HomeMy WebLinkAbout10-1984 --t-,_---,..r_
TABLE OF CONTENTS
PAGE
' BIDDING REQUIREMENTS
INVITATION FOR BIDS B°1
INSTRUCTIONS TO BIDDERS lb-1
PROPOSAL P-1
CONTRACT AGREEMENT I 1
PERFORMANCE BOND 3
SPECIAL CONDITIONS
SC-1 General SC-1
C SC-2 Definition of Terms SC-1
SC-3 Interpretation of Phrases SC-1
SC-4 Addenda SC-2
SC-5 Form of Proposal SC-2
SC-6 Qualification of Bidders SC-2
SC-7 Rejection of Bids SC-3
SC-8 Notice of Award SC-3
SC-9 Review and Approval of Proposals SC-3 i
SC-10 Shop and Installation Drawings SC-4
SC-11 Delivery and Liquidated Damages SC-5
SC-12 Manufacturer's Services SC-5
SC-13 Manufacturing Standards SC-6
SC-14 Patented Devices SC-6
SC-15 Equipment Warranty SC-6
SC-16 Acceptance SC-6
SC-17 Responsible Parties SC-7
SC-18 Payment SC-7
i SC-19 Operation and Maintenance Manuals SC-7
SC-20 Guaranteed Efficiencies SC-8 I
j
TECHNICAL SPECIFICATION
SECTION 11001- VERTICAL, TURB114E PUMPING UNIT (ENCLOSED LINE SHAFT)
I
1,00 GENERAL REQUIREMENTS 11001-1 {
1.01 Scope 11001-1 i
1,02 Submittals 11001-1
1.03 Factory Inspection and Tests 11001-2
1,04 Assembly 11001-2
1.05 Marking 11001-3
1.06 Pump Performance Requirements 11001-3
1.07 Pump Setting Requirements 11001-3
i
l
Table of Contents (Continued) PAGE
2.00 PRODUCTS 11001-4
.
{ 2,01 Pumps 11001-4
2,02 Motors 11001-7
i 2,03 Purnp Effi(-iencies 11001-9
3.00 INSTALLATION AND ACCEPTANCE 11001-10
3,01 Coner?l 11001-10
3,02 Manufacturer's Representative 11001-10
3.03 Acceptance Tests 11001-10
` SECTION 11003 - ECCENTRIC VALVES - MOTOR OPERATED
1.00 GENERAL REQUIREMENTS 11003-1
1,01 Scope 11003-1
tr 1,02 Submittals 11003-1
1,03 Water Quality 11003-1
2,00 PRODUCTS 11003-1
2.01 General 11003-1
2.02 Valve Body and Plug 11003-2
2.03 Operator 11003-2
2,04 Valve Schedule 11003-2
3,00 INSTALLATION 11003-3
44:
2" 3,01 General 11003-3
3.02 Manufacturer's Standards 11003-3
I
SECTION 15133 - SLANTING DISC CHECK VALVE
1,00 GENERAL 15133-1
f 2,00 PRODUCTS 15133-1
q, 2,01 Design 15133-1
2.02 Valves Regw1red 16133-2
s
3,00 EXECUTION 15133-2
SECTION 16182 - MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT
'Y" 1,00 GENERAL 16182-1
1.01 scope 16182-1
1,02 Standards 16182-1
1,03 Manufacturer 16182-1
1.04 Operating Voltage 16182-1
,L
f
Table of Contents (Continued) Page
1,05 Control Power 16162-1
{ 1.06 Insulation Levels 16102-1
I 1.07 Motor Horsepower Rating 161132-1
tt 1.08 Enclosures 16182-2
1 2.00 PRODUCTS 161132-2
16182-2
11' 4 2.01 Materials
2.02 Fabrication 16182-6
` i 2,03 Finish 16182-6
k„ 2.04 Factory Tests and Assembly 16182-6
2,05 Small Wiring 16182-6 1
2,06 Power Entry 16182-6
3,00 1NSTALLA£ION 16182-6
3,01 Tests and operation 16182-6
3,02 Painting 16182-6
ATTACHMENTS
MOTOR CONTROLLER SCHEMATIC SHEET 1
VALVE OPERATOR SCHEMATIC SHEET 2
PUMP SETTING SHEET 3
SYSTEM CURVES SHEET 4
r
j
1 '
INVITATION F_OR BIDS
Sealed proposals addressed to Mr. John J, Marshall, Purchasing Agent of
the City of Denton, Texas will be received at the office of the Pur-
chasing Agent at the city of Denton Service Center/Warehouse at
901-B Texas Street until 2:00 p.m. November 6, 1984 for furnishing the
following items:
BID NUMBER 9354 - 8 M60 PUMPING UNIT AND MOTOR CONTROLLER
BID NUMBER 9355 - 14" CHECK VALVE AND 14" ECCENTRIC CONTROL VALVE
Copies of plans, specifications, and Contract Documents are on file and
may be examined without charge in the office of the Purchasing Agent,
901-B Texas Street, and the Director of Utilities, Municipal Building,
Denton, Texas. Copies of plans, specifications and Contract Documents
may be procured from Freese and Nichols, Inc., Consulting Engineers, 811
k Lamar Street, Fort Worth, Texas 76102, Phone (817) 336-7161, without
deposit, by bona fide bidders. M
' A cashier's check, certified Deck or acceptable bidder's bond +
to the City of Denton, Texas, in an amount not less than five 15%)iyal~le
percent of the bid submitted, must accompany each bid as a guarantee
that, if awarded the contract, the Bidder will, within ten (10) days of
• award of contract, enter into a contract and execute bonds on the forms
provided in the Contract Documents.
In case of ambiguity or lack of clearness in stating
w the City of Denton, Texas, reserves the right to adopt rthesnostradvan-
tageous construction thereof, or to reject any or all bids, and waive ~
formalities, No bid may be withdrawn within forty-five (45) days after
i date on which bids are opened,
CITY OF DENTON, TEXAS c ,
John J. Marshall, C.P.M.
Purchasing Agent
To be advertised in j
Denton Newspaper:
October 9, 1984 I
October 16, 1984
y
B-1
1
I'
INSTRUCTIONS TO BIDDERS
01 - PREPARATION OF BID V
Bidders shall use the proposal forms included in the documents.
Proposal forms are to be left attached to documents in same manner
as received by Bidders. Supplemental data to be furnished, as shown
in the Specifications, shall be included in same sealed envelope
with Proposal.
C 02 - DELIVERY OF PROPOSAL
It shall be the Bidder's responsibility for the delivery of his
proposal at the proper place by the time stated in the Notice to
Bidders. The more fact that a proposal was dispatched will not be
` considered. Each proposal shall be in a sealed envelope plainly
marked with the word "PROPOSAL" and the, name or description of the
project.
03 - QUALIFICATION OF BIDDERS
' i
Pre-qualification of Bidders is not required; however, at the re-
quest of the Owner, after receipt of bids, each Bidder requested to
do so shall furnish complete information pertaining to his facil-
ities and experience and such other references and evidence deemed
necessary to show the Bidder's ability to perform satisfactorily the
work on which he has bid.
F
No materials or equipment shall be offered from any manufacturer who
has not been regularly engaged in the production of materials or
equipment
of
the size and
character herein specified for a period of
ten years or more,
04 - INTERPRETATION AND ADDENDA
If any person contemplating submitting a bid for the proposed work
is in doubt as to the meaning of any part of the Specifications or
Bid Forms, he may submit to the engineer a written request for an
interpretation thereof prior to 48 hours of the time for receiving
bids. The person submitting the request will be responsible for its
prompt delivery. Any interpretation or modification of these docu-
ments will be made only by Addendum duly issued and a copy of such
Addendum will be mailed or delivered to each person receiving a set
of such Documents. The Owner will not be responsible for any other
explanations or interpretations, Such Addenda will become a part of
the Specifications.
05 - ALTERNATE BIDS AND OPTIONAL MATERIALS AND EQUIPMENT
The bidder may submit a Proposal for Alternato Materials or Equip-
ment in addition to his Base Bid, for the Owner's consideration, if
IB-1
s he feels the Alternate may have certain advantages to the Owner in
its intended use. Materials or Equipment differing from that speci-
fied may be submitted, provided the Bidder clearly states such
differences, and provided all essential requirements of the speci-
it fications are strictly adhered to, If the Materials or Equipment
offered under this provision is, in the opinion of the engineer or
the Owner, equal to or better than that specified, or satisfies the
F requirements of th,e project, it will, at the engineer's option, be r~
given consideration. Where a statement of such departure is not
made, it will be understood that equipment or materials in strict
' accordance with specifications is being offered.
06 - AWARD OF CONTRACT
The Owner will evaluate the bids and award Contract based upon
Owner's decision for most valuable award, By separate Contract, the
Owner will provide for installation of the equipment. The
Contractor for furnishing the equipment described herein shall fully
cooperate with the Owner and Installation Contractor so as to pro-
vide first class equipment and installation, entirely suited for the
conditions in accordance with the Contract Documents.
The Owner presently plans to award pump station construction Con-
tract, which will include installation of the equipment included
herein, some time in December 1984.
07 - BID ON ALL ITEMS IN EACH CONTRACT
Bidders may submit bids on one or both contracts on items in the
Proposal for which they are qualified. The owner reserves the right {
to evaluate all items in the Proposal of each Contract for purchase.
Such evaluation is considered to be for the Owner's benefit,
08 - PUMP STATION SITE
Bidders aro expected to be familiar with the pump station in-
stallation and to have a thorough knowledge of all conditions under
which the new equipment will be installed and operated,
r
END OF INSTRUCTIONS TO BIDDERS
t
3
IB-2.
I,
r,.
l5
'f Y
PROPOSAL
,y
FOR FURNISH~1pG EQUIPMENT
DATE:
PROPOSAL OF; Bowler, Inc
TO: Jnhn J. Marshall, C,P,M,-"""
Purchasing Agent
Denton, Texas
PROPOSAL. FOR FURNISHING: 1 - Vertical Turbine Pumping Unit
1 - Motor Controller
- Slanting Disc Check Valve
- Motor Operated Eccentric Control Valve
The
carefully signed bidder, pursuant to the foregoing Notice to Bidders, has
w
examined this Prosal I the pecial ti of
the Technical Specifications, and Drawings and will furnish and deliver
equipment on which he bids, in complete accordanceiwithsthe Agreement,
and binds himself upon acceptance of his Proposal, to execute a Contract
to be issued by the Owner, for the following Prices to wit; ~ .1(
No. BID #9354 Descri ti on Total
Amount
Furnishing One (1) Vertical Tu},bine Pumping
Ut3nit, with a rated capacity of 5,$00 GPM ,I
aG0 feet total head, and a guaranteed
overall wire-to-water field efficiency of
.7~_i at 270 feet head, for the total price
ff
Si t Thousandn Hundred
and 00/100._r_
- -0011 ars 1.
2. For additional
Optional cost for witnessing S 60-- 7o y
the
OOwnePum theetotal amounteofntative of the
Nine Hundred oi,y One dnd 00 i0O ~r
„
Dollars S 941.00
,
i'
f~
i}
I'
i
P-1
i
o
T
Item
' Total
Descri tion Amount
3. Furnishing One (1) Motor Controller as des-
cribed in the Specifications, for the total
amount of
sj
Nine Thousand Seventy-Four aad
-Dollars
9,074.00
610 #9354
{ TOTAL AMOUNT ITEMS 1 THRU 3(40N444ff4) s 70 760.00
BID 9355 '
4. Furnish one (1) fourteen inch (14") motor
operated Eccentric Control Valve for
Pump No. 2 discharge for the total amount
of.
.
F ~s 1
Dollars $ ._No Bid
5. Furnish one (1) fourteen inch (14") slanting
t disc check valve for Pump No, 2 discharge for 1
the total amount, of: 1
Dollars ; . N4 .6L(
TOTAL AMOUNT ITEMS 4 AND 5{BIU 9 u) s W
{
The undersigned bidder agrees to start work as soon as possible after
notification of an award and immediately enter into contract to deliver
1 all equipment covered herein within the number of consecutive calendar
days shown, after notification of the award, It is desired to have
j delivery at early date; therefore consideration will be givun to delivery
dates which will benefit the Owner and Installation Contractor.
