compensation or extension of time. B.5 TAXES, PERMITS, AND LICENSES. The bid price stated in the Proposal shall include all taxes, permits, and licenses which might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, use taxes, occupa- tional licenses, and other similar taxes, permits, and licenses appli- cable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this pro- vision shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he F all state in his proposal whether this item has been included in his price and the amount of the applicable tax, permit, or license in question. B.6 TIME OF COMPLETION. The time of completion of the work is a basic consideration of the Contract. The Proposal shall be based upon com- pletion of the work in accordance with the specified schedule. It will be necessary that the bidder satisfy the Owner of his ability to complete the work within the stipulated tins. 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 surety company authorized to do business in the State of Texe3 and acceptable as s•srety to the Owner. With the bond shall be filed copies of "Power of Attorn:~y", certified to include the date of the bond. B.8 LOCAL CONDITIONS. If the •,ork 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 cast thereof, including the arrangement and condi- tions of existing or proposed structures affecting or which are affected (DENTOA9 TEXAS - 4902) 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 mat,,,rials and equipment. It must be unde-stood and agreed that all such flr,tors have been properly investigated and considered in the preparation of every proposal sub- micted, as there will be no subsequent financial al1justment, to any con"bruct awarded thereundez, which is based on thv information or its effect on the cost of the work., luck of such prior B-9 INTERPRETATION OF SPECIFICATIONS. If any proupective bidder is in doubt as to the true meaning of any part of the proposed contract documents, he may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum duly issued, 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 unders;an?{,R of the work before the date set for opening bids. Those questions not risr,lved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. . B.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept the bid which, in its judgment, is the lowest and best bid; to reject any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of closing will be returned unopened. 8.11 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 GC-19 of the GENERAL CONDITIONS. (DENTON, TEXAS) 102769 B-4 FRC1'OSAL City of Denton, Texas City liall Ienton, Texas Attention: Mr. John Marshall, Purchasing Agent PROPOSAL FOR CLOSF.D FEED WA'PER HEATERS BID NO. 70-6'(23 Gentlemen: The undersigned bidder having read and examined these specifications and associated contract documents for the above designated equipment does hereby propose to Purr h the equipment and provide the services set forth in this Proposal. All prices stated herein are firm and shall not be subject to escalation prcvided this Proposal is accepted within 60 days. The undersigned hereby declares that the following list states any and all variations from, and exceptlons to, the requfrementi of the contract documents and that, otherwise, it is the intent of this Proposal that the work will be performed in st,ict accordance with the contract docu- ments. 1)ARAGRAF)HS 11. 5 and GC. 30 In way of clarification, our prices are exclusive n any-sales, use, excise, or other taxes. PARAGRAI)li B. i i You ask for the date any cancellation charges would coinmence and for a schedrle of these chargesc atnun Usually, o'f such ancellaron charges would accrue froth dale of order. TTl ' would be dependent on the status of the jo at -no- r order cancellation rand relative to not only our work but that of our suppliers. rnultiplicityy of activities involved, we cannot offer a schedule of charges. PAR C;RAhIi GC. 17 You reserve the right to suspend and reint;tate the work wit in a perio o ass wet out charge. We must take exception to the no charge stipulation as such suspension may interrupt shop sch(,dul- ing, resulting in additional man hours of labor. Further, such suspension f ghiprnt-nt and if s nh rlnlav in encountered. charges '.coulee he accreted for your account as a result of this dclay. I)ARAGRAF'H GC.24 You state that the. guarZLnt-e period shall begin on the date of final payno-nt or the dater of initial operation xhich -vrr is later. Nowhere to the specifications, however, do we hnri the date of operation, -Therefore, our guaran', a p-riod is as shown cn our WtLrrawy I• orrn "Il". tour warranty further itn4lements your guarantee as to atttr Tar i tT~T y:y 1)ROM4AI, I)ATA, I)AGP: it For Beater 5.3, blank spaces array provided -7or" no"ti t tt~iCmatroti-re atrvc to t e -super reating 'zone, WIM -=11r terminal lentperature difference, this !ieater cioes not require a rlesttlterhearin;_ Continued on Page C-3) (DENTON, TUAS 4904 C-i (CLOSED FEED WATER HEATERS - M-16A) 052070 The undersigned bidder hereby proposes to furnish three closed feed water heaters, fob Municipal Electric. Generating StatiorL plant site, Denton, Texas, in accordance with these specifications and associated contract documents listed in GENERAL CONDITIONS, Article GC-1, for the firm lump sum price of Ninety-two thousand and ten dollars. Price in words) ($92+010,00 ) "he undersigned hereby declares that only the persona or firms interested in the Proposal as principal or principals are nrurrz!d herein, 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 Pro- posal is made without connection with any other on, ties likewire submitting a bid or proposal; and that it IF; inr,al or par- for and in good faith, without collusion or fraud, it is in all respects If this Proposal is accepted, the undersigned bidder agrees to submit drawings and engineering data in accordance with Section IC and to com- plete delivery of equipment and materials in accordance with the ship- ping schedule specified in Section IA. The undersigned fully under- stands that the time of drawings and data submittal and equipment and materials delivery is of the essence. Dated at l.os Angeles this 1st day ,f July , 1970. Bidder Southwestern Engineering (:ompaoy. SEAL G. B. Faust Title Vice President Attest: r / l t f N6-1 Robert W. hnson business Address o Bidder 6111 Fast Jlandini Boulevard 1.os Angeles, California 90022 State of Tncorporation l)elatvare Address of Principal Office 6111 F. Bandini Blvd„ Los Angers, Calif. 9002.1 Deduct for welded shell joint in lieu of a flanged joint on High llr,,ssure Beater 5-3 . . . . . . . . $ 815.00 Deduct for u'elrled shell joint in lieu of a flanked joint on High Pressurr; Neater 5-4 . . . $1,910000 (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER liF:,ims - M_16A) R4C6TO C-2 Variations from, and exceptions to, the contract documents (continued from Page C-1). none and therefore we do not include for ono. I)ARAGRAIIII LA. 7.2 You say that all c-costs incnrrcrl by nrndificatiue; to the. healers clue to failure to micel porforinance gu,aranlc;es shall bn oilr responsibility, Wv acc/:l)t this provision with the r1arificatien that cosls' mean those Incurred only as to the actual tuodificatinns, We are riot liable for any other clairns for damages as drfined in our Warranty Form ' B''. PARAGRAMI 1.A. 11.0 The attached Interior Cwilrol 1)rocadure AS-225 fornis a part of our proposal , nd not only meats thr intent of your requirr- ments, even though certain aspects are in variance with your specifications, fret we believe our method of pr:)tcction more effeclively clirninates corrosion during shipioent and storage. SPECIFICATION SIIF:f,T, I ew iressure Neater 5-1 You show the MwIl side inlet temperature as 199.40F. At the given inlet pray5ure and enthalpy, the temperature should be 195,9 0 F. T),c tube side outlet enthalpy Is indic- ated as 154. 8H. This appears to be incorrect. It should be 155, 18. SPF:GIFIGATION SHEF:T, High Pressure Heater 5-3 Assuming the inlet pressure and enthalpy states] for the shell side is correct, we find that the steam inlet temperature should be 584, 9°F Instead of 572.80F. {DENT+ON, 2'EZA'; - 1901+ } (CLOSED FFED VATER HEA9' S - M-16A) C-3 040670 PROPOSAL DATA D.1 GENERAL. The following information on the proposed equipment and materials shall be submitted with the Proposal. Description of manufacture, testing and inspection procedures Detailed description of tube installation procedures Description of channel design features to insure optimum tube entrance conditions Description of proposed method for protection of heaters during manufacture, shipment, and storage at job site D.2 PERFORMANCE DATA. The manufacturer's standard specification sheet shall be submitted for each heater. The data supplied shall indicate the performance and construction of the heater. D.3 DRA_ WINGS. Outline drawings shall be submitted giving the following information: Heater major dimensions Sectional view of heater showing materials, methods of construction, and provisions for drainage Detail of high pressure channel and. channel cover joint seal Detail of low pressure channel and channel cover joint seal Detail of subcooler section construction Typical tube sheet drilling and tube rolling D.4 E UIPMENT DATA. The Bidder shall furnish the following data describing the equipment proposed. 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. After award of contract, the Contre,tor shall furnish revised equipment data pages which will show the data applicable to the equipment as finally pur- chased. Revisions shall be made only with the writte,i approval of the Engi- neer. Tne data listed herein is stated for definitive purposes and for the con- venience of the Owner. (DENTON, TEXAS - h904 ? (CLOSED FEED WATER HEATERS - M-16A) D-1 o4o6To The data listed herein shall not relieve the Contractor of his responsi- bility for meeting the requirements of the detailed specifications. i Note: Write entries boldly with black ink or type entries using carbon black ribbon. Do not use ball-point pens or blue ink. The com- pleted sheet will be reproduced by blue line printing. (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) D-2 o4o67o Southwestern P.n ineerin Company Bidder's Name Section 2A - CLOSED FEED WATER HEATERS Feed water heater designation Heater Heater Heater No- 5-1 No. 5-3 No. 5-4 ' Vertical Vertical Vertical Manufacturer's model number U-Tube U-Tube U-Tube Tube surface area, sq ft Desuperheating zone, ' effective 283 Condensing zone, effective 13379 1, 280 1, 529 Subcooling zone, effective 505 330 Total effective tube surface Is 379 1,785 22142 Inactive tube surface 19,4 52,6 61 Tubes ' Inhibited 70-30 Cu-Ni 70-30 Cu.