Loading...
HomeMy WebLinkAbout1970 00. I r y7 ~.I„ ~ o ~gS } A 4.y.. ~~.,~y{, V a t.r ( w ^ Y ~ + I~ a ' ~ p ' ~Vb YRt ~ ~Yr t'~~~1~~` ~ ~ R ~1 ~ Y~~ t" 1 g t4 T RII Vq' ~l 1`~-•Yi y x1S.Y r {rn r~ ~E ITA I Ir`.. Y, iw l{Y~ 1 n ~'y b r'.1 `/I `f yr Y~'~'!((r ~~a~ ~ ~ ~ 49 5 a f + / ~ r 7L A r y r A r v x x'° q.tf r l~ t Yip f~ ~C~ 4*. I S. P A }E'}. y ~;'Jry y 1~ d' / y4 C t.{ ~ 4+ w" 9 J .MY a~a M 1 p E "+',:,.~M + y~~ ` r'r'IS'"hw Yr d ,5r. y~rrr`I '.7. ~9ryi M~'rFFI l A~~a ralf Nu1af ~C Z`~;, vl ei } ~ 'Y I:,i v1": ~,°~e~~j~~~ ''e~6 <+r ~ik'~~'~~~ a~;`p~.n~~ Y YJ~ «Ifµ °7f ~~a','~ ~Yi~J~ ~ r)~tti ~P~`y4 ~ 9 +~qi yl , ~ ~Y. M~~~~'~11 `r r~~'I~iT ~ •~)4 a n~ ~q ~ d~ ~rW1 f~`"t• I~ tiIT' '7.ri ~ `411 a~1~~~A: Y f,, r• ~F 17~p ~ (i 47v ! 1. ,i 1 a,l,~i^ ' 1• m' -11~ r` al rP , r if I w f I 1 Y a I qy I ~ IY . ttt r f A y~ [ FyS J I ~~~Ffj Fli t !~I r {t ~ , ~ I ~ } d vl p4fr~ ~rF. f y YJ.1" rJ }M1E ! j~) ~I11eY ~!'~)~r Yar4 r+'Y ° IA~pI+ ~n `i I i r'~r y'`ft44k~,rl° ~~5"f' r y~~ i. .ICI n'f~ Y c+ + M Y+Y t f r i .t , r E' ! t I y ,f' r I~r a x M~.t! 5 f~i Tr r . . t.~af a i i a,w~` ,S ~ ~ '~iY Y+ .4~. , ~ ~ K5 + fe1 ~'1 7 r n• ~ r~ f 7 M Rif~ L r r p,Ly' iY'4 'xf : r { !l, ♦ 1 e r ) Y ! r c ro a w r ~.5 r .a y y fK ~ J A M r' y l Y y 17~ c~, ~b r~rr ka4, 11 n ,'✓F' 'b tt y7 : 6 ! q 1' ~ I )r M ~p } 1 Y ( A 4 t1' A 1) F7 lr yggtiy +Fa a ~ {2 ] {{C a 1 y 1 r1Y A id~~. I I I Y /1 Y Y ~f 5~' S`7lf tl ~YaY r,~}~ t yryf 7~ yy~ <1i 3;: ~I raYyE} ~r,~l ~ "Y ,f +rl ir;. ~ ~ ~ t r✓r ~:~~~V rY { ~ },1; i x 9 i'~1 r ~ 4 p Y~~f~ 1~^~~~1~' r ` I' 'F d~,~l~ ,r~My„~1~'I ` i„r Ye "IE ~'~'F Y v.,. ~ ..,fir I Y 01 S lY>' ~.J 11` r 1{L i 11 .{;l k kM ,Mlu I \ rw V! v ! A' e ! Y~ l~( y, + t f 4 lop w'. 1 h `i r ; Y ♦ sfrr,~,~ ~r r ..uuy V t, r t/~' 0 44 ?Y/ 7 :l+li r S 1r / ! J '6r+P~'1 "P' yi / ~,r r ~1 ,1~ da I. Ix w Y Y l+ )i I. o Y } F # r F 'J fl 1 I. rR w f I µ x~~ ~~Yil ' ~ ti'~ ' Q 1 ry. 3'• 1 y` r~ i tiyy'j~, ~,p 7~ ^ R . } fiY tiw ` +~y~ 't 'f y 1 at !'i'- : in A P 'i, r4 F F1 I'r"YM' 41 a V 17q'R,'j~ Y 1 If Y ~Ar,~ r,~. W yr}n i7 a. T~' r A`"Yf 1 Y er ~~3~ndp : 'f ~ ~Y ~I 'r , 4~': it:F~'~~ 1'~ 4s• R^ 1. ~ t o G y 1 I ~ : { 1 I jSr M1 I n41 yyNv, 4 rl" 11 l, y. , r b r J i1 i I~~ Y/4~A r 1 `b R~JI~ ~',f w4 gh~.~',f'ra yj+ 'f ~ JE 5 11~ Ay'' 1 f ~f: x . r n ~ r ~ a~r it ~ F ' Zf~~r Y a ~ + ~ r*~,~qj i ~yy~, k q + ~l~k~a,i i bra ~ Y ~ v a f 1~¢~ ,apt ~r )~Yr r~ Y rY Y ~a}.+T f; + ryP Ir/ R++PMA A~ Ir 7 4 4 Y. .x , i~ "+1~ . ~ ~a;'E ~'~~~~E r j~ ~~~~~~4t~ k~~~YaFw~'}.,r~l~ ~Aa~,~ ~Y~ ~ ~ ~~/i ~ Y P •rr J , y r ~t ~e ~~t dllf E~ if vri r ~finc r/.',II,~ 1^f 4v 9N r i , 0 TaY. ,1 ; ~ D,~~yj(..r{ ~ y~~r~t ~ R,.~ r~~~j~~Y,l~ ~ t~ ~ ~~r• .i fr ~p ,i. a Sl [ 1 "a. C~ F y i 1 < 1 y ti ~ Jf r r:;~'f 1~I.Y'.WY~lr•r r u4'~',Jr Jal.:uiy i ,..rFP~ ~C`: S'Ari,'.'i~ f'Ckf~'fA4~ . t .w#:i l'7L+{fifL~,A~ o'^: I tt F 1r 4 r SP1:CIVICATIONS ANI) 1)OCUMENTS MUNICIPAL ELECTRIC GENERATING STATION UNIT S CITY OF DENTON, TEXAS DEAERATOR SPECIFICATION 4904 . M.166 CONTRACT ISSUE CI!lCAGO NF:,11'F:R COMPANY I" Willis Avrnue !Mini ola, 'New York BLACK 1'F;ATCrr Con,uhing F nginrer~ Kansas Ci!?, missourl 1970 PAP '7 rr". V`3",,.r ✓r sz.i. ;.a~ a H• r °J-, rrs .,sj` ~y ? ~ r_. CITY or DE ftw o ' Txu WVICIPAL ELEgM0 (USMINO STATION c WIT 5 SPECIFICATIONS AND DOCUMENTS P+OR D&AERATOR Specification 4904 - M-16R TABLE CORTMMS pm, thru Pate BIDDINO REQUIREMENTS Advertieaent A-1 A-f Instructions to Aiddert B-1 B-4 Proposal 0-1 C-3 Proposal Data D-1 D-4 CONTRACT !'ARI! ¢ Contraet Aoeesiiat CA-1 CA-2 P~plorswgaa' $eaid P$-1 PB-S3 CONTRACT RBGULATION8 General Conditions OC-1 W-:.4 SnarICATIONB PART 1 GENERAL RBQUIRDUTS section 1A - General Description and Scope lA-1 }.A-3 1B - General Xquipmnt Specifications is-11 1B-5 10 - Indineerind Data IC-1 PART 2 - TECHNICAL MQUIRLMENTS Section 2A - Deaerstor 2A-1 2A-8 Deaerttor Specification sheet 2A-9 R9xTB)W-~6a904) ,d51~7o ADVERTISEMENT DEAERATOR FOR DENTON, TEXAS Sealed bids will be received by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 2:00 p.m, Central Daylight Time on July 6, 1970 then publicly opened for furnishing and delivering fob Muni- cipal Electric Generating Station, Denton, Texas ONE DEAERATOR Prospective bidders may examine copies of the specifications at the office of Black & Veatch, Consulting Engineers, 1500 Meadow Lake Parkway, Kansas City, Missouri. Specifications will be issued only to those bidders who have been deter- mined by the City of Denton, Texas, to be qualified to bid. Determina- tion of a prospective bidder's qualifications will be based,entirely on written evidence submitted by the bidder in duplicate to the City and the Engineer not later than, 5 days before the time set for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment available to do the work properly and expeditiously. Has an adequate financial status to meet financial obligations incident to this work. Has adequate technical knowledge and practical experience. Has no just or proper claims pending against him on other similar work. Has designed and manufactured three or more units of a similar type and rating, operating under equal or more severe service conditions than the equipment specified, and each of which has been in successful commercial operation for 3 or more years in central station power plants within the United States, The evi- dence shall consist of a selected listing of the units, indicating the Owner's name, location, date of initial operation, rating, oper- ating conditions, and type. The listing shall be specially prepared for this particular bidding and shall list only those units falling under the above requirements. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 060370 A-1 Qualified prospective bidders may obtain copies of the specifications from the Consulting Engineers (mailing address - Black & Veatch, P.O. Box 8405, Kansas City, Missouri 64114), All bids must be made on printed contract document forms included in the specifications, When filed with the Purchasing Agent, each bid shall be accoinpanied either by an acceptable bidder's bo.id, a certified check, or a cashlor's check on any solvent bank, the amount of which shall be not less than 5 per cent of the amount of the bid. The btd security shall be made payable to the City Treasurer of the City of Denton, Texas. Bid security of the successful bidders will be returned when their contracts have been signed, filed with, and approved by the City. Bid security of unsuccessful bidders will be re- turned on award of contract or rejection of bids. No bid may be altered, withdrawn, or resubmitted within 60 bays from and after the date set for the opening of bids. The City of Denton, Texas, reserves the right to reject any and all bids and to waive defects in bids. CITY OF DENTON, TEXAS John Marshall Purchasing Agent (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 040170 A-2 INS':RUCTIONS TO BIDDERS B.1 GENERAL. 't'hese instructions apply to the preparation of proposals for equipment, materials, and related work for the City of Denton, Texas, acting through its Public Utilities Board and City Council, hereinafter referred to as the "Owner". B.2 PROPOSALS. Proposals shall be prepared and submitted in duplicate, each copy taining a complete bound copy of these contract documents. Proposals which are not prepared in accordance with these instructions or which are submitted without a complete bound copy of these contract docu- ments will imply that the bidder does not intend to comply with all of the contract conditions and such proposals will be considered irregular, 8,2.1 Preparation. Each proposal shall be carefully prepared using the proposal and data forms bound herewith. Entries on the proposal and data forms shall be typed, using dark black ribbon, or legibly written in black ink. All prices shall be stated in words and figures except where the forms provide for figures only. Each bidder shall list in the space provided In exceptions or conflicts between his proposal andtthepcontract fdocuments. If more space is required for this listing, additional pages may be added behind the proposal form. If the bidder takes no exception to the con- tract documents, he shall write "None" in the space provided for the list- ing. Proposals which do not comply with this requirement will be considered irregular and may be rejected at the discretion of the Owner. In case of conflicts not stated as directed, these contract documents shall govern. The bidder shall not alter i r 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 ropy of each addendum issued for these contract documents during the bidding period. The bidder shall assemble all drawings, catalog data, and other supplementary information necessnry to thoroughly describe materials and equipment covered by this Proposal, and shall attach such supplemental information to the bound copy of these contract documents submitted with the Proposal. 82,2 Signatures. Each bidder shall sign the Proposal with his usual signature and shall give his full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. Bids by a corporation shall be signed in the naaoe of the corporation, followed by the signature and designation of the president, secretary, or other person authorized to bind the corrroi-aV one The names of c11 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 the officer signing in behalf of the corporation shall be furnished. Bidding corporations shall designate the state in which they are incorporated and the address of their principal office. B.2.3 Submittal. Proposals shall be submitted in a sealed envelope addressed to the CITY OF DENTON, TEXAS, Attention; Purchashing Agent, and endorsed on the outside of the envelope with the bidder's name and the name of the work bid upon. B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time before the time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within 60 days thereafter. B.3 PROPOSAL GUARANTEE. Each proposal shall be accompanied by a certified check or cashier's check drawn on any solvent bank, or by an acceptable bidder's bond executed by the bidder and a surety company authorized to do business in the Sta,e of Texas in an amount of not less than 5 per cent of the total bid. The proposal guarantee shall be made payable without condition to the City Treasurer of the City of Denton, Texas, and the amount thereof may be retained by said City of Denton, Texas, as liquidated damages if the bidder's proposal is accepted and the bidder fails to enter into contract in the form prescribed, with legally responsible surety, within 10 calen- dar days after the date he is awarded the contract. The proposal guarantee of each unsuccessful bidder will be returned after award of contract or when his proposal is rejected. The proposal guarantee of the bidder to whom the contract is awarded will be returned when said bidder executes the Contract Agreement and files a satisfactory Performance Bond. The proposal deposit of the second lowest responsible bidder may be retained for a period not to exceed 60 days pending the execution of the Contract Agreement and Performance Bond by the successful bidder. B.4 INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall submit with his proposal the name of manufacturer and the type or model of each principal item of equipment or material he proposes to furnish. He shall also submit therewith drawings and descriptive matter which will show general dimensions, principle of operation, and the materials from which the parts are made. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irregular. The above drawings submitted by the successful bidder will be retained by the Owner. Any material departure from these drawings as submitted will not be permitted without written permission from the Owner. (DENTON, TEXAS - 490h) 042969 B-2 Verbal statements made by the bidder at any time regarding quality, quantity, or arrangement of equipment will not be cor+aldered. If alternate equipment or materials re indicated iii the Proposal, it shall be understood that the Owner will have the optlori of selecting any one of the alternates so indicated and such scluation shall not be cause for extra compensation or extension of time. 11.5 TAXES, PLLUdITS, AND LICF.VSF:S. 7'ne bid price eluted in the Proposal shall include all taxes, permits, and licenses whieli might be lawfully assessed against the Owner or the bidder on the date of the Proposal. This shall include Federal, State, and local taxes, use taxes, occupa- tional licenses, and other similar taxes, permits, and licenses appli- cable to the specified work. The successful bidder will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of the Proposal; provided however, that this pro- vision shall be limited to sales, use, excise, and other ad valorem taxes assessed against the completed work and to licenses and permits required specifically for the proposed work. It shall be the bidder's responsibility to determine the applicable taxes, permits, and licenses. If the bidder is in doubt as to whether or not a tax, permit, or license is applicable, he shall state in his proposal whether this item has been included in his bid price and the amount of the applicable tax, permit, or license in question. B.6 TIME OF COMPLETION. The time of completion of the work is a basic consideration of the Contract. The Proposal shall be based upon com- pletion of the work in accordance with the specified schedule. It will be necessary that the bidder satisfy the Owner of his ability to complete the work within the stipulated time. In this connection, attention is called to the provisions of the attached General Conditions relative to delays and extensions of time. B.? 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 her,to, signed by a surety company authorized to do business in the State of Texas and acceptable as surety to the Owner. With the bond shall be filed copies of "Power of Attorney", certified to include the date of the bond. B.8 LOCAL CONDITIONS. If the work includes field construeion, fur- nishing field labor, or furnishing of field supervision, each bidder shall visit the site of the work and thoroughly inform himself of all conditions and factors which would affect the prosecution and completion of the work and the cost thereof, including the arrangement and condi- tions of existing or proposed structures affecting or which are affected (DENTON, TE)Uo - 4904) 042969 B-3 by the proposed work, the procedure necessary for maintenance of unin- terrupted operation, the availability and cost of labur, and facilities for transportation, handling, and storage of materiahl rind equipment. It must be understood and agreed that all such factr,rn have been properly investigated and considered in the preparation of every proposal sub- mitt,~d, as there will be no subsequent financial ridjuutment, to any contract awarded thereunder, which is based on the lack of such prior information or its effect on the coot of the •work. B.9 INTERPRETATION OF SPECIFICATIONS. If any prospective bider Is in doubt as to the true meaning of any part of the proposed contract documents, fie 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 bhall be the responsibility of the bidder to advise the Engineer of conflicting requirements or omissions of information which are necessary to a clear understanding of the work before the date set for opening bids. Those questions not resolved by addenda shall be listed in the bidder's proposal, together with statements of the basis upon which the proposal is made as affected by each question. B.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner reserves the right to accept the bid which, in its judgment, is the lowest and best bid; to refect any and all bids; and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of closing will be returned unopened. B.11 CANCELLATION CHARGES. Each bidder shall submit with his proposal the date any cancellation charges would commence and a schedule of the applicable cancellation charges as provided for in Article GC-19 of the GENERAL CONDITIONS, (DENTON, TEXAS) 102769 B-4 PROPOSAL City of Denton, Texas City Hall Denton, Texas Attention: Mr. John Marshall, Purchaaing Ager.t PROPOSAL FOR ONE LFAERATOR BID NO. 70-6724 Gentlemen: Thr• undersigned bidder havint• read and examined these specification, associated contract documents for the above designated equipment d and oes hereby propone to furnish V e equipment and provide the servires act Proposal. All prices stated herein are firm and shall forth in this be fsubject orth to s- calation provided this proposal not is accepted within 60 days. 'lhe lu,dersigned hereby declares that the following list states any and all variations from, and exceptions to, the requirem,nts of tho contract doc- uments and that, otherwise, it is the intent of this Proposal that the work will be performed in strict accordance with the contract documents. .1:_Sac y `c'':.-~x`~-p4i~h •.---~3~E b;~ yec~-:..t t lity • ...._._S~r.- ,pti~a'+c~xssrs►~.t-_~sas~a,____ ~--_~~_._1* aYS_ fiR NdIE'. S~ irk r wes~•1 ` s o.taa w.~•ri: ~ ~.s1a - Continued on P~ age C3~"'"---- _ (OE,NTON, TEXAS - 4904) ( jEAERATOR - M.-161i ) (16Q 17U C-1 l'llc undersigned bidder hereby proN,)Us to furnish one deaerator riplcte fob Mixnicipal Electric. Generating Station plant site, Denton, I eni, in aceordanco with these specifications and associated contract 'iwumF:rnts listed in GENERAL CON1,1TIONS, Article GC-1, for the firm lump i'n price of \l V~ a A ~y L__ _ Q Price in Words ~~aOd' } Pur hkkevh*Ait .1"0\0L sinelN" :1 undersigned hereby declares that only the person or firms interested s the Proposal as principal or principals are named herein, and that no fjther persons or firms than herein mentioned have any interest in this Proposal or in the Contract Agreement to be entered in+.u; that this Pr%ghosal is made without connection with ar; other person, company, or parties likewise submitting a bid or proposal; and that it is in all (,spects for and in good faith without collusion or fraud. 11' this Proposal is accepted, the undersigned bidder agrees to submit ir-swings and engineering data in accordance with Section 1C and to complete 't"livery of equipment and materials in accordance with the shipping schedule specified in Section IA. The undersigned fully understands that the time of drawings and data submittal and equipment and materials delivery is of the essence. Dated at Mmt&1 4A thi day of 1970 _""`..~'f-~-c-- s . Bidder 4O ~~t FAL Ay f Title Attes+ ~wary P%3.lnecs Address of Bidder ~ftl\~~~ Att~w►t StlAe of Incorporation S~l,3M0~% r~ Address of Principal Office ~ ~r DFNTON, TEXAS - 4904) ( ()EA_ERATOR M-16B } t)40170 PROPOSAL DATA D.1 GENERAL. The following information on the proposed equipment and materials shall be submitted with the Proposal. D.2 DRA$''INGS. Drawings shall be submitted giving ti:e following informa- tion: Deaerator major dimensions Sectional views of deaerator showing materials, methods of construction, and provisions for tray removal All mayor outline drawings shall be in sufficient detail to permit tempo- rary plant arrangement studies to be made. D-3 SUPPLEMENTARY INFORMATION. The following supplementary information shall be submitted: Description of manufacture, testing, and inspection procedures Description with detr.ils of the tray and tray support system Description of proposed method for protection of deaerator during manufacture, shipuent, and storage at the job site D.4 EQUIPMENT DATA. The information required on the following pages is to assist in evaluating the Proposal and in making an accurate estimate of the work required to install and erect the equipment and materials. The data listed herein shall not relieve the Contractor of his responsibility for meeting the requirements of the detailed specifications. Note: Write entries boldly with black ink or type entries using carbon black ribbon. Do not use ball point pens or blue ink. (DE"-ON, TEXAS - 4904) (DEAERATOR - M-16B } D-1 o4o1To General Bidder's Nsae MeLnufaeturer Model number and type ~_...~s T'-- Overall dimenvions _ Height 8 I, it Length Width ' Weights, lb Empty aw v Operating Flooded Yd 0 Will deaerator be shipped completely assembled State the extent of the required field erection. Include lineal footage of welded or bolted points and extent of tray ;nstallation work /y0 f/}1~1 rY T~'~'r?r~ I/rr~~i~1'-i'_iii•.. v D. 14.2 Leae-----r~h8 Section Shell ~ Material, ASTM No. Outside diameter, in. Straight. shell length, ft o -J 93 a' M• u (DENTON, SE?CA,S - 4940 Qh01'to-a Bidderls-hnm " Snell thickness, in. 9 ~6 0' _ liead thickness, in, Describe tank supports Mfg ~f 1 l A r9 /~/~C Downcomer pipes, number and size • S~ Equalizer pipes. number and size Access doors, number and size ! 1 18 1'2 i 3' 2 - 16 ? D. 4.3 Tray Ly_stem Number and size of trays J~60 3 ! " G L x 3 6 Tray material and gauge r~~[3TQ S, f"~~, ,O~yO A~ Weight of each tray 1/• 1 f74 Mt//c D.4.4 Vent Condenser n_ ser Type _i 7~r; .tn~ l7iire f emu„ yn~ 7' Water connections, type and size Spray valves, number and size 3 ' f/frcq yt • Steam side Water side Friction pressure drop at rated conditions, psi Zero A S• Recommended orifice size for continuous air vent, in. N.n :imijm steam loss through sir vents at rated operating conditions, lb per hr -00 a " Rev.isrd for Contract. (r,:ItiTON, TEXAS - 4904) (DEAERATOR - M•-16B ) D-3 04olTo • (Bidder's Name D.4.5 Storage Section Shell Material Outside diameter, in, T! f~ Straight shell leo,gth, ft 3y Shell thickness, in. Head thickness, in. 1j z -eA fr Number of supports Access doors, number and size _ /6 rr X~~ ~r Storage volume at operating level, 6sllons ✓VZ 76G Describe distribution system for • storage section BaCZ/Pl g/oc.•treu)jfP,e D.4.6 Erection Will deaerator be shipped fully assembled Pen fce Sedic%4 t r State extent of field erection required ~'_-[~'y~?✓ We%,/' • sgo%//mss : se Ale-S a• a ~i • (J Lwo', TFUS - )1904) ( 0v,,V,RATGR - M-16B ) D-4 040170 CONTRACT AGRE` EMFNT T]lIS CON'PRAG"i' AG}tE~FMt~;N~h, made and entered int~~ thi., r 19701 by and between the CITY OF DENTON, TFXA,11, Party r)*f' talc 'piry of hereinafter culled the " " t 1 ar avid Owner , and CHICAGO HEATER o)!9YANY an Illinote'" 4:urporation with its principal office in Mineola, New York, Party of the Secor,l Part and hereinafter culled the "Contractor", WITN~H: THAT WHEREAS, the (honer has caused to be prepared, ir, rvccordance with law, specifications, plins end other contract documents for tht,- work a; herein specified; and W!IF,REA,S, the said Contractor has submitted to the Owner r, Proposal in 'accordance with the terms of this Contrnct Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has detcimined end declared the aforesaid Contractor to be the lowest rsrnd best bidder for the -:aid work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor's Proposal, a copy thereof being attached to and made a part of this Contract Agreement.; NOW, THEREFORE;, in consideration of the compensation to be paid to the Curi- traetor 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 themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows. ANTICLF 1, That the Contractor shall furnish and deliver fob Municipal Electric Generating Station, Denton, Texas one deaerator with aux12laries complete as specified and required in accordance with the provisions of the contract documents, which are attached and made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of this Contract Agreement to the said Contractor. ARTICLE II. That the Owner shall pay to the Contractor for the work and mate- rials embraced ir, this Contract Agreement, and the Contractor will accept na flrll compensation therefor, the sum (subject to adjustments as provided by the contract) of THIRTY-SIX THOUSAND ONE HUNDRFD AND NO/200 DOLLARS ($36,100.00) for all work covered by r.nd included in the contract award, designated in the foregoing Artielr+ T; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. (DF;NTON, TEXAS - hqO~) ! 