HomeMy WebLinkAbout10-1984
,t
ll
CITY OF DENTON , TEXAS
SPECIFICATIONS
FOR
'
V
BID NO. 9355 ~
14" CHECK VALVE AND
14" ECCENTRIC CONTROL VALVE
AT
ENTON RAW WATER PUMP STATION
OCTOBER 1984
i! FREESE AND NICHOLS, INC,
CONSULTING ENGINEERS
y
TABLE OF CONTENTS
f
PAGE
BIDDING REQUIREMENTS
INVITATION FOR BIDS B-1
INSTRUCTIONS TO BIDDERS 16-1
PROPOSAL P-1
CONTRACT AGREEMENT 1
PERFORMANCE BOND 3
SPECIAL CONDITIONS
SC-1 General SC-1
SC-2 Definition of Terris SC-1 ~
SC-3 Interpretation of Phrases SC-1
SC-4 Addenda SC-2
SC-G Form of Proposal SC-2
SC-6 Qualification of Bidders SC-2
SC-7 Refection of Bids SC-3
SC-8 Notice of Award SC-3
SC-9 Review and Approval of Proposals SC-3
SC-10 Shop and Installation Drawings SC-4
SC-11 Delivery and Liquidated Damages SC-5
SC-12 Manufacturer's Services SC-6
SC-13 Manufacturing Standards SC-6
SC-14 Patented Devices SC-6 i
SC-15 Equipment Warranty SC-6
SC-16 Acceptance SC-6
SC-17 Responsible Parties SC-7
SC-18 Payment SC-7
SC-19 Operation and Maintenance Manuals SC-7
SC-20 Guaranteed Efficiencies SC-8
TECHNICAL SPECIFICATION
SECTION 11001- VERTICAL TURBINE PUMPING UNIT (ENCLOSED LINE SHAFT)
1.00 GENERAL REQUIREMENTS 11001-1
1.01 Scope 11001-1
1,02 Submittals 11001-1
1.03 Factory Inspection and Tests 11001-2
1.04 Assembly 11001-2
1.05 Marking 1;.001-3
1.06 Pump Performance Requirements 11001-3
1.07 Pump Setting Requirements 11001-3
Lam:.....
1
t -
6
Table of Contents (Colltinued)
I ,
2.00 PRODUCTS PAGE
11001-4
2.01 Pumps
2.02 Motors 11001-4
2.03 Pump Efficiencies 11001-7
11001-9
3.00 INSTALLATION AND ACCEPTANCE
1:001-10
3.01 General
3,02 Manufacturer's Representative 11001-10
3.03 Acceptance Tests 11001-10
SECTION 11003 - ECCENTRIC VALVES - MOTOR OPERATED 11001-10
1.00 GENERAL REQUIREMENTS
11003-1
1.01 Scope
1.02 Submittals 11003-1 f
1.03 Water Quality 11003-1 r
11003-1 ~
2.00 PRODUCTS
. 11003-I
2.01 General j y
2.02 Valve Body and Plug 11003-1 11
2,03 Operator 11003-2
2.04 Valve Schedule 11003-2
11003-2 ~
3.00 INSTALLATION
11003-3 ~
3.01 General
3,02 Manufacturer's Standards 11003-3
~ 11003-3
SECTION 15133 - SLANTING DISC CHECK VALVE
1.00 GENERAL
~ 15133-1
2.00 PRODUCTS
2.01 besign 15133-1
2.02 Valves Required 15133-1
15133-2
3.00 EXECUTION
15133-L
i SECTION 16182 - MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT
1.00 (3FN(iRAL
16182-1
1.01 Scope
1.02 Standards 16182-1
1.03 Manufacturer 16182-1
1.04 Operating Voltage 16182-1
16182-1
l{ .
.M
1
` Table of Contents (Continued) p
1,05 Control Power 16182-1
1.06 Insulation Levels 16182-1
1.07 Motor Horsepower Rating 16182-1
1.08 Enclosures 16182-2 j
2.00 PRODUCTS 16182-2
" 2,01 Materials 16182-2
2,02 Fabrication 16182-5
2,03 Finish 16182-6
2.04 Factory Tests and Assembly 16182-6
2,05 Small Wiring 16182-6
2.06 Power Entry 16182-6
3,00 INSTALLATION 16182-6
3,01 Tests and Operation 16182-6
3.02 Painting 16182-6
ATTACHMENTS
j a
• MOTOR CONTROLLER SCHEMATIC SHEET 1 I
VALVE OPERATOR SCHEMATIC SHEET 2
PUMP SETTING
SHEET 3
SYSTEM CURVES SHEET 4 i
i
~ i
i
3
I t
,
I
1
INVITATION FOR BIOS
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 Conte r/Warehouse at
901-B Texas Street until 2:00 p.m. November 6, 1984 for furnishing the
following items:
BID NUMBER 9354 - 8 MGD PUMPING UNIT AND MOTOR CONTROLLER
BID NUMBER 9355 - 14" CH CK 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, I
Denton, Texas. Copies of plans, specifications and Contract Documents 1
may be procured from Freese and Nichols, Inc., Consulting Engineers, 811 M
Lamar Street, Fort Worth, Texas 76102, Phone (817) 336-7161, without
deposit, by bona fide bidders. j
A cashier's check, certified check or acceptable bidder's bond payable
to the City of Denton, Texas, in an amount not less than ii:a 15:,)
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 proposal prices,
the City of Denton, Texas, reserves the right to adopt the most advan-
tageous construction thereof, or to reject any or all bids, and waive
formalities. No bid may be withdrawn within forty-five (45) days after
is date on which bids are opened.