-Ni Materials Admiralty DSR Temper USR Tempe Size and gauge 5/8"-18Avg. 31411-18Avg. 3/4"-18Avg rr.-Tr- 15,55 Active tube length, ft Straight Straight Straight Number of tube passes 4 4 4 Number of U-tubes 356 Net 307 Net 339 Nci Design heat transfer coefficient, Btu/br/sq ft/F Des+aperheating zone 166 Condensing zone 688 835 836 Subcooling zone 340 365 a aF'. . (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M--16A) D-3 040670 M Southwestern Engineering Company Bidder's Name Heater Heater Heater No. 5-1 No. 1-3 tro. 5-4 Friction pressure drops at heater design flow, psi 'Rabe side 10 10 1 U Shell side • 2.9 Desuperheating zone Condensing zone Nil Nil Nil Subcooling zone 3.5 2,4 Elevation of normal water level above support flange, ft 51 - O" 31 - 2.7/8" 21 - 5.1/2" Shell connections, size and number ' Steam inlet 16" - one 811 - :me 61r- one Drip inlet - None 8" one Drip outlet ' 31t - one 6" - one 4" - onr Overall length, ft 20 20 20 Outside diameter of shell, in. 31-3/4 33 37-7/8 Shell thickness, in. 3/8 1/2 15/16 Tube removal clearance re- 101 - 9" 141 - 0" 14' - 9" quired, ft Weights, lb 10,500 140,00 1,000 Complete heat,ar, empty Complete heater, flooded 16, 400 200 300 25, 000 Heaviest shell section 20400 3,300 v, 000 q Fi . (DENT'ON, TEXAS - 4904 (CLOSED FEED WATER HEATERS - M-16A) D-4 040670 Southwestern E:n lnecrin Cumpany Bidder's Name Heater Heater Heater 4 No. 5-1 No, 5-3 No. Recommended orifice size for operating shell vent, in. Two-5/8" Two-3/16" Two-3/16" Recommended vent flow, lb per hr 181 156 240 Shell side relief valve Manufacturer's name Crosby ` Crosby Crosby Size I-112G2••112 i-I/2G2-1/2 I-1/2F2 Model number J0-25 JO-36 JO-46 Tube side relief valve Manufacturer's name Crosby Crosby Crosby Size 3/4" x 1" 3/4" x 1" 3/4" x 1" Model number JR -c JK-t JR -t List of maintenance tools furnished with the equipment one tulle expander for each tube. size, • One channel cover locking & lifting, e Lug for 11, Y. lfeaters, , d• a a. v (DENTON, TExAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) D•5 040670 CONTRACT AGREFMENT 9'111,; (hlP{i'RAC"1' Ar3RFF.'1BN9', makiQ rind en1. I,'7 inl,ri f,hf:; /r/~ 'lay (jr /rt. etween the CITY OF I1PJ+fTON ` EXV; P, t•callerl the "Owner', yin it ' f'ir~t F;h,l 1 J1'HhfF.',;'f'F;A.11 F~ ,INI!F1F:1NC CGN.1'XiY, , Lelaware corporation with its prinr~ip,3.1 offir•e in Le:; AnEeles, Californirs, Party of the Second Fart and hereinafter called the "Contractor WIVIES 5ETH THAT WHEREAS, the Owner has caused to be p epnred, in accordance wLth 1.,Iw, specifications, plans and other contract documents for the work as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Contract Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lowest and best bldd^r for the said work and has duly awarded to the said Contractor Si contract therefor, for the sum or sums named in the Contractor's Proposal, a 2oly thereof being attached to 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 successors, and the Contractor for itself, himself, or themselve:a, or its, his or their successors and assigns, or its, his or their executora and administrators, as follows. ARTICLE I. That the Contractor shrill fu'iish and deliver fob Municipal Electric Generating Station, Dentot,, '.'exas, three cloocd feed water heaters complete as specified and required in accordance with the provisions of the contract documents, which are attached and made a part hereof, and shrill execute and complete all work included in and covered by the Owner's official award of this Contract Agreement to the said Contractor. ARTICLE II. That the Owner- shall pay to the Contractor for the work and mate- rials embraced in this Cstrr.ct Agreement, and the Contractor will accept as full compensation therefor, the sum (subject to adjustments uz provided by the contract) of NINETY-TWO THOUSAND TEN AND NO/100 DOLLAR; ($92,010.10) for all work covered by and included in the contract award, designated in the foregolrF Article I; payment to be made in cash or its equivalent, in the manner provided in the specifications attached hereto. (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 0727•(0 CA-] hnYV ARTICLE III. 9'hnt time of completion is of the e:serroe of the Contrr34--t Agree- ment, and that the Contractor shall proceed with the specified work nr1rl :ah;ilt MIKa :lhipmeat ao as Lo assure Qelivalt'y of the c,lulpinc•,it, nt, the ,job e riot IaLer tIvu, Apr II 1, 1972. IN WITNKnS WIIKI4;QF, Lhe partic:i hereto have cx.•rutad t',rltraet Agreclnont a^ of tho dVwid your first above written. Cl'!Y OF DENTON, TEXAS ~•i' J 1 (SEAL) Attest ' SOUTINESTERN ENG NEERING 4Y BY Attek M ! M M N k M 1f ~ * N M if iF M * * rr a The foregoing Contract Agreement is in correct form according to law and is hereby approved. Attorney for owner (f 11;'~'Pn ; , TRXAS - 149011 ) (C1,1r,;E1~ FEED WATER HEATERS, - M-16A ) O707'ro i PERF~CE BOND KNOW ALL MEN BY THESE NG COMPANY, 1'Tth`ilPr'IS that we, SOUT}TWF,3'Pi,ltt! F:NGIp}';ER] of Los Angeles, Califorutn, hereinafter referred to hj "Contractor", and Highlands Insurance Company a corporation organized under the l.atw;a of the St„t,,. and authorized to transact business In the State r, - - Texas are held and firmly bound unto the CITY OF DENTON! f TXAn ~ hereinafter re to as "Owner", in the penal SUM of NINETY-TWO TIVARI N D~J,ENANDN0110pferred DOLLARS ($92,010.00), for the payment of which sum, well and truly to be made to the Owner, we bind ourselves and our heir:, executors, administrators, successors, and assigns, jointly and severally, by these presents: WHEREAS, on the day of into a written contract with th«nerf r furnishin m thr terials, s entered and equipment not furnished by the Owner, constructiontools, equipment, supplies, and plant, and the performance of all necessary labor, n i equiconnec- tion with the construction of certain improvements describedIn the attached contract documents; and WHEREAS, it was a condition of the contract award by the Owner that these presents be executed by the Contractor and Surety; NOW, THEREFO1lE, 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 docum?nts thereto attached or, by reference made a part thereof, according to the true intent and meaning in each case, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the Contractor shall fetal to pay all just claims and demands by, or in behalf of, any employee or other person association, or corporation, for labor performed or materials, supplies,a, or equipment furnished, used, or consumed by the Contractor or his sub- contractors in the performance of the work, then the Surety will pay the helamount of thiallssobliuch demands with any Interest as provided net exceeding l1 UNDERSIGNED SURETY, for value received, hereby agrees that no ex.ten-siOn of the , change in, addition to, or other modification of the terms 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 exten- sion of time, change, addition, or modification. (DEN'I`ON, TEXAS - 4904 (CLOSEn FEED WATER HEATERS - M-160 07770 PB-] 1N TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the Surety has caused these presents to be executed in its name and its corporate seal to be affixed by its attorney-in-fact rot Dattas , Texas _ nr t0 n n the 19 SOUTHWESTERN L. GINYERING IMPA.NY i" (SEAT,) By Hi hlands Insurance Company ~~SURETY COMPANY By , ,eL,, CCa _ Attorney-in-fact~anlcc G. Correy (SEAL) By Harris-Moore & Associates State Representative (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) (DEED~FETEXAS - ED WATER HEATERS - M-16A) FJ-? 072770 HIGHLANDS INSURANCE COMPANY HOUSTON, TEXAS GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That the Highlands Insurance Company, a corporation, duly incorporated under the laws of ttie state of Texas, doth hereby constitute and appoint. Janice G. Corre of the City of Dallas Texas to be its true and lawful attorney-in-fact or the following purposeseto of - , wit; To sign its name as surety, and to execute, seal and acknowledge any and all bonds, recognizances, ob• lig,Ajons, stipulations, undertakings or anything in the nature of the same, and to respectively do and perform Puy and all acts and things set forth in the appended resolution of the Board of Directors of the said Highlands Insurance Company; provided, that the penal sum of no single one of such bonds, recognizances, obligations, stipulations or undertakings shall exceed the sum o[ (a Unlimited _Unlimited Dollars the Company hereby ratifying and confirming all and whatsoever the said alwtney-in-fact may lawfully do to the premises by virtue of thew presents, but reserving to itself full povrer of substitution and revocation. IN WITNESS WHEREOF, the said Highlands Insurance Company, pursuant to a resolution passed by its Board or Directors, at a meeting held on the 5th day of April, A.D., 1963, a certified copy of which is hereto an- nexed, has caused these presents to be sealed with Its corporate seal, duly attested by the signature of its President, Vice Presidents and Secretary this 9th day of-. June A.D. 19 y 111CHLANDS INSURANCE COMPANY rrr~s B Glenn Smith SSecretar Y y Curti413 berts Vice-PreaJde STATE OF TEXAS COUNTY OF HARRIS, CITY OF HOUSTON. On this 9th _day June in the year 19 69before me personally came Curtis B. Roberts who, beinE by me duly sworn, did depose and say; That he resides in Houston, Texas; that hemiskVice- President or the Highlands Insurance Company, the corporation described in and which executed the above In. strument; that he knows the Seal of said corporation; that the Seal affixed to said instrument is such corporation • Seal; that it was affixed to such Instrument, by and under authority conferred by the Board of Directors of said corporation: and that he signed his name thereto by like authority, .01 Put r Vickie Ann Byus • Notary Public, Harris County, Texas w~ i, , RESOLUTION RESOLVED, that this Company do, and it hereby does authorize and emix),wer its President of any ont- of its Vice Presidents, in conjunction with any one of its See etaries or any one of its Assistant Secretaries, under its corporate seat, to execute and deliver or to appoint any person or persons as attorney-in•faci or a,torneys-in- fact, or agent or agents of this Company, in its name and as its act, to execuN, id deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, gumanteeing the performance of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or per- mitted in all actions or proceedings, or by law allowed; and, in its name and as its attomey•in-fact or atrorneys- in•fact, or agent or agents, to execute and guarantee the conditions of any and all bonds, recognlzances, obliga- lions, sttpulattons, undertakings or anything in the nature of the same, which are or may ty law, municipal or otherwise, or by any Statute of the United States or of any State or Territory or the United States, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for tiny person or persons, corporation, body, office, Inter- est, municipality or other association or organization whatsoever, in any and all capacities whatsoever, condi- tioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation or undertaking, or anything in the nature of the same: the nature, class or extent of the instruments so authorized to be specified in such power of attomey. 