Item
Description Delivery Date
I Vertical Turbine Pumping Unit
Additional 2Q_WeeksLL
time, if any,
for witness test of pump o
3 Motor Controller
4 Eccentric Control Valve 1~---
5 Slanting Disc Check Valve
Enclosed with this Proposal is a cashier's check, certified check, or
a Proposal Bond in the amount of
F 5% of greatest amount bid
*Allowable Deduction For Furnishing Rigid Coupling Above Stuffing Box in
Lieu of Flanged Coupling, $630.00
P-2
3
A
"'14
a
as proposal security to be collected and retained by the Owner as liqui- ; i
dated damages in the event a Contract Award is made by the Owner based on
this proposal within forty-five (45) days after receiving bids, and the
undersigned fails to execute the Contract and required bonds within ten
k (10) days after being notified and receiving the conformed documents.
Otherwise, the said bid security will be returned to the undersigned upon
demand.
The undersigned acknowledges receipt of the following Addenda,
None
Respectfully submitted,
Lay4CIchert A. M ey Co.
' BY , c~
Geo_ Vice Pres,.Mktg,
Print Name an Tit-1
e
1993 Chelsea Ave.
P. 0. Box 8097
_Memphis, YN _3~8~108 rru ,
1 Address
I
► I
r
r
t~ y
f P-3
{
DATA SHEETS AND SUBMITTAL INFORMATION
:i
ti Submit the following data and information with Proposal for each size unit.
Pum Data
(1) Make and Type Letter of Pump AB Inc,-GM
t. (2) Speed - RPM -
I (3) Diameter of Impellers 8 Material
4) Maximum Diameter Impellers for Bowls
(5) Size of Bowls
(6) Number of Bowls`
(7) Impeller Shaft Diameter & Material T 2 'Sib
8) Line Shaft Diameter 8 Material S,"
■ (9) Column Diameter and Mail Thickness 16-0.375
f (10) Maximum Horsepower Req, for Pump
Including Thrust Bearing Loss 642
Motor Data
4 ~ 4
(1) Make and Type Letter of Motor Siemans-Allis
(2) Brake Horsepower of Motor at 90° Rise by -
Embedded Detector 629.0
y (3) Locked Rotor KVA Code f "
FFF (4) Motor Efficiency at Full Load
(5) Motor Efficiency at 3/4 Load
(6) Power Factor at Full Load 95'2 _
t (7) Power Factor at 3/4 Load 86.0 ,
f (8) Method of Insulating and 84'3
Motor Coils g Impregnating
Weights
(1) Weight of Pump 11,500 lbs.
(2) Weight of Motor 5 90- lbs
(3) Weight of Motor Stand ] 500 s.
(4) Weight of Complete Unit
Motor Control Data
1) Mahe and Type of Motor Con(,oller Siemans-/,Lis 81000 SRS.
sl (2) Outside Dimensions
a (3) Weight -162QOG bs.
! Motor Operated Valve Data
(1) Valve Manufacturer, Size and Model No Did
(2) Pressure Class 8 Body Material
(3) Motor Operator Manufacturer & Type
Weight of Complete Valve Unit -
i' . P-4
r
i
. Slantiliq 04ic Check Valve
(1) Manufacturer, Size and Model Bid
(2) Pressure Class
(3) Weight _
I
S
}
I
r 1
I I
i
I
Pry
1
ATLAS ENGINEERING, INC.
331 Arapaho Central Park • P.0, Box 940 • Richardson Texas 75080 •
Phone (294) 2352885 _
.r
1
November 6, 1984
Mr, John J. Marshall, P.A.
City of Denton
901-B Texas Street
Denton, Texas
Ret Denton Raw Water Pump Station
Contract No,l
8 MGD Pumping Unit and Motor Controller
Freese and Nichols, Inc., consultants
Gen Llement
Atlas Bngineering, Inc., ac Agent for Layne and Bowler, Inc,
of Memphis, Tn., presents herewith 4ayne's proposal, on the purnpInq
unit required for the subject contract,
We have attempted to follow your specifications without exception,
and we believe we have done so. However, soma clarification of
special eondition❑ and specifications should be addreseud fur
l' clarification,
1, We are anticipating that puvj, and electrical will be shipped
direct to the job site from their respective factories.
f1 The break-dawn of Unit Shipment of page P-2 isi
a, Pump 16 weeks
I b. Motor 20 weeks
c. Controller 12 weeks
All shipments date after receipt of approval
2, Regardinq Section SC-150 Equipment Warranty; we prefer to
amend the second
f paragraph to state that the Vendor will
"repair or replace ,
1 3. Layne accepts paragraph SC-16 with the understanding that
such adjustments that may be made are for mechanical. or
installation adjustment and that the certified and/or wit-
nessed shop test is to be the criterion of acceptance for
performance parameters.
4. Regarding paragraph 3.021 page 11001-100 Layne has provided
for a factory service representative for two (2) trips to
the job site, with one (1) day per trip on the job to check
the contractor's installation and to provide start-up ad-
justment and operating instruction. If all is in readiness
when the service representative reports, includin,r.full
power facilities and water for pumping, this will be suffi-
^ RFPREHFNTING MANUFACTURERS OF MUNICIPAI. ANO INOUATNIAI. PIIOCESS ANG CONTROL tO1Jr1'MENT
S .
"'1C
• November 6, 1.984
Mr. John J. Marshall, P.A.
City of Denton
Re: Denton Raw Water Pump Station
Contract Nb.l
page 2
Y cient time. Any other time requested for the contractor's
convenience or because utilities were not available will
be charged for at 5250.00 per day plus travel and liv:inq
expenses. Please note that Layne has not provided an
indefinite number of visits or days on job for supervision.
5. Regarding paragraph 3,03, page 11001-10, the field test
shall be for determining proper mechanical operation only.
The specified shop tests shall be the criteria f,or acceptance f
of performance parameters, i.e. heals, capacity, horsepower, 1
and efficiency,
6. We interpret the specification requirements to guarantee
overall wire-to-water efficiency at 270 feet total head I
and 7,700 GPM capacity, and our stated w/w efficiency is
at that condition. ;q
j
We appreciate the opportunity to quote on your requ.irem(-nts,
avid we would welcome the eurther opportunity to discusa our
proposal with you. J
Very truly yours,
ATLAS FNG1NEFMINC, INC,
Representatives for Layne & Bowler, Inc,
j l.i,~
V. G. Ahern'
VOA/ rz
Fcnl,
}
Ii
1
s
I
T-„
SECTION 8200
CURVE NO. 12.202A
LAYNE A BOWLER, INC. No. Elf. ji-, GM MEMPHIS, TENN. 38106 Sf4Q41 Change MAq• 1180 R,P,M, IA IMPSINGLE STAGE LAB PERFORMANCE WITH
STANDARD
IMPMATERIALS. EFFICIENCY SHOWN FOR ? OR MORE STAGES. HORSE POWER SHOWN FOR ONE STAG( ASEU Am. 'c...uq BOWON 2 STAGE EFFICIENCY. CORRECTIONS
S11411LD Rl4 0MADE FOR STAGES AND MATERIAL,
On f .y 1 NOTE: Deduct Y. point an effkioncy for 0, L. Bowl,
STAOR STAGES
W. DIA
4611 2yo A=18,92
8- 62
= 17.0
MULTI-STAGE C
16 17..20
J
F 67 65-
4.11 1
428 Y 0 72 77}
1.4 .
81 84
C
86 j
J 8A 84
F 6177 1
f ~ a -48-
6 C
>fJ
30 ~I 1 1
20 m
- a
10 a
a H ~
w
ZEf10 a
a z
r W A
~ ~fift
Lu E3
W }
r ~
60 0
# U I
0 w
F I
4
0 2000 4000 6000 000 10000
CAPACITY U.S, G,P.M, P1J R PO ; `iL..Y
CUSTOMER;
rTY oF~.Q CUSTOMER N0,
LOCATION: LIUID, _
P~dZT REF JOB NO; GPM; 7?DO
JOB NAME; FaEF Ol1OTf: NO; ~
APPLICATION: - »--p-~~=L? TUH: 2 70
SAL ESORDE14 NO: Ep(•: -
CONSULTING ENGR.r PUMP SERIAL N0;
fgR,~PPR94r41_~ it BHP: 6 Z 9 _ "
SP, GR, O
y
I
I
I
SECTION 3100
A ne WELL PUMP PAGE 8
DATE 6/1177
AMNN•CNwp4 , SUPERSEDES
STUFFING BOX ASSEMBLY
OIL LUBRICATION PRELIMINARY T
STYLE 60
FOR QUOTATION
~f _PURPOSE ONLY
MWPIAL
.
PART NAME
STANDARD SPECIAL
LOON SCREW
OII. INECE
y 1 TENSION BEARING ARONIE _
TENSION BOX CASE (RON_
0 RING BONA.N
TUBING
CS•SCH fl0 PIPE 1 '
UNf SNAII G104y fAR SIL _ T
I I }1 ' f
_ I IN OACIRNM AWACAMI NI IA43W 101V VA01( fN t!RY W)l AND PUW Ll AIA~ No
INSIALLAIION ANU OPIRAIING INSNXIiIINS
1. R/M0V1 IN! IOCK OCRIM AM/ TILE 001000 AND IHOROVONIY C/!AN tNl 1{00000/1 KI%
IML MR 'Mf RWO 0000V1. MMOVE ANY NICAI OR /VMR1 (ROM INE uo"N ANO _p1RRip
{OWIR M9VNNNp /ACEI AND MAl6 111011fER W11N A fINE FLAT fill. Nt IWALL ANO _ y-~- - ~ -
110NILV It Pit 1 D SURFACE OF ?N! G RIND. WAC} 008 LVOAICA 04 M
16/ ttINO 0 IIR~MNI 01101
i CLIAN FILE ILWACIF OF TN[ HEAD tHAt RICCIVEA DO IINNONROA AND REMOVt ANY _ IN ORO/O R!R ON EDEN itp I1. Itl'tINO
NIC%1M 1 UAREWITH A FINE FLAT FILE. ly-11/11 _ 6 !
E - E- CAAff ULLY IMt1'All TNI IIN01(1N 0IN{pMa!Alb 1Op TILL MOANb 11 VI
t NOl ! WIIN FN( TAPS IN 1111- 111!1{
1
NCANCRIWI At NC 10% - INSTALI NCY IONVIN }Hl M"f 11 -
144
I NTT ~Ip - - rhom {MOOUNN INO IACI ANO Rt01[1R WI f:MFINI/LEgIMOVt ANY NN:KtP OURRI FROM FILE _E 11_ /N
INAlb1 WI}N A FMREI COUNT Rf O 11IL t.
,I { O
I .
IL tits TNgUDI AND ENE "I AMID EARL IUIIY Fl4C[ TILL 11001000 It AILING OV(A }NI IOTAI OROFOMIN • "A" ?11000 %.y.,I
IWAF?
1,011,90 I~LANOIR7Att IPI14LYNC 0FACTS THE TION I box FACE, THAI bINO VNill THE E%AM1l t: 100!(1101 I I1/1{"k11/l" -
{ SOppR N 100E IRCn1M AMDWII Of TU/E t(NNON. PER 10 IWAll AIION MANUAL PAGE 10 TOTAL DROPSMIN, - IN . f 1• II x 71 • F f 16.11
stifM10 !M t"N t00 Faf. I1"M 10 FILE 01IAH(1t LOEAIN I MWICN
p _ CHAR} 1 _ 1. INl lU1RlCAtOA WWIb Of CHt C%Eb 1lRM10MxllV AIM Al i[T IF A/W1Rfil tO MAIN/A.
Utk
fly tA
11 11Y tMf/p0![II IIOWIHt ANpoxlMAtt PI 0! IWUII! Of CON/INVOU[ OM RA711ppNy Al yMgLy FIpO RAtI
001' ON 100 10b 171 I{d CAN Of IOLNID IN CMART 11110! NI MlIY RtCOW11N0l0 tNAI 100[ LII A1CA100It A.
IILLtb WHIN It IS ONE 0UAAtfR FULL.