CITY OF DENTON, TEXAS
John J. Marshall, C.P.M.
Purchasing Agent
To be advertised in
Denton Newspaper:
i October 9, 1984
October 16, 1984
3 '
t B-1
r. ,
<:z
i
INSTRUCTIONS TO BIDDERS
-
01 - PREPARATION OF DID
1 Bidders shall use the proposal forms included in the documents.
i 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 inc l,ded in same sealed envelope
with Proposal.
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
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
a necessary to show the Bidder's ability to perform satisfactorily the
work on which he has bid.
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
t 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 an
Bid Forms, he may submit to the engineertAowf the rittenprequesttforsanr
i interpretation thereof prior to 48 hours of the time for receiving
t 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
t of such Documents. The owner will not be responsible for any other
explanations or interpretations. Such Addenda will become a part of
the Specifications.
j!I
4 05 - ALTERNATE BIDS AND OPTIONAL MATCRIALS AND EQ1IIPMENT
'Ihe bidder may suhmit a Proposal for Alternate Materials or Equip-
ment in addition to his Base Bid, for the Owner's consideration, if
i ,
1 ID-I
e
1
.
he feels the Alternate may have certain advantages to the Owner in
' ifltsedintended use, Materials or Equipment differing from that sped -
may be submitted, provided the Bidder clearly states such /
differences, and provided all essential requirr.inents of the seci
fications are strictly adhered to. If tha 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
requirements of the project, it will, at the engineer's option be
,
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 hv ein shall fully
cooperate with the owner and Installation Contractor so as to pro- ffI
Vide first class equipment and installation, entirely suited for the
conditions in accordance with the Contract Documents,
The Owner presently 1
Con
tract, which will include Installationpofttheoequipmentcincluded-
herein, some time in December 1984,
07 - 110 ON ALL 11'EMS IN EACH CONTRACT ,I
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 ? i
Such evaluation is considered to be for thecOwner'sabenefitiurchase,
08 - PUMP STATION SITE
Bidders are expected to be familiar with the pump station in-
stallation and to have a borough knowledge of all conditions under
i - which the new equipment will be installed and operated,
i
END OF INSTRUCTIONS TO BIDDERS
i i
d
r IB-2 j
V
..,..F- - T
PROPOSAL
FOR FURNISHING EQUIPMENT
DATE:Nove mbar
_ 6, 1984
PROPOSAL OF; New:i~an Encineered L' ui~ment Inc,
TO: John J, Marshall, C,P,M,
Purchasing Agent
Denton, Texas
PROPOSAL FOR FURNISHING: 1 - vertical Turbine Pumping Unit
I - Motor Controller
1 - Slanting Disc Check Valve
I - Motor Operated Eccentric Control Valve w
The undersigned biddero pursuant carefully examined this Proposal, tthehSpecial CondiJtions of Agreement has
the Technical Specifications and Drawings and will furnish and deliver
equipment on which he bids, In complete accordance with these Documents,
and binds himself upon acceptance of his Proposal, to oxecute a Contract
to be issued by the Owner, for the following prices to wit;
Item
No, BID N9354 Description Amo Too n
unt
I. Furnishing One (1) Vertical Turbine Pumping
Unit, with a rated capacity of 5,500 GPM
at 360 f overallwirettoawater head,
eff guaranteed
{
icicncyof
j at 270 feet head, for the total price
OT
Dollars $ NO BID
2, For additional optional cost for witnessing
the pump test by a representative of the
Owner, the total amount of;
Dollars $ NO DID
k
~i
i
P-1
1
T F_
a.
