Loading...
6186 - Supply of Wet Wells, Dry Submersible Pumps and Pump Panels, Drawings/ PlansRFP#6186 Exhibit 3 Materials Management Department 901-B Texas Street Denton, Texas 76209 940-349-7100 purchasing@cityofdenton.com RFP – 6186 Exhibit 3 TECHNICAL SPECIFICATIONS Wet Wells, Dry-Submersible Pumps and Pump Panels for Denton West Lift Station 1 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 1 of 6 March 2016 RFP#6186 3-A PART 1 - GENERAL 1.01 SCOPE OF WORK: A. Furnish all labor, materials, equipment and incidentals required to install fiberglass wetwells as specified herein and shown on the plans. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Technical Specifications. 1.02 QUALITY ASSURANCE: References: ASTM D3299 Standard Specification for Filament-Wound Glass-Fiber-Reinforced Thermoset Resin Corrosion Resistant Tanks 1.03 SUBMITTALS: A. Contractor shall submit manufacturer’s technical information and materials of construction on all wetwells. B. Contractor shall submit wetwell fabrication plans and calculations for approval. C. Contractor shall submit method of connection for each pipe to the proposed wetwell along with plans detailing proposed connections. D. All submittals shall be in accordance with Section 01340. 1.04 QUALITY CONTROL: Each completed wetwell shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM D3299 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. 1.05 CERTIFICATIONS: As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer’s test report and accompanied by a copy of the test results that the wetwell has been sampled, tested, and inspected in accordance with the provisions of this specification and meets all requirements. EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 2 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 2 of 6 March 2016 RFP#6186 3-A 1.06 WARRANTY: The wetwell shall be warranted to be free from defects in workmanship, design and materials. If any part of the wetwell should fail during the warranty period, it shall be replaced and restored to service at no expense to the Owner PART 2 - PRODUCTS 2.01 DESCRIPTION: Fiberglass reinforced polyester wetwells shall be manufactured from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements. The resin system shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gases associated with the wastewater collection systems. The wetwell shall be a one-piece unit manufactured by Containment Solutions, Inc., Conroe, Texas or L. F. Manufacturing, Inc., Giddings, Texas, or an approved equal. 2.02 GENERAL: A. Resin: The resins used shall be a commercial grade unsaturated polyester resin. B. Reinforcing Materials: The reinforcing materials shall be commercial Grade “E” type glass in the form of mat, continuous roving, and chop roving, roving fabric or a combination of the above, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. C. Interior Surfacing Material: If reinforcing materials are used on the surface exposed to the contained substance, it shall be a commercial grade chemical-resistant glass that will provide a suitable bond with the resin and leave a resin rich surface. D. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the wetwell shall have gray pigment added for a minimum thickness of 0.125 inches. E. Fillers and Additives: Fillers, when used, shall be inert to the environment and wetwell construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. 2.03 FABRICATION: A. EXTERIOR SURFACE: The exterior surface shall be relatively smooth with no sharp projections. Handwork finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 1/2 inch in diameter, delamination and fiber show. For a UV inhibitor the resin in the exterior surface of the wetwell shall have gray pigment added for a minimum thickness of 0.125 inches. EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 3 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 3 of 6 March 2016 RFP#6186 3-A B. INTERIOR SURFACE: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of grazing, delamination, and blisters larger than 1/2 inch in diameter, and wrinkles of 1/8 inch or greater in depth. Surface pits shall be permitted up to 6 square feet if they are less than 3/4 inch in diameter and less than 1/16 inch deep. C. FIBERGLASS REINFORCED BOTTOM: The bottom to be fabricated using fiberglass material as stated in section 2.02. Material and installation to meet all physical requirements as per section A.4. Bottom to be attached to wetwell pipe with fiberglass layup to comply with A.S.T.M.-D3299 specifications. When reinforcement is necessary for strength, the reinforcement shall be fiberglass channel laminated to wetwell bottom per A.S.T.M.