7)%mR oR - M-MB ) 't'l27'f0 rA-1 ARTICLE III. That time of completion is of the essence of the Contract A.eree- ment, and that the Contractor shall proceed with the specified work and shuil confonn to the following schedule: Shipment :,hall lit, made to assuro delivory at thy, I,lnr,l, site durinv, the month of Neptember 1971 IN WITNESS WHEREOF, the parties he,cto have exeeut(~d IJ&- Contract Agrc-(.-mrnt as of the day and year first above written. CITY OF DXNB)N, TEXAS ( (SFA1,) Attest / ~ f CHICAGO HEATER COMPANY (SEAL) -S " By ar s en Attest I~U F. William E. Z an, Seoretary Di,? foregoing; Contract Agreement is in correct form according to law and i:; hereby approved. Attorney for Owner (DFAERrTOR - M-I(,B j 07P770 CA Bond No. 4PO1/014t,1g PERFORMANCE BOND KNOW AL MEN BY THKIE PEEKEETS that we, CHICAGO HEA111 r; APANY of' Mineola , Nrv York, hereinafter referred to as "Contractor" rxr,.1 Federal Insurance Company, jd John St. - New York 38, N. Y.„ a yaf Jersey Corporation a Porporation organized under the laws of the state "r and authorized to transact business in tho State of as Ire ty", - are held and firmly bound unto the CITY OF DENTON, 01AS hereinafter referred to ao "Owner", in the penal stun of THIRTY-SIX THOUSAND ONE HUNDRED AND NO/J00 LKILIARS ($36,10o.00), for the payment of which sun, well and truly to be made to the Owner, we bind ourselves ar our heirs, ey,Tntors, admintsbraturs, ucceosors, and assigns, jointly and s" ?rally, by th#:ce presents; 1~[HFREAS, on the tiny of _ 19_____, the Contractor entered into a written contract with the Owner for furnishing, materials, supplies, rod equipment not furnished by the Owner, construction tools, equipment, end plant, and the performance of all necessary labor, for and in connec- tion with the construction of certain improvements described in the attached contract documents; and WHEREAS, it was a condition of the contract award by the Owner that these presents be executed by the Contractor and Surety; NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly, ttrid faithfully observe, perform, and abide by each and every covenant, condition, and part of the said contract, and the conditions, specifica- Vinns, drawings, and other contract documents thereto attached or, by i^rarance 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 fail to pay all just claims rind demands by, or in behalf of, any employee or other Jerson, or any firm, %s^ociation, or corporation, for labor performed or materials, supplies, ro equipment furnished, used, or consumed by the Contractor or his sub- "a0tractors in the performance of the work, then the Surety will pay thu CAI value of all such claims or demands in any total ,mount not cxcuPdQ `.ho Pmount of this obligation, together with interest ss provided by law. THE' UNDERSIGNED SURETY, for value received, hereby apr_es that, no exten- .jnn of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder, or of the specifica- tjono or other contract document, shall in any way affect its obli,it ion in this bond, an] the Surety does hereby waive notice of any such exten- ion of time, change, addition, or modification. MNTON, ''TEXAS - 4904} MEAERATOR - M-16B } 072770 F'B-1 IN TEPTIMONY WOW, the Contrnetor has hereunto set hla h=ind 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 at on thin. tnc ; lay of AUG 2 7 970 19 CHICA IiF.ATF:R COMPANY 1( ~ (;EAI,) By %Rc K. Stenard, President Federal l rance (;om e SURETY COMP WY) By c J Amod eaide:,t (SEAL) By R.ri ~r4 s State Representative (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) i (DENTO , TEXAS - 490h) ( T)EAF,RATOR - M- I OD ) 072770 H (lndie•tdmi Principal) STATE COUN'T'Y On this day of.___. 17 before me personally arc to lie the individual described in and "'110 executed the forc~uin r ' to me known and kno%-n by UKnowledged to me that lie executed the same. 6 k tr''t11'n'enl, and he duly .Notary Public. My commission expires (Worn Principal is a Firm) STATE COUNTY ss.: On before me personally to me known and knot n. by me to be a member of the firm of...... described in and which executed the foregoing instrument, and the said.__._______•__.••__ _ duly acknowledged to me that he executed the said instrument in the name of said firm and for its purposes and on its behalf. Notary Public. bfy cc:,imission expires (R'licn Prlnclpal is a Corpormaen) STATE OF._ 2_ ` ,..~i L%/'.°: r COUNTY OF`" _t~~•_! `f ss,: On this__ day of ! ' ft r 19 before me personally to me known, did depose and say; that h who being by me duly sworn, he resides _.-_that he is e ; t rl~ J_ in and which executed the abovd instrument; that he knows the seal of said corporation ;thatrthe seataaflixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he sign'd his name thereto by like or Public. My commission exPires* Adwr .tA lMl fYiYt.at Jlra, lhk!_._ *x WSOMI Q0II1flBd to Never cruet) 0AMRn Scion Frptree March u'~. 1072 Yam 12211 J.lua (N) CITY, COUNTY et STATE OF NEW YORK,.,: On 11us e~.Tta#ll,,.... day of . _.Aiiglllplt 1970 , before me personally came 0411111111104, ►ef _ Randolo he resides in . Nalrth_.?1"Af eld ...New itrists~( ;that he tams duly iM Urn, did depose and say that of the ►EDmtA1 INSURANCE COMPANY, the corporation described in and which executed the anx#~ it4111~ that he ~.rooldent corppoorate seal of said corporation; that the seal aflixe,l to said in%frutuent is such corporate.ral; that it was sn ff„ced by order authority of the Board of Directors of said corporation, and that he signed his name theretu by like order and authoraily. oust mmy K. NO7ANY lt11f11C, ILMI Now Yak StrorntoandAcknowledgrd before 14.Of07N0 rare on rhr dolt Above u riNrn Qualified in Kings CouatT Certificad► Mod In New Yak County Commise,lon Esplres Match 30, 1971 / l l 7L Iansli . Lc.eriPlldK sn fj C DT of Resolution Authorlala Ex*md of a Sands At a special meeting of the Board of Directors of the FEDERAL INSURANCE COMPANY, duly held at the office of dic Company, ill New York, N. Y., on the taeiny third day of February, 1967, a 4uoruiu being present, on motion it was unanimomiy follow Frederick Of Gardner,;oimnC, Hone of ardenl,cFred Mo an, VicenF i~sldents r Dani l FVice Randolph, AtistantHendon Vl euFir.idcnt, eland herebFields, are authorized to individually execute under their respective designations, in this Company's name aml to affix its corporate seal to, and deliver for and on its Khalf, as surety thereon or otherwise, bonds or obligations given or executed in the course of this Com- pany's husiness, and any instruments amending or altering tl,e same, and cOnSCIIIS to the modification or alteration or assignment of any instruments referred to in Bald bonds or obligations, and the execution of any and all instruments in this Cornp ny's nam^ and on If% behalf as sure otherwi" sea of this Company lvin pursuance of the authoriity hereby persons rconferred, srhall lbe i valid r and d biunder their nding upon this Cotmpany ration, under the Financial Statement of Federal Insurance Company as of December 81, 1969 Aelsare TO P°LICYHOLDER.a United States Treasury Sonde . SURPLUS United States Government Secured = 23,624,901 Unearned Premiums . =101,61J9,813 New Housing Bonds 43,946 698 Outstanding rLosers°and Claim State and Municipal Bonds s 100,641,239 Other Bonds 24,141,943 2,937,209 Preferred and Guaranteed Stocks 81,678,444 Dividend Payable to Shareholder 8,788,182 Funds 11frld under Reinsurance Trestles 16,794,711 Common Stocks 107,338,829 Non-Admitted Reinsurance 8,461,641 TOTAL INYWITMENTS 284,410,896 Other Liabilities Capital Stock of Affiliates 15,076,116 Great Northern Insurance Company . 8,876,738 TOTAL LIABILrcfCB 244,39D,828 Pacific Indemnity Company 60,887,688 The Colonial Life Insurance Company of America 13,268,882 Capital Stock The Chubb Corporation 6,688,000 - 13,968,712 Other Net Premium.. Receivable 611,461 Earned Surplus . 7,387,928 Cash 6,G60,824 Earned Surplus 16,072,073 68,093,423 e neurones Recoverable on Paid Unrealized Appreciation of Investments ;3,176,820 IASaea 6,711,912 Sf RPLVa To POIdCYHOLDE t9 Other Assets 24 ,998,364 166,624,899 . ~TOTAL ADIdITTED ASSMS $401,024,727 TOTAL . ;401,024,727 Investments are valued In tecordanee with requirements of the National Aseoelatlon of Insuraxee Commladoncn. Investments vskied at 121,067,048 are de"ited with Government authorities as required by law, C/rllfeadon Cl7'Y, COl1jVTYRdc STAN DO1, NEW YORK ss K J STATE cI f, C PANYSlate of hereby certify 1a 1 have compared the tangoing resolut said resolution has aor115eds ution wilt the or igiAssistantnal Secthretary ereof of the recorded i FEDERAL n the 1the Minute Y that Company, and t amt is a correct and true ropy of the whole of said original resolution and that or rescinded' that the Company is duly and Icgalty incorporated under the lays E,f the New Jerscy and has complied with the ptovisious of the Act of C'ongr.. August 13, I81A as amended, alfowfng certain corporations to be accepted as Surety oil bonds; that the C(Itnpany fe duly licensed to transact fidelity and surely bnsi ices in each of the States of the United States of America Puerto llao and m each of the Provinces of Canada with the cepreon or Prince rwiward Island Given under my hand and seal of Bald Company at the City of New York, this 27th day of August 70 119 Assistanttertiary roam r11M/ IR■V, 4711 ~ erN 1471) 77 GENERAL CONDITIONS CC-1. CONTRACT DOCUMENTS. It is understood and agreed that the Advertise- ment, Instructions to Bidders, Proposal, Proposal Data, Contract Agreement, Performance ilond, General Conditions, Ger:aral Requirements, Specifications, Plans, Addea-'a, and Change Orders, all as issued by the Owner, and specifi- cations and engineering data furnished by the Contracto; and approved by the Owner, are each included in this contract and the work shall be done in accordance therewith. GC-2. DEFINITIONS. Words, phrases, or other expressions used in these contract documents shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CONTRACT DOCUMENTS. 2. "Owner" shall mean the City of Denton, Texas named and designated in the Contract Agreement as "Party of the Firs-,; Part", acting through its Public Utilities Board and City Council and their duly authorized agents. All notices, letters, and other cormmmic-,tion directed to the Owner shall be addressed and delivered to Municipal Building, Denton, Texas. 3. "Contractor" shall mean the corporation, company, partnership, firm or individual, named and designated in the Contract Agree- ment as the "Party of the Second Part", who has entered into this conteact for the performance of the work covered thereby, and its, his, or their duly authorized representatives. 4. "Subcontractor" shall mean and r.;er 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 Meado,, 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" oor "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 7 m rm. 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:cessful bidder with his Proposal and by the Contractor to the Owner, as apprc.ed 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", "as directed % "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permission, or allowance of the Owner or Engineer is intended only to the extent of judging compliance with the terms of the contract, none of these terms shall imply the Owner or the Engineer :,as 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. Sim?larly the words "approved", "reasonable", "suitable", "acceptable", "proper", "satisfactory", or words of like effect and import, unle3s 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 BIliDING. It is understood and agreed that the written terms and provisions of this agreement shall supersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of this contract. G0-4. STANDARD SPECIFICATIONS. Reference to standard specifications of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standsrds codes specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. 