A". Ai"I Of tUL1 Al 90A IACH COAIIl11t TURN OF iNf ttNMONIIAAINO Vitt t01
Al NWMCR OF 110001 0 OWED CAN It CALCILA/tD 1V DIVICI M IH( FIOURE A/OVI CNAAt 1
.i IWO Ill! tlAWCW FIOUAI FROM FAO! 1101 }H! INOtAIIAlgN MANUAL
Nqp NUWIR Of 1101010/ 00NiN(1M111 p11RA1M1I
I/ MttR ADA41I00O THI fENMDN 1IARI1101Nf IROItR NUW{R Of 1p01q 0001101 AUONL FLOWAA(f lU1RICA1-_--- Olj CAOhCIjY
NI tN 1M! lOC ICAIIR r ON tXt T~OPSFI, IT II IIII ICOIWtN01b THAT ENE 11AMINO t! IACKtO Dpa_ IN _ I GUAM?
OF; TO tH! NIE(AMIALgF A 101 [NY b1.t1000 f[ IT ?Axis MORt THAN AN LLAW tUAN EON- 1 At ! D1Ap}
WARD f0 ACN'[VE lRkNO 1 110 7„
1. NM1All ANO flpNifN THE IOC41CAtArs - 10 _ v of .Y 110 to
o
A 00NNICY TN1 UMAKAICH M IN1 011 COfMlC110N W tN[ itNf10NN0MARINq. 16 ~ v Y
jW3 yjt BOA AIWI441V1,~0AW 0041914. OIL COlN101lIIpIWNTIfY RATING OF ~ If IM
W/JRtANT1 L I/ ylCp - Ib
CA 0 1O NR1lAl M AI A T10WN 0/ 1 _ N
6mw p p~A/0l~y~p 001t I AIt! A M
;p1 / `TILED NI CHAT PI A(D At IOMDT10 AOMAAII AT TINSM%t MR~71 WONUf(j!( g111'~IS11„11M A0 T 1, PS „
CHIT DI 1!T?INO. -
`1a 1011 ,L~ru.'WIL O tAAt", tNf LLMAICA?OA WOAD It bAN1E0 IN ACOMOMtf III Id II M 4
i3 CHA
1 POS 276
Bayne SECTIONAL DRAWING
LAYNE A •OWLEN, WC, FCArY6ED Er4GZ'QSEDG.yE srs~•4FTGI~l1/rl+~v r
MEMIHtt, TN SH08 USA
I
4
f •
rr
MW ell.w ! .
f
1' a s+^ I
PY ~ ~
I
i
d/B
-Gore
Y
PRELIMINARY
FOR QUOTATION
PURPOSE ONLY
~'GNO. EAC^ 069
C SECTIONAL DRAWING SECTION; 1100
mom AMp4, C~„^, Ckaj~76 240 +QG; r SNORT COUPLED BOWLS owG, NO,; 6511-8110
LAYNE & IIOWLER, INC. & RATE; MAY 1, 1 1111
MEMPHIS, TGNN.38100 4:I4G3,10,10 LINE SHAFT HUMUS: SEPT. I
FLAN6EA D141HARCE CONNECTION
PRELIMINARY
f~
FOR QUOTATION
PURPOSE ONLY
32
j ITEM PART NA-WE-
NO ~
y) TD, I NAL
I 609 j BOWL ASSY.
31 IMP. SHAFT COUPLING iTfft- Z)
~f 53 02 IMPEILERSHAFT 41 Ss
34 BEARING TOP INT. BRONZE
813 35 BEARING INT• BR NZE
e - 36 INTERME R DIATE~ _ C. L L30 1
a BRONZE
38L IMPELLER IOW N,P H. B1411142E
619 40 SUCTION BELL C I•CL30
55 41 BEARING SLICTION BONZE
659 42 TRAI R
54 1 APT R I 0
64 DIS HARDEN 11 E T.+0 J
- 818 r 65 OIL EAL 2 U BER
616 61 WEAR RING OR NZE
- 821 * 61L WEAR AING I WN,P,$,H. BAON?(
aS _ 34 68 SAND COLLAR BRONZE
I 54 S CTI N P UG C.I.
rl 629 bOS MAIN BEARING BAONIF
8$1 IJ CAOSCRFW ROWI COI T
616 f,APSCREW lIOWI g{}}} {
825 618 BLARING DISCII NOLI HHON/1
h 1 38 CJ 619 OA KE1 OWL/ COL.
{
620 GASKET,BDWL
620 6 1 O'RING RUBBER
57 625 KEY IMPELLER IN.STL
i0 ¢YY 2 SPLIT HAILS IN STN, TL j
I - 38 A H. EW AIN S L
~r 8 T RE C LLAR T TL.
6 9 P RE IEF P AT I
35 661 RE TAININGMIND STN SIC
36L
858 * FURNISHED ONLY WHEN SPECIFIEDORWHEN AEOUINED•
i n OPTIONAL-FURNISHEO ONLY WHEN SPEeIFIF0.
h 57L NOT FURNISHED FOR FORCEOWATER LUBRICATION,
58 ■ NOT FURNISHED WHEN AN OPTIONAL SYNTHETIC SUCTION SEAAINO
40 MATERIAL IS SPECIFIED,
` 41 E7 OPTIONAL-FUANI$HEOWHEN SPECIFIED OR WHEN OPERATING
831 PRESSURE IS 110 PSI OR OREATER,
C q ~-b8 OPTIONAL-FURNISHED WHEN SPECIFIED OR WHENREOUIREp
5
DUE TO BOWL PRESSURE LIMITATIONS.
42 !~L RELIEFCEOPWORTS NORMALLY OPEN, PLUGIt FURNISHED ONLY FDA
FORATE0 LUBRICATION WHEN LUSE PRESSURE EXCEEDS
BOWL OPERATING PRESSURE,
I
NINTID IN VIA.
jwnwmtw .eYk~~Wf~~1t J✓LL
r
.>tten
/~'•~~AFYI .TIIt•Y•.
~Y __~---emN•rrrere~lYe Q+~srAt:~~
,
lt~4rlt'I? ~
r~ 40
i
lA~~l4' i
i ~
I
Irs"
i
rApli
FOR QUOTA MN
PURPOSE ONLY
s ur,,~Sl r OLNr. . X14..M M^h7Ad,~y~nrs~w
./.~!'iR"A1iR•~~ /A•iC eVJY /.AM"~Y~~~f,7L„ ~~AV'.M
Cvft rfl~Y !
AOOW,W
rq~:..~iak!+M...:.~~hS'..A:✓QI'Q.TGK.,..~?ro+- LL'2!7~..J1. eM',
! 1~:•,•n.. •am-..~r'.......u •"e'41!saa-w st~s~~ RW.w.d4 ~.r ~
•E
CONTRACT AGREEMENT
STATE OF TEXAS Q
COUNTY OF DEyTON
THIS AGREEMENT, made and entered into this 4th day of December
A,D., 19.840 by and between the City of Denton
of the County of Denton
y ~__Vand State of Texas, acting through
its City Manager - -
_thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER and
Layne & 1
Bowler, Inc. ,
x of the City of Memphis County of Shelby
and State of Tennessee -T~
Party of the Second Part, herernarcer
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of
the First Part (OWNER), and under the conditions expressed in the bonds
bearing even date herewith, the said Party of the Second Part {CONTRACTOR)
hereby agrees with the said Party of the First Part (OWNER) to commence
and complote the construction of certain improvements described as follows:
r
Furnish,'nq One Vertical_ Turbine Pumping Unit and One Motor Controller
Bid No. 9354
and all extra work in connection therewith, under the terms as stated in
the General Conditions of the Agreement; and at his (or their) own proper
cost and expense to furnish all the materials, supplies, machinery, equip-
ment, tools, superintendence, labor, insurance, and other accessories and
services necessary to complete the said construction, in accordance with
the conditions and prices stated in the Proposal attached hereto, and in
accordance with all the General Conditions of the Agreement, the Special
Conditions, the Notice to 8lddors (Advertisement for Bids), Instructions
1 ,
10.15-71
. 1 78
,
I
f
T.
1
i to Bidders, and the Performance and Payment Bonds, all attached hereto:
and in accordance with the plans, which includes all maps, plats, blue-
prints, and other drawings and printed or written explanatory matter
thereof, and the'Specifications therefor, as prepared by FREESE AND
NICHOLS, INC., herein entitled the ENGINEER, each of which has been Identi-
fied by the CONTRACTOR and the ENGINEER, all of which are made a part
hereof and collectively evidence and constitute the entire contract,
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in a written notice
to commence work and to substantially complete all work within the time
stated in the Proposal, subject to such extensions of time as are pro-
:i vided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this Con-
tract, such payments to be subject to the General and Special Conditions ~
of the Contract.
IN WITNESS WHEREOF, the parties to these presents have executed
this Agreement in the year and day first above written.
ATTEST:
City of Denton
Party 1 t F st art` OWNER
BY
G. Chris 11artung
City 14anager
(SEAL)
i
i ~
f
ATTEST:
i
Layne A Bowler, Inc.
WRY of the Second Part, CONTRACTOR
By .._CL.
TitldV
(SEAL)
2
10/22/73
- 78
,
PERFORMANCE BOND i
STATE OF TEXAS
M COUNTY OF ner~TP~1 E
KNOW ALL MEN BY THESE PRESENTS: That Layne & Bowler, Inc.
of the City of Mem his
County of Shelby and State of Tennessee
as PRINCIPAL, and Seaboard Surety Company
as SURETY, 1
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto the " Cit,,4,of Der1ton
as OWNER, in the penal sum of Seventy- _
Thousand, Seven Hundred & Sixty Dollars ($70,760,00 }
for the payment whereof, the said Principal and Surety bind themselves and
their heirs, administrators, executors, successors and assigns, jointly
and severally, by these presents;
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated the 4th day of December 1984 for the-sap--
straobi"-ef furnishing of
F One Vertical Turbine Pum in U~ nit and One Motor Controller-
Bid No. 9354
which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein,
NOW, THEREFORE, the condition of this obligation is such, that if
the said Principal shall faithfully perform said Contract arid shall in all
respects duly and faithfully observe and perform all and singular the cove-
nants, conditions and agreements in and by said contract agreed and cove-
nanted by the Principal to be observed and performed, and according to the
true intent and meaning of said Contract and the Plans and Specifications
hereto annexed, then this obligation shall be void; otherwise to remain
in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as amended
3
'7B 10-15-71
.
1
by acts of the 56th Legislature, Regular Session, 1959, and all liabilities
an this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
PROVIDED FURTHER, that if any legal action be filed upon this
bond, venue shall lie in . Denton County, State of Texas. {
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract, or to the work to be per-
formed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
,
sealed this instrument this 4th day of De~gpber 1984
1
! c. _ Seaboard Sure y Company -
r ncoler
pa fur- ty
y
Title Pfes~tri~ Tit'ie
Address Pb.'60~ Rff Address
A) 3 -2
377
(SEAL) (SEAL) {
i ~
The name and address of the Resident Agent of Surety is:
NOTE: Date of Bond must not be prior to date of Contract. I
I
,COUNTERSIGNED BY:
~~rs~in:rvr ncrrrr; '
4
y
10-16-71
f '78
1r..,
,
Certifie l Copy
r'~1~AT30AI2D Si722'if~;i`I' C17MPA2V'ft' 1k
No, 1071 NEW Yonne, NEW Yottli
E POWER OF ATTORNEYi
KNOW ALL MEN BY THESE PRESENTS, That SLABOARD SURETY COAfPAATY, a corporation of the State
of New York, has made, constituted and appointed and by these presents does make, constitute and appoint 5 dney A.
Stewart, Jr.r Bob D. Lyons, A. C. Isham, James S. Dickey, Mary FI. TiUets
of Memphi•sr Tennessee ,
Its true and lawful Attorney-in-Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under-
takings and other Instruments of similar nature as follows; NIithout Limitations
f
" Sueh Insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid
Attorney-In-Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authoriztd officers
i of the Company and sealed with its corporate seal; and all the acts of said Attorney-InFaet, pursuant to the authorlty hereby
given, are hereby ratified and confirmed,
` This appointment is made pursuant to the following By-Laws which were duly adopted by the Board of Directors of the said Com-
pany on December 8th, 1927, with Amendments to and including January 15, 1982 and are still in (till force and effect;
ARTICLE VIi, SECTION 1:
"Policies, bonds, recognizances, stipulatlons, conaert<s of surety, undetwriting undertakings and Instruments relating thereto,
r Insurance policies bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and
I other saiGngs relating In any way thereto or to any ciatm or loss thereunder, shall be signed In The name sad on behalf of the Company
(a) by the Chairman of the Bcard, the President, a Vice President or a Resident Vice President and by the Secretary, in Assistant Secretary,
it Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney-In-Fact for the Company appointed and authorized by the Chair-
man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatlv" as the Board may
from time to time determine,
The seal of the Company shall ff appropriate be affixed thereto by any such officer, Auorney•tn•Facl or representative."
IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these resents to be, signed by, ~1 ~s
Vice-
Presidents, and its corporate seal to he hereunto affixed and dui atlcs p r )one 4~I1
day of Matr. h...... y led by one of Its Assistant Secretaries, this .
' 4 #1
Attest; SEABOARD SURETY COAIPANY, k
i
(Seal) ,-.m rgare,t„Scofield By. Thomas P. I 1. 1 Assistant Secretary ! GOrk@ 1. 11. • •
STATE OF NEW YORK VIce. President
COUNTY OF NEW YORK ss' t I I
On this 6th day of ?bra,}},, I
, 19„ „before me ppersonafiy appeared I
' . P a Vlce•Presldent of SEABOARD 5URF'Tl' COMPANY, r I+
1 with whom I am ppecrsonally acquainted, who, being by me cluly sworn, said that lie resides In the State of P.. NNW,„Ir,~r.AAY
that he is a Vfee-President of SEABOARD SURETY COAfPANY, the cor oralin described it tr
h ep- the fore.
going Instrument; that he knows the corporate seal of the said Companythat the srnl affixed to slue trume
nt Iscsuch corporate
seal; that it was so affixed by order of the Board of Directors of said Company, and that he tlgw,ti his name thereto as Vice-
President of said Company by like authority.
State cf New York
% No, 41-•9010912 Qualified in Queens County I
Certificate Riled in New York_ County
(Seal) Commission txpires March. 301 1984 Iflt; A,j,l0Q.13A.I.,,1,
gg CERTIFICATE NotaryPubllc
the fore'goinguIs arfull,ctr esandicorrecttcopy, is In fulls fo`rcelar and SURLY effect on CO a date oNI' do f this tCertificatetallld lfado hfurrtherncerllfp thatf tl a Vice
President
who executed the sold Pos~rer of Attorney was one of the Officers authorized by the Roard of Directors to appoint an attorney-In•fact as provldtd In
Article VII, Section 1, of the Byy•I,aws of SEABOARD SURliTY COMPANY,
Thus C,,111care mail, be sl~ned and sealed by facstmile under arid by authority of the following resolution of 111c Board of Directors of SI?A.
BOARD SURFTV CO1PAM at a nltedtl dui called aid held on the 28th day of ,June 108, file use of on Any Serdticaton of)[lelcorreciatig ofantco~Y a(aart trInsttrument
exc ulcdtb>,Ihe President orrra Vlce•Presldentt pursuant to ArifeleaVll sSection of t
com under,aktngetoraatlicrpinstraunrtsridescriledfllig saldatArticic11r1ht5eetonrllinsltT Nkclef(ect astlftatch seal Tand a ohnstguaturehads~eendmanuallly
affixed and made, hereby Is auu2rized aml approved."
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the Company to these, presents ibis
' s;}'rq ,4,Lh,,,,,,,,,,,,,,,, day of ....Dec)embor t3
a I ,
~~rfo2r
Y
vrel"vs Assts nt Secretary
F Idr (Aev,l•19)
4
l ~
' a
~ h
SPU IAL CONDITIONS
SC-11 GENERAL
A. The work to be performed consists of the furnishing of all
materials, machinery, equipment, superintendence and labor and
performing all work necessary for furnishing and delivering
the equipment specified.
B. It is the iniantiun of the Owner to evaluate and select the
equipment from the bids received and award a Contract or
Contracts for furnishing such equipment, The equipment will be
assigned to a Construction Contractor for installation.
Payment will he made by the Owner in accordance with Item
SC-18 herein.
f SC-2 DEFINITION OF TERMS
A. City. Whenever the word "City" is used in the Specifications
and Contract Documents, it shall be understood as referring to
the City of Denton, Texas.
B. Owner, Whenever the word "Owner" is used in the Specifica-
tions and the Contract Documents, it shall be understood as
referring to the City of Denton, Texas,
C. Engineer. Whenever tho word "Engineer" is used in the Speci-
fications and Contract Documents, it shall be understood as
referring to Freese and Nichols, Inc,, Consulting Engineers,
811 Lamar Street, Fort Worth, Texas 76102, Engineer of the
Owner, or such other engineer, Supervisor, or Inspector as may
be authorized by said Owner to act in any particular posi-
tions.
0. Vendor. Whenever the word "Vendor" or "Equipment Manu-
facturer" is used in the specifications and contract docu-
ments, it shall be understood as referring to the successful
equipment supplier for this project, his legal representative
or his agent, signing this Proposal and the Contract,
E. General Contractor, Whenever the word "General Contractor" is
used in the specifications and contract documents, it shall be
understood as referring to the Construction Contractor who G
will install the equipment specified herein at the City of
Denton Water Treatment Plant,
i
SC-3 INTERPRETATION OF PHRASES t
A. Whenever the words "Directed", "Required", "Permitted",
"Designated", "Considered Necessary", "Prescribed", or words
or like import are used in the specifications, 'it shall be
SC-1
1
~ i
understood that they are intended as a prerogative of the
Engineer; and similarly, the words "Approval", "Acceptable",
"Satisfactory", or words of like import, shall mean approval,
etc., by the Owner.
B. Wherever in these specifications for the work the terms or
descriptions of various qualities relative to finish, work-
manship, and/or other qualities of similar kind cannot, be-
cause of their nature, be specifically and briefly described
in general terms, the Engineer shall be the final Judge as to
whether or not the workmanship as described is being performed
in accordance with the intent of the plans and specifications
therefor, and the work shall be completed in accordance with
his interpretation of the meaning of such words, terms or
clauses.
SC-4 ADDENDA
The Owner reserves the right to issue additions to these specifications
prior to accepting bids for the equipment. Such addenda shall be made a
part of these specifications.
To properly qualify his proposal, each bidder shall acknowledge roreipt
of such on the outer envelope containing his bid proposal and in ':he
space provided in the Prnposal,
1 SC-5 FORM OF PROPOSAL
Forms of Proposal, Special Conditions, and Technical Specifications may
be obtained at the office of Freese and Nichols, Inc., Consulting Engi-
neers, 011 Lamar Street, Fort Worth, Texas 76102, without charge, by bona
fide bidders.
f i
Bidders shall bid all items in one or both of the contracts. It is the
intent of the Owner to award a purchase order for the best combination of I
bids submitted, based on Owners decision. The bidder shall write "N/A"
(not applicable) for the bid price on the contract items on which he does
not wish to bid.
The bid price as stated in the proposal shall be a lump sum price for '
fabricating and furnishing the equipment and materials, f,o,h job site,
Including all applicable taxes, and all costs for each of the items as
herein )
after
specified
. The bid prices shall be written in ink, both in
words and in figures. In case of discrepancy between the price written
in words and the price written in figures, the price written in words
shall govern.
Prospective bidders shall make a careful examination of the specifi-
cations and shall become fully informed of the overall requirements.
SL'-2
I
SC-6 QUALIFICATION Of BIDDERS
A. After the bids have been opened and tabulated, the Owner
reserves the right to require the low and/or best bidder to
furnish a "bidder's Statement of Manufacturing Experience,
Equipment and Financial Condition" as a condition precedent to
.a issue of a purchase order. The Owner may make such investi-
gations as may be considered necessary with respect to the
responsibility of the bidder to whom it appears the purchase
order will be issued.
B. The pump manufacturer shall have not less than ten (10) years
experience in the United States in the design and manufacture
of pumping units of similar design, and comparable in size,
head and capacity of the type specified to be furnished.
C. The manufacturer of other equipment shall have not less than
ten (10) years of experience in the design and construction of
equipment of the type specified to be furnished. f
SC-7 REJECTION OF BIDS
' The Owner reserves the right to reject any bid if the evidence submitted
by the bidder, or if the Owner's investigations of such bidder, fails to
satisfy the Owner as to his qualifications to carry out the obligations
+ of the purchase order and complete the work contemplated therein in a
skilled, workmanlike manner.
Proposals will be considered irregular and may be rejected, if they show
alteration in form, additions not called for, conditions or unauthorized
alternates, or irregularities of any kind. The Owner reserves the right
to reject any or all bids and to waive any informalities.
+ i
SC-8 NOTICE OF AWARD
The Owner will notify the successful bidder, by awarding a contract,
within forty-five (45) days after the date of receiving bids.
j SC-9 REVIEW AND APPROVAL OF PROPOSALS
After proposals from equipment vendors are opened, the Owner reserves the
right, in selecting the equipment to give full weight to type, construc-
tion, weight, function, servicaability, efficiency, and other character-
istics that may 'n the opinion of the Engineer be material factors in the
choice of the equipment best suited to serve the Owner's interests.
Each equipment vendor submitting a proposal shall furnish, as a part of
his bid, full specifications and dimensioned drawings covering the equip-
Mont offered, together with performance curve, where applicable, all as
s herein later described, and such data relating to the equipment selectf.,d
by the Owner shall become a part of these specifications as it applies to
the separate contract for installing the equipment.
f
SC-3
The Owner reserves the right to evaluate the bids utilizing a theoretical
operating schedule in conjunction with the pump and motor efficiencies
stated in the Bidder's proposals in order to determine the best sub-
mittal, This evaluation may also extend the full expected operating life
of the unit and may include the cost of power which will be consumed
s during the unit's lifetime. The equipment vendor is hereby served notice
that the first cost of his unit may or may not be the deciding factor in
the selection of the pumping unit.
The evaluation shall be made by the Engineer. The information for the
evaluation of each proposal shall be obtained from the Proposal and the
information required as a part of the Proposal, and the data sheet which
is contained in the Proposal. Each bidder shall present complete data on
his equipment at the time proposals are submitted and additional
information from manufacturers will not be accepted after opening of
bids; however, where additional information on equipment and costs is
required by the Engineer in the process of evaluating the proposals, an
equal opportunity will be presented to all bidders, by letter, to submit
the same information,
SC-10 SHOP AND INSTALLATION DRAWINGS
The Vendor whose equipment is selected by the Owner shall, within 45
days, submit for review by the Engineer complete shop (fabrication) and
erection drawings for the equipment and materials to be furnished. The
Vendor shall proceed with shop drawings and manufacture of equipment
after notification of being selected.
The procedure for submission of working drawings for approval shall be as
follows;
A. The '/endor shall submit six (b) prints of drawings, one (1) to
the Owner and five (5) to the Engineer foo his approval. The
submission of drawings shall be accompanied by a letter of
transmittal. The vendor shall be responsible for maintaining
one (1) set of approved drawings to be furnished to the
General Contractor,
B. When a drawing is satisfactory to the Engineer or only re-
quiring minor corrections, three (3) prints will he rto "Approved" eturn
him ed
stamped
or m
rected" daed arked or "approved as Co r- f
tede and the copies thereof will he returned to the
f Vendor by
lettr.
i
C. Should a drawing be unsatisfactory to the Engineer, he will
stamp thereon "Not Approved-Resubmit" and will return one or
more copies thereof to the Vendor with the necessary cor-
rections and changes indicated, The Vendor shall correct or
change the drawings as required by the Engineer and again
SC-4
i
s
submit at least six (6) prints of the drawings for approval.
The Vendor shall revise and resubmit the working drawings as
required by the Engineer until approval thereof is obtained.
D. Approval by the Engineer indicates general compliance or
acceptability; however, it does not relieve the Equipment
Manufacturer of final responsibility for proper dimensions,
character, quantity, quality, strength or sufficiency of the
items involved. Waivers or exceptions to the plans and speci-
fications may be validated only in writing by the Owner which
specifically identifies the feature and no such waiver or
exception shall be allowed as a result of omissions or over-
sights in examining and approving the above drawings or other
material.
