6366C - Construction of Pecan Creek Water Plant Hydraulic Improvements, 4.Drawings/ PlansCity of Denton
Pecan Creek Water Reclamation Plant
Raw Sewage Pump Station No. 2
Request for Dry Pit Submersible Pump Price Proposal
Contract 5718
Table of Contents
01300: Submittals
11000: Equipment General Provisions
11100: Pumps - General
11312: Dry Pit Submersible Pump
May 2016
TBPE Firm Registration No. F-13618
7+5
*=-.'.9 3
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 01300-1 Submittals
SECTION 01300
SUBMITTALS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Shop Drawings
1. Shop Drawings include, but are not limited to, layout drawings in plan and elevation,
installation drawings, elementarywiring diagrams, interconnecting wiring diagrams,
manufacturer's data, etc. Contractor shall be responsible for securing all of the
information, details, dimensions, etc., necessary to prepare the Shop Drawings
required and necessaryunder this Contract and to fulfill allother requirementsofhis
Contract.
2. Shop Drawings shall accurately and clearly present the following:
a. All working and installation dimensions.
b. Arrangement and sectional views.
c. Units of equipment in the proposed positions for installation, details of
required attachments and connections, and dimensioned locationsbetween
units and in relation to the structures.
d. Necessary details and information for making connections between the
various trades including, but not limited to, power supplies and
interconnecting wiring between units, accessories, appurtenances, etc.
e. Where manufacturer's publications in the form of catalogs, brochures,
illustrations or other data sheets are submitted as part of the prepared Shop
Drawings, such submittals shall specifically indicate the item for which
approval is requested. Identification of applicable items shall be clearly
annotated. Submittals showing onlygeneral information are notacceptable.
3. Contractor Responsibilities
a. Shop Drawings shall be submitted as a single complete package for any
operating system and shall include all items of equipment and any
mechanical units involved or necessary for the functioning of such system.
Where applicable, the submittal shall include elementary wiring diagrams
showing circuit functioning and necessary interconnection wiring diagrams
for construction.
b. If the submittals contain any departures from the Contract Documents,
specific mention thereof shall be made in the Contractor’s letter of
transmittal. Otherwise, the review of such submittals shall not constitute
approval of the variance from the Contract Documents.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 01300-2 Submittals
c. No materials or equipment shall be ordered, fabricated, shipped or anywork
performed until the Engineer returns to the Contractor the submittals, herein
required, annotated "Furnish as Submitted", "Furnish as Corrected", or
“Furnish as Corrected – Confirm.” If a submittal is returned “Furnish as
Corrected – Confirm” the portions of work covered by the submittal that
require confirmation by the Engineer shall not be ordered, fabricated,
shipped, or any work performed until those portions are approved in a
subsequent submittal either "Furnish as Submitted" or "Furnish as
Corrected".
d. Where errors, deviations, and/or omissions are discovered at a later date in
any of the submittals, the Engineer's prior review of the submittals does not
relieve the Contractor of the responsibilityforcorrectingallerrors,deviations,
and/or omissions.
4. Procedure for Review
a. Submittals shall be transmitted in sufficienttimetoallowtheEngineeratleast
fourteen (14) working days for review and processing.
b. Contractor shall transmit one electronic copy in PDF format and three (3)
hard copies of all technical data or drawing to be reviewed. Two (2) hard
copies shall be transmitted to the Owner and one (1) hard copy to the
Engineer.
c. Submittal shall be accompanied by a letter of transmittal containing date,
project title, number and titles of submittals, a list of relevant specification
sections, notification of departures from any Contract requirement, and any
other pertinent data to facilitate review.
d. Submittals will be annotated by the Engineer in one of the following ways:
"Furnish as Submitted" (FAS) - no exceptions are taken
"Furnish as Corrected" (FAC) - minor corrections are noted and shall be
made.
“Furnish as Corrected – Confirm” (FACC)-somecorrectionsarenotedanda
partial resubmittal or additional information are required as specifically
requested.
"Revise and Resubmit" (R&R) - major corrections are noted and a full
resubmittal is required.
"For Information Only – Not Reviewed” (FIO) – submittal was received and
was distributed for record purposes without review.
e. If a submittal is satisfactoryto the Engineer in full or in part, the Engineer will
annotate the submittal "Furnish as Submitted", "Furnish as Corrected", or
“Furnish as Corrected – Confirm”. In the case of “Furnish as Corrected –
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 01300-3 Submittals
Confirm” a partial resubmittal or additional information are required as
specifically requested.
f. If a full resubmittal is required, the Engineer will annotate the submittal
"Revise and Resubmit".
g. Contractor shall continue to resubmit submittals in part if they are returned
“Furnish as Corrected – Confirm” or in full if they are returned “Revise and
Resubmit” as required bythe Engineer until submittals are acceptable to the
Engineer. It is understood by the Contractor that Owner may charge the
Contractor the Engineer's charges for review in the event a submittal is not
approved (either "Furnish as Submitted" or "Furnish as Corrected") by the
third submittal for a piece of equipment. These charges shall be for all costs
associated with engineering review, meetings with the manufacturer, etc.,
commencing with the fourth submittal of a system or type of equipment
submitted for a particular Specification Section.
5. Engineer's Review
a. Engineer's review of the Contractor's submittals shall in no way relieve the
Contractor of any of his responsibilities under the Contract. An acceptance
of a submittal shall be interpreted to mean that the Engineer has no specific
objections to the submitted material, subject to conformance with the
Contract Specifications.
b. Engineer's review will be confined to general arrangement and compliance
with the Contract Specifications only, and will not be for the purpose of
checking dimensions, weights,clearances,fittings,tolerances,interferences,
coordination of trades, etc.
B. Operation and Maintenance Manuals
1. One electronic copy in PDF format of preliminary Operation and Maintenance
Manuals, prepared specifically for this Project, shall be furnished for each item of
equipment furnished under this Contract. Thepreliminarymanualsshallbeprovided
to the Engineer not less than 60 days prior to the start-up of the respective
equipment.
2. The preliminary manuals shall be reviewed by the Engineer prior to the Contractor
submitting final copies for distribution to the Owner. Following review of the
preliminary copies of the Operation and Maintenance Manuals, one (1) electronic
copy in PDF format will be returned to the Contractor with required revisions noted,
or the acceptance of the Engineer noted.
3. Manuals shall contain complete information in connection with assembly,operation,
lubrication, adjustment, wiring diagrams and schematics, maintenance, and repair,
including detailed parts lists with drawings or photographs identifying the parts.