100165 FOB GC-2 77 GC-5- EXECUTION OF CONTRACT DOCMENTS. Four (4) copies of the contract documents will be prepared by the Engineer. Copies of engineering data, special forms, or other documents furnished by the Contractor, which are required to be incorporated in the contract shall be supplied. All copies will be submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and cower of attorney, and submit all copies to the Owner. The date of contract o.l 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 ere 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 completeG according to the complete design as determined by the Engineer. Should anything which 13 necessary for a clear understanding of the work be omitted from the syecifications 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 omiesions or discrepancies. It is understood and agreed,that the work shall be performed according to the true intent of the contract documents.; GC-7. APPROVAL OF ENGINEERING DATA. Engineering data covering all equipment and fabricated materials to be furnished under this contract shall be submitted to the Engineer for approval. These data shall includq drawings and descriptive information in aufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connections, anchorages and supports required; performance characteristics; and dimension3 needed for installation and correlation with other materials and equipment. Data submitted shall include drawings showing essential details of any change3 proposed by the Contractor and all required wiring and piping layouts. No work shall be performed in connec"ion 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. o8i767 Fog OC-3 When the drawings and data are returned marked APPROVED or RECEIVED FOR DISTRIBUTION, additional copies shall be submitted to the Engineer. The number of additional copies will be determined by the Engineer but will not exceed eight (8). When the drawings and data are returned marked APPROVED A NOTED, the chat:des shell be made as noted thereon and corrected copies shall be submitted to the Engineer. The number of corrected coping will be determined by the Engineer but will not exceed twelve (12). VP..n 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 (b) corrected copies shall be submitted. The Engineer's review of drawings anfl data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions whl^.h affect the plant arrange- ment. The E«gineer's approval of drawings returned marked APPROVED or APPROVED AA NOTED will not constitute a blanket approval of all dimensions, quantities, and details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Engineer, shall become Ft part of the contract documents and the work shown or de^icribed thereby shall be performed in conformity therewith unless otherwise' required by the Owner or,the'Engineer. GC-8. LEUL ADDRESS. The business address of the Contractor given in the Proposal is hereby designated as the place to which all notices, letters, and other communication to the Contractor will be mailed or delivered. The address of the Owner appearing on Page GC-1 is hereby designated as the place to which all notices, letters and other com- munication to the Owner shall be mailed or delivered. Either party may change the said a4drecn at any time by an instrument in writing delivered to the gngJ:ieer and to the other party. GC-9. PATENTS. oyalties and fees for patents covering materials, articles, apparatus, devices, or equipment (as distinguished from processes) used In the work, shall be included in the contract amount, The Contractor shall satisfy all demands that may be made at ar,y 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 end expense, defend all suits or proceedings that may be instituted against the Owner for in W.ngement 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, Obl76'1 FOB GC-4 for the infringement of any patented process required by the contract documents; except if the Contract-)r has information that the process so required is an Infringement of a patent, the Contractor shall be liable for any damages or claims in connection therewith unless he promptly notifies the Owner and Engineer of such infringement. GC-10. INDEPENDENT CONTRACTOR. The relation of the 1'r)ut,rartor to the Owner shall be that of ari independent contrnctor. GC-11. AUTHORITY OF THE ENGINEER. To pre-rent delays r4nd disputes, and to discourage litigation, it is agreed by the parties t,,, this contract that the Engineer shall in all cases determine the quoir,tities of the severe?. kinds of work which are to be -paid for under the contract and shall determine all questions in relation to the work If, in the opinion of the Contractor or the Owner, a decision made by the Engineer is not in accordance with the meaning and intent of the contract, either party may file with the Engineer and the other party to the contract, within thirty (30) days after receipt of the decision, a written objection to the decision. Failure to file an objection with- in the allotted time will be considered as acceptance of the Engineer's decision end the decision shall become final and conclusive. The Engineer's decisions and the filing of the written objection thereto shall be a condition precedent to the right to, request arbitration or to start action in court. It is the intent of this agreement that there shall be no delay in the execution of the work, and the decision of the Enginctr shall be promptly observed, GC-12. ENGINEERING INSPECTION, The Owner may appoint (either directly or through the Engineer such inspectors as he deerna proper, to inspect the work performed for compliance with the plans and specifications. The Contractor ehall furnish all reasonable assistance required by the Engi- neer or inspectors for the proper inspection and examination of the work. The Contractor shall obey the directions and instructions of the Engineer or inspector when they are consistent with the obligations of this contract. Should the Contractor object to any order given by an inspector, the Con- tractor may make written appeal to the Engineer for his decision Inspectors and other p:•opsrly 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 suf£ieient reaaon to terminate the contract if the Owner so decides. Such inspection shall not relieve the Contractor from any obligation to perform the work strictly in accordance with the plans and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense, 090964 FOB GC••5 GC-13- NO WAIVER OF RIGHTS, Neither the inspection by the Owner or Engineer or any of their officials, employees, or agents, nor any order by the Owner or Engineer for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extet,cion of time, nor any possession taken by thf, Owner or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Owner, or any rieJ. to damages herein provided, nor shall any waiver of any breach in thin contract be held to be a waiver of any other or subaequent breach. GC-14. MODIFICATIONS. The Contractor shall modify the work whenever so ordered by the Owner, and such modifications shall not affect the validity of the contract. Modifications may involve increases or decreases in the amount of the work for which an appropriate contrget price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration, all modifications shall be made under the authority or duly executed change orders issued and v oned by the Owner and accepted and signed by the Contractor. GC-14,01. Extra Work. If a modification increases the amount of the work, and the added work or any part thereof is of a type and character which can properly and fairly be classified under one or more unit price items of the Proposal, then the added work or part thereof shall 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 o,, the actual direct coEt 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 (159) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the Engineer, upon request, a detailed cost estimate for proposed extra work. The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allowance to cover extra profit and extra overhead. Unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15%) of the total direct costs. 1o0165 FOB GC-6 GC-14.02. Decreased Work. If a modification decreases the amount of work to be done, such decrease shall not constitute the basis for a claim for damages or anticipated profits on work affected by such de- crease. Where the value of omitted work is not covered by applicable unit prices, the Engineer shall determine on an equitable basis the amount of (a) credit due the Owner for contract 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. Gr-'-15. ARBITPJ.TION. 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 of the arbitrator within ten (10) days after receipt of Party B's notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall name an additional arbitrator. If Party B names an additional arbitrator, then the arbitrator named by Party A and the arbitrator named by Party B shall choose a third arbitrator. The arbitrator or arbitrators shall act with promptness. In the case of three arbitrators, the decision of any two shall be binding on both parties to the contract, as shall that of a single arbitrator if the 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 j to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon either or both parties. The decision of the arbitrators must be made in writing, and shall not be open to objection on account of the fora of proceedings or award. j o5ol63 FOB GC-7 i P7 71 If for any reason after the said notices have been duly given by Party A and Party 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 not do so within a reasonable time, Party B) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint the third arbitratoor. 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 gave been duly appointed, the arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a reasonable time, Party B) may request a judge of the United Stater, District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. If it appears to such judge that the arbitrator or arbitrators originally appointed were unable or failed to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, he may appoint three new arbitrators to act hereunder, and such an appointment shall constitute a conclusive determination that the arbitrator or arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at request of Party B, that Party A did not make such request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall not be appointed by a judge of the United States District Court under the circumstances herei-above described, or if three new arbitrators are so appointed and are unable or fail to act with reasonable promptheas in reaching a decision regarding the question submitted to arbitration, then the arbitration procedure shall be deemed to have failed and the parties shall be free to assert their rights in the sam? manner as if they had not agreed to submit the question to arbitration. If the above agreement to submit questions of dispute to arbitration is not enforceable under the law of applicable jurisdiction, each such question after it has arisen may by agreement of both parties hereto be submitted to arbitration in the manner set forth above. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Owner. It is understood and agreed by the parties to the contract that no requirement or statement herein shall be interpreted as curtailing the power of the Engineer to determine the amount, quality, and acceptability, of work and materials. 