-D3299. External Structural Anchors shall be utilized where indicated in the drawings. D. INTEGRAL INTERNAL FIBERGLASS FILLET: Fiberglass wetwells shall have an internal sloped fillet bottom as indicated in the drawings. The fillet shall be constructed of same fiberglass material as the wetwell and shall be lateral to the wetwell. The fiberglass fillet shall have a slope as indicated in the drawings, and shall not interfere with suction pipe mounting in the wetwell. E. FIBERGLASS REINFORCED TOP: The fiberglass wetwell top shall be fabricated using fiberglass material as stated in section 2.02. Material and installation to meet all physical requirements as per section 2.04. Top to be attached to wetwell pipe with fiberglass layup to comply with A.S.T.M.-D3299 specifications. When reinforcement is necessary for strength, the reinforcement shall be fiberglass channel laminated to wetwell bottom per A.S.T.M.-D3299. F. INSTALLATION OF STUBOUTS: Influent lines shall be factory installed. Approved methods are PVC sewer pipe, Inserta-Tee fittings, or Kor-N-Seal boots. Installation of stubouts to be fiberglass layup to comply with A.S.T.M.-D3299 specifications. Effluent lines shall be placed within factory installed wall sleeves. G. DEFECTS NOT PERMITTED: 1. Exposed fibers: glass fibers not wet out with resin. 2. Resin runs: runs of resin and sand on the surface. 3. Dry areas: areas with glass not wet out with resin. 4. Delamination: separation in the laminate. 5. Blisters: light colored areas larger than 1/2 inch in diameter. 6. Crazing: cracks caused by sharp objects. 7. Pits or Voids: air pockets. 8. Wrinkles: smooth irregularities in the surface. 9. Sharp projection: fiber or resin projections necessitating gloves for handling. 2.04. PHYSICAL REQUIREMENTS: A. Repairs: All wetwell repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of wetwells will not be allowed. EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 4 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 4 of 6 March 2016 RFP#6186 3-A B. Load Rating: The complete wetwell shall have a minimum dynamic-load rating of 16,000 lbf. when tested in accordance with section 2.05. To establish this rating the complete wetwell shall not leak, crack, or suffer other damage when load tested to 40,000 lbf. and shall not deflect vertically downward more than 0.25 inch at the point of the load application when loaded to 24,000 lb. C. Stiffness: The wetwell cylinder shall have the minimum pipe-stiffness value shown in table below when tested in accordance with section 2.05 HEIGHT - FT. F/AY - PSI 10 to 20 2.01 21 to 30 3.02 31 to 40 5.24 D. Physical Properties: Hoop Direction Axial Direction 1. Tensile Strength (psi) 18,000 5,000 2. Tensile Modules (psi) 0.8 x 106 0.7 x 106 3. Flexural Strength (psi) 26,000 4,500 4. Flexural Modules (psi) (w/ ribs) 0.7 x 106 0.7 x 106 2.05 TEST METHODS: TEST METHODS: Tests shall be performed as specified in A.S.T.M.-D3753 latest edition, Section 8. 2.06 MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer’s name or trademark 2. Manufacturer’s factory location 3. Manufacturer’s serial number 4. Total height and nominal diameter 5. Complies with ASTM D-3299 PART 3 - EXECUTION 3.01 EXCAVATION: [NOT USED] 3.02 HANDLING: [NOT USED] 3.03 CLOSED BOTTOM WETWELL INSTALLATION: [NOT USED] EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 5 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 5 of 6 March 2016 RFP#6186 3-A 3.04 INTERNAL BOTTOM RIBS: Wetwells with internal bottom stiffening ribs will require that concrete be poured on the inside of the wetwell to a depth equal to that of the stiffening ribs. 3.05 FIBERGLASS WETWELL TOP: The fiberglass top shall have a raised fiberglass collar around the hatch opening. The fiberglass top shall be designed to withstand the weight of the concrete reinforced slab to be installed over it as well as traffic loading. 3.06 CUTOUTS: Cutouts in wetwell wall should be made with proper cutting tools, such as jig saw or hole saw. Do not use axe or other impact-type tools. 3.07 INSTALLATION OF SEWER PIPE: [NOT USED] 3.08 INSTALLATION OF DISCHARGE PIPE: [NOT USED] 3.09 BACKFILL: Backfill shall be per the project plans. 