4. Manuals furnished shall be assembled and bound in separate volumes, by major
equipment items or trades, and properly indexed to facilitate locating any required
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 01300-4 Submittals
information. In addition, manuals should be labeled in the front cover with the
project, name, equipment description, and manufacturer contact information.
5. Engineer and the Owner shall be the sole judge of the acceptability and
completeness of the manuals and may reject any submittal for insufficient
information included, incorrect references and/or the mannerinwhichthematerialis
assembled.
6. Following the Engineer’s review of the preliminary manuals, the Contractor shall
submit five (5) paper copies and two (2) electronic copies of the final Operation and
Maintenance Manuals to the Engineer. The manuals shall reflect the required
revisions noted during the Engineer’s review of the preliminary documents. Failure
of the final manuals to reflect the required revisions noted by the Engineer during a
review of the Preliminary documents will result in the manuals being returned to the
Contractor. Acceptable final Operation and Maintenance Manualsshallbeprovided
not less than two week prior to equipment start-up.
C. Certified Shop Test Reports
1. Each piece of equipment for which pressure, head, capacity, rating, efficiency,
performance, function or special requirements are specified or implied shall be
tested in the shop of the manufacturer in a manner which shall conclusively prove
that its characteristics complyfullywith the requirements of the ContractDocuments
and applicable test codes and standards. Contractor shall keep the Engineer
advised of the scheduling of shop tests so that the Engineer may arrange for the
witnessing or inspection at the proper time and place.
2. The Contractor shall secure from the manufacturers one electronic copy in PDF
format and three (3) hard copies of the actual test data, the interpreted results and a
complete description of the testing facilities and testing setup, all accompanied bya
certificate of authenticity sworn to by a responsible official of the manufacturing
company and notarized. These reports shall be forwarded to the Engineer for
review.
3. In the event any equipment fails to meet the test requirements, the manufacturer
shall make all necessary changes, adjustments or replacements and the tests shall
be repeated, at no additional cost to the Owner or Engineer, until the equipment test
requirements are acceptable to the Engineer.
4. No equipment shall be shipped to the Project until the Engineer notifies the
Contractor, in writing, that the shop test reports are acceptable.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-1 Equipment General Provisions
SECTION 11000
EQUIPMENT GENERAL PROVISIONS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and test all mechanical equipment and all necessary
accessories required for a complete and operable system.
B. The mechanical equipment shall be provided complete with all accessories, special tools,
spare parts, mountings, and other appurtenances as specified,andasmayberequiredfora
complete and operating installation.
C. The requirements of this section shall apply to equipment furnished under Division 11.
1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. All equipment, materials, and installations shall conform to the requirements of the most
recent editions with latest revisions, supplements, and amendments of the specifications
and codes.
1.03 SHOP DRAWINGS
A. Each submittal shall be complete in all respects, incorporating allinformationanddatalisted
herein and all additional information required for evaluation of the proposed equipment's
compliance with the Contract Documents. Shop Drawings shall be submitted to the
Engineer for all equipment in accordance with Section 01300, Submittals and shall include
the following information in addition to the requirements of Section 01300, Submittals:
1. Performance characteristics and descriptive data.
2. Detailed equipment dimensional drawings and setting plans.
3. General lifting, erection, installation, and adjustment instructions, and
recommendations.
4. The total uncrated weight of the equipment plus the approximate weight of shipped
materials. Support locations and loads that will be transmitted to bases and
foundations. Exact size, placement, and embedment requirements of all anchor
bolts.
5. Details on materials of construction of all components including applicable ASTM
designations.
6. Information on bearing types and bearing life.
7. Gear box design and performance criteria and AGMA service factor.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-2 Equipment General Provisions
8. Shop drawings for electric motors shall include motor data sheets, dimensioned
drawings, wiring diagrams (space heaters, temperature devices, etc.) identifying
electric characteristics and design, mechanical construction, manufacturer's name,
type and pertinent specifications for the use intended, along with the name of the
equipment to be driven. For motors rated 50 horsepowerormore,submittalofmotor
data for acceptance shall include, as a minimum, the following:
a. Manufacturer's type and frame designation
b. Horsepower rating
c. Time rating (per NEMA Standards)
d. Ambient temperature rating
e. Insulation system designation
f. RPM at rated load
g. Frequency
h. Number of phases
i. Rated-load amperes
j. Voltage
k. Code letter (starting KVA per horsepower)
l. Design letter forintegralhorsepowerinductionmotors(perNEMAStandards)
m. Service factor
n. Temperature rise at full load and at service factor load
o. Efficiency at 1/4, 1/2, 3/4 and full load
p. Power factor at 1/4, 1/2, 3/4 and full load
q. Motor outline, dimensions and weight
r. Insulation system description
s. Horsepower required by connected machine at specified conditions (load
curves) shall be supplied for all propeller pumps.
t. Minimum applied hertz / speed when installed with a VFD by connected
machine at specified conditions shall be supplied for all propeller pumps.
9. The shop drawing information shall be complete and organized in such a way that
the Engineer can determine if the requirements of these Specifications are being
met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs,
and similar information which is "highlighted" or somehow identifies the specific
equipment items the Contractor intends to provide are acceptable and shall be
submitted.
10. Equipment and motor protective device details. Connection diagrams formotorand
all protective devices.
11. Equipment shop coating systems, interior and exterior.
12. A list of spare parts and special tools to be provided.
13. Any additional information required to show conformance with the equipment
specifications.
14. Warranty documentation including statement of duration of warranty period and
contact phone numbers and addresses for warranty issues.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-3 Equipment General Provisions
1.04 OPERATION AND MAINTENANCE INSTRUCTION/MANUALS
A. Operation and Maintenance (O&M) manuals shall be submitted in accordance with Section
01300, Submittals.
B. O&M manuals shall include instructions, equipment ratings, technical bulletins, and any
other printed matter such as wiring diagrams and schematics, prints ordrawings,containing
full information required for the proper operation, maintenance, andrepairoftheequipment.
Included in this submission shall be a spare parts diagram, complete spare parts list, bill of
materials, OEM part numbers and manufacturer’s catalog information of all equipment
components.
C. Each set of instructions shall be bound together in appropriate three-ring binders with a
detailed Table of Contents.
D. Written operation and maintenance instructions shall be required for all equipment items
supplied for this project. The amount of detail shall be commensurate withthecomplexityof
the equipment item.