05o163 FOB GC-8 I GC-16- RIGHT OF OWNER TO TERMINATE CONTRACT. If the work to be done under this contract is abandoned by the Contractor; or if this contract is assigned by him without the written consent of the Owner; or if the Contractor is adjudged bankrupt; or if a general assignment of his assets is made for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of his property; or if at any time the Engineer certifies in writing to the Owner that t}~e performance of the work under this contract is being unnecessarily delayed, that the Contractor is violating any of the conditions of this contract, or that he is executing the same in bad faith or otherwise not in accord- ance with the terms of said contract; or if the work is not substantially completed within the time named for its completion or within the time to 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 complete the work, pro- vided, that if the surety does not commence performance within thirty (30) days, the Owner may take over and prosecute the work to completion, by contract or otherwise. The Contractor a.,d his surety shall be liable to the Owner for all excess cost suatained by the Owner by reason of such prosecution and completion. The Owner may taste possession of, and utilize in completing the work, all materials, equipment, tools, and plant on the site of the work, GC-17- SLSPENSION OF WORK. The Owner reserves the right to suspend and reinstate execution of the whole or any part of the work, without invali- dating the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the Owner to the Contractor in w^iting. The time for completion of the work will be extended for a period equal to the time lost, by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the Owner shall not affect this contract except as agreed by the Owner and the Contractor. If the Contractor proposes to apply such changes to this contract, he shall present hie 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 shilment of equipment and materials herein con- tracted. In the event such a delay is ordered by the ()-rne. in writing, the owner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the. delay. ;luch extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility. GC-19. CANCELL.ATWN OF WORK, The owner reserves the riglit 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 thin 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 DEI4:43. In executing the Contract Agreement, the Contractor expressly covenants that, in undertaking to complete the work within the time therein fixes, he has taken into consideration and made allowances for all hindrances and delays incident to the work. No claim shall be made by the Contractor for hindrances or delays from any cause during the progress of the work, except as provided in the paragraph on "SUSPENSION OF WORK". GC-22. EXTENSIONS OF TIME. Should the Contractor be delayed in the final completion of the work by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Engineer, , could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay, as determined by the Engineer, shall be granted by the Owner; provided, that the Contractor shall give the Owner and the Engineer prompt notice in writing of the cause of delay in each case and shall demonstrate that he has used all reasonable means to minimize the delay. Extensions of tim9 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 EQUIPMENT. Unless specifically provided other- wise in each case, all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifi- cations and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Engineer in each case. 050163 FOB GC-10 17 "1 11 , I- GC-24. GUARANTEE. The Contractor guarantees that the material and equipment herein contracted will be as specified and will be free from defects in design, workmanship and materials. If within the guarantee period the material or equipment fails to meet the provisions of this guarantee, the Contractor shall promptly correct, any defects, including nonconformance with the specifications, by adjuntment, repair or re- placement of all defective parts or materials, Unless otherwise specified, the gussrantee period shall begin on the date of final payment or the date of initial operation, whichever is later, and the guarantee period shall end 12 months later, If manufacturer's field supervisors are included in the contract, such supervision shall be furnished by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correction while making such determination. The Contractor shall extend the provisions of this guarantee to cover all repaired and replacement parts furnished under the guarantee pro- visioAs for a period of one year from the date of their installation. If within ten days after the Owner gives the Contractor notice of a' defect, the Contractor neglects to make, or undertake with due dili- gence to make, the necessary corrections, the Owner Is hereby author- iced to make the corrections himself, or order the work to be done by a third party, and the cost of the corrections shall be paid by the Contractor. In the event of an emergency where in the judgment of the Owner the delay resulting from giving formal notice would cause serious loss or damage which could be prevented by immediate action, defects may be corrected by the Owner, or a third party chosen by the Owner without giving prior notice to the Contractor and the cost of the corrections shall be paid by the Contractor. In the event such action is taken by the Owner, the Contractor will be notified promptly and shall assist wherever possible in making the necessary corrections. GC-25• CLAIMS FOR LABOR AND MATERIALS, The Contractor shall indem- nify and save harmless the Owner from all claims for labor and mate- rials furnished under this contract. The Contractor shall submit satisfactory evidence that all persons, firms, or corporations who have done work or furnished materials under this contract, for which the Owner may become liable under the laws of the state, have been fully paid or satisfactorily secsired. 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 ajiy 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. Bitch sum or sums shall be retained until the liabilities as aforesaid are fully discharged or satisfactorily secured. (DENTON, w ms - 49th) 102769 mB 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 OFU;TS. In case any action in court is brought against the Owner or Engineer or any officer or agent of either of them, for the failure omission or neglect orthe Contractor to perform tiny 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 ajid 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 Contactor to maintain adequate coverage shall not relieve him of any contractual responsibility or obligation. For insurance, purposes, the title of ownership of equipment and materials shall remain with the Contractor until the Owner receives such equipment and materials at the job site. If the Contractor does not furnish supervision of erection or testing of the equipment, the workmen's compensation, comprehensive automobile liability and comprehensive general liability insurance specified herein may be omitted. The Contractor shall submit a copy of the transportation insurance policy to the Owner at least thirty (30) days before the scheduled shipping date. The policy shall quote the insuring agreement and all exclusions. The Contractor shall submit a certificate for each of the other insurance policies to the Owner not less than thirty (30) days prior to the date the manufacturer's srnervisor or supervisors are expected to arrive at the job site. Each certificate shall state that ten (10) days written notice will be given the Ovnl:r before any policy covered thereby is changed or canceled. GC-28.01. Workmen's Compensation and Employer's Liability. Workmen's compensation and employer's liability insurance shall protect the Con- tractor against all claims under applicable state workmen's compensation laws and against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of the applicable workmen's compensation law. This workmen's compensation and employer's liability insurance policy shall include an "all states" endorsement. (DENTON, TEXAS - 4904) 121069 GC-12 The liability limits shall not be less than the following: Workmen's compensation Statutory FSnployer's liability $100,000 each 1,(.rson GC-28,02 written i Comprehensive Automobile I,iabilit_v, Thfs Insurance shall be n comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles, and shall cover the operation on or off the site of the work of all motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03- Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In addition, this policy shall specifically insure the contractual liability assumed by the Con- tractor under the foregoing paragraph entitled "Defense of Suits". The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $;00,000 each occurrence $500,000 aggregate GC-28.04, Transportation, This insurance shall be of the "all risks" type and shall protect the Contractor and the Owner from all insurable risks of physical loss or damage to equipment and. materials in transit to the job site 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 to the Contractor and the Owner as their interest's may aFpear. 053166 FOB GC-13 GC-29. ESTMATES AND PAYMENTS. Payments will be made each month in the amount of ninety (9G, per cent of the estimated value of the equipment and materials delivered at the ,fob site during the prevlou~; calendar month, providing the shipments were reasonably complete and integral units of equipment or reasonably complete lots of matt..-rials. 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 submitted to the Owner within ten (10) days after its preparation has been authorized. The Owner will, within thirty (30) days thereafter, pay the entire sv• found to be due after deducting all amounts to be retained under any provision of this contract. If for a cause beyond the control of the Contractor the Owner does not give official approval and acceptance of the work within 365 days after shipment of equipment and materials is completed, the final payment will be made as stipulated above providing the equipment and materials are in accordance with the specifications as far as can be determined. GC-30. TAXES, PERMITS, AND LICENSES. Unless otherwise specified in these contract documents, the Contractor shall pay all sales, use, excise, and other taxes that are lawfully assessed against the Owner or Contractor in connection with the work under this contract and shell obtain and pay for all licenses and permits regi.ired for the work. The Contractor,will be compensated for any increase in tPA rates, ?icense 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 requirei specifically for the proposed work. 053166 FOB GC-lb ~ ~ ~ f-wd' '*4 s" ~ -W ` r Y ' r t z i`" ~y.~ fir, i ~ t0.t ryh 1 va .p~ i r IE~, ; d~ i~w W-7 1 PAI" 3 - A Ftil MTB 00 • Ps~e thru Page Section 1A - DESCRIPTION AND scopt or woRK 1A-1 11-3 lA.l General 1A-1 1A.2 Purpose of the Specifications 1A-1 1A.3 Work Included Under These Spooificationr IA-1 1A.4 Miscellaneous Y*terials and Services 1A-2 1A.5 Work Not Incluisti Wider These Syecifications 1A-2 j 14.6 eohedule 1A-2 1A.7 Contractor!s Services IA-2 1A-3 Seeti*i lB MMRAL 1RQUIPIa mT SPtCIFICATIONS 18-1 18-5 18,1 Oeneral 13#2 Bp~o~tioda"44d stapaards lp i' . F Pi 13=Z A ' : is ►truetiaoil and lr rte Una 18..1 ~Y T L P ~ t cY f oil 1~. }S 1 ` • 1lI-3 of R~outaktq#~rara3' .utson povft T'soiioa ilaits } ~ 0040 1~ 1$ ` 3~4tipln£: B'oeis 54 i:819 Cos~rissid'i~r - 18.20 Control Power 1114 18-g' 18121 Resevey 18,22 Wiring $ Section`is - 19,31MWO DATA 10d` iC,l deneral 10-1 14.2 Design Data i64 MOMS 2=b - 4"4 ~ ~ n!'pk,n FT °~t .~+3, Sy7eJV2 ~,~v, rFt fi~ 9a fie ~ aqY . l Section lA - DESCRIPTION AND SCOPE OF THE WORK 1A.1 GENEitgL. This section covers the general detacription, scope of work, and supplementary requirements for equipment, materials, and services in- cluded under these specifications. • The Unit 5 Addition to the City of Denton, Texas, Municipal Electric Genera- ting Station will include the construction of a complete generating unit i.e., major power plant equipment,, systems and auxiliarir_~s, and plant struc- ture. The nominal capacity of Unit 5 will be approximately 65 megawatts. A railroad siding will be available near the plant site for deliver;e of equipment and materials. 