3.10 TESTING Wet Well Testing. An Exfiltration test must be performed immediately after the wet well has been backfilled and compacted. Exfiltration shall not exceed 0.0142 gal/hr. per foot diameter per foot depth. The test must be done by plugging the gravity invert and filling up the wet well with water to either 1-foot below the wet well top slab, or up to the manhole lid with the lowest elevation below top slab. (This level must be clearly temporarily marked in the wet well internal wall). Once the wet well is filed, it must be left for stabilization for 48 hours minimum prior to beginning the Exfiltration test. Any losses of water within a 30 minute period after filling shall constitute an unsuccessful test. The test shall be done for two hours minimum, and no water may be added to the wet well during the test period. The Exfiltration test must be determine by measuring the amount of water required to raise the wet well level back to the mark at the end of the test period. The maximum allowable water loss to pass the test is determined by the following equation: Water Loss (gallons) = 0.0142tDh Where: t = test time period (2 hours) D = wet well diameter (in feet) H = water level depth within wet well (in feet) EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 6 City of Denton SECTION 02608 Denton West Lift Station Fiberglass Wetwells KHA No. 061024017 Page 6 of 6 March 2016 RFP#6186 3-A If the Exfiltration test fails, the Contractor shall take all the necessary corrective actions to reduce the exfiltration. Once the repairs are completed, the test shall be repeated. The wet well will pass test when the exfiltration is equal or less than the allowable water loss. The City Inspector shall witness the complete Exfiltration test. END OF SECTION EXHIBIT 3-A TECHNICAL SPECIFICATIONS RFP#6186 7 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 1 of 9 March 2016 RFP #6186 3-B PART 1 - GENERAL 1.01 SCOPE OF WORK: A. Contractor shall furnish all labor, materials, equipment and incidentals required to provide three (3) non-clog submersible centrifugal sewage pumps with base elbow discharge assemblies and guide rail stations as specified herein and shown on the plans. Contractor shall provide services of manufacturer’s representative for a complete start-up supervision and O&M instruction. 1.02 QUALITY ASSURANCE: References: American National Standards Institute (ANSI) Factory Mutual ASTM A48 Gray Iron Fittings Hydraulic Institute Standards ASTM B48 Brass National Electric Code (NEC) Steel Structures Painting Council (SSPC) 1.03 SUBMITTALS: A. Contractor shall submit documentation of warranty, including specific items covered and time periods. B. Contractor shall submit test results for submersible pumps as described in Section 2.10 of this specification. C. Contractor shall submit performance data (pump curves, flow tests, etc.) for the pumps being installed under this contract. Submittal data must include the following: D. Pump Performance Curves. The performance curves submitted for approval shall state in addition to head and capacity performance, the pump efficiency, solid handling capacity, and reflect motor service factor. 1. Pump Outline Drawing. 2. Station Drawing for Accessories. 3. Electrical Motor Data. 4. Control Drawing and Data. 5. Access Frame Drawing. 6. Typical Installation Guides. 7. Technical Manuals. EXHIBIT 3-B TECHNICAL SPECIFICATIONS RFP#6186 8 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 2 of 9 March 2016 RFP #6186 3-B 8. Parts List. 9. Printed Warranty. 10. Manufacturer's Equipment Storage Recommendations. 11. Manufacturer's Standard Recommended Start-Up Report Form. E. Contractor shall submit location and description of service centers and spare parts stock. 1.04. WARRANTY: A. 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 and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two (2) years and begin on the same date as the maintenance bond. B. The Contractor shall also furnish a “trouble shooter” within twenty-for (24) hours from notification to repair any malfunction with any unit purchased under this contract for the duration of that unit’s warranty. 1.05 DELIVERY, STORAGE AND HANDLING Deliver, store and handle products in accordance with manufacturer’s latest published requirements and specifications. PART 2 - PRODUCTS 2.01 Pumps A. Requirements a. Each pump shall be a submersible non-clog wastewater pump. Each pump shall be equipped with a 60 HP or less submersible electric explosion-proof motor, connected for operation on 460 volts, three phase, 60 Hertz, 1,775 R.P.M. or less. The power cable shall be long enough to reach the pump controls without splicing and sized according to NEC and ICEA standards and also meet with P-MSHA Approval. b. Pumps shall be : i. Xylem Flygt NP3202 HT~458, or approved equal. EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 9 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 3 of 9 March 2016 RFP #6186 3-B SUBMERSIBLE PUMP PERFORMANCE DATA Number of required units ............................................................... Two (2) Rated Condition Duty Point Capacity (Flow) ................................................................ 1,100 GPM Head .................................................................................. 119 Feet (TDH) Minimum Efficiency ......................................................... 