CF-Village-CS 881014 (2) Suite 100, LB-118
DALLAS, TEXAS 75248 ~o^~ ~:o, .o.
(214)
24849OO
WE
ARE
SENDING
YOU
~A~ach~ ~ Under separate ~ver via the following items:
~ Shop drawings ~ Prints ~ Plans ~ Samples ~ Sp~ifications
~ Copy of le~er ~ Chan~e order
COPIES DATE NO. DESCRIPTION I
I I o, 1-
THESE ARE TRANSMITTED as checked below:
~1 For approval ~ Approved as submitted [] Resubmit copies for approval
For your use I- Approved as noted [] Submit
copies
for
distribution
[] As requested I-;, Returned for corrections [] Return corrected prints
I-: For review and comment .--
[] FOR BIDS DUE 19 [] PRINTS RETURNED AFTER LOAN TO US
REMARKS
COPY TO
SIGNED:
P~'30-':TZIC--] ,"%~_'IK GmgDr MISS : a:: If enclosures are not as noted, kindly notify us It
ADDENDUM NO. I
PROJECT: VILLAGE PARKWAY PUMP STATION (RFP 0030)
OWNER: City of Coppell, Texas
BID OPENING: 10:00 A.M., Thursday, October 27, 1988, at
Coppell Town Center, 255 Parkway Blvd., Coppell,
Texas.
ISSUED BY: Ginn, Inc. Consulting Engineers for the City of
Coppell, Texas
NEW SECTIONS OF SPECIFICATIONS ISSUED FOR THE PROJECT:
SECTION 00045 - PUMP OUALIFICATION FORMS
This section is attached to this addendum and should be
submitted in duplicate by all pump manufacturers/suppliers
submitting a proposal for the pumps and motors on this
project.
SECTION 00350 - PUMP PROPOSAL AND BID FORM
This section is attached to this addendum and should be
submitted in duplicate by all pump manufacturers/suppliers
submitting a proposal for the pumps and motors on this
project.
THE PROPOSED CONTRACT DRAWINGS AND/OR SPECIFICATIONS FOR THE
ABOVE REFERENCED PROJECT ARE FURTHER MODIFIED AS FOLLOWS:
SECTION 02610 - PIPE AND FITTINGS
Paragraph 2.4, CAST IRON PIPE/DUCTILE IRON PIPE AND FITTINGS,
Subparagraph F; Replace with the following:
F. Ail ductile iron pipe and fittings shall have a
standard thickness of cement mortar lining as specified
in ANSI A21.4, latest revision (AWWA C104), except for
flanges, which will receive an inside coal tar coating
in place of the cement lining.
ADD NEW Paragraph 2.8:
2.8 FREEZE PROTECTION
A. General: Ail exposed exterior piping shall be insulated
with 1-1/2 inches of fiberglass insulation wrapped with
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
ADDENDUM NO. 1
PAGE 2
heat tape and covered with a white metal jacket. Ail
insulation shall be continuous through wall opening and
sleeves.
B. Materials: All fiberglass pipe insulation shall be
Johns-Manville FLAME-SAFE or engineer approved equal.
The insulation shall have an average thermal
conductivity not to exceed 0.22 BTU-in. per sq. ft. per
°F per hour at a mean temperature of 75°F. The heat
element shall be multiple standard resistance wires
insulated with teflon as manufactured by Brisco
Manufacturing Company or Engineer approved equal and
shall be furnished in lengths and watt densities as
required based on Contractors field measurements.
System shall be designed to operate on 120 Volts.
Thermostatic controls shall be provided for all pipe
heating cables to maintain piping at 40°F. Thermostat
shall be automatic snap action with 60°F differential,
controlled by a remote bulb thermostat. The piping
jacket shall be all-purpose white metal.
C. Application: The insulation shall be applied over
clean dry pipe with all joints butted firmly together.
Longitudinal jacket laps and butt strips shall be
smoothly secured with an approved adhesive. Where
outward clinch staples are required, a brush coat of
adhesive shall be applied over the staples.
D. Fittings, Valves, Ect.: All fittings, valves, and
flanges for exposed exterior piping shall be insulated
with pre-molded pipe insulation with metal jackets.
The insulation shall be of equal thickness to the
adjacent pipe insulation.
SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE
Paragraph 2.02, BASIS OF DESIGN, Subparagraph D; Proof of Design
Tests: Delete in its entirety.