1A.2 PURPOSE OF THE SPECIFICATIONS. The purpose of these specifications is to procure the highest quality equipment, materials, and workmanship in accordance with the specified requirements and best accepted practice. Proposed equipment and materials which do not comply with these specifi- cations shall not be allowed. The Contractor shall be responsible for fur- nishing equipment and materials which do comply fully, including guaranteed performance, at no change in the contract price. 1A.3 WORK INCLUDED UNDER THESE SPECIFICATIONS. The work under these speci- fications shall include furnishing one deaerator and associated auxiliary equipment, and providing drawings, engineering data, accessories, and field services complete as described herein and in accordance with the contract documents, defined in the GENERAL CONDITIONS, Article GC.1. All equipment and materials required shall be furnished, except as specified otherwise in these specifications. Equipment, materials, and accessories furnished shall be delivered to the plant site where they shall be received, unloaded, stored, and erected under another specification. Deficiencies shall be sufficient cause to reject equipment fob cars. Unloading from cars and storing will not constitute acceptance. The equipment will be tested by the Owner, after completion of the unit, to demonstrate its ability to operate under the conditions, and fulfill the warranties and guarantees, as specified herein. If the Owner's tests indi- cate that the equipment fails to meet g aranteed performance, the Contractor shall make additional tests and modifications under the procedure stated in GENERAL CONDITIONS, AW e le GC-24. The Contractor shall provide drawings and engineering data, manufacturer's field services, tools, instruction manuals, miscellaneous materials and services, and shall participate in design conferences as specified herein. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 040170 1A-1 1 1A.4 MISCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and services not otherwise specifically called for shall be fm-id shed by the Contractor in accordance with the following: All bolts, nuts, and gaskets between compoGCntG furnished under these specifications All piping integral to or between any equipment furnished under these specifications, except as otherwise specifti,ll Leveling blocks, subsoleplates, soleplates, thrust blocks, matching blocks, wedges, and shims All necessary instrument integral to any equipment furnished under these specifications All necessary connections for the Owner's piping and instrumenta- tion One complete spare mechanical seal assembly 1A.5 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items of work and materials will be furnished by the Owner: Unloading, storint, and erection Foundations and anchor bolts Finish painting of all equipment except as specified otherwise herein 1A.6 SCHEDULE. The deaerator shall be delivered to the plant site during the month of September 1971. Within 30 days after notification by the Engineer, a shipping schedule for major components shall be submitted by the Contractor for joint approval of the Owner and the Engineer. Within 60 days after notification by the Engineer, the Contractor shall submit to the Engineer a production schedule for all major equipment and components. This schedule shall be updated and resubmitted quarterly. Drawings and engineering data shall be submitted in accordance with the schedule specified in Section 1C. 1A.7 CONTRACTOR'S SERVICES. The services called for in WORK INCLUDED UNDER 1HESE SPECIFICATIONS shall be in accordance with the following. 1A.7.1 Drawings and Engineering Data. Drawings and other engineering data for the specified equipment and materials are essential to the design and subsequent construction of the entire generating unit. Time is of the essence in completing each phase of the work so that the unit can be in (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 040170 lA-2 commercial operation on the required date. The Contractor will be required to submit drawings and engineering data i, accordance with the schedule and requirements specified in Section 1C. Failure of the Contractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract and reason for terminatl(,ri of the contract if the Owner so desires. 1A.7.2 Design Co.iference. Within 30 days after award of contract the Contractor's design engineer shall attend a design conference at a time and place mutually agreed upon to discuss matters relative to the execution of the contract. The Contractor's design engineer shall also attend any addi- tional design conferences which, in the opinion of the Engineer, are re- quired. 1A.7.3 Manufacturers' Technical Services. The Contractor shall furnish the services of a technical field supervisor, to give technical advice re- garding methods and procedures for all erection work, testing, and placing the equipment into successful operation and to inspect and approve the in- stallation as to its conformance with the manufacturer's requirements. The technical supervisors shall be present during the unloading of equipment and materials from cars, hauling, storing, cleaning, erection, startup, and testing of the main equipment and associated auxiliary equipment. The ,aanufacturers' technical, ield supervisors shall be present during the startup of the equipment and shall instruct the operating personnel in its proper operation. 1A.7.4 Tools. The Contractor shall furnish and ship with the equipment one set of all special tools required for the erection, dismantling, or maintenance of the equipment. The tools shall be shipped in separate heavily constructed wooden boxes provided with hinged covers and padlock hasps. Maanterance tools shall be boxed separately and the boxes shall be marked with the large painted legend as follows: CITY OF DENTON, TEXAS MAINTENANCE TOOLS FOR DEAF.RATOR UNIT 5 ERECTION CONTRACTOR DO NOT OPEN EXCEPT WITH OWNER'S PERMISSION An itemized list of the contents shall also be indicated on the outside of each box. The maintenance tools shall include all special handling rigs, bars, slings, and cable. All tools shall be in new and unused condition. 1A•7.5 Instruction Manuals. The Contractor shall furnish 12 complete and final copies of the manufacturer's instructions and parts lists, specified in Section 1B, not later than 90 days prior to boilout of the steam gener- ator. One copy shall be sent to the Engineer, and upon approval thereof, the remaining copies shall be delivered to the Owner. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 040170 lA•-3 Section 1B - GENERAL EQUIPMENT SPECIFICA'T'IONS 1B.1 r,E1iERAL. These General Equipment Specificati(,r,, apply to all equip- ment. They shall supplement the detailed equipment, :q,(,cifications but in case of conflict the detailed equipment specificatlornn uhall govern. 1B.2 SPECIFICATIONS AND STANDARDS. The speeificr:tfr,nr,, codes, and standards referenced in these specifications ments, and errata) shall govern (inc where lu,linR addenda, amend- made. In case of conflict between the referenced spr(~fr.-rences thereto ecifications, codes,e or standards and this, specification, these specifications shall govern to the extent of such difference. ID-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. 18.4 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. A12 correspondence, shipping notices, shop drawings, to the equipmenttandsmaterials r furnished under other these documents specifications pertaining shall be identified by the Owner's name, specification number, and the name of the item of equipment or material. 1B.6 14ANUFACTURERIS INSTRUCTIONS AND PARTS LISTS. The instruction man- uals required in Section lA-s hall include specifications, drawings, and description of equipment; installation instructions; operating Instruc- tions; parts lists; and where applicable, test data and curves. Manuals shall be assembled and bound in Buchan Type ORL (old style) binders covered with pyroxylin impregnated buckram covers, manufactured by Buchan Loose Leaf Records Co., Clifton Heights, Pennsylv.nia. Binders shall not be greater than 3-1/2 inches thick and shall be adjustable to permit secure compact binding. Each binder cover shall be stamped with the proper identi- fication as shown on Sheet P-802.02 bound at the end of this section. A proof of the lettering for each cover shall be submitted for the Engineer's approval before the manuals are assembled and submitted. (DENTON, TEXAS - 4904) (EQUIPMENT - 091869 ) 1B-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 requi,ed lubricants ar recommended by the manufacturer. The data shall also include all nameplute information and shop order numbers for each item of equipment and component part thereof. The instruction manuals shall contain data on the recornmr~nded and maximum allowable vibration limit:; of all rotating equipment. The instruction manuals shrill contain a table of corntc•nts and section dividers with index tabs for ease of reference. 1B.7 14ATnIALS LIST. The Contractor shall prepare and submit with the first shipping notice duplicate copies of an itemized materials i.:st covering all equipment and material furnished under these specifications. The materials list shall be in sufficient detail to permit an accurate determination of the cuupletion 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 %pproximately 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- b]ed unless specified otherwise or unless the physical arrangement, or configuration of the equipment, or shipping and handling limiLattions, 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.lU 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 rietal-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 - 490b) (EQUIPMENT - 052070 ) 1B-2 Two gallons of touch-up paint and one gallon of finish paint used of the electrical equipment enclosures shall be furnished. Shop primer for other steel and iron surfaces shrill be Mobil "13-R-50 Chromox U Primer", or Tnemec "77 ChemPrime" unless, otherwise specified. Machined, polished, and nonferrous surfaces which ohould not be painted shall be coated with rust preventive compound, UcarLorn Chemical "No-Ox- Id 2W", Houghton "Rust Veto 344112 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 flange faces, couplings, motor pump shafts, bearings, and like items shall be thoroughly cleaned and coated with rust preventive compound as specified above, and protected with suitable wood, metal, or other substantial type covering to insure their full protection. All piping and conduit connections shall be sealed with metallic or other rough usage covers to seal the interior of tl.e 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 Coitractor's expense. 1B,12 ALIGNMENT AND BALANC,:. All rotating parts shall be true and well balanced. Excessive noise or vibration in the opinion of the Engineer will be sufficient cause for rejection of the equipment. All rotating equipment shall be balanced at the factory. 1B,13 DESIGN COORDINATION. The Contractor shall be responsible for the selection and design of 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 - 49o4) (EQUIPMENT - 052070 ) 18-3 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 theoretical 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 reducer shall be at least equal to the output horsepower of the drive motor. Drive units shall be designed for continuous service and shal). include provisions which will prevent oil leakage around shafts. 1B.17 COUPLING GUARDS. Guards shall be provided for protection of per- sonnel from all exposed moving and/or rotating machine elements. Guards shall be constructed from aluminum plate not less than 3/16 inch thick and expanded aluminum mesh and designed for ease of installation and removal. The necessary supports and accessories shall be furnished with each guard. i 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 3 0 degree construction with bolted vertical joints. 1B.18 EQUIPMENT BASES. A cast iron or welded steel baseplate shall be provided for all rotating equipment which is to be installed on a concrete base. Each baseplate shall support the unit and its drive assembly, shall be of a neat design with pads for anchoring the units, shall have a raised lip all around, and shall have a threaded drain connection. 