1. Glenn ray i,h , Secretary of Highlandst Insurance Company, hereby certify that at a meeting of the Board of Directors of said Company, duly called and held : t the office of the Company at the City of Honeton,• on the 6tb defy of Apfil, A.D. 5988, at which was present a quorum of said Directors, duty authortaed to ant In tine pretaiser, resolutlotus *ate passed and, entered on the minutes of said Company, of which resolutions the foregoing is a true copy and of the whole thereof. IN TP,BTIMCNY WHEREOF] I have hereunto set my hand and seal of Highlands Inttttrance Company, this 9th day of A.D. 19 69 . Glenn Smith - Secretary STATE OF TEXAS COUNTY OF HARM] . Glenn Smith , Secretary of higrclands Insurance Company, do hereby certify that the above and foregoing Is a true and correct copy of a P,,wer of Attorney, executed by Bait' Highlands Insurance Company, which Is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand ant' affixed the seal of said Company in the City of Houston. Texas, this day or . A.D, I9__ , If 00 Glenn Smith Secretary ►Fiit, ~ 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 engineering data furnished by the Contractor and approved by the Owner, arty each included in this contract an,] the work shall be done in accordance therewith. GC-2. DEFINITIONS. Words, phrases, or other e,ipr.:ssions 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 o.° Denton, Texas named and designated in the Contract Agr-_,ment 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. "Contractor" shall mean the corporation, company% partnership, firm or individual, names 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 refer only to a corporation, partnership, or individual having a direct contract with the Contractor for performing work covered by these contract docu- ments. 5. "Engineer" shall mean the firm of Black & 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. "Day" or "days", unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hours each. 8. "The work" shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying out of all duties and obligations imposed by the contract documents. (DENTON, TEXAS - 4904) (EQUIPMENT ) 121069 GC-1 9• "Plans" or "drawings" shall mean all (a) drawings furnished by the Owner as a basis for Proposals, (b) supplementary drawings furnished by the Owner to clarify and to define in greater detail the intent of the contract plans and speci- fications, (c) drawings submitted by the su,.cessfu_1 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 of the work as provided for herein. 10. Whenever in these contract documents the words "as ordered" 'ras directed", "as required", "as permitted" " or words or phrases of like import are used, ~itashall obed,~ understood that the order, direction, requirement, permission, or allowance of the Owner or Engineer is intended. only to the extent of fudging compliance with the terms of the contract; none of these terms shall imply the Owner or tEe 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" " 'Incceptablc", "proper", "satisfactory", suitable", r:ffect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the Owner or Engineer, to the extent provided in "10" above. 12. Whenever in these contract documents the expression "it is understood and agreed", or an expression of like import is used, such expression means the mutual understanding and agreement of the parties executing the Contract Agreement. GC-3. VERBAL STATEMENTS NOT BINDING. It is understood and agreed that f the written terms and provisions of this agreement shall supersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of this contract. GC-b. STANDARD SPECIFICATIONS. Reference to standard specifications of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise, 100165 FOB GC-2 CC-5. EXECUTION OF CONTRACT DOCUMENTS. Four (4) copies of the contract documents will be prepared by the Engineer. Copies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contras.+. Agreement, insert executed copies of the required bonds and power of attorney, and submit all copies to the Owner. The date of contract on the Contract Agreement and bond forma shall be left blank for filling in by the Owner. The certification date on the power of attorney document shall be also left blank for filling in by the Owner. The Owner will execute all copies, insert the date of contract on the bonds and power of attorney, retain one copy, and forward one copy each to the Contractor, Engineer, and surety company. GC-6. SCOPE, NATURE, AND INTENT OF SPECIFICATIONS AND PLANS. The speci- fications and plans are intended to supplement, but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be completed according to the complete design as determined by the Engineer. Should anything which is necessary for a clear understanding of the work be omitted from the specifications and plans, or should it appear that various instructions are in conflict, the Contractor shall secure written instructions from the Engineer before proceeding with the work affected by such omissions or discrepancies. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. GC-7. APPROVAL OF ENGINEERING DATA. Engineering data covering all equipment and fabricated materials to be furnished under this contract shall be subritted to the Engineer for approval. These data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connections, anchorages and supports required; performance characteristics; and dimensions needed for Installation and correlation with other materials and equipment. Data submitted shall include drawings showing essential details of any changes proposed by the Contractor and all required wiring and piping layouts. No work shall be performed in connection with the fabrication or manufac- ture of materials and equipment, nor shall any accessory or appurtenance be purchased until the drawings and data therefor have been approved, except at the Contractor's own risk and responsibility. Four (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 DISTRIB MION, additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not exceed eight (8). When the drawings and data are returned marked APPROM) AS NOTED, the changes shall be made as noted thereon and corrected copies shall be submitted to the Engineer. The number of corrected copies will be determined by the Engineer but will not exceed twelve (12). When the drawings and data are returned marked RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by the Engineer and four (4) corrected copies shall be submit'ed. 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 alp dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer, shall become a part of the contract documents and the work shown or described thereby shall be performed in conformity therewith unless otherwise required by the Owner or the Engineer. GC-8. LEGAL ADDRESS. The business address of the Contractor given the Proposal is hereby designated as the place to which all notices,in 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. GC-9. PATENTS. Royalties and fees for patents covering materials, articles, apparatus, devices, or equipment (as distinguished from proc=sees) used in the work, shall be included in the contract amount. The Contractor shall satisfy all demands that may be made at any time for such royalties and fees, and he shall be liable for any damages or claims for patent Infringements. The Contractor shall, at his own 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 {iC-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 unleNs he promptly notifies the Owner and Engineer of such infringement. GC-10. INDEPENDENT CONTRACTOR. The relation of tha Contractor to the Owner shall be that of an independent contractor. GC-11. AUTHORITY OF THE ENGINEER. To prevent delays nnli disputes, and to discourage litigation, it is agreed by the parties to this contract that the Engineer shall in all cases determine the quantities of the several kinds of work which are to be paid for under the contract and shall determine all questio,is in relati-n to the work. If, in the opinion of the Contractor or the Owner, a decision made by the Engineer is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file an objection with- in the allotted time wall be considered as acceptance of the Engineer's decision and the deciriion shall become final and conclusive. The Engineer's decisions and the filing of the written objection thereto shall be a condition precedent to the right to request arbitration or to start action in court. It is the intent of this agreement that there shall be no delay, in the execution of the work, and the decision of the Engineer shall be promptly observed. GC-12. ENGINEERING INSPECTION. The Owner may appoint (either directly or through the Fugineer such inspectors as he deems proper, to inspect r the work performed for compliance with the rlans and specifications. The Contractor shall furnish all reasonable at-.istance 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 duties, and any attempted intimidation of one of them by the