SC-11 DELIVERY OF EQUIPMENT AND LIQUIDATED DAMAGES
The Owner will consider time of completion as a factor in selecting the
equipment and construction of the on-site facilities will be planned
accordingly. Delays in completion of delivery is expected to interfere
with the overall project progress and delay the completion.
The Supplier shall not be held liable for delays caused by:
M
a. Any preference, priority or allocation order duly issued by
the Owner.
b. To unforeseen causes beyond the control and without the fault
or negligence of the Vendor, including but not restricted to,
acts of God, or of the public enemy, acts of the Owner, fires,
floods, epidemics, quarantine restrictions, strikes and
freight embargoes.
i
The Owner reserves the right to deduct for each day beyond proposed
0 delivery time an amount equal to 0.10 percent of contract amount. The
Owner reserves the right to deduct that amount for each day up to 50 days
for delays in complete delivery of equipment after approved delivery
time. For delivery time in excess of 50 calendar days after proposed
i delivery time, the Owner reserves the right to delay final payment for
the final ten (10%) percent to six months after actual delivery date, ,
regardless of installation and acceptance date. These amounts for
liquidated damages are set forth to help offset the costs and additional
work caused by late deliveries of equipment. Time of completion is to be
considered in making awards and construction schedules for other parts of
the project will be planned to agree with the completion times proposed
by the Vendor.
The Engineer's option regarding claims for delays shall be binding.
1
r SC-12 MANUFACTURER'S SERVICE
SC-5
The Vendor shall prepare detailed instructions for proper handling and
} installation of the equipment and shall submit at least two copies to the
installation Contractor and four copies to the Owner. In event of any
questions by the Contractor or Owner, the Vendor shall immediately submit
written clarification to both the Contractor and the owner, Th Vendor
shall, also, furnish the services of a competent factory represbntative
to assist in the installation and startup of the items furnished under
the Proposal.
The Vendor shall furnish to the Engineer four copies of detailed written
instructions for the proper care, maintenance and operation of the equip-
ment, The furnishing of the instructions for installation, care, main-
tenance and operation shall be considered as an integral part of the
specifications, as further detailed in Section SC-19, Manuals,
SC-13 MAN
URINg STANDARDS
-
All equipment and materials to be furnished under these specifications
shall conform to the applicable provisions of the following standards of
design, materials, and testing where appropriate, Such reference is made
for expediency and the specifications referred to herein are hereby made
a part of these specifications,
A. National Electric Manufacturers Association American National Standards Institute (NEMA)
C
D. American . American Society for Testing and Materials
E, American Iron dland Society
Steel institute
F, American Water Works Association i
Other specific references are contained in the Technical Specifications.
SC-14 PATENTED DEVICES
If bidders hereunder are required or desire to use any design, device,
material or process covered by letters, patent, or copyright, they shall
provide for such use by suitable legal agreement with the patentee or
owner and the prices bid hereunder shall, without exception, include any
and all royalties or costs arising from such use. The bidder shall
indemnify and save the Owner harmless from any and all claims for in-
fringement by reason of the use of any such patented design, device,
material or process, or any trademark or copyright used in connection
with any equipment to be furnished hereunder,
SC-15 EQUIPMENT_ WARRANTY
The Vendor shall guarantee that the equipment and materials furnished
hereunder will be of the kind and quality specified in his proposal, free
from defects in workmanship and materials, and that the equipment furn-
ished will perform in accordance with the parameters set forth in the
Technical Specifications,
SC-6
If failure of components occurs or defects in workmanship or materials
are found during the twelve (12) months following final acceptance of the
! equipment, the Vendor shall replace the defective components with new
components at no charge to the Owner for parts, shipping, labor, or
installation.
SC-16 ACCEPTANCE
The Owner reserves the right to operate the equipment, after instal-
lation, for a period of thirty (30) days before final acceptance. During
such period, the equipment Vendor, or his representative, shall make such
ul adjustments as may be deemed necessary to improve the operating per-
formance of the unit.
SC-17 RESPONSIBLE PARTIES
The Owner will award Contract to the Vendor for the equipment being 1
furnished in accordance with his accepted Proposal, and will be
responsible for payment in accordance with Item SC-18, Payment,
The General Contractor will have the responsibility of receiving,
inspecting, handling, protecting and installing the equipment, in actor-
dance with Vendor's instructions.
The Vendor, shall cooperate with the owner in scheduling delivery of
equippment and dates that the manufacturer" s representatives should be
t availabl'e to assist in installation, adjusting, and start-up of the
j equipment, making any corrections necessary to the equipment.
t
SC-18 PAYMENT
After the date of delivery of all of the specified equipment and mate-
rials, complete, to the job site in good condition, the Owner will make
payment directly to Vendor for the delivered equipment, equal to ninety
percent (90%) of the proposal amount therefor, less any late delivery
charges, due to late delivery of the equipment. Payment of the remaining }
ton percent (10`6) of the Contract amount will be due and payable after
final acceptance of the project or within 6 months after delivery of the
equipment, whichever comes first.
i
SC-19 OPERATION AND MAINTENANCE MANUALS
Prior to installation and operation of the equipment the Vendor shall
r furnish to the Engineer four (4) copies of Manuals giving Installation
and Operation Instructions, Maintenance Procedures, Parts List and other
r pertinent information. Parts list to include bearing r,ize and desig-
nation for pump and motor.
Manuals shall be prepared by the Equipment Manufacturer and shall also
incorporate appropriate final certified shop drawings, performance
curves, and test data as required by the specifications. Manuals may be
manufacturer's standard instructions, but shall be supplemented as neces-
sary to cover any special feature not included in standard material,
SC-7
1
i
j.
f~
I
i
j
Manuals shall be bound in plastic ring or loose leaf binders, preferably
limited to 8-1/2 by 11 inch page size, with large drawings folded to such
dimension inserted in an envelope attached to the back of the binder.
SC-20 GUARANTEED EFFICIENCIES
A statement of the guaranteed over-all efficiency for the pumping unit J
with electric motor drive at the specified rated head and capacity shall
' be submitted with the Proposal. If the pumping unit does not meet the
guaranteed efficiency after factory testing, it may be rejected or at
the Owner's option, may be accepted at a lower price based on efficiency
evaluation determined by the Engineer, F
END OF SPECIAL CONDITIONS
{
P
SC-8
V
f
1 1
1
SECTION 11001____ R8 VERTICAL ILK -------_1NE PUMPING UNIT (ENCLOSED
LINE SHAFT)
1.00 GENERAL REQUIREMENTS ,
1,01 SCOPE
The equipment to be furnished comprises
one (1) vertical ) rti
pumping u ii cal
t consisting turbine
of a pump bowl assembly, enclosed line
shaft, column, discharge head, vertical hollow shaft motor, and all
other appurtenances specified or required for proper installation
and operation of the pump furnished,
1.02 SUBMITTALS
A. SHOP DRAWINGS
f Successful bidder shall submit six (6) sets of fu11 and com-
plete shop and installation drawings to the Engineer for
approval in accordance with Section SC I0.
B. Operation and Maintenance Manuals shall be provided prior to
installation and operation in accordance with Section SC-19,
C. BID SUBMITTALS
1, General: The Bidder shall furnish a complete description
of all equipment offered under these specifications,
including catalogs, cuts and pertinent engineering data,
~v Where the Bidders product differs from the specified
requirements and/or catalog description, each point of
difference shall be clearly stated, The requirment is
set forth to facilitate the review of bids and not to be
construed by the Bidder as waiving any of the require-
Monts of the specifications.
A
2. Characteristic Curve: Characteristic curve for the pumps
offered shall be submitted with the bid. Curve shall
show the capacity, head, efficiency, required NPSH, and 3
brake horsepower throughout the range of the pump.
Characteristic curve for the pump shall have the capacity
plotted as abscissa and the operating head, brake horse-
power, efficiency and required NPSH plotted as ordinates.
Curve shall cover the full range of operation from shut-
off to maximum capacity.
3. Data Sheet: The Data Sheet included with the Proposal
shows the information required with the bid for each
different unit of equipment,
11001-1
1
~I
I
1.03 FACTORY INSPECTION AND TESTS
A. PUMP
Equipment furnished under these specifications will be subject
to inspection during manufacture by a representative of the
Owner who shall be afforded proper facilities (or determining
' compliance with the specifications.
Pump shall be shop tested and certified copies of test data
and test curve shall be furnished to the Engineer, The eff-
iciency, head capacity, and horsepower requirements shall be
determined for not less than five points throughout the specs-
fled head range from shut-off to maximum capacity, Test
procedures, interpretation and conversion of data, shall i
conform to the latest requirements of the Test Code of the
Hydraulic Institute, At the option of the Owner, tests shall
be witnessed by the Owner or a representative of the Owner.
Following completion of shop tests, the Vendor shall furnish
to the Engineer for review and
approval of all test data and test urvelfor~lthe4pump. Thed l
Engineer will promptly review test data and, upon determi-
nation that the pump meets contract requirements, authori-
zation will be given for shipment. Shipment shall not be
x, made without written approval of test data by the Engineer. I
8. MOTOR 1
i
Motor shall be subjected to standard commercial tests and four
(4) certified copies of test data, together with a certified
Y statement of the motor's guaranteed efficiencies, power
factor, torque ratings, current ratings, service factor and
locked rotor KVA shall be
furnished to t
he
Engsneer.
} The Engineer will promptly review test data and, upon deter-
mining that the motor meets contract requirements, will indi-
cate his approval, authorizing shipment. Shipment shall not
be made without written approval of test data by the Engineer,
1,04 ASSEMBLY
j It is anticipated that pumps and motors may be shipped from se-
parate points for assembly at the project site. Pumps shall be
disassembled for shipment to the Owner, but the Contractor shall
certify that at a factory, prior to shipment, the units have been
completely assembled, except for motor, each part to each adjoining
part. The pump manufacturer shall be responsible for coordination
with motor manufacturer to insure that no undue difficulty in
assembly will be occasioned when units are received at the project
site,
11001-2
1
, f
1
i
1.05 MARKING
Pump and motor shall each have a standard manufacturer's nameplate
securely affixed with tapping screws in a conspicuous place,
showing the ratings, serial number, model number, manufacturer,
rotation, settings, and other pertinent nameplate data.
1.06 PUMP PERFORMANCE REQUIREMENTS
Liquid to be pumped will be lake water from Lake Lewisville which
in general has temperatures ranging from 6,5°C to 31°C, pH ranging
.1 from 6.7 to 8.4, and calcium carbonate hardness ranging from 120 to
150 mg/L,
Pump shall be designed to operate satisfactorily throughout the
t total range of heads, from shut off to lowest head indicated.
It is desired that the pump have its best efficiency at the design
optimum head, and this efficiency as well as the efficiency at
other operating conditions will be considered in evaluating the
pump
` Pump will be started and stopped with a closed control valve on the
pump discharge, and pump bowls, column, and pump discharge shall be
designed for no less than this shutoff pressure. !
The attached system curves show the pumping heads under various
pumping conditions, and the tabulation below shows the rated
conditions and limits of operation,
Description New Pump Not--2.
Rated Capacity 5500 GPM
Rated Head 360 Ft,
Maximum Head 400 Ft.
Minimum
~ Head 160 Ft,
0 Optimum Head 270 Ft.
Maximum Speed 1200 RPM
Available Submergence
at Suction 6e11 ,
(Min. Hd1) 4 Ft.
1.07 PUMP SETTING REQUIREMENTS
A drawing showing pump setting details is included as a part of
these specifications.
The pump will havo below floor discharge with plain end discharge
for Dresser Type coupling and lugs for thrust harness bolts. f
11001-3
~J
Pump setting elevations are tabulated below:
Description Pump No. 1
Elev. Bottom of Pump Base 541.0E
Elev. Operating Floor 541.0
Elev. C.L, of Discharge 535.5
Elev. Bottom Suct. Bell 478
Elev. Sump Floor 473.0
Elev. Normal Water Level 510.0
Elev. Max. Water Level 530,0
Elev. Min. Water Level 482,0
Pump Discharge 14°
Floor opening 30" Sq.
j
2,00 PRODUCTS
2.01 PUMPS
A. GENERAL '
The pump shall be a single or multi-stage vertical turbine
` pump with enclosed impellers for wet pit installation.