SECTION 03100 - CONCRETE FORMWORK
Paragraph 2.1, MATERIALS: Subparagraph A; Forms: Add the
following:
3. Carton Forms: Where indicated on the plans, a
structural void at least 8 inches deep shall be
provided between the earth and concrete through the use
of carton forms which will remain in place and retain
their strength until after the concrete has cured.
Forms shall be corrugated fiberboard carton forms as
manufactured by Container Corporation of America and
fabricated by Savway Concrete Carton Forms, Inc.,
Dallas, Texas or approved equal.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
~ ADDENDUM NO. 1
PAGE 3
The cover, ribs, and caps of forms shall be constructed
of durable-wall corrugated fiberboard, laminated with
waterproof adhesive. Covers and caps shall be coated
on the outside with paraffin containing polyethylene.
Ail fabricated forms shall be capable of supporting a
minimum load of 150 pounds per square foot.
Forms shall be securely held in position and protected
from excessive moisture or other damage prior to and
during the concreting operation. Free falls of wet
concrete in excess of 30 inches will not be permitted
on carton forms.
Voids below grade beams, walls, and slabs shall be
closed by a monolithic extension of the concrete member
at its edges, or by precast concrete blocks which
extend at lest 6 inches into the subgrade to retain the
adjacent soil.
SECTION 07151 - MEMBRANE DAMPPROOFING
ADD Paragraph 2.4, VAPOR BARRIER
2.4 VAPOR BARRIER
Vapor barrier shall be applied to exterior face of the
backup concrete masonry units. Barrier shall be equal to
semi-mastic #714 as manufactured by J&P Petroleum Products,
Inc., Dallas, Texas.
Paragraph 3.01, GENERAL, Add Subparagraph I:
I. Apply vapor barrier to dry, smooth, clean surface free
of dust, oil, grease, loose particles, and laitance.
1. Apply in strict accordance with manufacturers
recommendations.
2. Application of material is considered to be
acceptance of surfaces to be dampproofed. Repair
or correct any defects caused by improper
preparations or installations.
3. Apply to all masonry back-up walls adjacent to
interior areas.
4. Vapor barrier is to be a continuous membrane with
no breaks.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
ADDENDUM NO. 1
PAGE 4
SECTION 07310 - SHINGLES
Paragraph 1.03, GUARANTEE, Subparagraph B; Replace with the
following:
B. Provide manufacturer's 2'5-year limited warranty for
Base Bid shingles. Present Owner with full information
and conditions of manufacturer's warranty.
Paragraph 2.01, MATERIALS:
Subparagraph A; Delete in its entirety.
Subparagraph B; Replace with the following:
B. Base Bid Shingles: "Supra-Slate" as manufactured by
Supradur Manufacturing Corporation, P.O. Box 908, Rye,
New York, 10580. Color to be "Pennsylvania Gray".
Subparagraph D; Replace with the following:
D. Nails: Standard galvanized roofing nails, size and
spacing as required by respective manufacturer.
SECTION 09511 - ACOUSTICAL PANELS
Paragraph 3.02, INSTALLATION; Subparagraph A: Delete in its
entirety.
SECTION 10400 - IDENTIFYING DEVICES
Paragraph 2.01, DEDICATION PLAQUE; Subparagraph A; Replace with
the following:
A. Include allowance of $1,000 for cast bronze plaque and
mounting. Manufacturer shall be equal to A.R.K. RAMOS
Architectural Signage Systems.
SECTION'11100 - HORIZONTAL SPLIT CASE PUMPS
Paragraph 1.04 PERFORMANCE AND DESIGN REQUIREMENTS, Subparagraph
A; Replace with the following:
A. Design Requirements
Number of Pumping Units: 3
Rated Point (Each Unit):
a. Capacity, gpm 7,000
b. Total head, feet 215
* c. Min. Acceptable pump efficiency 87.5%
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
ADDENDUM NO. 1
PAGE 5
Minimum Capacity Point: One Pump Running
a. Capacity, gpm: At the intersection of pump curve
and high static head curve.
b. Minimum acceptable gpm 5,500
* c. Min. acceptable pump efficiency 85%
Minimum Head Point: One Pump Running
a. Capacity, gpm: At the intersection of pump curve
and low static head curve.
b. Minimum acceptable gpm 8,000
* c. Min. acceptable pump efficiency 86%
Minimum Parallel Operating Point: Two Pumps Running
a. Capacity, gpm: (combined) 10,400
(each pump) 5,200
b. Minimum Acceptable Head, feet: 245
c. Minimum Acceptable pump efficiency: 84%
Minimum guaranteed wire to water efficiency
at rated design point, including motor
efficiency at required horsepower, percent: 83.0
Min. shutoff head, feet 275
Max. shutoff head, feet 325
Nominal pump operating speed, rpm 1,800
Maximum bhp required at the motor for any
point in the normal operating head range 500
Max. vertical distance from centerline of
discharge to pump room floor, feet 3'-0"
Minimum Suction Nozzle, inches 14
Minimum Discharge Nozzle, inches 10
Min. shop hydro test pressure. 1.5 x shutoff head
Pump setting As shown on drawings
* Efficiency of pump when tested at plant.