Contractor or his employees shall be sufficient reason to terminate the contract if the Owner so decides. Such inspection shall not relieve the Contractor from any obligation to perform the wcrk strictly in accordance with the plans and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense. 090964 FOB GC-5 CC-13. NO WAIVER OF RIGHTS. Neither the Inspection by the Owner or Engineer or any of their officials, employees, or agents, nor any order by the Owner or Engineer for payment of money, or any paymr.nr for, or ac^eptance of, the whole or any part of the work by the Ovr+^r or Engineer, nor any extension of time, nor any possession taken by th- Owner or its employees, shall operate as a waiver of any provision UP I.hls contract, r.e of any power herein reserved to the Owner, or any right. to damages herein provided, nor shall any waiver of any breach in Ud -(,ntract be held to be a waiver of any other or subsequent bra.,.ch. GC-11i. MODIFICATIONS. The Contractor shall modify the work whenever so ordered by the Owner, and such modifications shall not arfv cb the validity of the contract. Modifications may involve increases or lrrrcases In the amount of the work for which an nhPropriate contract prl w1j ustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made under the authority of duly executed change orders issued P.nd signed by the Owner and ar.cepted 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 in of a type and character which can properly and fairly be classified under one or more, unit price items of the Froposal, then the added work or part •chereof shall be paid for according to the amount actually done and at the applicable unit price or prices. Otherwise, such work shall be paid for as hereinafter provided. Claims for extra work will not be paid unless the work covered by such claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecute or maintain either an arbitration proceeding or an action in court to recover for extra work unless his claim is based upon a written order from the Owner. Payments for extra work shall be based on agreed lump sums or agreed unit prices whenever the Owner and the Contractor agree upon such prices before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percentage allowance 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 direct cost. For the purpose; of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the Engineer, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemized quantities end charges for all elements of direct cost and a percentage allowance to cover extra profit and extra overhead. Unless otherwise agreed by +,he Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the total direct costs. 100165 FOB GC-6 CC-14.02. Decreased Work. If a modification decreases the amount of work to be done, such decrease shall not con3titute 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 work not done as a result of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the work as planned and which could not be used in any part of the work as actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjustment is not clearly defined in the contract documents. GC-15- ARBITRATION, Before bringing any action in court pertaining to a decision of the Engineer, the objector (hereinafter referred to as Party A) to the decision shall first offer to arbitrate the question with the other party to the contract (hereinafter referred to as Party B) by notifying him in writing and setting forth in such notice the question to be arbitrated. Party B can elect to arbitrate or not. If Party B agrees to arbitrate he shall so advise Party A in writing within ten (10) days after receipt of Party A's notice. Notice by Party B that he does not wish to arbi- trate or failure of Party B to notify Party A within the ten (10) day period will give Party A the right to start action in court, If Party B agrees to arbitrate, Party A shall choose an arbitrator and shall notify Party B of the name Cf 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 s 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 dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators may be filed in court to carry it into effect. If they consider that the case so demands, the arbitrator or arbitrators are authorized to award the party whose contention is sustained such sum or sums as they may deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon either or both parties. The decision of the arbitrators must be made in writing, and Shall not be open to objection on ucco).~nt of the form of proceedings or award. 050163 FOB CC-7 MMMR 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 shall fail to act with reasonable promptness in appointing a third arbitrator, Party A (or, if he does no: do so within a reasonable time, Party B) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part, thereof, is located, to appoint the third arbitrator. if it appears to the judge that the two arbitrators originally appointed were unable or failed to act with reason- able promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were so unable or failed to act with reasonable 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 req-iest 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 ,}edge 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 fudge of the United States District Court under the :ircumstances 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 :•e 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 -co 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. 05ol63 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 hib 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 0e 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 wurk is not substantially completed within the time named for its completion or within the time to which such completion date may be extended; then the 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 r:omplete 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 h'.9 surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completwion. The Owner may take possession of, and utilize in completing the work, all materials, equipment, tools, and plant on the site of the work. GC-17- SUSPENSION OF WORP:, M_ Owne. reserves the right to suspend and reinstate execution of Lhe 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 r Owner to the Contractor in writing. The time for completion of the work will be extended for a period equal to the time lost ty 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 proposee, 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 not reinstated during this 30 day period, the Owner and the Contractor shall agree upon reasonable and proper changes or the Owner may cancel the unshipped portion of the work. Changes in delivery schedule shall mean extension of the scheduled time of delivery beyond the number of days of the suspension period. 050163 FOB GC-9 GC-18. DELAYED SHIPMENT, The Owner reserves the right to order the Contractor to delay shipment of equipment and materials herein con- tracted, In the event such a delay is ordered by the Owner in writing, the Owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. ;,'uch extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELIATION OF WORK. The Owner reserves the right to cancel the unshipped portion of the work. In the event of cancellation, the Owner will pay the Contractor reasonable and proper cancellation charges. GC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply with all ordinances, laws, and regulations, and shall protect and indemnify the Owner and the Owner's officers and agents against any claim or liability arising from or based on any violation of the same. All permits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor. GC-21. HINDRANCES AND DELAYS. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to complete the work within the time therein fixed, he has taken into consideration. and made allowances for all hindrances and delays incident to the work. No claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in '.he 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. MATERIALS AND E IJIPtN'I, Unless specifically provided other- -wise in each case, all materials and equipment furnished for permanent installation in thc, work shall conform to arplicable 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 FOP 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 guartntee period the material or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct ar,;+ defects, including nonconformance with the specifications, by adjustment, repair or re- placement of all defective parts or materials. Unless otherwise specified, the guarantee period shall begin on the date of final payment or the date of initial operation, whichever is later, and the guarantee period shall end 12 months later. If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correction while making such determination, The Contractor shall extend the provisions of this guarantee to cover all repaired and replacement ps-ts 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 maPe, or undertake with due dili- gence to make, the necessary corrections, the Owner is hereby author- ized to make the corrections himself, or order the work* to be done by a third party, and the cost of the corrections shall be paid by the Contractor. r In tho 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 cr,)sen by the Owner without giving prior notice to the Contractor and the cost of the corrections shall be paid by the Contractor. In the ev nt such action is taken by the Owner, the Contractor will be notifici 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 GC-26. RELEASE OF LIABILITY. The acceptance by the Contractor of the last payment shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or 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 In brought against the Owner or Engineer or any officer or agent of either (if them, for the failure omission or neglect orthe Contractor to perform ritzy 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 loss 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 t liability and comprehensive general liability insurance specified herein may be omitted. The Contractor shall submit a copy of the traneportation 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 ';han thirty (30) days prior to the date the manufacturer's supervisor or supervisors are expected to arrive at the job site. Each certiff--ate shall state that ten (10) days written notice will be given the Owner before any policy covered thereby is changed or canceled. GC-28.01, Workmen's, Compensation and !