The pump shall be designed and manufactured in accordance
+ with the applicable requirements of AWWA E10I, Vertical
Turbine Line Shaft Pumps, latest revision. The pump will
have an oil-lubricated line shaft,
} B. PUMP BOWLS
Castings shall be of cast iron, ASTM A-48, Class 35, or other
approved material and shall be free of blow holes, sand holes 1
or other detrimental defects. The bowls, column and dis-
charge shall be capable of withstanding a hydrostatic pres-
sure equal to 200% of the pressure at the high head operating
condition or 150% of the pressure at shutoff head, whichever
is greater. To the lower pump bowl there shall be provided a
suitable suction bell. Assemble bowls with non-corrosive
stainless steel bolts and anti-seize compound.
i
A stainless steel basket-type screen and vortex suppressor l
shall be furnished and attached to the bottom of the suction i
bell, Screen shall have 2-inch minimum screen openings. s
C. IMPELLERS
The impellers shall be of the enclosed type of cast bronze, r
dynamically and statically balanced. They shall be fastened
to the shafts with stainless steel keys, tapered bushings, or
other approved means, so that they will be held securely for
1 either normal pumping or reverse rotation.
11001-4
.
i
55a~
Y
D, WEARING RINGS
Each impeller eye and case shall be provided with renewable
bronze wearing rings at the running ~'oirt between the im-
f peller and the case. The rings shall be so designed that
they are not dependent on excessively close bottom setting
clearances to prevent leakage.
E. PUMP SHAFT
-0 e 10 nl steel
aPump FLeariings2aboveyand4belowaeachsimpeller.
The minimum size of the shafts shall be determined by means
of formulas given in AWWA Specificat{on E101 for Vertical
Turbine Pumps.
F. LINE SHAFT
'p
The line shaft shall be of ASTM A-276, Type 410 stainless 4
steel and of the size that will conform to stipulated {
requirements for pump shafts irf AWWA Specification E101. J
Shafts shall be furnished in interchangeable sections having
a nominal length n
of greater than
shall be coupled with stainless steelecouplings which shall
be adequately
designed with a safety
factor the shaft safety factor and shall be coupled ousing /anti-seize
compound.
G. LINE SHAFT BEARINGS
The line shaft bearings, which shall also act as connecting J
tr' couplings for the sections of oil tubing, shall be spaced not
more than five (5) feet apart, The line shaft bearings and
1 top shaft bearings shall be bronze. The bearings must
a: contain one or more oil grooves
or hole
that will readily allow the oil to flowpthrough yandslubricate
the bearings below.
H. SHAFT-ENCLOSING TUBE
The shaft-enclosing tube shall be made of Schedule 80 steel
1 pipe in interchangeable section not more than five (5) feet
in length. The ends of the enclosing tube shall be square
with the axis and shall butt to ensure accurate alignment. i
The enclosing tube shall be stabilized in the column pipe by
stabilizers.
1. DISCHARGE COLUMN PIPE
The column pipe shall be such that the friction will not
exceed 5 feet per 100 feet of column based on the rated
f 11001-5
.
capacity of the pump and not less than 375 inch thick. The
' .
pipe shall be furnished in interchangeable sections having a
nominal length not to exceed 5 feet and shall be joined with
flanged connections. Flanges shall be mach flanged connec-
tions. Flanges shall he machined for register fit to assure d with steel
aboltsiandenuts,dusinglanti-seizetcompoundstainless
J. PUMP DISCHARGE
Discharge for the pump shall be horizontal, below the floor,
with plain end steel pipe for Dresser type coupling with lugs
for thrust harness. It shall have ta1/4 inch heavy threaded
coupling for pressure gauge
K. MOTOR STAND AND PUMP BASE PLATE
Motor stand shall be of fabricate9 steel of size to support
the motor above. Within the motor stand there shall be pro-
vided a rigid flange coupling for connection of the pump shaft. Win beaprovidedeinUthe motor standdtoowspermiwithtgreadyuard toa11
p
coupling.
The motor stand shall be supported by a pump base plate,
which may be an integral part of the stand or a separate base
to which the stand is bolted and the top of the pump column
shall be bolted to this base. The pump base plate shall be
suitable for bolting to a concrete floor and shall be 42" +
suare corner, with
on h38four (4) " centers to8match hthe existingsanchor abolts I one On the motor stand, a proper lubrication system shall be
'i installed to provide lubrication to the shaft and bearings.
? It shall consist of a solenoid operated, sight-feed adjust-
able drip lubricator and a four (4) quart (minimums oil
reservoir, constructed as an integral part of the motor stand
or as a separate auxiliary unit. Provide a bypass valve for
manual pre-lubrication. 1
The ealenold Lralve shall be normally open when not energized I
and shall close the flow of lubricating oil when energized in
order to allo-a continued lubrication of the shaft and
id shall operate
bearings 60 solenoid hertz, single phase power,
on 240 volts,
r
A tube tension nut shall be installed in the motor stand to
allow tension to be placed on the shaft enclosing tube.
Provision must be made for sealing the shaft off the thread
at the tension nut.
l
. 11001-6
' L• SHOP PAINTING
Inside of column and discharge head, outside of bowls of
tube and column shall be coated with Coal Tar E pox 1
y, AWWA
0210, or similar approved coating to give a minimum total dry
film thickness of fifteen (15) mils.
shall be cleaned, primed, and painted withrtwopcoatssoffmanu-
` facturers standard machinery enamel. Furnish extra touch-up
paint for installation Contractor's use.
2.02 MOTORS
A. GENERAL
Electric motor for driving
air cooled, hollow shaft, squirre9 cage sinduction tertical }
non-reverse ratchets, and shall be designed for fullpvoltage
starting. Approved motors are General Electric, Reliance, ,
Siemens-Allis, Louis-Allis, and U. S. Motors.
Motor shall be of the premium efficiency type. nameplate rating of motor, at the 1.0 serve factor, shall
be equal to or greater than the tot,
of the pump when operating at an ~1 horsepower requirement
h
minimum heads, including a iremee is f shutoff and
or b
assembly, column and line power shaft rbearingloss,
a ` thrust bearing loss from um
andomotor {
service factor of 1.15, Motor tshall.beMdesignedlfnhave a
accordance with applicable provisions of the latest NEMA
Standard Publication for Motors and Generators, MG 1 with
subsequent revisions thereto, all subject to modifications
Y and additions as herein set forth. I
The motor nameplate shall indicate the rotation direction
1 ofconthesistpowerent pump requirement and the phase rotation
The locked rotor torque and breakdown torque shall not be I
less than shown in NES4A MG1-12,37 and 12.38 for centrifugal
The locked rotor KVA/HP shall not exceed NEMA Code Letter F,
5.6 KVA/HP.
i
Rotor s';arl be balanred to within an amplitude peak to peak
in accordance with the requirement of NEMA MG-1
Motor terminal voltage shall be rated 2300 volts, 3 ph., 60
hz.
i
11001-7
B. ENCLOSURE
Mot
Motor enclosure shall be Weather Protected NEMA Type I for
installation in accordance with NEMA MG-1. Exterior
shall be factory painted with best quality gray machinery
enamel, or other approved coating,
C. INSULATION i
> Motor windings shall be full Class F insulated. The motcr
stator windings shall be insulated with epoxy-impregnated
materials. The tire completed stator assembly shall be
vacuum-pressure impregnated with a non-hygroscopic resin
material, The windings shall comply with the latest
applicable provisions of NEMA MG 1, and end winding coils 1
Nall be braced to limit displacement to no more than 5.0 I
mils under any condition of starting or running. shall
operate continuously at rated voltage and freqncyoatr40 %
ambient temperature, with a temperature rise of not to exceed
90% measured by embedded detector when operating at full
load or 105°C at the service factor of 1.15,
D. BEARINGS a
Motor bearings shall be designed for the maximum loads im-
posed by the pump and motor, and shall be selected for a
5-year minimum life, and a 25-year average life, in accor-
dance with A.F.B.M.A. life and thrust values. Bearings shall
` not require external water source to cool oil. Provide a
f steady bushing at the lower end of the motor's hollow shaft.
All bearings shall be oil lubricated,
t A
E. CONDUIT BOX ;
Conduit boxes shall be larger than minimum and adequate size '
to accommodate stress cones to make up cable terminations for
5000 volt shielded cable, q3/0 AWG,
F. ACCESSORIES TERMINAL BOX
R Motors shall have both space heaters & RTD's and shall have
accessory leads terminated in a separate box on barrier type
terminals, All leads shall be suitable marked and
identified,
( s G. GROUNDING MEANS {
{ 1
Provide a threaded hole on toe motor frame for termination of
a ground cable. (The hole diameter shall be 1/4" for all
motors below 100 hp, 3/8" for all motors from 100 to 500 hp,
# and 112" for all motors above 500 hp), The grounding means
3 shall be located on the same side of the motor as the motor
power lead conduit box,
11001-8
i
I~
r
r
H APPURTENANCES
; 1• Hearin
with two Temperature Monitors: Motor shall (2? Honeywell T-654 Indicating bera
Controllers for bearing
quipped ` I
control in motor temperature Indication anderelay
starter.
2, Space Heaters; i-
heaters for Motor shall be a ui ed
q pp with space
power. Operation on 240 volt, 60 hertz, single
phase
3• Temperature Detectors;
Rb s)spaced event Motor shall have six 6
embedded in each y around the stator windings)
phase. g with h tw
two
2.03 PUMP EFFICIENCIES
A. GUARANTEED EFFICIENCY
The Pump manufa;,turer with his roo f+
ment of the guaranteed overall wire-to?waterl efficiency for }
state-
each pumping unit optimum, i
B. EFFICIENCY EVALUATION
r
In comparing the bids the Owner
the guaranteed wire will take into consideration F
value of one (1%) into water efficiency of the
effici
: ency for thu Pump, The
bids shall be based on
Purpose of evaluating
Power Rate
$0.08 per KWH
Interest Rate
10.0%
Life of Pumping Unit
15 years
Percent of Operation
20~ j
C FAILURE TO MEET EFFICIENCY GUARANTEE
In the event t
fp he result of
actual the
efficiency of any pump isspecess
lified tests show that the the unit mayThebe accePted a that
the Owner. it n reduced pri than ce at guaranteed
basis of reduction in p ice shall be the option of
ted
comparing bids,
the evaluation of efficiency Set forthpaboveoforhe
.
No premium mill be
efficiency. Paid for exceeding the
guaranteed pump
a
I100I-9
3.00 INSTALLATION AND ACCEPTANCE
~ 3.01 GENERAL
f3 Installation of equipment will be performed by a Construction
Contractor, who will be required to assemble the equipment where
l required and install it in accordance with Installation, Operation 3
and Maintenance instructions which shall be furnished by the Vendor
or Manufacturer.
3.02 MANUFACTURER'S REPRESENTATIVE
i The equipment manufacturer shall furnish the services of a compe-
tent service engineer or technical representative, (not "salesmen")
{ who shall have had experience in the installation and operation of
the equipment which is being furnished under this contract. This
service is for the purpose of insuring proper installation and
adjustment of the equipment; instructing operating perso oriel, as
requested in proper operation, maintenance and care of the
equipment; for making check tests of equipment and making
recommendations for obtaining the most efficient use thereof.
The service representative shall be at the site at any time the
Construction Contractor is assembling, setting, aligning, con-
necting or adjusting the pump and motor assembly, and shall direct
such work and certify that it has been properly installed. I
3.03 ACCEPTANCE TESTS
Upon completion of installation of equipment, an acceptance test to
verify the satisfactory installation and operation of the unit
shall be conducted by the manufacturer's representative. The test
shall be conducted in a manner approved by and in the presence of
the Engineer and Owner. Unit shall be checked for excessive noise,
alignment, vibration, general operation, etc. The unit must per-
form in a manner acceptable to the Engineer before final acceptance
will be made by the Owner.
t The pumping unit shall be operated throughout its full range of
operating heads, recording pump discharge pressure and flow, motor
voltage and current, and motor bearing temperatures. Service
representative shall certify that the equipment is adequately
designed and operates satisfactorily.
a END OF SECTION
r
A
r
11001-10
_j.
r
i,
SECTION 11003 -ECCENTRIC YALYES^~ MOTOR OPERATED
1.00 GENERAL REQUIREMENTS /
1.01 SCOPE
The equipment to be furnished comprises one I11 eccentric valve to., be l a remote location.
with otor Valve will beeusedrforopumpccontroleinfstarting and stopping.