E. Information not applicable to the specific piece of equipmentinstalledonthisprojectshallbe
struck from the submission.
F. Information provided shall include a source of replacement parts and names of service
representatives, including address and telephone number.
G. Extensive pictorial cuts of equipment are required for operator reference in servicing.
H. When written instructions include Shop Drawings and otherinformationpreviouslyreviewed
by the Engineer, only those editions thereof which were approved by the Engineer, and
which accurately depict the equipment installed, shall be incorporated in the instructions.
1.05 GENERAL INFORMATION AND DESCRIPTION
A. All parts of the equipment furnished shall, be designed and constructed for the maximum
stresses occurring during fabrication,transportation,installation,testing,andallconditionsof
operation. All materials shall be new, and both workmanship and materials shall be entirely
suitable for the service to which the units are to be subjected and shall conform to all
applicable sections of these Specifications.
B. All parts of duplicate equipment shall be interchangeable without modification.
Manufacturer's design shall accommodate all the requirements of these Specifications.
C. Equipment and appurtenances shall be designed in conformity with ASTM, ASME, AIEE,
NEMA, and other generally accepted applicable standards.
D. All bearings and moving parts shall be adequatelyprotected bybushings or other approved
means against wear.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-4 Equipment General Provisions
E. Details shall be designed for appearance as well as utility. Protruding members, joints,
corners, gear covers, etc., shall be finished in appearance. Allexposedweldsonmachinery
shall be ground smooth and the corners of structuralshapesshallberoundedorchamfered.
F. Machinery parts shall conform within allowable tolerances to the dimensions shown on the
working drawings.
G. All machinery and equipment shall be safeguarded in accordance with the safety codes of
the USA and the State in which the project is located.
H. All rotating shafts, couplings, or other moving pieces of equipment shall be provided with
suitable protective guards of sheet metal or wire mesh, neatlyandrigidlysupported. Guards
shall be removable as required to provide access for repairs.
I. All equipment greater than 100 pounds shall have lifting lugs, eyebolts, etc., for ease of
lifting, without damage or undue stress exerted on its components.
J. All manufactured items provided under this Section shall be new, of current manufacture,
and shall be the products of reputablemanufacturersspecializinginthemanufactureofsuch
products. .
1.06 EQUIPMENT WARRANTIES
A. Warranty requirements may be added to or modified in the individual equipment
specifications.
B. The equipment furnished under this Contract shall be guaranteed to be free from defects in
workmanship, design and/or materials for a period specified in the individual equipment
specifications. The period of such warranties shallstartonthedatetheparticularequipment
is placed in use by the Owner with corresponding start-up certification provided by the
manufacturer’s technical representative as specified herein, provided that the equipment
demonstrates satisfactory performance during the thirty day operational period after the
equipment startup. If the equipment does not perform satisfactorily during the thirty day
operational period, the start of the warranty period will be delayed until the equipment
demonstrates proper operation. The Contractorshallrepairorreplacewithoutchargetothe
Owner anypart of equipment which is defectiveorshowingunduewearwithintheguarantee
period, or replace the equipment with new equipment if the mechanical performance is
unsatisfactory; furnishing all parts, materials, labor, etc., necessaryto return the equipment
to its specified performance level.
C. The Contractor shall guarantee to the Owner that all equipment offered under these
specifications, or that any process resulting from the use of such equipment in the manner
stated is not the subject of patent litigation, and that he has not knowingly offered
equipment, the installation or use of which is likelyto result in a patent controversy, in which
the Owner as user is likely to be made the defendant.
Where patent infringements are likelyto occur, each Contractor shallsubmit,asapartofhis
bid, license arrangements between himself, or the manufacturer of the equipment offered,
and the patent owner or the controller of the patent, which will permit the use inthespecified
manner of such mechanical equipment as he may be bidding.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-5 Equipment General Provisions
Each Contractor, bysubmitting his bid, agrees to hold and save the Owner and Engineer or
its officers, agents, servants, and employees harmless from liability of any nature or kind,
including cost and expenses for, or on account of, any patented or unpatented invention,
process, article, or appliance manufactured or used in the performance of the work under
this contract, including the use of the same by the Owner.
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. The materials covered by these Specifications are intended to be equipment of proven
reliability, and as manufactured by reputable manufacturers having experience in the
production of such equipment. The Contractor shall, upon request of the Engineer, furnish
the names of not less than 5 successful installations of the manufacturer's equipmentofthe
same size and model of that offered under this contract. The equipment furnished shall be
designed, constructed, and installed in accordance with theindustryacceptedpracticesand
shall operate satisfactorily when installed and operated per manufacturer's
recommendations.
2.02 STANDARDIZATION OF GREASE FITTINGS
A. The grease fittings on all mechanical equipment shall be such thattheycanbeservicedwith
a single type of grease gun. Fittings shall be “Zerk” type.
2.03 ELECTRICAL REQUIREMENTS
A. All electrical equipment and appurtenances, including but not limited to motors, panels,
conduit and wiring, etc., specified in the equipment specifications shall comply with the
applicable requirements of the latest National Electric Code.
B. Motors shall conform to the applicable requirements of Section 15170, Electric Motors.
C. In the individual equipment specifications, specified motor horsepower is intended to bethe
minimum size motor to be provided. If a larger motor is required to meet the specified
operating conditions and performance requirements, the Contractor shall furnish the larger
sized motor and shall upgrade the electrical service (conduit, wires, starters, etc.) at no
additional cost to the Owner.
2.04 ACCESSORIES, SPARE PARTS, AND SPECIAL TOOLS
A. Spare parts for equipment shall be furnished where indicated in the equipment
Specifications or where recommended by the equipment manufacturer.
B. Spare parts shall be identical and interchangeable with original parts.
C. The spare parts shall be packed in containers suitable for long term storage, bearing labels
clearly designating the contents and the pieces of equipment for which they are intended.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-6 Equipment General Provisions
D. Painting requirements for spare parts shall be identical to those for original, installed parts.
Where no painting or protective coating is specified, suitable provisions shall be made to
protect against corrosion.
E. Spare parts shall be delivered at the same time as the equipment to which they pertain. All
of these materials shall be properly packed, labeled, and stored where directed by the
Owner and Engineer.
F. The Contractor shall furnish all special tools necessary to operate, disassemble, service,
repair, and adjust the equipment in accordance with the manufacturers operation and
maintenance manual.