ADD New Paragraph 1.13, SELECTION PROCEDURE:
1.13 SELECTION PROCEDURE:
A. Description: In selecting the water pumping units
which will be assigned to the Successful Contractor,
the City reserves the right to give full weight to such
features of the equipment offered as may, in the
opinion of the Engineers, be factors for consideration,
along with the price, in the choice of the equipment
best suited to serve the City's interest.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
ADDENDUM NO. 1
PAGE 6
B. Factors for Consideration: The factors which will be
of major consideration in evaluating the respective
merits of the pumping units offered are as follows:
1. Overall Efficiency (wire to water) of each pumping
unit at the guaranteed design rated point.
Evaluation will be based on a penalty of $7,000 per
percentage point (or portion thereof) for each
percentage point variance below the specified
efficiency. A premium of $7,000 per percentage
point (or portion thereof) will be applied for
evaluation purposes for each percentage point
variance above the specified efficiency.
2. Consideration will also be given to the head
capacity and efficiency performance curves over the
entire range of the system head conditions
throughout which the pumping units may operate.
Variances from the specified conditions for Minimum
Head Point (One Pump Running) and Minimum Parallel
Operating Point (Two Pumps Running) will be
subjected to the evaluation criteria specified
above.
3. Installation Costs: The costs of installing the
proposed pumping units will be considered if they
require changes in the suction or discharge piping
shown, alteration of the power supply requirements,
or any other physical facility modifications.
4. Experience: The pump manufacturers experience
record will be reviewed with emphasis on
installations of pumping units of comparable type
of pump, size, capacity and head to the pumping
units herein specified.
5. Delivery: The manufacturers ability and guarantee
of delivery of the pumps and motors within the
specified time will be reviewed for conformance.
Paragraph 2.02, PUMP MATERIALS: Modify Flexible Coupling to read:
Flexible Coupling Non-lubricated, spacer type,
Thomas Series 71 or approved
equal.
Paragraph 2.03, PUMP CONSTRUCTION: Subparagraph I, BASEPLATE: Add
the following:
Baseplates shall be stress-relieved prior to mounting
of the pump and motor on the baseplate. Jack screws
around the motor feet shall be provided for leveling
and alignment.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
ADDENDUM NO. 1
PAGE 7
SECTION 12500 - WINDOW TREATMENT
Page 12500-2 is being re-issued. (See attached)
SECTION 15220 - BUTTERFLY VALVES
Paragraph 1.04, BUTTERFLY VALVE SCHEDULE;
Delete reference to 24" Butterfly Valves. The 24" Valves
on this project are Gate Valves.
ISSUED THIS 14th DAY OF OCTOBER, 1988.
GINN, INC. CONSULTING ENGINEERS
Sanford W. Case, P.E.
Project Manager
** Each bidder is reminded that receipt of this Addendum must
be acknowledged on the executed bid forms.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDIR~ AND CONTRACT REOUIREMENTS PAGE
SECTION 00045 - PUMP OUALIFICATION FORMS 00045-1
PART I - GENERAL (TO BE SUBMITTED WITH PUMP PROPOSAL)
1.1 GENERAL:
Bidder:
Address:
Project: VILLAGE PARKWAY PUMP STATION
CITY OF COPPELLt TEXAS.
REQUEST FOR PROPOSAL NO. 0030
Pursuant to Contract Documents and information for
prospective bidders for the above mentioned proposed
project, the undersigned is submitting the information as
required with the understanding that the purpose is for your
confidential use only to assist in determining the
qualifications of this organization to manufacture and
supply the water pumping units and further, guarantee the
trust and accuracy of all statements hereinafter made, and
will accept your determination of qualifications without
prejudice.