~nvloyer's Liability. Workmen's compensation and ,,mployer'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 not be less than the following: Workmen's compensation Statutory Employer's liability $100,000 each T.crson CC-28.02. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form anfl shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles, end shall cover the operation on or off the site of the wca k of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03. Comprehensive G.-neral 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 ostt 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 $8250,000 each person $500,000 each occurrence Property damage $500,000 each occurrence $500,000 aggregate GC-28.04. Transportation. This insurance shall be of the "all risks" type and shall protect the Contractor and the Owr+~-r from all insurable risks of physical loss or damage to equipment and materials in transit to the job 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 be payable t.) the Contractor and the Owner as their interests may appear. 053166 FOB GC-13 1 GC-29. ESTIMATES AND PAYMENTS. Pa amount of nib e y"(-0 per cent of theeestimatedbvalueeorathemequipmenthe and materials delivered at the job site during the previous calendar month, providing the shijments were reasonably complete and integral units of equipment or reasonably complete lots of materinia. After official approval and acceptance of the work by the Owner, the Engineer will be authorized to prepare a final estimate of the work done under this contract. The final estimate will be submittnZ to the Owner within ten (10) days after its preparation has been authorized. The Owner will, within thirty (30) days thereafter, pay the entire sum found to be due after deducting all amounts to be retained under any provision of this contract, If for a cause beyond the control of the Contractor the Owner does not give official approval and acceptance of the work within 365 days after shipment of equipment and materials is completed, the final payment will be made as stipulated above providing the equipment and materials are in accordance with the specifications as far as can be determined. GC-30. TAXES, PERMITS, AND LICENSES. Unless otherwise specified in these contract documental the Contractor shall pay all sales, use, excise, and other taxes that are lawfully assessed against the Owner or Contractor in connection with the work under this contract and shall obtain and pay for all licenses and permits required for the work. The Contractor will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this provision shall be ^ limited to sales, use, and excise taxes assessed against the completed work and to licenses and permits required specifically for the proposed work, 053166 FOB GC-14 PART 1 - GENERAL MWIREM6IPPS C011TE PaSee Section IA - SCOPE OF THE WORK 1A-1 thru IA-3 1A.1 General IA-1 1A,2 Work Included Undtr These Specifications IA-1 1A,3 Miscellaneous Materials and Services IA-1 1A.4 Work Not Included Under These Specifications IA-2 1A.5 Schedule A-2 1A.6 Contractor's Services IA-2 Section lB - GENERAL EQUIPMENT SPECIFICATIONS iB-1 thru 18-5 1B.1 General 1B-1 1B.2 Specifications and Standards 1B-1 1B.3 U,S. Materials 1B-1 IB 4' Component Party lB 1 1B.5 Identification it-6 Nanufactur r~s'inrtructiam and Parts Lists lZal 118x7 Materials List 184 is 8 shippin8 Botics 18-2 ' ' 18.9._... !'aatar~ Asrasb]y 15►2 ` . '1' 1$'.10 ahoy'. Cos~ir~ 1a-2 x: 1BA2 Alignment and p Umit . 18,13 Design Cooxdisiat~o~ :18-3 J1B44 Correctibd`of Manufacturing Errors 1Br3 1815 Lubricatiod 18-4 1B 16 Power Transitission Units 1B-4 1B'17 Coupling Guards _lB-h 1B.18 Equipment Baser 1s,4 1B 19 Compressed Air 1B.20 Control Power 1B-4 18.21 Raeexq+ 1B-5 1B22 Wiring 1B-5 Typical Equipment Instruction Book Cover P-802402 Section 10 - ENGIhMMINO DATA 1C-1 thru iC-2 1C,1 General 1C-1 1002 Design Data 1C_l 1C.3 Drawings IC-1 (DENTON~ TSxAS • 4904 (=zb 1►EjCL WATBA H&A'i'm - Yl 16A) T01-1 I 052070 Section 1A - SCOPE OF THE WORK 1A.1 GENERAL. This section covers the general description, scope of work, and supplementary requirements for equipment, materials, and services in- eluded in this Contract. The Unit 5 Addition to the City of Denton, Texas, Municipal Electric Gener- ating Station will include the construction of a cr)rrq,lete generating unit i.e., major power plant equipment, systems and auxiliaries, and plant struc- ture. A railroad siding will be available near the plant site for delivery of equipment and materials. 1A.2 WOkK INCLUDED UNDER THESE SPECIFICATIONS. The work under this Con- tract shall include furnishing the closed feed water heaters fob Municipal Electric Generating Station and providing engineering data, drawings, and accessories as stipulated herein; and in accordance with the contract docu- ments, defined in Article GC-1 of the GENERAL CONDITIONS. Equipment, materials, and accessories furnished shall be delivered to the Municipal Electric Generating Station where they will be received, unloaded, stored, end erected under separate specifications. 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 erection, to demonstrate its ability to operate under the conditions, and fulfill the warranties and guarantees, as specified herein. The Contractor shall provide drawings and engineering data, tools, instruc- tion manuals, miscellaneous materials and services, and shall participate in design conferences, as specified herein. 1A.3 MISCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and services not otherwise specifically called for shall be furnished by the Contractor in accordance with the following schedule: All bolts and gaskets between components furnished by the Contractor All piping integral to the equipment All necessary connections for the Owner's piping and instrumentation Accessories as specified herein Two complete sets of Spare gaskets Erection drawings, prints, information, instructions, and other, data for use of the Owner's erection contractor (DENTON, TEXAS - 4904 (CLOSED FEED WATER HEATERS - M-16A) IA-1 040670 1A,4 WORK NOT INCLUDED UNDER 'T'HESE SPECIFICATIONS. Miscellaneous mate- rials and services will be provided by the Owner as follows.. Unloading and field erecting of all equipment • Foundations, foundation bolts, and sleeves Finish painting of all equipment Operating personnel for startup and tests 1A.5 SCHEDULE. The Contractor shall schedule production and shipment of the equipment to assure arrival at the fob site by April 1, 1972. Within 60 days after the contract award the Contractor shall submit to the Engineer a production schedule for all ma,or equipment and components. This schedule shall be corrected and resubmitted quarterly until all equipment has been shipped. Drawings and engineering data shall be submitted in accordance with the schedule specified in Section 1C. 1A.6 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED UNDER THESE SPECIFICATIONS shall be in accordance with the following. 1A.6.1 Submittal of Engineering Data. Drawings and engineering data for the specified materials and equipment are essential to the design and sub- , r.equent construction of the entire generating unit. Time is of the essence in completing each phase of the work so that Unit 5 Addition to the City of Denton, Texas, Municipal Utilities Plant can be in commercial operation on the specified date. The Contractor will be required to submit drawings and engineering data in accordance with the schedule, specified under Section 1C - ENGINEERING DATA, to assure compliance with the overall construction and operating schedule. Failure of the Contractor to submit drawings and engineering data on or be- fore the dates specified shall be considered a breach of contract and reason for termination of contract if the City of Denton, Texas, so desires. 1A.6.2 Design Conference. Within 30 days after award of contract, the Contractor's design engineer shall attend a design conference at a time and place mutually agreed upon to discuss matters relative to the execu- tion of this Contract. (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 052070 lA-2 1A.6.3 Tools. The Contractor shall furnish and ship with the equipment one set of all special tools required for dismantling or maintenance of the equipment. The tools shall be shipped in separate heavily construc- ted wooden boxes provided with hinged covers and padlock hasps. Maintenance tools shall be boxed separately and boxes i:hall be marked with a l,,,rge painted legend as follows: CITY OF DENTON, TEXAS MAINTENANCE TOOLS FOR FEED WATER HEATERS ERECTION CONTRACTOR DO NO OPEN EXCEPT WITH OWNER'S PERMISSION A weatherproofed itemized list of the contents shall also be attached to the outside of each box. 1A.6.4 Instruction Manuals. The Contractor shall furnish twelve complete and final copies of instruction manuals not later than 30 days prior to shipment of the equipment. The instruction manuals shall cover complete installation, operating and maintenance instructions, and drawings and parts lists for each item of equipment furnished. One copy shall be sent to the Engineer and upon approval thereof, the remaining 11 copies shall be delivered to the Owner. The instruction manuals shall be in accordance with the requirements stipu- lated in Section 1B. (DENTON, TEXAS - 49o4 (CLOSED FEED WATER HEATERS - M-16A) IA-3 o4o670 Section 1B - GEN.?.il, EQUIPMENT SPECIFICATIONS 1B.1 1;E:NERAL. These General Equipment Specifications apply to all equip- ment. They shall supplement the detailed equipment specifications but in case of conflict the detailed equipment specifications shall govern. 1B.2 SPECIFICATIONS AND STANDARDS. The specifications, codes, and standards referenced in these specifications (inclu,linp, addenda, amend- ments, and errata) shall govern in all cases where references thereto are made. In case of conflict between the referenced specifications, codes, or standards and this specification, these specifications shall govern to the extent of such difference. 