70 % Shutoff Head ................................................................................. 182 Feet Minimum motor horsepower required ........................................... 60 HP Electrical Characteristics Required ................................................ 460 Volt 60 Hz. 3 Ph. Maximum pump operating speed ................................................... 1,775 RPM Minimum Discharge Size .............................................................. Six (6) inches Minimum Solid Size required to pass through Impeller..................Three (3) inches diameter Liquid to be Pumped ...................................................................... .Wastewater B. Pump Construction a. Each pump motor shall be sufficiently cooled by the surrounding environment or by submergence in the pumped media. The submersible pumps shall be self contained, integral pump/motor units designed to operate at continuous full load in a partially or completely submerged condition without the need for any external cooling devices such as water jackets. The air-filled motor shall be cooled by an adequately sized motor frame which shall conform to the latest applicable requirements of NEMA, IEEE. ANSI and NEC standards and shall meet the latest design standards of a Totally Enclosed Non- Ventilated NEMA frame motor. Heat transfer shall be accomplished by convection through the stator-housing wall to the surrounding media. Designs which incorporate cooling jackets and in particular, designs which rely on circulation of the pumped sewage or externally sourced water for cooling, are not considered equal to the equipment described in this specification and shall not be acceptable. b. The pump casing, impeller, motor housing and stationary base elbow shall be manufactured of close-grained cast iron, ASTM A48, Class 35B c. All exposed bolts, nuts, and lifting handles shall be AISI 316 stainless steel construction. d. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 10 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 4 of 9 March 2016 RFP #6186 3-B C. Motor a. The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part 31.The stator shall be heat- shrink fitted into the cast iron stator housing. The use of multiple step dip and bake-type stator insulation process is not acceptable. The use of pins, bolts, screws or other fastening devices used to locate or hold the stator and that penetrate the stator housing are not acceptable. b. The motor shall be designed for continuous duty while handling pumped media of up to 104°F. The motor shall be capable of withstanding at least 30 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of aluminum. Three thermal switches shall be embedded in the stator end coils, one per phase winding, to monitor the stator temperature. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the motor control panel. The junction chamber shall be sealed off from the stator housing and shall contain a terminal board for connection of power and pilot sensor cables using threaded compression type terminals. The use of wire nuts or crimp-type connectors is not acceptable. The motor and the pump shall be produced by the same manufacturer. c. The motor service factor (combined effect of voltage, frequency and specific gravity) shall be 1.15. The motor shall have a voltage tolerance of +/- 10%. The motor shall be designed for continuous operation in up to a 40°C ambient and shall have a NEMA Class B maximum operating temperature rise of 80° C. A motor performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics. d. Motor horsepower shall be sufficient so that the pump is non-overloading throughout its entire performance curve, from shut-off to run-out. The motor shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 70 feet or greater. e. The top end bracket shall be fitted with a lifting bail and shall be capable of supporting four (4) times the combined weight of the pump and motor. D. Bearings a. The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a two row angular contact ball bearing. The lower bearing shall be a two row angular contact ball bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve. b. All bearings shall be permanently lubricated with a premium moisture resistant grease containing rust inhibitors and shall be suitable for operation over a temperature range of - EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 11 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 5 of 9 March 2016 RFP #6186 3-B 25° C to +120° C. The bearings shall not require any additional or periodic lubrication. All bearings shall be commercially available from third party sources other than the pump/motor manufacturer. E. Mechanical Seals a. Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two seal sets, each having an independent spring. The lower primary seal, located between the pump and seal chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten-carbide or silicon carbide ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten-carbide or silicon carbide seal ring. All seal rings shall be individual solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon direction of rotation for sealing. Mounting of the lower seal on the impeller hub is not acceptable. Shaft seals without positively driven rotating members or conventional double mechanical seals containing either a common single or double spring acting between the upper and lower seal faces are not acceptable. The seal springs shall be isolated from the pumped media to prevent materials from packing around them, limiting their performance. b. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and shall provide capacity for lubricant expansion. The seal lubricant chamber shall have one drain and one inspection plug that are accessible from the exterior of the motor unit. The seal system shall not rely upon the pumped media for lubrication. c. The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity to be forced out away from the seal due to centrifugal action. d. A separate seal leakage chamber shall be provided so that any leakage that may occur past the upper, secondary mechanical seal will be captured prior to entry into the motor stator housing. Such seal leakage shall not contaminate the motor lower bearing. The leakage chamber shall be equipped with a float type switch that will signal if the chamber should reach 50% capacity. F. Pump Shaft a. The pump and motor shaft shall be a single piece unit. The pump shaft is an extension of the motor shaft. Shafts using mechanical couplings shall not be acceptable. The shaft shall be stainless steel – ASTM A479 S43100-T. Shaft sleeves will not be acceptable. G. Impeller a. The impeller shall be of ASTM A-532 (Alloy III A 25% chrome cast iron), dynamically balanced, semi-open, multi-vane, back swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The screw- EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 12 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 6 of 9 March 2016 RFP #6186 3-B shaped leading edges of the gray iron impeller shall be hardened to Rc 60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden wastewater. The impeller to volute clearance shall be readily adjustable by the means of a single trim screw. The impeller shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. H. Shielded Power Cable a. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The power cable shall be of a shielded design in which an overall tinned copper shield is included and each individual phase conductor is shielded with an aluminum coated foil wrap. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. The cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 70 feet or greater. I. Protection a. 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. b. A sensor shall also be provided to measure the temperature of the bearings. c. 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. d. The thermal switches and float switch shall be connected to a Mini CAS control and status monitoring unit. The Mini CAS unit shall be designed to be mounted in the pump control panel. J. All external hardware including nameplates on the pump/motor shall be 316 Series stainless steel. 2.02 GUIDE RAIL SYSTEM A. General a. Contractor shall furnish all labor, materials, equipment and incidentals required to provide a complete pumping system as specified herein. b. The rail system shall include submersible pump base elbows, sealing flanges with rail guides, upper guide brackets, lifting chain or cables, float mounting brackets, guide rails (Type 316 stainless steel) and discharge piping. c. Nuts, bolts and studs shall be Type 316 stainless steel. EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 13 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 7 of 9 March 2016 RFP #6186 3-B B. Discharge Elbow A sealing flange adapter and discharge base elbow, designed to mount directly to the sump floor shall be supplied for each of the pumps. It shall have a standard 125 pound flange faced and drilled on the outlet side with a matching inlet connection. The design shall be such that the pump to discharge connection is made without the need for any nuts or bolts. The adapter and elbow shall also anchor and align the guide rails. C. Sealing Flange With Rail Guide A sealing flange/rail guide bracket shall be mounted on each pump discharge. It shall have a machined mating flange which matches the base elbow discharge