I
1.02 SUBMITTALS
A. SHOP DRAW114GS
Submit six (6) sets of full and complete shop and instal -
t, lation drawings to the Engineer for approval in accordance
with Section SC-10.
B. InstallationdandioperationMinuaccordancebwithoSectiionrSCr19.
C. 810 SUBMITTALS
1. General: The Bidder shall furnish a complete description
of all equipment offered under these specifications, I
inlcuding catalogs, cuts and pertinent engineering data. .G1
' Where the Bidder s product differs from the specified
requirements and/or catalog description, each point of
difference shall be clearly stated. The requirement is
set forth to facilitate the review of bids and not to be
construed by the Bidder as waiving any of the require-
ments of the specifications.
2. Data; Submit data giving overall critical dimensions and
weights of equipment.
1,03 WATER QUALITY
fhese valves will be used as pump control valves to control water
pumped from the Raw Water Pump Station on Lake Lewisville. The
lake water generally has temperatures ranging from 6.5°C to 31°C,
pH ranging from 6.7 to Materials calcium
arerbnnate hardness ranging
from 120 to 150 mg/L. with the
water shall be compatible with these conditions.
{ 2.00 PRODUCTS
2.01 GENERAL
icr.entric valves shall be of the non-lubricated quarter-turn type
° tizhged resilient
end e connectiionsl.gs Flanges seats shall be shall Class 250 furnished
and e shallh
P'
11003-1
3
conform to ANSI standard for cast-iron flanges. Valves shall have
a minimum nominal port area of 80% of the pipe. All exposed nuts,
bolts, springs, washers, etc. shall be Type 316 Stainless Steel.
Valves shall be DeZurik Series 100, Homestead Ballcentric or
approved equal,
2.02 VALVE BODY AND PLUG
Y
Valve body and plug shall be cast iron or cast steel and body shall
have flanged ends with ANSI Class 250 drilling,
Bearings shall be corrosion resistant stainless steel and seats
shall be corrosion resistant welded-in nickel, ground to assure
drip-tight shutoff. 1
2,03 OPERATOR
Electric operator shall be Auma, Raymond Control, Limitorque or
approved equal, with the appropriate appurtenances including motor,
reversing controller, limit switches, torque switches, gearing,
control switches, indicator lights and handwheel for manual oper-
ation.
J Motor shall be rated for continuous duty for 240 volts, 3 phase, 60
j hertz service. Reversing controller shall be integral with unit
and shall have a 240/120 volt control transformer. All shall be {
weather proof for outdoor installation. Limit switches shall be
ungrounded.
Controller shall have integral local controls comprising a
LOCAL-REMOTE selector switch, OPEN-CLOSE push buttons and valve
position indicator lights, Remote controls shall require
maintained contacts for continued valve motor running. The con-
troller shall have phase-failure, phase-reversal protection,
Valve motor shall move the valve disc; from full OPEN to CLOSED in
approximately 60 seconds, Operator shall be equipped with a
Digispeed OS-10 as manufactured by Raymond Control Systems, or
approved equal cycle timer, and shall be field adjustable to obtain
the desired time by pulsing the run and stop time of the valve
motor.
In addition to the limit switches shown on the schematic, the valve
i shall be provided with two spare limit switches, one to close at
full open and one to close at full closed valve.
i
i
i
11003-2
I~
i
f
2.04 VALVE SCHEDULE
Valve Max. Diff. Max.
Desig. Size _ Press. Flow
- Location ~
No. 2 14 250psi 80400 GPM Valve Vault at
Sta. 0+05 outside
t r
the Pump Station ,
3.00 INSTALLATION
. f
" 3.01 GENERAL.
r t• i e
Installation of equipment will be performed by a Construction t
Contractor, who will be required to install and adjust the equip-
ment in accordance with Installation, Operation and Maintenance
instructions which shall be furnished by the Vendor or Manu- f
facturer.
The Supplying Contractor will be required to work with the Con- f
struction Contractor in scheduling delivery of equipment and the
dates the manufacturers representative should be available.
3.02 MANUFACTURER'S REPRESENTATIVE '
r The services of the manufacturer's representative shall be provided
for whatever time period is required to assure proper installation
adjustment, and start- up" of the equipment.
END OF SECTION
t
cty+ i
1
i
11003-3
1
i
I
1
15133 SLANTING DISC CHECK VALVE
1.00 GENERAL
The contractor shall furnish the check valve as specified herein.
The check valve shall be a slanting disc check valve with a bottom
hydraulic snubber for controlled closing of the valve.
Six (6) sets of full and complete shop drawings shall be submitted
in accordance with Section SC-10. All of the drawings and data
shalt tie complete and shall include a complete description of the
valves offered, including catalogues, cuts, and all pertinent
engineering data required for a complete evaluaton of the
submittal. Submittal data shall be in such form and so presented
that the Engineer may readily review the data.
F
The valve manufacturer shall submit with the shop drawings a list
of ten (10) similar installations which have been in satisfactory
-operation for at least one (1) year. Shop drawings riot containing
this required information will not be accepted.
Four sets of Operation and Maintenance Manuals shall be submitted
to the Owner prior to final acceptance of the equipment in accor-
dance with Section SC-19, OPERATION AND MAINTENANCE MANUALS.
7 3
, II
2.00 PRODUCTS
2.01 DESIGN
The valve shall be a slanting disc check valve. The body shall be
two (2) piece construction of ASTM A48 cast iron, bolted together
through the center section in a manner to capture the seat on a I
55° angle. The seat ring and disc ring shall be ASTM B584, E
centrifugally cast bronze, and must be hand replaceable in the
field. The area throughout the valve body shall be equal to or
greater than the full pipe area. The valve shall have sufficient I
clearance around the pivot pins to permit free seating. Pivot
pins shall be constructed of ASTM A582 Stainless Steel and
Bushings of ASTM A269 Stainless Steel.
For free opening and control closing, the valve must have a bottom
hydraulic snubber. The hydraulic snubber shall ye designed to
i contract the disc during the last 10% of closure and control the
final closing of the valve to prevent water hammer. The rate of
closure shall be externally ad•iustable and variable. The line
media to the dashpot must be separated by a combination pressure
sensing device/oil-water separator to protect the dashpot cylinder
against corrosive build-up from the media.
The check valve shall be APCO aeries 800-B Slanting Disc Check
Valve as manufactured by the Va',ve and Primer Corporation, or
approved equal.
15133-1
1, ,
IMF
1
2,02 VALVES REQUIRED
The required valves and certain pertinent information is given
below,
Number
Req'd Service
Size Pressure
1 On Discharge Piping 14 250 Psi
of Pump No. 2
3.00 EXECUTION
The equipment manufacturer shall provide the services of a
competent manufacturer's representative for whatever period of
time is required to insure proper installation and operation of
the equipment, a minimum of two (2) days of eight hours duration.
Upon completion of installation of the check valve, an acceptance
test will be conducted to verify the satisfactory operation of the
valves. The valves must perform in a manner acceptable to the
.I
Engineer before final acceptance will be made by the Owner.
END OF SECTION
{
fe i
Y
4
i
l3
t
15133-2
i
it Y 1 .~,I 'I.
I law
16182 MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT
1.00 GENERAL r
1.01 QSCOPE
The equipment to be furnished under this specification shall
consist of the furnishing of the equipment as described herein and
shown on the attached drawings. All primary parts of the equip-
ment, including the contactors, instrument transformer, busses,
' connections, and insulators shall be coordinated to withstand
' mechanical stress and to have sufficient thermal capacity for use
A"A on the proposed system without artificial cooling.
r 1.02 STANDARDS
The equipment shall comply with the latest rules and regulations
,
of the Institute of Electrical and Electronic Engineers dnd the
National Electrical Manufacturer's Association Standards, E-2
Class.
1.03 MANUFACTURER
The equipment shall be manufactured by GENERAL ELECTRIC, or
approved equal. It shall be similar and equal to the G.E.
Limitamp equipment.
R 1.04 OPERATING VOLTAGE
The equipment shall be designed and arranged for operation on 2400
volt, 3 phase, 60 Hertz.
1.05 CONTROL POWER
1
Control power shall be 240 VAC from control transformers located
in each cubicle,
~l 1.06 INSULATION LEVELS
The assembled equipment shall be designed for the following
insulation levels:
A. Standard Insulation Tests, 60 Hertz, 19 KV.
k B. Standard Full Wave Impulse (withstand) Tests 60 KV,
1 1.07 MOTOR CONTROL HORSEPOWER RATING
Horsepowers as indicated on the Plans are approximate. It shall
be the responsibility of the Contractor to furnish properly sized
16182-1
`J.
rF'
1
1
motor control equipment when actual motor horsepowers are deter-
mined, if actual motor horsepowers differ from the Plans, the
Contractor shall obtain assistance from the Engineer t~ deter-
mining whether or not hardware and wiring changes are necessary.
The Contractor shall be responsible for providing all componentF
and wire of the proper size.
1.08 ENCLOSURES
ii A. INDOOR
' The equipment shall be installed in NEMA Type 1 - Gasketed
enclosures. The enclosure shall be designed to protect
against dust.
t 2.00 PRODUCTS
f
2.01 MATERIALS t
A. MOTOR CONTROLLER
Each motor controller shall consist of a stationary element
and a removable element. The stationary element to include
copper busses, copper connections, in<.,trument transformers,
automatic shutters, steel barriers between compartments, a
manually or electrically operated mechanism for moving the
. contactor carriage to and from the connected position,
mechnical interlocks, ground bus, terminal blocks and wiring i
for control and secondary connections, control fuses, and
provisions for connecting cables. The stationary units shall
be constructed of welded structural shaped steel members
P together with formed sections of special smooth panel steel
approximately .18" thick, The units shall be completely 4
enclosed by a hinged panel door with removable plates per-
mitting access to all compartments. The structures shall be
rigid arid self-supporting,
The removable element shall consist of the contactor, primary
fuses, mechanical interlocks and control transformer with
associated control wiring, A contactor of the size specified
shall be furnished with each motor controller as shown on the
drawings.
rr The contactor carriage shall be isolated from all other
t
a primary equipment and arranged so that it may be completely
disconnected from the line and bus for test and inspection.
The removable element shall be equipped with mechanical
interlocks which prevent disconnecting the contactor from the
stationary structure without trippiing open the contactor.
y It shall not be possible to close the contactor either
1 electrically or mechanically when the removable element is at
c
f
15182-2
1
r
any point between the operating and test positions. Isola-
tion shall he accomplished by moving to the disconnected
positic.i. It shall be possible then to open the door and
remove it from the structure. All removable elements of like
1 rating and having similar features shall be interchangeable.
Provisions shall be made for padlocking the removable element
in either the connected or test positions.
Each controller shall have an interrupting capacity of
400,000 KVA and shall be a full height cubicle. Each cubicle
shall include the following;
I - Draw out air break contactor assembly complete with
400-A, 50,000 KVA contactor, 3 current limiting power
w+ fuses, control power transformer with fused primary and
„ secondary. A test switch shall he provided, isolating
E+ the transformer during the test.
1 - AC Ammeter calibrated for single phase amperes
3 Current transformers
1 - Overoload Relays, thermal compensated
f. 1 - Three phase 1000 ampere bus #
g 1 - Ground Bus I
4. , 1 - Indicating Lamp, red
1 - Indicating Lamp, green
3 - Indicating Lamps, amber
ti 1 - Emergency Stop push button
1 - Phase Failure Relay (47/27) Allen Bradley Bulletin 8135
Cy or equivalent
1 - Time Delay Relay (TRI)
1 - Relay, control, for bearing temperature (BTR)
1 - Relay, ten ohm type, inherent motor protection (49)
G ti Westinghouse Model No. 2076 A36HOI
} 1 - Elapsed tires meter
1 - Terminal strip with 10 spare terminal points
1 - Set single conductor terminal lugs for 5KV shielded
);`l cable, N3/0, for 800 HP motor
1 - Set, auxiliary control re'iays as required i
1 - Reset pushbuttons
' B. INSTRUMENT CURRENT TRANSFORMERS
Each instrument current transformer shall be substantial and
well built. Insulation shall be equal to that necessary to
k r` meet the re uier usual rements service the IEEE standards. At normal rated
amperes, und y conditions, no part of the transformer shall exceed the heating limits specified in the
IEEE standards. Each current transformer shall be capable of
carrying continuously, i';s rated primary amperes, ender
conditions r-f accidental open secondary circuit, without
damage to the primarly insulation.
t .