G. The Contractor shall furnish a one year supply of all recommended lubricating oils and
greases. The manufacturer shall submit a list of at least four manufacturer's standard
lubricants which may be used interchangeably for each type of lubricant required. All of
these materials shall be properly packed, labeled and stored where directed by the
Engineer.
2.05 EQUIPMENT IDENTIFICATION
A. All mechanical equipment shall be provided with a substantial stainless steel nameplate,
mechanically fastened with stainless steel hardware in a conspicuous place, and clearly
inscribed with the manufacturer's name, year of manufacture, serial number, and principal
rating data.
B. Each pump and other piece of mechanical equipmentshallalsobeidentifiedastonameand
number bya suitable laminated plastic or stainless steel nameplate mechanically fastened
with stainless steel hardware; for example, "Raw Sewage Pump 05". Coordinatenameand
number with the Owner.
C. Nameplates shall not be painted over.
PART 3 -- EXECUTION
3.01 SHOP TESTING
A. All equipment shall be tested in the shop of the manufacturer in a manner which shall
conclusivelyprove that its characteristics complyfullywith the requirements of the Contract
Documents and that it will operate in the manner specified or implied.
B. No equipment shall be shipped to the project until the Engineer has been furnished a
certified copyof test results and has notified the Contractor inwriting,thattheresultsofsuch
tests are acceptable.
C. Five (5) certified copies of the manufacturer's actual testdataandinterpretedresultsthereof
shall be forwarded to the Engineer for review.
D. Shop testing of electric motors shall be in accordance with applicable requirements of
Section 11312, Dry Pit Submersible Pumps.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-7 Equipment General Provisions
3.02 MANUFACTURER’S FIELD SERVICES
A. The Contractor shall arrange for a qualified Technical Representative from each
manufacturer or Contractor of equipment who is regularly involved in the inspection,
installation, start-up, troubleshooting, testing, maintenance, and operation of the specified
equipment. Qualification of the Technical Representative shall be appropriate tothetypeof
equipment furnished and subject to the approval of the Engineer and the Owner.
B. For each site visit, the Technical Representative shall submit jointly to the Owner and the
Engineer a complete signed report of the results of his inspection, operation, adjustments,
and testing. The report shall include detailed descriptions of the points inspected, tests and
adjustments made, quantitative results obtained if such are specified.
C. The manufacturer's Technical Representative shall provide the following services.
1. Installation: The Technical Representative shall inspect the installed equipment to
verifythat installation is in accordance withthemanufacturer’srequirements. Where
required by individual equipment specifications, the Technical Representative shall
also supervise the installation of the equipment.
2. Testing: After installation of the equipment has been completed and the equipment
is presumably ready for operation, but before it is operated by others, the Technical
Representative shall inspect, operate, test, and adjust the equipment as required to
prove that the equipment is in proper condition for satisfactory operation under the
conditions specified. Unless otherwise noted in thesignedsitevisitreport,thereport
shall constitute a certification that the equipmentconformstotherequirementsofthe
Contract and is ready for startup and that nothing in the installation will render the
manufacturer's warranty null and void. The report shall include date of final
acceptance field test, as well as a listing of all persons present during tests.
3. Startup: The Technical Representative shall start up the equipment for actual
service with the help of the Owner. In the event that equipment or installation
problems are experienced, the representative shall provide the necessary services
until the equipment is operating satisfactorily and performing according to the
specifications at no additional cost to the Owner. Unless otherwise noted in the
signed site visit report, the report shall constitute a certification that the equipment
conforms to the requirements of the Contract and is ready for permanent operation
and that nothing in the installation will render the manufacturer's warranty null and
void.
4. Training: The Technical Representative shall instruct the Owner's operating
personnel in correct operation and maintenance procedures. The instruction shall
demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing,
maintenance, and shutdown of each item of equipment. Such instruction shall be
scheduled at a time arranged with the Owner at least 2 weeks in advance of the
training and shall be provided while the respective Technical Representative's
equipment is fully operational. The Contractor shall have submitted, and had
accepted, the O&M Manuals prior to commencement of training. Training shall be
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11000-8 Equipment General Provisions
provided to one shift of the Owner's personnel between the hours of 8:00 A.M. and
6:00 P.M. as necessary.
5. Services after Startup: Where required by the individual equipment specifications,
the Technical Representative shall return to the project site thirty(30) days after the
start up date to review the equipmentperformance,correctanyequipmentproblems,
and conduct operation and maintenance classes as required by the Owner. This
follow-up trip is required in addition to the specified services of Technical
Representative prior to and during equipment startup. At this time, if there are no
equipment problems, each manufacturer shall certifyto the Owner in writing that his
equipment is fullyoperational and capable of meeting operatingrequirements. Ifthe
equipment is operating incorrectly, the Technical Representative will make no
certification to the Owner until the problems are corrected and the equipment
demonstrates a successful thirty (30) days operating period.
D. Services of the Technical Representative will require a minimumoftwo(2)sitevisits,onefor
installation inspection, one for startup and training, and will be for the minimum number of
days recommended by the manufacturer and approved bythe Engineer but will not be less
than the number of days specified in individual equipment sections.
E. The Contract amount shall include the cost of furnishing the Technical Representative for
the minimum number of days specified, and any additional time required to achieve
successful installation and operation. The times specified for services by the Technical
Representative in the equipment Specifications are exclusive of travel time to and from the
facility and shall not be construed as to relieve the manufacturer of any additional visits to
provide sufficient service to place the equipment in satisfactory operation.
F. The Contractor shall notifythe Engineer at least 14 days in advance of each equipment test
or Owner training session.
3.03 PAINTING
A. All inaccessible surfaces of the equipment, which normallyrequirepainting,shallbefinished
painted by the manufacturer. The equipment and motor shall be painted with a high quality
epoxypolyamide semi-gloss coatingspecificallyresistanttochemical,solvent,moisture,and
acid environmental conditions, unless otherwise specified.
B. Gears, bearing surfaces, and other unpainted surfaces shall be protected prior to shipment
by a heavy covering of rust-preventive compound sprayed or hand applied which shall be
maintained until the equipment is placed in operation. This coating shall be easily
removable by a solvent.
304 WELDING
A. The Equipment Manufacturer's shop welding procedures, welders, and welding operators
shall be qualified and certified in accordance with the requirement of AWS D1.1 "Structural
Welding Code - Steel" or AWS D1.2 "Structural Welding Code - Aluminum" of theAmerican
Welding Society, as applicable.