1B.19 COMPRESSED AIR. Filtered, dried, oil-free compressed air will be supplied for operation of pneumatic devices. The compressed air will be supplied at receiver operating pressure varying from 60 to 100 psi. Fressure 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 current, or a nominal 125 volt direct current. The Contractor shall provide any devices required for proper operation and protection of the :,quipment during electrical power supply fluctuations described in the following paragraphs. (DENTON, TEXAS - 4904) {EQUIPMENT - 091869 ) 1B-4 All direct current electrical devices shall be desipned for continuous operation on an ungrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee ontisfactory operation when the equipment is continuously •nert;ized at arjy voltage from 100 to 140 volts direct current, with ambient temperatur(.;; Fc, ;;pecified. Electri- cal devices served from this supply :;hall not imi;r)r:- ruiy ;round cor.r.Pntions on it. All alternatin8 current devices -hall, unless cth-rw1[;e specified, be de- signed for operation on a nominal 115 volt, 60 herl.•r., single ;hase, alter- nating current system. The Contractor shall guaratntr-e satisfactor'i oper- ation when the equipment is continuously energized at any voltage t'rom 105 to 130 volts alternating current. All alternating current and direct current devices ;hall 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 USks 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 hP.ve ther- mosetting Type SIS insulation rated 600 volts, designed for maximr.An cin- ductor temperature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPCFA 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 sheathers co)nductors 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 identificaLl's- shown on the drawings. Conductors shall be identified by legible markings on device terminals, printing on the conductor packet or wiring sleevE, or by other means approved by the Engineer. Terminal and conductor identification shall be by a permanent method unaffected by heat, solvents, or steam, and not easily dislodged, preferably by means of metal sleeves or printing on the wire ,jacket. Adhesive labels are not acceptable. (DENTON, TEXAS - 4904) (EQUIPMENT - 091869 ) 1B-5 CITY OF DENTON, TEXAS MUNICIPAL CLEC TIM GENERATING STATION w CL UNIT 5 W W O INSTRUCTION BOOK FOR Z NAME OF EQUIPMENT 0 a - r N Q z W 2 W h r x w MANUFACTURER'S NAME z MANUFACTURER'S ADDRESS rw N our 1, zz ors ~U W J W U J BLACK 8 VEATCH 0 CONSULTING ENGINEERS D KANSAS CITY, MISSOURI re°N4 °04 e~ Note: (Front Cover) Large type shall be 30 point Tempo Fleavy Condensed All other type shall be 12 point Copperplate Medium Gothic TYPICAL EQUIPMENT INSTRUCTION BOOK COVER BLACK A VEATCH CITY OF DENTON, TEXAS CONSULTING ENGINEERS MUNICIPAL ELECTRIC GENERATING STATION P-BO2.O2 KANSAS CITY, MISSOURI UNIT 5 Section 1C - ENGINEERING DATA 1C-1 GENERAL, This section covers engineering data and manufacturer's drawings which the Contractor shall submit to the Engineer for design information or approval. As stipulated in Section lA, compliance to the specified schedule for drawing and data submittal is eosential to the scheduled progress and completion of the Unit 5 Addition and is of the essence of this Contract, 1C.2 DESIGN DATA. Within 30 days after award of contract, ten copies of the design data required to permit station design to proceed shall be submitted. The data shall include but not be limiter] to the following; Data to permit preliminary layout of the concrete basin Data to permit preliminary sizing of the major piping systems Data to enable purchase of major auxiliary equipment Data to permit preliminary design of electrical power and control systems 1C.3 DRAWINGS. Drawings shall be submitted for the Engineer's review and approval in accordance with the following procedures. 1C.3.1 Procedures, Four copies of "preliminary" drawings shall be submitted to the Engineer. Preliminary drawings shall be reasonably complete and suit- able for the Engineer's use in establi=`eing 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-T of the GENERAL CONDITIONS. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 052570 1C-1 FM 2 -'~~AL ~ uM+? Page thruPie Section 2A - DEAERAMR 2A-1 2A-9 2A.1 General 2A-1 2A.2 Code Requirements 2A-1 2A.3 Type and Arrangement 2A-1 2A.4 Specification Sheet 2A-1 2A-2 2A.5 Performance 2A-2 2A,b Performance Guarantee 2A-2 2A.T Testing 2A-2 2A-3 2A.8 Materials 22A-3 2A-4 2A.9 Construction 2A-4 2A-7 2A.10 Cleaning and Protection of Interior Surfaces 2A-7 .2A.11 Condensate Heating Systeir 2A-7 2A.12 Abbre"ations 2A-8 Dpowster, ft"t 2A-9 ~IltgOk•0~'~Ql ~T )Aj0h-0WWM2 =M&4Un *AMR Av"ft { =moo TEM 4904 1i - wk" ? TC2-1 051970 M 11 r f y M^,5^ ` + f T,r` Ste. i'('. Section 2A - DEAERATOR 2A.1 GENERAL. This section covers the design, performance, and construc- tion requirements for the deaerator. 2A.2 CODE REQUIREWNTS. The deaerator shall be designed and constructed in accordance with the latest applicable requirements of the ASIO. Boiler and Pressure Vessel Code, the Standards and 'T'ypical Specifications for Deaerators and Deaerating Heaters of the Heat Exchange. Institute, W B31.1 Code for Pressure Piping, and all governing state and local regula- tions. The deaerator shall bear an A.SME code stamp. All data reports and in- spection certificates required by the code shall be submitted to the Engineer. 2A.3 TYPE AND ARRANGEMENT. The deaerator shall be of the direct contact tray type with integral vent condenser. It shall consist of a horizontal cylindrical shell deaerating section supported on a horizontal cylindrical shell storage section as shown on the following drawing enclosed herein: M4904-0402701 DEAERATING HEATER 5-2 ARRANGEMENT The deaerator shall be suitable fo: the space limitations imposed herein. If shipping clearance restrictions require sectionalized shipment of the unit complete information on the method of disassembly shall be submitted. Approval of the method of disassembly shall be secured from the Engineer before shop fabrication of the equipment. 2A.4 SPECIFICATION SHEET. The Deaerator Specification Sheet included as a part of these specifications contains certain design, construction, and performance requirements. 2A.4.1 Design Pressure and Temperature. The deaerating section and storage section shell design pressures and temperatures shall be as shown on the Specification Sheet. 2A.4.2 Steam Supply. The extraction steam pressure, temperature, and enthalpy indicated represent the conditions available at the heater inlet nozzle. The steam supply to the deaerator will normally be from a turbine extrac- tion point with pressure varying throughout the load range from 19 psis to, the maximum specified. An auxiliary source of steam will be provided dur- ing low load and startup conditions when the turbine extraction cannot maintain the required pressure. The auxiliary source will maintain the deaerator pressure at 19 psia. The maximum auxiliary steam temperature will be 700 F. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B } 2A-1 051870 2A.4.3 Rated Capacity. The rated capacity shall be defined as the quan- tity of deserated water delivered by the unit at saturation temperature corresponding to the specified operating pressure and includes all extrac- tion steam used in heating. 2A.5 PERFORMANCE. The deaerator shall operate under the conditions speci- fied in the Specification Sheet. In addition, the performance items speci- fied hereinafter shall apply. 2A.5.1 Pressure Drop. The pressure drop through the vent condensing equipment shall not exceed 3 psi. 2A.5.2 Oxygen Removal. The deaerator shall remove all dissolved oxygen in excess of 0.005 ee per liter at all loads from minimum to and including the rated capacity. 2A.5.3 Maximum Conditions. The deaerator shall be designed for safe and reliable operation under the following concurrent conditions in accordance with the ASME Boiler and Pressure Vessel Code. a. Maximum operating pressure and temperature b. Maximum effluent flow 2A.6 PERFORMANCE GUARANTEES. The deaerator shall be guaranteed to oper- ate satisfactorily at all loads without vibration. The deaerator shall be guaranteed to deliver deaerated effluent with a dissolved oxygen content not greater than specified when operating at any load from the minimum specified to and including the rated capacity. The unit shall be guaranteed to deliver effluent at a temperature not less than the saturation temperature corresponding to shell pressure when oper- ating at any load from minimum to and including the rated capacity. The pressure drop across the vent condenser shall be guaranteed to be not more than that stated by the manufacturer in the Proposal Data. 2A.7 TESTING. The C•,.1er may conduct performance tests on the deaerator 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 quantities in a reasonable manner. The general methods out- lined in the ASME Power Test Codes will be used as a guide for all testing procedures. However, code technicalities shall not invalidate the results of these tests. (DENTON, TEXAS - 4904) (DEAERATOR M-16B ) 2A-2 040170 The test procedure for dissolved oxygen content will be in accordance with ASTM D888, Referee Method A (Colorimetric Indigo Carmine). Tests will be conducted at approximately the specified desigr conditions. The Owner will make proper corrections in the calculations to account for conditions which do not correspond vith the specified sls!nign conditions. The manufacturer may witness the performance test. Should the performs i tests indicate that the deaeratr,r is not performing as guaranteed, the • iiufacturer shall conduct additional. tests and make modifications as re _ Ared to obtain the guaranteed po~r('cjrmance. All costs incurred for these modifications shall be borne by the Contractor. After modification, the deacrator shall be retested in accordance with the procedures previously specified. The entire expense of the additional tests required shall be borne by the Contractor. The "entire expense" shall be -aterpreted as all outside char,es incurred during the retesting other than the normal operating forces of the Owner. 2A.8 MATERIALS. The following materials satisfy the minimum require- ments of the conditions encountered in deaerating boiler feed water. If the manufacturer's standard construction utilizes materials of equal or superior quality, the manufacturer's standard construction shall be used. Shell Deaerating section Carbon steel - ASME BA515 Gr 70 Storage section Carbon steel - ASME SA515 Gr 70 Shell supports Carbon steel - ASTM A36 Trays Stainless steel - ASTM A176 Type 430 or ASTM A167 Type 304 Tray supports Stainless steel - ASTM A176 Type 430 or ASTM A167 Type 304 Vent condenser Shell internals Stainless steel - ASTM A167 Type 304 Baffles and liners Stainless steel - ASTM A167 Type 304 Spray tubes and Stainless steel - ASTM A269 Type 3o4 vent piping Nozzles Stainless steel - ASTM A276 Type 304 (DENTON$ TEXAS - 4904) 2A-3 (DEAERATOR - M-16B ) 040170 Internal bolting Stainless steel - ASTM A193 Type 321 Piping, except as Carbon steel - ASTM A53 Gr B otherwise specified Fittings: Butt weld Carbon steel - A:,"114 A 34 • i Socket weld Carbon steel - k'AM A,!34 Valves Carbon steel 2A.9 CONSTRUCTION. Deaerator construction shall to jr, accordance with the codes and standards cited under CODE REQUIREMENTS and the requirements stated herein. 