1B.3 U.S. MATERIALS. Equipment and accessories furnished shall be from a reputable manufacturer currently engaged in production of such materials within the United States of America. To the extent possible, materials and equipment (including components thereof) furnished under these specifications shall be produced, processed, manufactured, and assembled within the United States of America. All material and equipment which must necessarily be of foreign manufacture shall be clearly designated in the Proposal in the space provided for de- viations and exceptions. 1B.4 COMPONENT PARTS. Individual parts shall be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be in- stalled in the field. Like parts of duplicate units shall be interchangea- ble. Equipment shall not have been in service at any time prior to de- livery, except as required by tests. 1B.5 IDENTIFICATION. All correspondence, shipping notices, shop drawings, specifications, engineering data, and other documents pertaining to the equipment and materials furnished under these specifications shall be identified by the Owner's name, specification number, and the name of the item of equipment or material. 18.6 MANUFACTURER'S 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 ORL (old style) binders covered with pyroxylin Impregnated buckram covers, manufactured by Buchan Loosr 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 corer shall be submitted for the Engineer's approval before the manuals are assembled and submitted. (DENTON, TEXAS - 4904) (EQUIPMENT - 091869 ) lB-1 Where applicable the information contained in the manual shall include a list of recommended spare parts with the price of each such item, and the schedule of required lubricantil as recommended by the manufacturer. The data shall also include all nameplate information and shop order numbers for each item of equipment and component part thereof. The instruction manuals shall contain data on the rrcoinmended and maximum allowable vibration limits of all rotating equipmr:rt. The instruction manuals shall contain a table of contents and section dividers with index tabs for ease of reference. 1B.7 1,LATERIALS 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's Proposal. All accessory items shall be shipped with the equipment. Boxes and crates containing accessory items shall be marked so that they are identified with the main equipment. The contents of the boxes and crates shall also be indicated. 1B.10 SHOP COATING. Steel 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 - 49A) (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 shfill be Mobil "13-R-50 Chromox Q1) Primer", or Tnemec "77 ChemPrime" unlet;n otherwise specified, • Machined, polished, and nonferrous surfaces which :should not be painted shall be coated with rust preventive compound, DearLorn Chemical "No-Ox- Id 2W", Houghton "Rust Veto 344", or Rust-Oleum 1B.11 PROTECTION. All equipment shall be boxed, crated, or otherwise suitably protected during shipment, handling, and storage. Equipment having antifriction or sleeve bearings shall be protected by weathertight enclosures. Coated surfaces shall be protected against impact, abrasion, discoloration, and other damage. Surfaces which are damaged shall be repaired.. Electrical equipment, controls, and insulation shall be protected against moisture and water damage. All external gasket surfaces and fla!lge 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 connecti -is shall be sealed with metallic or other rough usage covers to seal the interior of the equipment. All exposed threaded parts will be greased and protected with metallic or other substantial type protectors. All female threaded openings shall be closed with forged steel plugs. Returnable containers and special shipping devices shall be returned by the manufacturer's field representative at the Contractor's expense. 1B.12 ALIGNMENT AND BALANCE. All rotating parts shall be true and well balanced. Excessive noise or vibration in the opinion of the Engineer will be sufficient cause for rejection of the equipment. All rotating equipment shall be balanced at the factory. 113.13 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. iB.14 CORRECTION OF MANUFACTURING ERRORS. Equipment and materials shall • be complete in all respects within the limits herein outlined. All manu- facturing errors or omissions required to be corrected in the field shall be done by the Contractor or his duly authorized representative. (DENTON, TEXAS - 490) (EQUIPMENT - 052070 ) HE 3 1B.15 LUBRICATION. Equipment shall be lubricated by systems designed for continuous operation and shall not require attention during start-up or shutdown, or more frequently than once weekly. 1B.16 POWER TRANSMISSION UNITS. The horsepower rating of each power transmission unit shall be at least equal to the thcuretical brake horse- power required to drive the equipment under full load, including all losses in speed reducers and power transmission. The input horsepower rating of each gear or speed r(Alicer shall be at least equal to the output horsepower of the drive motor. Drive units shall be designed for continuous service and shall include provisions which will prevent oil leakage around shafts. 1B.17 CO;!FLING GUARDS. Guards shall be provided for protection of per- sonnel from all exposed moving and/or rotating machine elements. Guards snall be constructed from aluminum plate not less than 3/16 inch thick and expanded aluminum mesh and designed for ease of installation and removal. The necessary supports and accessories shall be furnished with each guard. 1B.17.1 Horizontal Shaft Equipment. Safety guards for horizontal shafts, shaft couplings, and belt sheaves, shall be of the inverted "U" design with bolted horizontal 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. 1B.17.2 Vertical Shaft Equipment. Safety guards for vertical shafts and shaft couplings shall be of 360 degree construction with bolted vertical • joints. 1B.18 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. 1B.20 CONTROL POWER. Electrical power for control and instrumentation will be a nominal 115 volt, single phase, 60 hertz, alternating cuzrent, 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 - m80 ) 1B-4 All direct current electrical devices shall be designed for continuous operation on an ungrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 100 to 140 volts direct current, with ambient temperat!:rr~;, as specified. Electri- cal devices served from this supply shall not lir,t,•,:;. any ground connections on it. All alternating current devices shall, unless r)Qj,rw,rise specified, be de- signed for operation on a nominal 115 volt, 60 N-rf.z, single phase, alter- nating current system. The Contractor shall guarantee satisfactory oper- ation when the equipment is continuously energized nt any voltage from 105 to 130 volts alternating current. All alternating current and direct current devices shall be guaranteed to operate satisfactorily under voltage conditions specified in the above paragraphs and at 50 C ambient temperature. 1B.21 RACEWAY. Unless specified otherwise, all raceway interconnections between devices, panels, boxes, and fittings shall conform to USAS C80.1 and UL 6. All conduit connections shall be of the threaded type. 1B.22 'WIRING. Unless otherwise specified, all electrical conductors shall be Class B stranded copper 14 AWG or larger. Panel wiring shall have ther- mosetting Type SIS insulation rated 600 volts, designed for maximum con- ductor temperature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPCEA S-66-524 Interim Standard No. 2 except Type AVA shall be used where ambient conditions cause con- ductor operating temperatures to exceed 90 C. Metallic sheathed conductors are not acceptable. Preinsulated wiring terminals with metal reinforced sleeves shall be provided on all conductor terminals. 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 he 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) (EQUIPMENT - 091.869 } 1B-5 CITY OF DENTON, TEXAS z MUNICIPAL !_LFCTI?IC GENERATING 51 AT ION w UNIT 5 n w LL 0 w INSTRUCTION BOOK z FOR z NAME OF EQUIPMENT 0 W a z w z w - Q . a MANUFACTURER'S NAME 00 tz MANUFACTURER'S ADDRESS 7 0 In w n U r 4 ;-x z O U 7 T w F ..i U J a BLACK A VEATIN a v CONSULTING ENGINEERS Z KANSAS CITY, MISSOURI D 2t rBsc 400' of Note: (Front Cover) Large type shalt be 30 point Tempo Heavy Condensed All other type shall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK III VEATCH C I T Y OF D E N T O N , T E X A S CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENEAATINO STATION P-802.02 KANSAS CITY, MISSOURI UNITS Section 1C - ENGINEERING DATA 1C.1 GENERAL. This section covers engineering data and manufacturer's drawings which the Contractor shall submit to the Engineer for design information or approval. As stipulated in Section lA, compliance with the specified schedule for drawing and data submittal is essential to the scheduled progress and completion of Municipal Electric Generating Station - Unit 5 and is of the essence of this Contra(.-t. 1C.2 DESIGN DATA. Within 90 days after award of contract, 12 copies of the following design data shall be submitted: Reconmiended reaction forces on piping nozzles and directions Recommended operating air vent orifice sizes and line sizes Relief valve sizes and model numbers 1C.3 DRAWINGS. Drawings shall be submitted for the Engineer's review and approval in accordance with the following procedures and schedules. 1C.3.1 Procedures. Four copies of "preliminary" drawings shall be submitted to the Engineer. Preliminary drawings shall be reasonably complete and suit- able for the Engineer's use in establishing basic plant arrangement and de- sign requirements. Preliminary drawings will not be checked or approved by the Engineer; however, the Engineer will refer to the Contractor conflicts or discrepancies which he may discover in his reference to the drawings. "Certified" drawings shall be submitted for review by the Engineer in accord- ance with the procedures set forth in Article GC-7 of the GENERAL CONDITIONS. 