connection. Sealing of this discharge connection shall be accomplished by a simple linear downward motion of the pump culminating with the entire weight of the pumping unit supported entirely by the base elbow. D. Upper Guide Bracket The upper guide bracket shall align and support the two guide rails at the top of the sump. It shall bolt directly to the hatch frame and incorporate an expandable rubber grommet for secure rail installation. E. Lifting Chain/Cable Each pumping unit shall be provided with a stainless steel lifting chain or cable, and be of sufficient length to extend from the pump to the top of the wet-well. The access frame shall provide a hook to attach the chain or cable when not in use. The lifting chain or cable shall be sized according to the pump weight. F. Float Mounting Bracket A float mounting bracket shall be provided with strain reliefs that support and hold the level control cords. Continuous cords are to run from pump(s) and level controls to a control panel or junction box. No splices shall be made in the wiring. The bracket shall be fabricated from steel, coated for corrosion resistance, and attached to the access frame with 300 series stainless steel fasteners. A dielectric spacer should be installed when bolting to an aluminum access frame. G. Guide Rail The dual guide rail design keeps the pump in proper alignment with the stationary discharge piping. The rail shall be stainless steel and positioned on each side of the pump so that no weight of the pump bears on the rails at any time. EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 14 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 8 of 9 March 2016 RFP #6186 3-B PART 3 - EXECUTION 3.01 GENERAL: [NOT USED] 3.02 START-UP: A. The equipment manufacturer shall furnish the services of a qualified factory trained field service engineer for 8-hour working day(s) at the site to inspect the installation and instruct the owner's personnel on the operation and maintenance of the pumping units. After the pumps have been completely installed and wired, the contractor shall have the manufacturer do the following: a. Megger stator and power cables. b. Check seal lubrication. c. Check for proper rotation. d. Check power supply voltage. e. Measure motor operating load and no load current. f. Check level control operation and sequence. B. During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the owner's personnel. The Contractor shall provide services of the manufacturer’s representative as needed to ensure proper installation of equipment and to provide start-up supervision and O&M instruction. 3.03 TESTING A. All pumps shall be site tested after installation to demonstrate satisfactory operation without excessive noise, vibration, cavitation or over-heating. Site tests shall be conducted by the manufacturer or his Authorized Representative. a. Tests shall include checking for correct rotation, maximum motor amperage draws within nameplate specifications, balanced voltages on each power leg with the pump operating to within manufacturers’ tolerances, and demonstrated compatibility of the pump/motor with the controls supplied. b. Each pump shall be submerged in water. c. Motor and cable insulation shall be tested for moisture content or insulation defects. d. Test results shall be in printed form and signed by the manufacturer or his representative and supplied to the Owner. B. A non-witnessed certified Hydraulic Institute performance test shall be performed. This shall include the following: EXHIBIT 3-B TECHNICAL PECIFICATIONS RFP#6186 15 City of Denton SECTION 11100 Denton West Lift Station Non-Clog Submersible Sewage Pumps KHA No. 061024017 Page 9 of 9 March 2016 RFP #6186 3-B 1. The pump with motor shall be tested at the design point as well as at least 7 other points to develop a curve. Data shall be collected to plot the head-capacity curve as well as a KW input and amperage curve. 2. In making these tests, no minus tolerance or margin shall be allowed with respect to capacity, total head, or efficiency at the specified design condition. Pump shall be held within a tolerance of +10% of rated capacity or at rated capacity with a tolerance of +5% of rated head. The pump shall be tested at shut-off but shall not be plotted and only used as a reference point when plotting the performance curve. 3. Complete records shall be kept of all information relevant to the test as well as the manufacturer's serial number, type and size of pump as well as any impeller modifications made to meet the design conditions. 