- END OF SECTION -
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11100-1 Pumps - General
SECTION 11100
PUMPS - GENERAL
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install, test, and make fullyoperational all pumpingequipment,
complete with all necessary accessories, in compliance with the Contract Documents.
B. All pumping equipment shall be provided in accordance with the requirements of Section
11000, Equipment General Provisions.
C. The provisions of this section shall apply to all pumps and pumping equipment specified
except where specifically noted otherwise in the Contract Documents.
D. The pumps shall be provided complete with all accessories, shims,sheaves,couplings,and
other appurtenances as specified, and as may be required for a complete and operating
installation.
1.02 SHOP DRAWINGS
A. Shop Drawings shall include the following information in addition to the requirements of
Section 01300, Submittals and Section 11000, Equipment General Provisions.
1. Details of shaft sealing system
2. Pump performance curves atratedspeedandreducedspeed(ifreducedspeedsare
specified). Curves shall indicate flow, head, efficiency, brake horsepower, NPSH
required, and minimum submergence. Curves shall include limits (minimum and
maximum flows) for stable operation without cavitation,overheating,recirculation,or
excessive vibration.
3. General cutaway sections, materials, dimension of shaft projections, shaft and
keyway dimensions, shaft diameter, dimension between bearings, general
dimensions of pump, suction head bolt orientation, and anchor bolt locations and
forces.
4. Foundry certificates and results of Brinnell hardness testing showing compliance to
ASTM A 532 (where required in the individual pump specifications).
5. Submersible pump submittals shall also include:
a. Product data sheets for power and control cables and length of cables.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11100-2 Pumps - General
PART 2 -- PRODUCTS
2.01 MATERIALS
A. All materials employed in the pumping equipment shall be suitable for the intended
application. Material not specifically called for shall be high-grade, standard commercial
quality, free from all defects and imperfection that might affect the serviceability of the
product for the purpose for which it is intended, and shall conform to the following
requirements unless otherwise specified in individual pumping equipment Specifications:
1. Cast iron pump casings and bowls shall be of close-grained gray cast iron,
conforming to ASTM A 48, or equal.
2. Impeller material shall conform to the requirements of Specification 11312.
3. Stainless steel pump shafts shall be of Type 400, Series. Miscellaneous stainless
steel parts shall be of Type 316.
B. Suction and discharge flanges shall conform to ANSI standard B16.1 or B16.5 dimensions.
C. Handholes on pump casings shall be shaped to follow the contours of the casing to avoid
any obstructions in the water passage.
2.02 ELECTRICAL REQUIREMENTS
A. All pumps shall be furnished with motors such that the motor shall not be overloaded
throughout the full range of the pump operation, unless otherwise specifically approved by
the Engineer.
2.03 EQUIPMENT IDENTIFICATION
A. In addition to the requirements of Section 11000, EquipmentGeneralProvisions,nameplate
data for each pump shall include the rating in gallons per minute, rated head, speed, and
efficiency at the primary design point.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. Drains: All gland seals, air valves, and drains shall be piped to the nearest floor drain or
trench drain with galvanized steel pipe or copper tube, properly supported with brackets.
B. Solenoid Valves: Where required, the pump manufacturer shall furnish and install solenoid
valves on the water or oil lubrication lines. Solenoid valve electrical rating shall be
compatible with the motor control voltage and shall be furnishedcompletewithallnecessary
conduit and wiring installation from control panel to solenoid.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11100-3 Pumps - General
3.02 SHOP TESTING
A. Shop tests shall be performed in accordance with Section 11000, Equipment General
Provisions, and except where stated otherwise herein, shall be conducted in accordance
with the latest version of Hydraulic Institute Standard 14.6, Hydraulic Performance
Acceptance Tests.
B. Certified test curves shall be provided for all centrifugalpumps unlessotherwisespecifiedin
the individual pump specifications.
C. Pumps shall be within the tolerances specifiedforAcceptanceGrade1U,inaccordancewith
the latest version of Hydraulic Institute Standards 14.6.
D. For wet pit submersible pumps and vertical turbine pumps, all tests shall be run at minimum
pump submergence specified in the individual pump specifications.
E. Where required in the individual pump specifications, each individual casting shall be
Brinnell tested in a minimum of two places, in an area of representative casting thickness to
ASTM Method E-10. Results shall be certified by a registered professional ENGINEER.
Test results shall verify the satisfaction of the required Brinnell hardness of the finished
product as specified in respective subsections.
3.03 FIELD TESTING
A. Field tests shall be performed in accordance with in Section 11000, Equipment General
Provisions and additionally as specified below and in the individual pump specifications.
B. Final acceptance tests shall demonstrate the following:
1. The pumps have been properly installed and are in proper alignment.
2. The pumps operate without overheating or overloading of any parts and without
objectionable vibration. Vibration shall be within the Hydraulic Institute limits, or
manufacturer's limits if more stringent.
3. The pumps can meet the specified operatingconditions. Allpumpsshallbechecked
at maximum speed for a minimum of four points on the pump curve for capacity,
head, and amperage. The rated motor nameplate current shall not be exceeded at
any point. Pumps with drive motors rated at less than five horsepower shall onlybe
tested for overcurrent when overheating or other malfunction becomes evident in
general testing.
- END OF SECTION –
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11100-4 Pumps - General
THIS PAGE LEFT BLANK INTENTIONALLY
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-1 Dry Pit Submersible Non-Clog Pumps
SECTION 11312
DRY-PIT SUBMERSIBLE NON-CLOG PUMPS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish four (4) non-clog dry-pit submersible pumps to the City of
Denton Pecan Creek Water Reclamation Plant, 1100 S. Mayhill Rd, Denton, TX 76208. All
pumps shall be supplied by a single pump manufacturer.
B. Equipment shall be provided in accordance with the requirements of Section 11000,
Equipment General Provisions and Section 11100, Pump - General.
C. Four pumps and motors shall be supplied by a single pump manufacturer. Three of the
pumps shall be designed to operate with the three existing variable frequency drives. The
fourth pump shall be configured to operate on one existing constant speed starter. Pump
motor horsepower shall not exceed 150 hp.
D. Pump manufacturer shall submit a price proposal to the City of Denton for the scope of
supply specified for purchase bythe Cityof Denton. The pumps will be installed as part of a
future contract by a General Contractor for the pump station improvements at the Pecan
Creek Water Reclamation Facility. The pump manufacturer will be required to coordinate
with the General Contractor to inspect the installation, provide installation guidelines, field
testing and training as described in this section.