1C.3.2 Schedules. Drawings shall be submitted in accordance with the fol- lowing schedules. The number of days specified shall be from and after the date of contract award. a. Preliminary issue within 30 days and certified issue within 60 days. Setting and drawing for each heater showing supports, nozzles, and miscellaneous connections b. Preliminary issue within 45 days and certified issue within 90 days. Detailed drawing of heater internals Detailed drawing of tube sheet layout Detailed drawing for tube pull showing support points c. Preliminary issue within 90 days and certified issue within 120 days. Safety and relief valve drawings Miscellaneous trim drawings Complete erection drawings showing recommended lift points (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 052070 1C-1 n , 0 t ...f i 3= CONTEAT$ pages Section 2A - CLOSED FEED WATER HEATERS 2A-1 thru 2A-7 2A.1 General 2A-1 2Ar2 Code Requirements 2A-1 2A.3 Specification Sheets 2A-1 2A.4 Type 2A-1 2A.5 Arrangement 2A-1 2A.6 Design 2A-1 2A.7 Performance 2A-2 2A.8 Materials 2A-3 2A.9 Construction 2A-4 2A.10 Accessories 2A•6 2A.11 Shell Interior Protection 2A-7 2A.12 Abbreviations 2A-7 Food Water Beater Specification short 3 Mw&ta i Draving HEATER ARRANGffiMT W46"017Q1 s (DE MN j TMM - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) tC2.1 052070 ;x 2'~ ~ : ~ R Nna_ t ~ Y i , Section 2A - CLOSED FEED WATER HEATERS 2A.1 GENERAL. This section covers the design, performance, and con- struction requirements for the closed feed water heaters. 2A.2 COVE REQUIR04ENT5. The feed water heaters shall be designed and constructed in accordance with the latest applicable requirements of the Standards of the Heat Exchange Institute, the ASI~E Boiler and Pres- sure Vessel Code, and ANS 831.1 Code for Pressure Piping, except where modified or supplemented by these specifications. Data repots and inspection certificates required by the Code shall be submitted to the Engineer, 2A.3 SPECIFICATION SHEETS. Feed Water Heater Specification Sheets, included as pert of these specifications, contain design, performance, and construction requirements for individual heaters. The schematic flow arrangement of the heaters is shorn on the following drawing included as a past of these specifications: M4944-0401701 HEATER ARRANGEMENT 2A.4 TYPE. Heaters shall be of the U-tube type designed for use with extraction steam in boiler feed water service. 2A.5 ARRANGEMENT- The heaters shall be of vertical design with the channel end up and designed for 'ube-pull dismantling. 2A.6 DESIGN. Heaters shall be designed for safe and reliable operation under the following concurrent conditions: Maximum tube side flow Maximum extraction steam pressure Extraction steam flow corresponding to the specified maximum tube side flow and with the adjacent lower stage heater out of service Heaters shall be designed for the most economical lengths, but shall not exceed the lengths indicated in the Specification Sheets. Preference will be given for vertical beaters of the same length. In heaters with desuperheating zones, the full height of the desuper- heating section shall be utilized. (DENTON, TEXAS - 4904 (CLOSED FEED WATER HEATERS - M-16A) 2A-1 040670 2A.6.1 Friction Loss. The pressure drop through the shell side and tube side of the heater at design operating conditions shall not exceed the limits indicated in the Specification Sheets. 2A.6.2 Tube Side Flow Velocity. The flow velocity through the tubes shall not exceed 10 feet per second under the following cr,nditions or in accordance with HEI standard, whichever is less: Maximum feed water flow Feed water temperature equal to the inlet design temperature plus one-half of the temperature rise through the heater. Tube inlets shall be designed to provide optimum hydraulic flow condi- tions. Entrance velocity shall be limited to values which prevent tube inlet end erosion. 2A.7 PERFORMANCE. Heaters shall be designed for operation under the thermal conditions indicated in the Specification Sheets. The extraction steam pressures indicated are stated in pounds per square inch absolute and represent the pressure available at the heater inlet nozzle. The extraction steam temperatures indicated are expressed in degrees fahrenheit. The high pressure feed water enthalpies have been adjusted for the effects of liquid compression. 2A.7.1 Performance Guarantee. The heater thermal performance indicated in the Specification Sheets shall be guaranteed. 2A.7.2 Performance Tests. The Owner will conduct performance tests on the feed water heaters using plant instruments to determine compliance with guarantee. These tests shall be binding on the parties to this Contract. The Owner will calibrate the plant instruments and will take account of unmeasured quan sties in a reasonable manner. The general methods out- lined in the ASME Power Test Codes will be used as a guide for all test- ing procedures. However, code technicalities shall not invalidate the results of these tests. Tests will be conducted at approximately the specified design conditions. The Owner will make proper corrections in the calculations to account for conditions which do not correspond with the specified design condi- tions. The feed water heater manufacturer will be given written notice of the tests at least 10 days in advance of the scheduled date. The manu- facturer may witness the performance tests and apply any additional instruments he feels are required. (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 2A-2 040670 The tests wil].'ue'conducted at the expense of the Owner except tht- ex- penses incurred by the manufacturer's representative. If the performance tests indicate that the feed water heaters fail to comply with the performance guarantee, the manufacturer shall modify tF-~ heaters as required in accordance with the procedures given under GENERAL CONDITIONS. All costs incurred by such modifications, includ- ing subsequent retesting to prove the effect of modifications, shall be borne by the Contractor. 2A.8 MATERIALS. Tne following materials satisfy the minimum re- quirements of the conditions encountered in feed water heater service. If the manufacturer's standard construction materials are of equal or superior quality, the manufacturer's standard construction shall be used. Channel and channel cover Carbon steel - ASME SA285 Gr C Forged steel - ASME SA181 Gr II Shell Carbon steel - ASME SA285 Gr C Tubes Copper and copper elloy - ASME SB395 Tube sheet Carbon steel - ASME SA285 Gr C Forged steel - ASME SA181 Gr II Support plates Carbon steel - ASME SAT • Air and segmental baffles Carbon steel - ASME SAT Impingement baffles Stainless steel - ASTM A16T Type 304 Desuperheating and drain cooling zone shroads Carbon steel - ASME SAT Tie rods and spacers Carbon steel - ASME SAT Bolting Stud and stud bolts Alloy steel - ASME SA193 Gr BT Nuts Alloy steel - ASME SA794 Class 2H (Dm m, TEXAS - 4904 ) (CLOSRD FEED WATER HEATERS - w16A) 2A-3 o4o6To r 2A.8.1 Material Temperature Limits. The maximum metal temperature for pressure parts shall be limited to the following: Material Tempera, ture F Carbon steel 600 Low-alloy steels: Carbon - 112 Moly 875 112 Chrome - 1/2 Moly 975 Tube materials: Admiralty metal - Type B, C. and D 450 70-30 Copper nickel (annealed) 700 2A.9 CONSTRUCTION. Heater construction shall conform to the ASME Boiler and Pressure Vessel Code, the Standards of the Heat E%change Institute, and the following requirements. 2A,9.1 Channels. All channels shall be provided with covers which shall be removable without disturbing the piping conrsections. The channel for Heater 5-1 shall be fabricated construction and shall have covers attached with flanged and bolted ,j-)ints. Channels for Heaters 5-3 and 5-4 shall be full access type forged construction with integrally forged tube sheets. The channel covers shall be of breech lock or pressure sEdl welded construction so that hydraulic loads are not carried at the sealing ,joint. Pass partition plates of all heaters shall be constructed so that the differential pressure created by the tube side friction will tend to seal the pass partition plate sealing joints, 2A,9.2 Shell. Heater shell and shell skirt wall thickness shall be determined in accordance with the Code utilizing the allowable stress value for the shell material at the design pressure and temperature Indicated in the Specification Sheets and shall be limited to a 3/8 Inch minimum wall thickness. The shells shall be of welded construction with a flanged joint for tube bundle access. Flange breaking bolts shall be provided. (DENTON, TEXAS - 4904 } (CLOSED FEED WATTM HEATERS - Y,-16A) 2A-4 040670 Insulation support rings welded to :he heaters shall be provided. They shall be continuous rings of outsif.e diameter to be determined later by the Engineer. Keater shell guides for expansion control shall be furnished as required. 2A.9.3 Tubes. Tubes shall be of the material and not less than the minimum size and gauge specified in the Specification *ieets and shall be suitable for the operating pressures, temperatures, and type of con- struction specified. Tubes shall not be lighter than 14 gauge. Tubes shall be rolled into the tube sheets. All tubes nhall be supported to prevent tube sagging and excess vibration. Tubes shidl be expanded into the tube sheets by methods which will not change the size of the tube sheet openings. 2A.9.4 Tube Sheets. Tube sheets shall be of ;&dequate thickness for the design pressures and physical dimensions of the heaters with a minimum thickness of one inch. Tube holes shall be laid out on a triangular pitch. Tube hole edges shall be chamfered on the shell side and esch hole shall be provided with a minimum of two grooves. The bridge be- tween tube holes shall be 3/16 inch or as required by the Standards of the Heat Exchange Institute, whichever is greater. 2A•9.5 Baffles. All steer: and drip return openings in the heater shells shall be properly baffled to prevent impingement damage to the heater tubes and heater shell. All drip return baffles and surrounding shell interior areas shall be adequately protected with stainless steel construction. 2A.9.6 Subcoolers. Where required for the specified performance, heat- era shall be provided with an integral type drain subcooler designed for the conditions indicated in the Specification Sheets. The Subcoolers shall be designed to prevent reheating of the drips by heat transfer from the condensing or desuperheating ?ones. The drain cooling section shall have sufficient free surface area to provide stable liquid level control. The free surface area of the water in the drain cooling section shall be not less than 1.5 square feet for each 100 gpm of flow through the drain cooler at the design conditions. 