2A,9.1 Shells. All shells shall be of welded steel construction. Shell heads shall be of the semiellipsoidal type. Shell and head material and thicknesses shall be in accordance with the requirements of the ASME Boiler and Pressure Vessel Code except that the corrosion allowance shall be 1/8 inch. The shells shall be provided with lugs for attachment of platforms as re- quired for accessibility to all parts of the unit. The platforms will be furnished under separate specifications. The deaerating section and storage section shells shall be connected, by large steam equalizing piping. The equalizing pipes shall be shop fitted so that a single field weld per pipe will be required. The equalizing pipes shall be baffled to prevent impingement on the bottom of the trays. The equalizing piping shall be of sufficient size and quantity to prevent pressure build-up in the storage section during transient condition on a unit trip or load reduction when steam supply is lost or reduced. The equalizing piping shall protrude into the deaerating section as far as possible without restricting the flow area due to its proximity to the impingement baffles. The internal surfaces of the deaerating section shell and shell head shall be provided with seal welded stainless steel liners and shields as required to prevent contact with.noncondensable gases. Liners and shields shall be not less than 1/8 inch thickness and securely attached to avoid possible liner collapse during transient load conditions. The deaerating section shell shall be provided with a hinged manhole at each end of adequate size for tray removal but not less than 16 by 18 inches. The storage section shell shall be provided with a hinged manhole at each end not less than 16 inches by 18 inches. Manholes shall be of an approved type complete with Flexitallic gaskets. All gaskets shall be suitable for use during acid cleaning. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B ) 2A-4 040170 2A.9.2 T_M S stem. Full information shall be submitted on the materials, method of construction of the trays, and the provisions made to prevent chloride stress corrosion. Deaerating trays and tray supports shall be fabricated from 18 USS gauge minimum thickness stainless steel. Any welded parts shrill be bright annealed at not less than 1400 F for Type 430 stainlenn nteel or 1940 F for Type 304 stainless steel. All trays shall be of a convenient size and weight for .•rL,y shall be interchangeable. Tray racks shall be designed tohold dthegt rays securely so that they will not become dislodged while in service. All surfaces which will contact noncondensable vapors shrill be constructed from stainless steel. All bolting within the unit shall be stainless steel. 2A•9.3 Vent Condenser. The deaerator shall be furnished with a vent condenser of the internal direct contact spray type. The vent condenser shall have adeluate condensing capability to limit the oxygen content of the deaerated condensate to the specified maximum and to perform satisfac- torily throughoLt the load range with the maximum condensate inlet temper- ature specified. All spray valves shall be readily accessible for inspec- tion, maintenance and removal without disturbing any internal piping. Spray valve gaskets shall be suitable for acid cleaning. All internal surfaces of the vent condenser including shell, baffles and spray tubes shall be constructed from 18-8 stainless steel. The vent condenser shall have suitable stainless steel baffles to direct the flow of steam and noncondensF;Dle vapors through the spray. The spray chamber shall be provided with stainless steel shields as required to protect against spray impingement. Spray tubes shall be removable. The deaerator shall be provid d with vent connections as required for discharge of noncondensable gases. 2A.9.4 Connections. The deaerator shall be provided with connections as required, but not necessarily limited to, the connections indicated on the Specification Sheet. All connection sizes indicated are minimum. All butt welding connections shall have weld-end preparation machined in accordance with the details to be furnished by the Engineer. Rough flame cuts will not be accepted. The location of all connections will be subject to approval and shall be coordinated to obtain an optimum piping arrangement consistent with de- aerator design requirements. All connections shall be suitably reinforced to withstand the forces and moments imposed by piping furnished under separate specifications. (DENTON, TEXAS - 4904) (DEAERATOR - M-16B } 040170 2A-5 2A.9.5 Returns. All returns having a temperature more than 35 F lower than the saturation temperature and flashing mixtures inhall be introduced evenly into the deaerating section by distribution systems. 2A.9.6 Pump Suction. Pump suction connections shall be provided with special antivortex construction. 2A.9.7 Boil•:r Feed Pump Recirculation and BalancipE Leakoff. The boiler feed pump recirculation and balancing leakoff flow shall be introduced into the stce age section above the water level through a stainless steel spray pipe or other suitable distribution system. Th(: distribution system shall be arranged to introduce the flow with a minimwn of disturbance to the stored rater. 2A.9.8 Overflow. The storage section shall be provided with an internal standpipe overflow having a formed entrance to reduce entrance loss and vortex action. 2A.9.9 High Pressure Heater Grip Inlet. The drips from High Pressure Heater 5-3 and High Pressure Heater 5-4 shall be introduced into the inlet steam dome by means of two distribution pipes to evenly distribute the drips. 2A.9.10 Distribution Pipes. All inlet distribution pipes shall be con- structed of Schedule 40 minimum, ASTM A269 Type 304 stainless steel and shall have provisions to prevent steam from backing into the piping during conditions of low load or no flow. A distribution system shall be provided to minimize stratification in the storage section. 2A.9.11 Impingement Protection. All steam, drip return, condensate return and vent connections and all spray pipes shall be provided with ASTM A167 Type 304 stainless steel baffles or shell liners to prevent impingement of steam, water or noncondensable gases on any part of the carbon steel shells. Baffles and liners shall be ruggedly constructed of plate not less than 1/4 inch in thickness. 2A.9.12 Supports. Cradle tyre supports shall be provided on the storage tank and arranged as shown on the drawing included herein. The center support will be anchored and the remaining supports free to allow for ex- pansion. The supports shall be designed to bear upon two 10 inch by 16 inch, minimum, lubrite plates included with this unit. The deaerating section shall be supported dire:tly from the storage tank. All supports shall be of heavy fabricated steel designed to withstand the lateral loads due to thermal expansion and shall be welded to the shells. Refer to the following drawing enclosed herein: M4904-0402702 DEAERATING HEATER 5-2 SUPPORTS (DENTON, TEXAS - 4904) DEAERATOR - M-16B ) 2A-6 051870 2A.9.13 Interconnecting Piping. All interconnecting piping furnished with the deaerators for overflow, vent traps and other devices shall be in accor- dance with the following: Pipe - Seamless carbon steel ASTfi A53 Schedule 60 Valves - 2 inch and smaller: 600 lb carbon steel socket welding Fittings - 2 inch and smaller: 2000 lb carbon riLe el socket welding Fittings - 2-1/2 inch and larger: Schedule 80 butt welding ASTM A234 2A.10 CLEANING AND PROTECTION OF INTERIOR SURFACES. The interior surfaces of the deserator shall be blast cleaned in accordance with the Steel Struc- tures Painting Council Surface Preparation Standard SSPC-SP6-63 "Commercial Blast Cleaning" using steel grit 16 to 30 mesh size. The blast cleaning shall be done prior to fabrication. After fabrication, the interior of the complete deserator shall be thor- oughly cleaned and given an application of full strength Marsh Steel-Treet as sold by Marsh Lndustries, P. 0. Box 8129, Prairie Village, Kansas or approved equal. Active alumina desiccant in a minimum of twelve 25 pound bags is to be placed in the deserator storage tank and tray section shell. After placement of the desiccant, all connections and openings shall be covered with tight fitting sheet metal closures and all openings shall be carefully sealed with an adhesive backed waterproof cloth tape. Sealing shall be adequate to prevent moisture from entering the deaerator during shipment and storage causing corrosion of the unpainted interior. 2A.11 CLNDENSATE HEATING SYSTEM. The storage section shall be provided with a direct contact condensate heating system for heating and deaeration • of the condensate stored in the tank before startup of the unit. The heater shall consist of a steam header fitted with nine 3/8 inch Schutte & Koerting Fig 314A stainless steel sparger nozzles for introduction of steam into the condensate below the normal condensate storage level. The steam header shall be located near the bottom center of the storage tank and shall run the length of the tank. A single inlet connection to the header shall be provided external to the deaerating feed water heater. The sparger nozzles shall be provided in sufficient numbers and shall be arranged to circulate and heat the condensate uniformly without vibration and noise. All nozzles, piping and connections shall he designed for 150 psi steam. The design of the distributing header supports shall include provisions for differential expansion between the header and the shell of the unit. (DENTON$ TEXAS - 4904) (DEAERATOR - M-168 ) 2A-7 040170 2A.12 ABBREVIATIONS. The following abbreviations used in the specifica- tion sheets are defined: End Preparation bw butt welding sw socket welding flgd flanged scrd screwed Material cs carbon steel es 18-8 per cent chromium-nickel stainless steel (DENTON0 TEXAS - 4904) (DEAERATOR - M-168 ) 2A-8 040170 DENERATING HEATER 5-2 1TEM NU DESIGNATION 014F SPEC M-16B AERATOR NUMMBEBER R TO TOBEFURNISHED 1 PROJECT 4904 ARRANGEMENT HORI7.ONTAL PERFORMANCE REQUIREMENTS MINIMUM RATfr' PEAKING DELIVERED CAPACITY (LB/HR) 577,594 6379857 STEAM FLOW (LB/HR) 60,513 67,851 PRESSURE (PSI) 89.2Q p31a 98.02 psis TEMPERATURE (F) 408.8 ENTHALPY (BTU/LB) 1250.04 1253.09 RETURNS AT RATED C00I7IONS: - H.P. HEATER 5-3 COIUNSATE SOURCE _ •,x8,805 438,276 QUANTITY (LB/HR) PRESSURE (PSI) TEMPERATURE (F) 304.56 154,88 ENTHALPY (BTU/LB) - DESIGN REQUIREMENTS DESIGN PRESSURE 125 PSI TEST PRESSURE PSI DESIGN TEMPERATURE r F ALLOWABLE PRESSURE DROP ACROSS VENT CONDENSER 3 PSI MAXIMUM STORAGE CAPACITY BELOW OVERFLOW LEVEL 23,500CALLONS SPACE LIMITATIONS: WIDTH 10 FT LENGTH 44 FT HEIGHT 1:" ~'0++ FT MAXIMUM DIAMETER SHELL: D£AERATING SECTION - FT 310RAGE SECTION 10 FT CONSTRUCTION REQUIREMENTS CONNECTIONS: NUMBER SIZE END PREP MATERIAL SCH OEAERATiNG SECTION: 10'l Bw A53 OR B 40 STE4M INLET 1 RETURNS: CONDENSA`PF INLET 1 6'+ Bw A53 OR B 110 I)PIf S F'R ONi HEA'T'ER 5-3 1 6" Bw A335 P-5 40 A53 OR B 2 AS RF:Q'D FLOD A53 OR H 40 RELIEF VALVE 1 4'+ Bw A53 OR B 40 VACUUM BREAKER ? 3/4" SCRD A53 OR B 80 THERMOMETER PRESSURE GAUGE 2 3/11+1 SW A53 Gh B 80 STORAGE SECTION: 1 121P Bw A53 OR B 40 BOILER FEED PUMP SUCTION 1 811 hw A53 GR B Il0 DRAIN 2-1/2" tsw A335 P-5 8d BOILER FEED PUMP RECIRCULATION 1 10,+ Y`+I A53 GR B 40 Q OVERFLOW 4 2+} sw /,53 GR B 80 Q GAUG£ GLOSS AND LEVEL CONTROL THERMOMETER 2 3/4" ACRD A53 GR B 80 1 3/4" S'd A53 GR B 80 1 PRESSURE GAUGE 1 3/4Sw A53 OR B 8O ' SAMPLING SPARGING KO7.L 1 3+' BW A53 OR B 80 BFP 11AIXICING LEAKOFF 2 2" 5w A135 P-5 60 DF;AERATOR SPECIFICATION SHEET BLACK & 7ENGINEER ATCH DENTON. TEXAS MUNIC IPAL ELECTRIC GENERATING STATION PAGE OF KANSAS CMO. UNIT 5 65,000 KW CONSULTING S 2A-9 x r~ w uo .•7~ W W ~f- = W Z 6'f • u In (V ~ W d n , - c n 0 T + 1 N Z r f b W 1 x oc I ul, N ~ er u f- a yy OC 4S N W ! vi W W cc W < O O y 2 UJ N W F = cc O or ! u' < t N W 4'0 u0-101 oc < y y ! A. = O O 1! N - 1 V• d y u r O W O J W J y ! N.. Y ! 0 r ! ,n a oe z 10 A. 39 _ > a H o X 4 - < at to y y ~rey of w W h O X W d W 6 C N ~ Z t.T' LL W O Of O y Z W 1 3 uJ r lL w N J Q r 4 V„ I ~ 7 I m 6 ~ W J h ' N Q O O_ ti 4 VI 0 1 N O W W ~ W ~ ( V -4 La N y~ W • GWt s W J [ W V 3 • N=W N ob a CL KOt0. Q J • GCKZ W R -000- At z O = J N H V W K 11'1 1 u H a O w o H W oce H 4 u at V) -j a - L J V ` !n O < H or J 21 h t H d s W w Q > O r t r La d rW • tt = M N • O F- ~ ~ O+ dp W % 6 W • 2 - W 1.,. t; 6 r ri IA Qh H W = x t = V W OC c E" Lu a W w W x W O o A O > } 1~ J o. .r Z W _w d ~ W W U. N qj 0 ~ H d ii1 L D ` t W • - N ii m x W p o J i W • H O = i r Y = O ~ O u n W D