THIS SPACE IS INTENTIONALLY LEFT BLANK
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-2 Dry Pit Submersible Non-Clog Pumps
1.02 OPERATING CONDITIONS AND PERFORMANCE REQUIREMENTS
Item No. Item
1 Quantity required 4
2 Location Pump Station Dry Well in Raw Water
Pump Station 2
3 Pump type Single stage, non-clog, vertical
centrifugal, dry pit submersible
4 Shutoff design point characteristics
Flow, gpm
Minimum total head, feet
0
109
5 Static head range, feet 38 – 40
6 Characteristics Design Points
Primary Secondary 1
Speed, Hertz
Flow, gpm
Total head, feet
Minimum overall efficiency, percent2
Maximum NPSH required, feet
60
6,500
42
73
25
60
6,000
50
76
23
7 Runout flow rate, gpm >=8,200
8 Minimum suction diameter, inches3 16
9 Minimum discharge diameter, inches3 12
10 Minimum size of solids passing
(spherical diameter), inches
3.0
11 Fluid pumped Raw screened wastewater
12 Fluid temperature, degrees F 50 to 70
13 Drive type Existing variable frequency drives for
three pumps, and constant speed drive
for one pump
1.Represents high flow condition with 3 pumps operating (i.e. total station flow = 18,000 gpm).
2Overall wire-to-water efficiency, excluding VFD efficiency.
3 Indicates a dimension to be verified with manufacturer’s drawings.
1.03 SUBMITTALS
A. Submittals shall be provided in accordance with, or in addition to the submittalrequirements
specified in Section 01300, Submittals; Section 11000, Equipment General Provisions,and
Section 11100 Pumps General.
1.04 WARRANTY AND GUARANTEE
A. All equipment supplied under this section shall be warranted for a period of five years bythe
pump manufacturer. Warranty shall cover 100% parts and labor for the first two years and
50% parts and labor the remaining 3 years. Warrantyperiod shall commenceonthedateof
Owner acceptance.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-3 Dry Pit Submersible Non-Clog Pumps
B. The equipment shall be warranted to be free from defects in workmanship, design and
materials. If any part of the equipment should fail during the warranty period, it shall be
replaced at no additional cost to the Owner.
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Xylem-Flygt, Sulzer-ABS, or approved equal.
2.02 GENERAL
A. Provide pump and all related equipment specifically designed to handle raw, unscreened
wastewater and shall be suitable for continuous or intermittent operation.
B. Pump shall be installed in vertical position. Manufacturer shall provide all necessary
supports required for vertical mounting.
C. Provided pumps shall be designed such that the motor may be removed from the pump for
independent servicing.
D. The pump shall be capable of operating under submerged conditions at a depth of up to 65
feet (centerline of volute to top of water).
2.03 MATERIALS
A. Provide major pump components including theliftingcover,statorhousingandvolutecasing
constructed of ASTM A48 Class 35B or higher gray cast or ductile iron with a smooth
surface devoid of blow holes, pits, burrs, or other irregularities. The casing shall have a
removable suction cover to allow easyaccesstotheimpeller.Pumpcasingshallbeprovided
with a minimum 1-inch threaded tap on the top of the volute (to allow air release) and a
minimum 1-inch drain port on the bottom of the volute, each of which shall be fitted with a
Type 316 stainless steel lever-operated ball valve and stainless steel piping routed per
Section 11100.
B. All exposed nuts, bolts, washers, and other fastening devices shall be Type 316 stainless
steel. All anchor bolts, lifting bolts, eye lugs, etc. necessary for complete installation and
maintenance of the pump shall be furnishedbyPumpManufacturerandconstructedofType
316 stainless steel and shall be adequately designed for their intended use.
C. All metal surfaces coming into contact with the pumped liquid, other than stainless or brass
materials and the rotating elements shall be protected by a factory applied spray coating of
Pump Manufacturer’s modified acrylic primer and finish.
D. All metal surfaces not coming into contact with the pumped liquid, other than stainless or
brass materials, shall be painted with two coats of the manufacturer’s standard high solids
epoxy coating system with a minimum dry film thickness of 8-10 mils per coat. Pump
Manufacturer shall be responsible for proper surface preparation, priming, application and
curing/drying to result in a complete system meeting the requirements of this specification.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-4 Dry Pit Submersible Non-Clog Pumps
E. Gears, bearing surfaces and other unpainted surfaces shall be protected prior to shipment
by a coating of rust-preventative compound sprayed or hand applied which shall be
maintained until the equipment is placed in operation.Thiscoatingshallbeeasilyremovable
by a typically available solvent prior to installation.
F. The volute shall be a single piece, non-concentric design and shall have smooth fluid
passages large enough at all points to pass anysize range of solids specified. Pump volute
or suction elbow shall be provided with a cleanout port to allow removal of any foreign
material blocking or impeding performanceofthepump.Suctionanddischargeflangesshall
be drilled to accept ANSI Class 125 flanged fittings.
G. Mating surfaces where watertight sealing is required shall be machined and fittedwithnitrile
or Viton rubber o-rings. Fitting shall be such that sealing is accomplished bymetal-to-metal
contact between machined surfaces with controlled compression of the o-rings. Secondary
sealing compounds, rectangular gaskets, elliptical O-rings,greaseorotherdevicesshallnot
be acceptable.
H. The impeller shall be constructed of Hard-iron with an HRC hardness of 60 or an approved
equal. Impellers shall be dynamically balanced, closed non-clogging design with multiple
vanes. The impeller shall be capable of handling solids of the specified sphere size, fibrous
materials, heavy sludge and other matter found in wastewater. The value of the mass
moment of inertia for the pump and motor combination (in units of lb-ft2) shallbeprovidedby
the Pump Manufacturer. The impeller shall be mechanically secured to the motor shaft per
Pump Manufacturer’s recommendations utilizing machined stainless steel components.
Adhesive or friction-type fittings are not acceptable.
I. A replaceable wear ring system shall provide efficient sealing between the volute and
impeller. The casing and impeller wear ring shall be of stainless steel construction. Wear
rings shall be drive fitted to the volute inlet and heat-shrink fitted to the impeller. The wear
rings shall be constructed Stainless Steel, Heat Treated to 400-500BHN,withaminimumof
50BHN difference between the impeller mounted wear ring and the volute mounted wear
ring in order to prevent galling during contact between the two wear rings. Wear rings
requiring an external axial adjustment are not acceptable.