' 16182-3
r
1
S
d.
C. INDICATING INSTRUMENTS
In general, all indicating instruments shall be rectangular
type arranged for semi-flush mounting. They shall preferably
be provided with 240° anti-parallax states and nonglare glass
i faces, Scales shall be white with black markings. Moving
elements shall be provided with zero adjustment. Accuracy
shall be +1'h. I
D. CONTROL SWITCHES, PUSHBUTTONS, AND INDICATING LAMPS
Control switches shall be of the rotary type and have posi-
tive means of maintaining contact, The contacts shall be
silver-to-silver and shall be provided with easily removable
protective covers. Indicating lamps shall be of the low
energy type with series resistors for use on the 240 volts
A.C. Control switches, pushbuttons, and indicating lamps
shall be of the heavy duty oiltight type. Indicator lamps
i shall be easily removable frow the front of the panel.
Y
E. INSTRUMENT SWITCHES AND TRANSFER SWITCHES a
All instrument switches and transfer switches shall be of the
rotary type and have distinctive handles. Positive means of
maintaining contact shall be provided. The contacts shall be
silver-to-silver and shall be provided with easily removable
covers.
F. TIMING RELAY
Timing relays where indicated shall have the capability to be
hand set by an external dial. Terminals shall be front I
r mounted and readily accessible, Ranges shall be as shown on
the Plans. The timing relays shall have both normally open
and normally closed contacts. Timing relays shat; be Agastat
7000 series time delay relays, or equal, Relays shall
operate on the control voltage of the starter it is used in. 1
G. ELAPSED TIME METER
Where shown on the control schematics, each starter shall be
provided with an elapsed time meter. The
meter shall be
fl
General Electric Type KTI1, Westinghouse, or approved equal.
The meter shall be of a non-reset type, for totalizing of
hours and shall operate at 120 or 240 VAC, 60 Hertz,
H. POWER CAPACITORS
Power factor correction capacitors shall be provided as shown
on the Plans. Lugs for connecting capacitors to load side of
motor overloads shall be proyFad. Provisions shall be made
Y
for this connection in the cubicle. Capacitor unit shall be
r
1 ~
16182-4
T T
J
a free standing, fully enclosed unit, including current
limiting fuses, bleeder resistors, and a capacity in kilovars
to correct the no-load power fctor to unity. Capacitor bank
shall be sized by the motor manufacturer. Capacitors shall
be suitable for use on a 2400 volt, 3 phase system, and shall
be a Delta wired bank. Capacitor bank shall be installed
1 adjacent to switchgear cubicle, A nameplate shall be pro-
vided on exterior of enclosure, stating kilovar rating,
voltage, frequency, phase operation, manufacturers name, and
any flammable substances inside enclosure. Capacitors shall
be GE 37F520,G315 (indoor) or equivalent.
L. NAME PLATES
Units of equipment, switches, and other pertinent devices on
the front of units shall be provided with Micarta nameplates
bearing the appropriate designations.
r
M. EQUIPMENT ACCESSORIES
I
I Equipment accessories shall be furnished as follows:
' 2 - spare fuse of each type and size
k 2 - spare lamps of each type and size
1 - set test cables
1 - set special wrenches for primary disconnecting devices
2.02 FABRICATION
The units shall be fabricated of sheet stefl and completely
enclosed. After factory assembly, the top of all units shall be
the same height above the floor. Equipment, including instrument
transformers, instruments, switches, controls, etc., shall be
furnished for each unit as required and specified. Instruments,
r switches, etc., shall be mounted on the front face of the inner
door.
The buses, contactor, and instrument transformer shall be mounted
in separate grounded metal compartments, The buses shall be
rigidly supported by insulating material of high mechanical and
dielectric strength. The contact surface of all bolted joints
shall be silver plated. Each line-up shall be egr11,ped with a
ground bus, consisting of one 2-inch by 1/4-inch c-riper bar, which
will be connected to the station ground,
All control circuit relays, terminal blocks, etc., shall be '
mounted on a hinged metal plate in the upper half of the motor
controller cabinet, The plate shall be recessed not deeper than 1
necessary to permit closing of the upper door on the control 1
j
devices. All terminal blocks including those outgoing shall be
i
f
V~
` 16182-5
r
r y
11(
I f
installed in the control compartment. All wires leaving th. units
shall terminate at identified terminal strips in the control
compartment,
2.03 FINISH
All metal structures, after fabrication, shall be thoroughly
cleaned, bonderized as a unit and then given a primary coat, a
coat of rust preventative and a finishing coat of quick-drying
lacquer. Unless otherwise specified, the color of the panels and
the exteriors of structures shall be gray ASA-61, Instruments,
relays, and meters shall have dull black standard finish.
2.04 FACTORY TESTS AND ASSEMBLY
i
Equipment shall be completely assebled, wired, adjusted, and
f tested at the factory. After complete assembly, each unit shall
be tested for operating sequence to assure accuracy of wiring,
correctness of control scheme, and functioning of the equipment.
Factory tests shall include electrical tests as described by
American National Standards Institute Standard No. C37,20.
' 2.05 SMALL WIRING
All necessary small wiring, potential busses, and terminal blocks
within each unit shall be furnished installed. Provisions shall
be made for purchasers control contact to the units. All secon-
dary and control wiring within the high tension compartment shall
be completely shielded in a protective metal covering.
2.06 POWER ENTRY I
The Unit shall be arranged for bottom entry, f
3.00 INSTALLATION
i 3,01 TESTS AND OPERATION
The manufacturer's representative shall be available to assist the
Contractor in checking the operation of the Motor Control Equip-
ment. Tests shall be conducted to assure proper operation of all
circuits. The manufacturer's representative shall assist in
correcting any deficiences.
3,02 PAINTING
The manufacturer shall furnish sufficient touch-up paint of the
samo type and color used at the factory to repair damages incurred
in installation.
END OF SECTION
16192-6
icy
T
1
a 1
y
ATTACHMENTS
s ~
I
4
f
T-
I
a
s=
j
11
•J
y
! r r
t
r r':
Jti.'}7 ;~j'f~~~T,'.~'SiC>bYm'1-tl&vMw~~rs~p raw ~+.~crWr,..~.~ ¢ 'VdEl aCfYPMFC. ff' i t F1 2is pY v"tnJSn e•I xFaM~kr+'r,~++avr.+ra.w +:}:'...e ~
RE ANl' NICH.'O'L:$
X
0400 Vj-3 ¢ BLISS
aq I
I
I
MOG~S 5horh' r9 *3`
f~ 1 I .1 I~~'CAAACI'TQ
''~r - t3ANK °,r
600
24 CU VAC
cPi rpi cr/ rP/
- Yy i
f 2Q0 v C
rest Power
9rARr~ TR
r.C,
v ~0L5 BIJ! WTC 4~/PyX RESeT 0>0
CRI
~M~A ~rnri.~ A S' '
G9c~~CR2 CRI
)A7
~ In Valve Oper. ✓ u
Closes When Volve/// CRI VALVE OPEN
Is 1 ~ OpPn
Opens When Volva
is 6open ~ Vox
Af i GSC- -t-)n Valve Opcratr?r
~rsrop n
_ M TR ATM -
ro CTS.
2
4'1 - I
RN a
Mme, /pump Oiler Solenoid?~"-,, -o
~ n
Motor) I_ f w --In hump
(lra
!ZIn
L J
RHli10~a Rest
At Telemetry _ 1 ~f3EAR/N4 TENr?l~
RACK Prx
W7A
t.1
W7-~, ii INUINd TES!?" -
4 ~29 "pHA,iE FAILUlZE~~~ A
CuaE xt `
CR/ CR1 r - _ Y"ln Motor l
13PACE NrR. ,
Notor)
~ 42 UV Wrx
W 0 7p of af,vTO A/
RA N wAre R RGIM~ 5a
-I I _ Sr vox
i pujVP lid 2 M07eF. r a>vrRO1/,1k
qWN, R,Iy,S
h1 i ly 5r~ nAl'E f~-ISMH
f~
:'r,.. i. . e.a;A wi .rot ..r..
' ~.1 f7 {M.,1x1,:ISt•~}MI~l..v'p':~p. uA~.°~tt. t;~ili ~ .r;., .
1
t FREESE d NICHOLS
1 CONSULTING ENGINEERS
a
i 2401/AC
i
ffeoler
i r
j
/20 VAC
Na05EN.-i- LAIC' Z'TC O
C
coc-o- rsc_
I
PPR C:
A-
1
REM I CR
Jo M a y
Nounted In
~ $upVr, .,l?dClE L , ~
OR i
n " Cyr G
SO_ 73c
L J
Q.' 1
00 LSC L.SC, o
l~ ~ G
;
Closes@PuJJy 0%sesE~lly Cpens@~'I~ LS@D
dn
E pen Close ~ Dprr' _ ~ i
derv/ or Stotus To purn~ 5forfdlr.
5
No CITY OF DENTON s
Valve Shown In i=ull y aAWWAV PUMP STA•
Closed hosit/on. PI/NPNOC-VLVE OPMArVR
Vo/ve Opera or Schermn
r oe NO OrN 840M
ONN, P-W
0AM 8•15.84 ANT 2
q
J ; I
N~~rrr~ Meter'
I ~ NM-;Pevei'se Qa+ehsf '
~ i
• -1 O O F/oer E, v~s~
21"b~ pin!»g r "No
tic ccarl` Lick
alye
! AirA1,4MHt 1rrCGuX Val~i-• ~
Vefve yyyy'BoA~om
S.u1ar I _
• r i - ~'Erv,S35,S ~
t •/a0+-asSe' ~(~pJl'n~ J, I ' iet Cp . ' . •
And rheast /FaPn ly 1
mp Colu..rn ! - V41M, Yom,/f
I
Of GroB ~
Tek I
Ev. 53Q1 Il hN,fe.rEkv,Wo EXliti.~ Cenere~r
h _ Brral i
Nornwkl Ws+ar £leµ Slo.o srT
Low Wafer 61ev,•492 0 1
I
BeN'a-n Suct/on Sell '
ale V, 478,0
F
DENToN
S'1TY_
w WATE+P f'G/MP STAT/DN
PUMP SETTING--PUMP M), 2
Sump Eloer 5ca/e t/4" = r, D"
lev ~rt3.0
• ~ Yob No, D7•N84049
, , . , 11 AAfa 6/29/s¢ SNTI ~
o
10 x tp R) 71ir INCl,46 0703
KCUFFLL 9 !S'i4R U). V It IN u-., ~
l`' f
I
4, f
. r
05
,
1 f
l i f!1 1~ _1_t I t i!
1 i
i j
a III
j
Yi-
I~
• 1.
f r 11 r; , I f
I E f r
3 18' D d449f
I
t
I
r
1
4-4
I ,
1 1
4 r
_ -1 1 L. + 1 1 ' f
I r`- 1 ~ ~ _ l r _ 4W~ i -
, JI ! II3
I
! ~ 1
1 ~ I~ (1 i III i'" l ~Ir~ ~ III ` r I ~ f I
r
r
hf 1 i '1 t
ffI ~
~ it f 1 t .I 3_k ` ~ _ I~ -_I ..f ~.I. ~.-1_.. I I _ _j_. _ _ _ ~ _ _ -1-~_ ~ -`-f-
r I I r ~ ,I
f }
,
ii {
f I I( ? ! , { t ifs f C ,1'ik lI ~F1 '1
i
l!_ -LL
.'vR-4914„A1: a(n1?44A ?VC. Y,y..\ M1I}:.\ie. M.Y
1 5,:..
1 ! 1
3
i
•
I
j
r
i
F
si
fl
q~ w
Y~ 1