2A.9.7 Vents. All necessary air baffling and air vent openings shall be provided for properly removing nonconlensable vapors from the heater shell. (DENTON, TEXAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 2A-5 040670 7 ' Heaters shall be provided with a properly sized vent orifice for each vent Connection. The orifices shall be suitable for installation be- tween two 1 inch 150 lb ANS flanges. 2A.9.8 Drains. Heater internals shall be designed to permit rapid and complete drainage of the entire heater. Drains shall be provided at the low points or, the shell and tube side not otherwise drained by nozzles. 2A.9.9 Connections. The heater shall be provided with connections as required, but not necessarily limited to the connections indicated in the Specification Sheets. All connection sizes indicated are minimum. All butt welding connec- tions shall have weld-end preparation machined in accordance with de- tails to be furnished by the Engineer. Rough flame cuts will nun be accepted. The location of all connections shall be subject to approval. 2A•9.10 Heater Su orts. All heaters shall be provided with skirt type supports of the same diameter as the heater shell. The support lengths shall be such that all heaters are approximately the same overall length with channel connections at the same elevation. The supports shall be designed to support the flooded weight of the heaters and to resist a nominal Emount of piping reaction. A reinforced mounting flange shall be provided for bolting to a concrete foundation. Expansion guides and bracing attachment points shall be furnished. The exact design of supports, bracing attachment points, and expansion guides shall be coordinated with the Engineer. f All heaters, .,x,.gpt Heater 5-1, shall be provided with a shell drain ter- minating outside the support and seal welded to the support. One 6 inch by 8 inch handhole shall also be provided. 2A.9.11 Drain Receiver. Low pressure Heater 5-1 shall be provided with an integral drain receiver built within the shell skirt section and designed to provide a minimum level of five feet, Preference will be given for a drain receiver incorporating the maximum storage. Ar, equipment drain connection shall be provided near the base of the receiver. 2A.10 ACCESSORIES. ORIES. As indicated In the Specification Sheets, heaters shall be provided with the following accessories. 2A.10.1 Relief Valves. A tube side sentinel relief valve shall be fur- nished with each heater. Sentinel relief valves shall have carbon steel bodies and packed lifting levers. Relief valves for the high pressure heaters shall have spring enclosures and packed lifting levers. (DENTON9 TEAS - 4904 ) (CLOSED FEED WATER HEATERS - M-16A) 052070 2A-6 Each heater shall also be provided with shell side relief valves of adequate capacity to limit the shell pressure to 110 per cent of de- sign pressure when passing 10 per cent of the design feed water flow. The relief valyrs shall be provided with pack4d lifting levers and spring enclosures. All relief valves shall be manufactured by Crosby. s 2A.10.2 Cover Handling Device. A suitable means shall be provided for handling the channel covers of all heaters. Cover handling devices shall be heavily constructed and shall be com- plete with all equipment as required to make them ready for use in re- moving or installing covers. 2A.11 SHELL INTERIOR PROTECTION. The entire interior of heaters in- cluding baffles shall be blast cleaned using a silica free grit. Blast cleaning of baffles, shrouds, and support plates shall be done prior to fabrication or drilling. After fabrication of the shell and prior to assembly of the unit, the shell shall be blast cleaned. After cleaning, surfaces shall be coated with a full strength appl!:ation of Marsh Steel- Treet as sold by Marsh Industries, P.O. Box 8129, P"irie Village, Kansas, or approved equal oil free rust preventative. After shop hydrostatic tests, the heater shall be drained and dried by purging with hot dry air. After the drying operation all connections and openings shall be adequately covered and sealed to prevent entrance of dirt or moiature during shipment and prior to erection. 2A.12 ABBREVIATIONS. The abbreviations used in the Specification Sheets are defined as follows: End Preparation bw butt welding sw socket welding flgd flanged Material cs carbon steel cr aly ASTM A335 Grade t5 (DENTON, TEXAS - 4904 (CLOSED FEED WATER HEATERS - M-16A) 052070 2A-7 F[ED WATER HEATER DEOIGNATION L. P. HEATER 5-1 ITEM" 1 ONE SPEC M-26A NUMUFR TO BE FU6~W HED ArFaxr,EMENr VENi'ICAL CHANNEL UP r490I- rikF0PVANCF REQUIRFVE17TS SHELL SIDE TUBE SIDE STEAM DRAINS FEED WATER FLUID ENTIRIrl (LB;Hp} 36,G86 438,276 INLET ENT?1AI" (Btu/LB) 1096.31 77116 OUTLET ENTH1 lI', (BTU/18) 163092 154.85 INLET I[vIIF"ATI,R!" (E) 199.4 108.9 OUTLET T(MIl RA%U F ( F ) 195.9 185.9 INLET PRI S"~U4l IA) 10.53 VELOCITY (FT/SFC) 10 ALLOWABLE PRESSURE DROP (PGI) DESIGN REQUIREMENTS DESIGN PRESSURE (PSI); SHELL SIDE; SKIRT 150 SHELL 150 ruse sIDT 150 TEST PRESSURE (PSI): SHELL SIDE; SKIRT SHELL TUBE bf DESIr,N TCHPERATURE (F): SHELL SIDE; SHIRT SHELL rUOE SID[ MAXIMUM TUBE SIDC FLOW 480,00 LR/HR NUMBER OF TUBE PASSES HEATER MAXIMUM LENGTH 20'-011 TUBES: MATERIAL INHIBITED TEMPER O.D. 5/8" BWG 18 ADMIRALTY CONSTRUCTION REQUIREMENTS CO%NECTIONS: NUMBER SIZE ENO PREP MATERIAL SCH STEAM INLET 1 1611 BW CS STD WT + DRAIN INLET 3+I BW CS 40 DRAIN OUT LE r FELD WATER INLET i R" FLGD CS 1 FEED WATER ourlET 611 FLPGD CS 150 LB ANS • AIR VENT AS REQ'D SW CS 150 LB AI+ SHELL SAFETY VALVL 1 AS REQ'D TUBE SAFETY VALVE 1 AS REQ'D 1,T row CS SHELL DRAINS 1 LEVEL CONTROL 4 2" SW CS YES ACCESSORIES: SHELL SAFETY vAL'J S YES TUBE SIZE RELIEF VALVES II0 LEVEL CONTROLLER NO SHELL GAUGE GLASS REMARKS _ II THE SHELL SIDE AND TUBE SIDE DESIGN T1WERATURES SHALL BE DETERdINED Q IN ACCORDANCE WITH THE STANDARD: OF THE FEED WATER HEATER VANUFACTURFRS ASSOCIATION USING THE DESIGN F'R.;,SUkE5 SPECIFIED AND THE OPEPJiTING PRFS:U}-"S 1 AND TM,-rBATURES SHOWN ON THE FEED WATER HEATER CYCLE DIAGRAM. I FEED WATER HEATER SPECIFICATION SHEET ?LACV, s vEA1CIi DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL fLECTRIC GENERATING STATION P-:.E 1 ` 3 KANSAS CITY, Eno. UNIT 5 65,000 KW FEED WATER HEATER D_SIGNATION H.P. HEATER 5-3 ITEM 2 NUMBER 10 OE FURN'SHED ONE spFc m-16A ARRANGEMENT VERTICAL CHANNEL UP ->ROJF-? 4901, F'EkFOf~~'A'VC(Rt_QUIR~t~"EhJTS SNFtt 510.' TUBE SIDE STEAM ERAINF FEED WATER FLU I^ ENTI0If,, (L-/HR) 31,074 479731 577,594 4L INLET {NTHAtrI (BTU/LB) 1312.56 361i .89 296.53 OUTLET TNTHAtPY (BTU/LB1 304.56 355.75 INLET TFr~TPATURE (r) 572.8 390.3 323.4 OUTLET TifPLk4TU E (F) 333.4 380.3 INLET P4CSSa E PS IA) 221,0 - VELOCITY (FT/SEC) ALLTIarAPLE PRESSURE DROP (PSI) 6 10 DESIC, N REQL) IREAiENTS DESIGN PRESSURE (PSI); SHELL SIDE; SKIRT 325 SMELL 325 T0E 410E 2000 TEST PRESSURE (PSI): SHELL SIDE; SKIRT SHELL TUBE ,IDE DESIGN TEMPERATURE (F): SHELL SIDE; SKIRT SHILL TUB£ SIDE MAXIMUM TUBE SIDE FLOW 64 o,ooo LB/HR NUMBER OF TUBE PASSES HEATER MAX IMUM LENGTH 20'-OIL TUBES: K4TERIAL70-30 CU-NI TEMPER STRESS 0.0.5/8" BWG 19 RELIEVED CONSTRUCTION REQUIREMENTS CONNECTIONS: NUMBER SIZE END PREP MATERIAw SCH STEAM INLET 1 8+E BW CS 40 DRAIN INLET 1 8" BW CR ALY 80 DRAIN OUTLET 1 611 FLGI! CS 1500 LB ANS FEED WATER INLET 1 6+9 FLGD CS 1500 LEI ANS FEED WATER OUTLET 1 6+r FLGD CS Ala VENT AS REQID SW CS SHELL SAFETY VALVE 1 AS REQ' D FLGD CS TUBE SAFETY VALVE 1 AS REQID SW CS SHELL DRAINS 1 lu SW CS LEVEL CONTROL 4 21+ SW CS ACCESSORIES: SHELL SAFETY VALVES YES TUBE SIDE aELIEF VALVES YES LEVEL CDNTROLLER NO SHELL GAUGE SLASS NO REN!ARY;; Q THE SHELL SIDE AND TUBE SIDE DESIGN TFIIJIERATURES SHALL BE DE?ERMINED A IN ACCORDANCE WITH THE. STANDARDS OF THE FEED WATER HEATER MANUFACTURERS ASSOCIATION USING THE DESIGN PRESSURES SPECIFIED AND THE OPERATING PRESSURES AND TEMPERATURES SHOWS ON THE FEED WATER HEATER CYCLE DIAGRAM. Q, FEED WATER HEATER SPECIFICATION SHEET BLACK 4 VEATCH DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION PAGE 2 Df 3 KANSAS CITY, M0, UNIT 5 65,000 KW FEED WATER HEATER CESIGNATION H.P. HEATER 5-4 ITEM 3 NUMBER TO BE FURNISHED ONE SPEC M-16A APRANCEM[NT VERTICAL CHANNEL UP PROj17 T 4904 PE 11'FORVANCE REQUI REVI FS SHELL SIDE TUBE SIDE STEAM DRAINS FEED WATEP FLUID ENTEPIN(, (LP./HP) 47A731 577,591+ INLET ENTHALPY (BTU/L9) 1376.35 355.75 OUTI[T LUTHALPY (BTU/LB) 364.89 439.33 INLFT TEMPZPAIJJfif. (F) 732.6 380.3 OUTLET T(HPZNA%4 (F) 390.3 457.6 NLFT PRESSURE (PSIA) 455.9 VELOCITY (FT/SEC) ALLOWABLE PRESSURE DROP (PSI) 6 10 DESIGN RCQUIREMENTS DESIGN PRESSURE (PSISHELL SIDE: SKIRT 675 SHELL 675 fUDE SIDE 2000 TEST PRESSURE (PSI): SHELL SIDE' SKIRT SHELL TUBE SIDE DESIGN TEMPERATURE (F): SHELL SICf; SKIRT SHELL TUBE SIDE 4AXIMUH TUBE SIDE FLOW 640,orio LB/HR NUMBER OF TUBE PASSES I,FATER MAXIMUM LENGTH 20'-0" TUBES: MATERIAL 70-30 CU-NI TEMPER STRESS D.D. 5/8" EWG 18 RELIEVED CONSTRUCTION REQUIREMENTS CONNECTIONS: NUMBER SIZE END PREP MATERIAL SCH STEAM INLET 1 6" BW CS 40 ' DRAIN INLET _ DRAIN OUTLET 1 4" FLED CS 600 LB ANS FEED WATER INLET 1 6" FLGD CS 1500 LB ANS FEED WATER OUTLET 1 6" FLGD CS 1500 LB ANS AIR v[NT AS REQ'D SW cs SHEt~ SAFETY VALVE 1 AS Rb)C3'n SW CS TUBE SAFETY VALVE 1 AS REQ'D SW CS SHELL DRAINS 1 1'I SW CS LEVEL CONTROL 4 2" SW CS ACCESSORIES: SHELI. SAFETY VAI,VES YES TUBE SIDE RELIEF VALVES YES LEVEL CONTROLLER NO SHELL GAUGE GLASS NO RE%IARKS Q THE SHELL SIDE AND TUBE SIDE DESIGN Tr'MPERATURES SHALL BE DETERMINED Q~ IN ACCORDANCE WITH THE STANDARDS OF THE FEED WATER UIEATER MANUFACTURERS ASSOCIATION USING THE DESIGN PRESSURES SPECIFIED AND THE OPERATING PRESSURES AND T124PERATURES SHOWN ON THE 1 FEED WATER HEATER CYCLE DIAGRAM. FEED WATER HEATER SPECIFICATION SHEET 5L.ACK S ''LATGH DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION PAGE3 OF 3 KANSAS CITY. MO. UNIT 5 65.000 KW 1 yA W 6 R L~ Q b Z A A 10 IN O Y Z O Os O - p 0~ b of w W CID F q I r ~ u w t u x H d u ~ W .Io s >a z Y - - ~ = y 00 1fpp/ ON1~ 88 ppq~y Kp Op~ y U.N N M M a W OK 1 LL _ w 10 MIN _ K O Wp i Q W r. Ingo r+ ~i 1G a Z XQ + W °u 'a x M" 2 6' Ip 4. s 3 'LU' ~ 1(N~ ~ y Y1 1~„ Z wi~{er"-' w M n ; 0v r 1 u u INC 'n z o o ON - $i y W u t a u = r V h ~ M h _ N< M M I~ MM O ~ ~ M l9 M D p p 1 IA ` r y lV 0, l AN F' u W ~ sL i x O O - • ~ ID M ~ I rr ~ o y : 0 ~ t n ~ ^1 ~f W 1•i t O