J. Provide solid, one-piece pump shaft constructed of 17-4 PH stainless steel or AISI series
400 stainless steel. Pump shaft shall safelytransmit the maximum torque developed bythe
drive unit and provide a rigid support for the impeller to prevent vibration outside the
specified range recommended bythe Pump Manufacturer.The pump shaft shallbesuitably
heat-treated, turned, ground and polished over its entire length.
K. Provide a radial lip seal positioned above the moisture sensing chamber.
L. The pump shaft shall rotate on at least two (2) heavydutypermanentlylubricated bearings.
Bearings shall be designed to carry all radial and axial thrust loads and shall have a
minimum AFBMA B-10 life of 100,000 hours at all points along the usable portion of the
pump curve at maximum pump speed. The two lower bearings shall be angular contact ball
bearings. The upper bearing shall be cylindrical roller bearing. Single row lower bearings
shall not be acceptable.
M. Each pump shall be provided with a tandem mechanical shaft seal system consisting of two
independent seal assemblies. Seals shall run in a non-toxiclubricantreservoirthatprovides
constant lubrication and is easily accessible from the outside for draining and inspection.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-5 Dry Pit Submersible Non-Clog Pumps
The lubricant chamber shall be designed to prevent overfilling and provide lubricant
expansion capacity. The seal system shall not relyon the pumped media forlubricationand
shall not be damaged when the pump is run dry. No external source of seal cooling or
lubrication water shall be required. The seals shall require neither maintenance nor
adjustment, shall be capable of operating in either clockwise or counter-clockwise direction
without damage or loss of seal, and shall be easilyreplaceable. Eachsealinterfaceshallbe
held in contact by its own spring system.
1. The lower seal unit, between the pump volute and the oil chamber, shall be
designed for abrasive conditions. The seal shall containonestationarytungsten
carbide or silicon carbide seal and one positively driven rotating ring with seal
face of solid tungsten carbide or silicon carbide as recommended by the seal
manufacturer and approved by the Engineer.
2. The upper seal unit shall operate in the oil chamber which acts as a barrier
between pump and motor. These seals shall contain one stationary tungsten
carbide or silicon carbide ring (as recommended by the seal manufacturer and
approved bythe Engineer) and Type 316 stainless steel seat, and one positively
driven rotating tungsten carbide ring.
3. The following seal types shall not be consideredacceptablenorequaltothedual
independent seal specified: shaft seals without positively driven rotating
members, or conventional double mechanical seals containingeitheracommon
single or double spring acting between the upper and lower seal faces. No
system requiring a pressure differential to offset pressure and to effect sealing
shall be used.
4. The primarymechanical seal shall be protected from interference byparticles in
the wastewater byan active seal protection system. The rotating inner seal ring
shall have small back-swept grooves laser inscribed on
its face to act as a micro pump as it rotates, returning any fluid that should enter
the dry motor chamber back into the lubricant chamber.
P. Each pump unit motor shall be provided with an integral cooling system that is
adequately designed to cool the motor without an external cooling source. A motor
cooling jacket shall encircle the stator housing, providing for dissipation of motor heat.
An impeller integral to the cooling system and driven bythepumpshaft,shallprovidethe
necessary circulation of the cooling liquid through the jacket. Motor cooling shall be
accomplished by circulating a non-toxic mixture of water and mono-propylene glycol,
separate from the pumped media around the motor housing and dissipating heat by
means of an internal heat exchanger (closed loop). The cooling liquid shall pass about
the stator housing in the closed loop system in turbulent flow providing for superior heat
transfer. The cooling system shall have on fill port and one drain port integral to the
cooling jacket. Using the pumped media for cooling will not be accepted.
1. The cooling system shall be adequately designed to allow the motor to run
continuously in a vertical position under full load while in a completely non-
submerged (i.e. dry pit) condition in air having a temperature of up to 40°C
(104°F) without the need for de-rating or reduced dutycycle, in accordance with
NEMA standards. Restrictions limiting the ambient air or liquid temperatures at
levels less than 40°C shall not be accepted. Fans, blowers, or auxiliary cooling
systems that are mounted external to the pump motor shall not be accepted.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-6 Dry Pit Submersible Non-Clog Pumps
2. The motor cooling jacket shall be of stainless steel or cast iron and shall be
sealed to the motor housing with O-rings.
3. The motor cooling jacket shall be designed to adequatelycool the pumpwiththe
pump operating at the minimum pumping rate specified in the pump schedule
herein.
N. Each pump shall be provided with the necessarylifting bolts and eyelugsforinstallationand
maintenance of the pump. The working load of the lifting system shall be at least 100%
greater than the assembled pump and motor unit weight (i.e. safety factor >=2.0).
2.04 SUCTION ELBOW AND MOUNTING BASE
A. Provide base designed for anchor bolting to a concrete foundation. The pump and motor
shall be vertically supported by a common base plate fabricated of heavy welded steel
especially for the pump casing and amply sized to ensure rigid support of the pump and
motor. The base shall be of sufficient strength to support the entire weight of assembled
pump and of sufficient height so that no part of the suction elbow will touch the floor. The
fabricated steel base shall be such that the footprint is larger than the diameter of the volute
itself. Cradle type supports are not acceptable.
B. Anchor bolts calculations and layouts shall be provided by the Pump Manufacturer to be
furnished and installed bythe Contractor. Anchor bolts shallbeembeddedintheconcretein
accordance withthePumpManufacturer’srecommendationsbytheContractor.Anchorbolts
shall be Type 316 stainless steel material and shall be adequately designed for their
intended use. Anchor bolt locations shall be no closer than 12-inches from the outside
diameter of the pump suction flange when measured perpendicular to the centerline of the
pump suction flange.
C. Provide suction elbow designed to bolt to the volute and equipped with ANSI 125 lb. flange
for mounting to suction piping. Pump manufacturer shall supply suction elbow.
2.05 ELECTRICAL REQUIREMENTS
A. Motors shall meet the requirements described herein and shall be standard equipment of
proven performance as manufactured by reputable concerns.
Motors
Rating 480V, 3 ph, 60 Hz
Maximum Motor Horsepower 140
Speed, rpm 1200
Insulation Class H
Explosion Proof Yes
Inverter Duty Yes
Service Factor 1.15
Motor Winding Temperature Switches Yes
RTDs No
Cooling Jacket Yes
B. The motors shall be vertical, squirrel cage induction shell type with grease lubricated ball
bearings; the motors shall be submersible, air-filled, NEMA Design B and shall be of
sufficient capacityto operate the driven equipment from shut-off head to themaximumrate
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-7 Dry Pit Submersible Non-Clog Pumps
of flow specified without loading beyond their rated nameplate current or power. The stator
shall be insulated by the trickle impregnation method using Class H monomer-free
polyester resin resulting in a winding fill factor or at least 95%. The stator shall be heat-
shrink fitted into the cast iron stator housing. The use of bolts, pins, or other fastening
devices requiring penetration of the stator housing is not acceptable.