1.2 ITEMS TO BE FURNISHED:
A. Qualification of Bidder Statement
B. Experience Record
C. Delivery Date Guarantee
D. Submittals per Section 11100; Paragraph 1.07 A.
E. Affidavit
PART 2 L PRODUCTS
2.1 GENERAL:
A. Copies of forms furnished to Bidder.
B. Bidder may use own forms, provided all pertinent
information is supplied.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDI~ AND CONTRACT REOUIREMENTS PAGE
SECTION 00045 - PUMP OUALIFICATION FORMS 00045-2
PART 3 - EXECUTION
3.1 QUALIFICATION OF BIDDER STATEMENT:
A. Number of years in business as a pump manufacturer :
B. Classification of Pumps Manufactured:
Water: Horizontal Split Case
Vertical Turbine
Other:
Wastewater:
Petroleum:
Other:
C. Maximum number of orders in excess of $10,000 under
manufacture at one time:
D. Approximate dollar volume of incomplete work under
manufacture at any one time:
3.2 EXPERIENCE RECORD:
A. List of Similar Projects your Company has successfully
completed which have been in service at least 5 years:
TYPE OF DESIGN DATE NAME AND ADDRESS
PUMPS SIZE TDH BUILT OF OWNER
3.3 GUARANTEE OF DELIVERY DATE
Manufacturer hereby agrees and guarantees to deliver pumps
and motors to the Successful Contractor for the Village
Parkway Pump Station within TWO HUNDRED TWENTY FIVE (225)
calendar days from the Successful Contractors Notice to
Proceed Order. (Reference Section 11100, Paragraph 1.11)
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDIN~ AND CONTRACT REOUIREMENTS PAGE
SECTION 00045 - PUMP OUALIFICATION FORMS 00045-3
3.3 AFFIDAVIT:
an individual
Submitted by a partnership
corporation
With principal office at
To be filled in by Corporation: To be filled in by Partnership:
Date incorporated Date formed
Under the laws of State State whether partnership is
general, limited or associated:
Executive Officer: List Members:
State of
County of
being duly sworn, deposes and
say that he is of
(Title) (Name of Organization)
and that the answers to the foregoing questions on the attached
forms and all statements therein are true and correct; that the
qualification statements, the experience record, delivery
guarantee and the other submittals are made a part of this
affidavit as though written in full herein,, and all statements
and answers to questions given in the above mentioned
qualification statements, experience record, delivery guarantee
and other submittals are true and correct.
Sworn to before me this day of ,A.D., 19__
Notary Public
My Commission expires:
(SEAL)
END OF SECTION
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDI~ AND CONTRACT REQUIREMENTS PAGE
SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-1
BID FOR: HORIZONTAL SPLIT CASE PUMPING UNITS WITH MOTORS
VILLAGE PARKWAY PUMP STATION
CITY OF COPPELL, TEXAS
REQUEST FOR PROPOSAL NO. 0030
THIS BID SUBMITTED TO:
CITY OF COPPELL
255 PARKWAY BOULEVARD
P.O. BOX 248
COPPELL, TEXAS 75019
AND: THE SUCCESSFUL CONTRACTOR FOR THE
VILLAGE PARKWAY PUMP STATION
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the
above referenced project, having examined the plans and specifi-
cations with related documents including any Addenda, (if issued)
and the site of the proposed work, and being familiar with all of
the conditions surrounding the construction of the proposed
project including the availability of materials and labor,
hereby proposes to furnish the three (3) horizontal sPlit case
pumping units with motors in accordance with the Contract
Documents, of which this proposal is a part.
The undersigned BIDDER proposes and agrees, if this Bid is
accepted, to enter into an agreement with SUCCESSFUL CONTRACTOR
and furnish all Work as specified or indicated in the Contract
Documents for the Contract Price and within the Contract Time
indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
BIDDER accepts all of the terms and conditions of the
Advertisement, Invitation to Bid and Instructions to Bidders.
This Bid will remain subject to acceptance for ninety (90) days
after the day of Bid opening. BIDDER will enter into an
agreement with the SUCCESSFUL CONTRACTOR within fifteen (15) days
after the date of OWNER's Notice of Assignment.
The undersigned, as BIDDER, declares that the only person or
parties interested in this proposal as principals are those named
herein, that this proposal is made without collusion with any
other person, firm or corporation; that he has carefully examined
the form of Contract, Instruction to Bidders, Specifications, and
the Plans herein referred to and has carefully examined the
locations, conditions and classes of materials called for in the
Contract Documents and Specifications in the manner prescribed
and according to the requirements of the Owner as herein set
forth.