4. A written test report shall be prepared, signed and dated by the test engineer incorporating 3 curves (head-capacity, KW input, and amperage) along with the pump serial number, test number, date, speed, volts, phase, and impeller diameter. This report shall then be submitted to the Engineer for approval. END OF SECTION EXHIBIT 3-B TECHNICAL SECIFICATIONS RFP#6186 16 City of Denton SECTION 16310 Denton West Lift Station Pump Control Panel KHA No. 061024017 Page 1 of 3 July 2016 RFP# 6186 3-C PART 1 - GENERAL 1.01 SCOPE A. Furnish and install pump control panels as shown on the drawings and specified herein. The Lift Station electrical work shall include the necessary power components to provide control for pump starter panel. Work shall include furnishing all necessary materials, equipment, labor, and services. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays or terminals to interface with other Sections of these Specifications, shall be included. C. Voltage shall be 480 volt three phase 3 wire, solidly grounded. D. The control panel shall be constructed as shown on the electrical drawings to be installed on an outdoor concrete pad. 1.02 SUBMITTAL AND SHOP DRAWINGS A. Process catalog data submittals for the following: 1. Pilot lights 2. Pilot operators 3. Control relays 4. Fuses 5. Control Wire 6. Surge protection device 9. Circuit Breakers 10. Terminal Strips 11. Leak and Temperature Module 12. Sub Meg module 13. Float Switches B. Process shop drawings for the pump control panel. C. Submit manufacturer and manufacturer’s time current curve for each overcurrent device and overloads used in the motor control starters. Furnish time current curves with shop drawings. 1.03 STANDARDS The pump control and starter panel and enclosure shall include a UL 508A (UL Industrial Control Panel) Label representing that the equipment was assembled by and meets the requirements of a UL508A shop. EXHIBIT 3-C TECHNICAL SPECIFICATIONS RFP#6186 17 City of Denton SECTION 16310 Denton West Lift Station Pump Control Panel KHA No. 061024017 Page 2 of 3 July 2016 RFP# 6186 3-C PART 2 - PRODUCTS 2.01 GENERAL Pump control panels shall be built to UL 508 standards and shall be rated for 22,000 amps rms symmetrical interrupting capacity at its rated voltage. Reference the electrical drawings for pump control schematics. 2.02 ENCLOSURES A. Enclosures shall be rated NEMA 4X and shall be constructed of 316 stainless steel. Pump control panel construction shall be dead front. The pilot lights and selector switches shall be mounted on the inner door. B. The motor starters shall be full voltage across the line, NEMA rated starters with overload relays. C. Enclosure shall be sized for the indicated components, but shall not be less than 48” wide by 18” deep by 60” tall. Enclosure shall be designed to be floor mounted on a concrete pad. The enclosure shall have mounting feet with a removable cover as indicated on the drawings. C. Enclosure shall be Hoffman or equal products. 2.03 COMPONENTS A. Pump control panel shall include phase failure relay, surge protection device, control panel intrusion switch, and any required interface relays. Control panel shall have leak detection and over- temperature modules supplied with pump. B. Pump Starters and control power transformer shall be integral to the panel. Non-resettable six figure elapsed time AC Hour meters shall be provided for each pump. C. The pump control panel shall be wired with stranded TEW tinned copper conductors rated at 75 degrees C. conductor terminations shall be as manufactured by the device manufacturer. D. The level control unit will be in the instrumentation control panel and its output for each pump will be wired into the auto circuit of this pump control panel. 2.04 WET WELL INSTRUMENTS A. Wet well control panel shall also contain leak detection and over temperature modules, and ground wire tester as shown on the panel. Provide (2) insulation testers. B. Furnish (3) Float Switches for Low Level Lockout (LSL), Backup pump start (LSHH) & High Level Alarm (LSH). The High Level Alarm float switch LSHH will be connected directly to the RTU in the Instrument Control Panel. The LSH shall latch in the backup pump start until the level drops below the LSL float. Float Switch shall be SJE-Rhombus “Sensor Float Control Switch” #1002966. EXHIBIT 3-C TECHNICAL SPECIFICATIONS RFP#6186 18 City of Denton SECTION 16310 Denton West Lift Station Pump Control Panel KHA No. 061024017 Page 3 of 3 July 2016 RFP# 6186 3-C PART 3 - EXECUTION 3.01 INSTALLATION- [ Not Used ] 3.02 SPARE PARTS A. One timing relay for every three or less of each range and type installed complete with mounting socket. B. One control relay for every three or less of each range and type installed complete with mounting socket. C. Six pilot light bulbs and 10% spare lenses. D. Three (3) fuses for each type included. END OF SECTION EXHIBIT 3-C TECHNICAL SPECIFICATIONS RFP#6186 19