C. The motors shall be inverter-rated in accordance with NEMA MG1, Part 31, and shall
operate within rated temperature limits with fifteen evenly-spaced starts per hour.
Temperature rise at the nameplate horsepower shall not exceed 80-degrees C.
D. Each motor shall develop ample torque for its required service through its acceleration
range and throughout its rated load range. The rating of the motorsofferedshallinnocase
be less than the horsepower specified. It should be noted that the motor sizesindicatedon
the Drawings or as otherwise specified herein, are motor sizes required to operate the
specific equipment which is specified. Higher rated motor sizes may be determined from
the actual equipment submitted, approved, purchased, and installed
E. Motors shall be sufficiently cooled by the specified cooling system to permit continuous
operation under any intended operating condition from minimum to full speed.
F. Motor thrust bearings shall be designed for continuous thrust loads under all conditions of
pump operation from zero head to shut-off.
G. Cable entry water seal design shall not require specific torque to ensure a watertight and
submersible seal. Cable entry shall be comprised of dual cylindrical elastomer grommets,
flanked by washers, all having a close tolerance fit against the cable outside diameter and
the entry inside diameter and compressed by the entry body containing a strain relief
function, separate from the function of sealing the cable.
H. The pump manufacturer shall provide the power and control cables betweenthepumpand
the local disconnect switch, junction box, or control panel (see Drawings) and shall be
responsible for reviewing the electrical drawings as necessary to determine the required
cable length. All pumps for the same pumping application shall be provided with the same
length of cable. No splices shall be allowed unless specificallyindicated. The powercable
shall be sized according to the NEC and ICEA standards and shall be of sufficientlengthto
reach the junction box on the Mezzanine level without the need of any splices. The outer
jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The motor and
cable shall be capable of continuous submergence underwater without loss of watertight
integrity to a depth of 65 feet or greater.
I. The cable entryjunction chamber and motor compartment shall be sealed from each other
and separated by a terminal board which shall protect the motor interior from foreign
material gaining access through the top. Connection between the cable conductors and
stator leads shall be made with threaded compressed type binding posts permanently
affixed to the terminal board. Epoxies, silicones, or other secondary sealing systems are
not acceptable.
J. Each pump motor stator shall incorporate three thermal switches, one per stator phase
winding and be connected in series, to monitor the temperature of the motor. Should the
thermal switches open, the motor shall stop and activate an alarm. A float switch shall be
installed in the seal leakage chamber and will activate if leakage into the chamber reaches
50% chamber capacity, signaling the need to schedule an inspection.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-8 Dry Pit Submersible Non-Clog Pumps
K. All protective devices shall be wired to a single factory installed sensor cable of sufficient
length to reach the junction box without the need of any splices. The outer jacket of the
cable shall be oil resistant chlorinated polyethylene rubber. The motor and cable shall be
capable of continuous submergence underwater without loss of watertight integrity to a
depth of 65 feet or greater.
L. Provide pump monitoring controller for each pump. The monitoring controller shall be
connected to all of the pump/motor unit protective and monitoring sensors. The controller
base shall be installed inside the existing VFD enclosure. Monitoring controller shall be
MiniCas II by Flygt or CA 462 by ABS.
M. All motors shall be shop tested and inspected in accordance with the equipment
manufacturer's standard procedures.
N. Power Correction Factor
1. The power factor shall be corrected as necessary to achieve 85% (minimum)
with capacitors sized and installed per manufacturer's recommendations.
Capacitors shall be installed such that the motor shall not be damaged by
overvoltage or excessive transient electrical torque. The capacitor(s) shall be
connected as close as possible or directly to the motor terminals. Any power
factor corrections shall not decrease the motor efficiency below the stated
minimum requirement of this Specification. All power factor corrections shall
be noted on the Shop Drawings submitted to the Engineer for approval.
POWER FACTOR CORRECTION, TO ACHIEVE 85%, SHALL BE
PROVIDED ON ALL MOTORS ABOVE 15 HORSEPOWER EXCEPT FOR
THOSE MOTORS CONTROLLED BY VARIABLE FREQUENCY DRIVES
(VFD'S).
PART 3 -- EXECUTION
3.01 MANUFACTURER’S FIELD SERVICES
A. The services of a qualified manufacturer's technical representative shall be provided in
accordance with Section 11000, Equipment General Provisions. For each seriesofpumps,
field services shall include two days (maximum of two trips) for installation, testing, startup,
training and services after start-up.
3.02 SHOP TESTING
A. Shop testing shall be in accordance with Section 11000 - Equipment General Provisions,
Section 11100 – Pumps General, and with the following additional requirements:
1. Impeller, motor rating and electrical connections shall be checked.
2. A motor and cable insulation test for moisture content or defectiveinsulationshallbe
made.
3. Prior to submergence, the pump shall be run dry to establish correct rotation and
mechanical integrity.
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-9 Dry Pit Submersible Non-Clog Pumps
4. The pump shall be run for 30 minutes submerged, a minimum of six (6) ft. under
water.
5. After the run-dry test, the insulation test shall be performed again.
6. After the run-dry test, the pump shall be run continuously unsubmerged for 2 hours
under full load with no damage to the motor. During this test, the pump shall
demonstrate compliance with the specified performance for flow, head, and
horsepower and shall experience a heat rise of not greater than 45"C (80"F) above
ambient temperature.
7. Provide a 7-point pump curve for each pump.Thetestingshallbeinaccordancewith
the Hydraulic Institute Standards.
8. Provide standard hydrostatic test of volute for each pump. The testing shall be in
accordance with the Hydraulic Institute Standards.
9. Pump manufacturer shall provide a certified written report stating that the
foregoing tests have been completed and including results of each test with each
pump at the time of shipment.
- END OF SECTION –
FOR REFERENCE ONLY
City of Denton Hazen and Sawyer
Contract 5718 11312-10 Dry Pit Submersible Non-Clog Pumps
THIS PAGE LEFT BLANK INTENTIONALLY
FOR REFERENCE ONLY