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDI~- AND CONTRACT REOUIREMENTS PAGE
SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-2
This Bid is genuine and not made in the interest of or on behalf
of any undisclosed person, firm, or corporation and is not
submitted in conformity with any agreement or rules of any group,
association, organization or corporation: BIDDER has not directly
or indirectly induced or solicited any other Bidder to submit a
false Bid: BIDDER has not solicited or induced any person, firm,
or corporation to refrain from bidding: and BIDDER has not sought
by collusion to obtain for itself any advantage over any other
Bidder or over Owner.
BIDDER hereby agrees to commence work under this Proposal on or
before a date to be specified in written "Notice to Proceed" to
the SUCCESSFUL CONTRACTOR and to fully complete and deliver the
specified items for the project within 225 consecutive calendar
days thereafter as stipulated in the Specifications.
BIDDER acknowledges receipt of the following addendum:
(If none-issued, indicate N/A)
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
BIDDER agrees to manufacture, provide, test, and deliver the
pumps and motors as described in the Specifications and as shown
on the Plans for the following Lump Sum Price:
(Amounts are to be shown in both words and figures. In case of
discrepancy, the amount shown in words will govern.)
LUMP SUM PRICE:
Dollars and Cents
(WORDS)
$ (FIGURES)
BREAKDOWN OF LUMP SUM COSTS:
Pumps (each) (total)
Motors (each) (total)
Witness Shop Tests of One Pump
Start Up Assistance
Miscellaneous (Freight, ect.)
TOTAL (Must Equal Lump Sum Price)
Alternate: Witness Motor Test
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
DIVISION 0 - BIDDIL_ AND CONTRACT REOUIREMENTS PAGE
SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-3
BIDDER agrees to provide the following documents which are
attached to and made a condition of this Bid:
Required Bidder's Qualification statement with supporting
data as indicated in Section 00045 of these documents.
BIDDER understands that the OWNER reserves the right to reject
any or all bids and to waive any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not
be withdrawn for a period of ninety (90) calendar days after
the scheduled closing time for receiving bids.
Upon receipt of written notice of the assignment of this bid,
BIDDER will execute a formal Contract with the Successful
Contractor within fifteen (15) days.
Respectfully submitted,
(Firm)
By:
Title:
(SEAL-if bid is by a
corporation)
(Business Address)
(Telephone Number)
END OF PROPOSAL
GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION
DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS
12500-2
B. Basic materials shall meet or equal specifications for
"Contract 1" (25mm) Blind manufactured by Levolor Lorentzen,
Inc.
C. Components:
1. Head Channel shall be of .025" thick Tomized steel,
U-shaped 3/4" high x 1-3/l&" wide and flanged with edges at
top and coated with baked-on finish. All hardware shall be
enclosed in the metal head.
2. Guardian Tilter shall be not less than .0~1" Tomized steel
with automatically disengaging worm and gear mechanism to
eliminate overdrive and prevent strain or damage to blind
or wand.
5. Tilt Wand shall be transparent with a round fluted cross
section approximately 5/l&" in diameter with non-slip grip.
4. Cord Lock shall be not less than .025" thick Tomized steel
and shall be securely attached to head channel. It shall
be crashproof with sufficient sensitivity to lock slates at
desired height upon release of cords.
5. Drum and Cradle shall be provided for each blind ladder:
a. Drum shall he of .0~I" Tomized.steel having two holes
with rolled edges to anchor barbs of both ladder ends.
b. Cradles shall be of .025" thick Tomized steel, having
two holes with rolled edges to guide cords through
bottom of head channel without abrasion.
6. Tilt Rod shall be U-shaped, with a circular radius of
approximately 1/8" designed to achieve minimum torsional
deflection.
7. End Braces shall be nominally .025" thick minimum to .0~1"
maximum Tomized steel with reinforcing ribs and field
adjustable tabs.
8. Installation Brackets shall incorporate a rivet-hinged
safety locking front cover and shall be at least .042"
thick Tomized steel with baked-on finish to match head
channel.
~. Intermediate Brackets shall be U-shaped .050" Tomized steel
· with retainer fingers and shall be supplied with blinds
over ~6" wide.
10. Ladders (slat supports) shall be of braided polyester yarn
designed for maximum strength and flexibility combined with
minimum stretch. Rungs shall consist of not less than two
crossed cables inter-braided with the vertical components.
Ladders shall support the slats without visible
distortion. Distance between ladders shall not exceed
for blinds up to 80" long, 22" for blinds over 80" long.
11. Slats shall be or virgin aluminum alloyed for maximum
strength and corrosion resistance. Slats shall be
nominally 1" (25mm) wide with an elliptical crown formed
after coating and curing. Slat thickness and ladder
support distances shall prevent visible sag or bow after
continued usage indoors.