Item i
No. Description Amount Total
3, Furnishing One (1) Motor Controller as des-
cribed in the Specifications, for the total
amount of
Dollars $_NO BID
TOTAL AMOUNT ITEMS 1 THRU 3 (BID N9354) NO BID _
BID #9355
4. Furnish one (1) fourteen inch r14") motor
operated Eccentric Control Valve for
Pump No, 2 discharge for the total amount
of:
f
Seven Thousand, E g.ht C lndred R
Twenty Seven Dollars R_00/100 Dollars $ 7,027,00
5. Furnish one (1) fourteen inch (14") slanting
disc check valve for Pump No. 2 discharge for
the total amount of;
Seven Thousand_ Three Hundred & "
Eleven Dollars -L.20 100
. Dollars $
7,311.0_0
TOTAL AMOUNT ITEMS 4 AND 5 (DID #9355) 15,130,00*V
The undersigned bidder agrees to start work as soon as possible after
notification of an award and immediately enter into contract to deliver
all equipment covered herein within the number or consecutive calendar
days shown, after notification of the award, It is desired to have
delivery at early date; therefore consideration will be given to delivery
dates which will benefit the Owner and installation Contract,)r,
Item Description Deliver Date
1 Vertical Turbine Pumping Unit -
i 2 Additional time, if any,
3 for witness test of pump
4 Motor Controller
' 5 Eccentric Control Valve
q Slanting Disc Check Valve - ---)S
Enclosed with this Proposal is a cashier's check, certified check, or
Proposal Bond in the amount of
5% of -Lea test amount bid 757,00 }
-
* Deduct $500 from total of Items 4 R 5 (Contract 2) if both y
items purchased from Newnan Engineered Equipment, Inc,
P-2
l
a
as proposal security to be collected and retained by the Owner as liqui-
dated damages in the event a Contract Award is made by the Owner based cn
this proposal within forty-five (45) days after receiving bids, and the
undersigned fails to execute the Contract and required bonds within ten
(10) days after being notified and receiving the conformed doc{iments,
Otherwise, the said bid security will be returned to the undersigned upon
demand.
The undersigned acknowledges receipt of the following Addenda,
Respectfully submitted, E
NE N ENG NEER UIPNENT, INC.
Dy c
Joseph L. Raini ce President j
_r~P'r~nt n
and Title
P_O, f3ox 2fl616
Dallas, Texas 75220
214/357-9258
r
U
a
I P-3
l
1
w
DATA SHEETS AND SUBMITTAL INF"ATION
Submit the following data and information with Proposal for each size unit.
Pum Data
(1) Make and Type Letter of pump
(2) Speed - RPM _
(3) Diameter of Impellers & Matorial
(4) Maximum Diameter Impellers for Bowls
(5) Size of Bowls
(6) Number of Bowls
(7) Impeller Shaft Diameter & Material _w
(8) Line Shaft Diameter & Material ~
(9) Column Diameter and Wall Thickness 1
y (10) Maximum Horsepower Req, for Pump
Including Thrust Bearing Loss
j
MO ,tor Data
(1) Make and Type Letter of Motor a
(2) Brake Horsepower of Motor at 90° Rise by
s Embedded Detector '
Locked Rotor KVA
(4) Motor Efficiency at Full Load
(5) Motor Efficiency at 3/4 Load
(6) Power Factor at Full Load
(7) power Factor at 3/4 Load
(8) Method of Insulating and Impregnating
Motor Coils -
Weights -
rs (1) Weight of pump
(2) Weight of Motor
(4) g Motor Stand
Weight of Complete Unit
Moto~ Control Data
(1) Make and Type of Motor Controller
(3) Weighte Dimensions
9
Motoerat~e Data
(1) Valve Manufacturer, Size and Model
(2) Pressure Class & Body Material - -mL,:.Lig, I P 8
(3) Motor Operator Manufacturer & Type ~~PSI
(4) Weight of Complete Valve Unit 'W
4 1d?IiT T6s'-._~
P-4
y!
n
1-
1
1
n
i
Slanting Disc Check Valve
f (1) Manufacturer, Size and Model
(3) Pressure Class 4~ A -;t14B
eight .1, 97 Q_11is. Y
,
1
i
i
j
a
i
i
i ~
i
i
{
r
f
E
i
P-5
1
. 1
DeZURWK QUOTATION
DeZURIK, DIVISION OF GENERAL SIGNAL MFG. CORP., A UNIT OF GENERAL SIGNAL
OnZURIK, BARTELL, MINNESO-rA B6377 U.S.A. PHON! (/1R) ROY-ROOD
S TELEX 29.0605 CABLE ADORESSi DRZURIK
TOI Mr. John J. Marshall, C.D.M. DATEI November 5, 1984 i
Purchasing Agent QUOTE Noe Q-1154-J).R-1
Denton, Texas
PAGEI 1 of 1
REF, Contract 2
1411 Eccentric Control Valve MAKE ORDER TOI
~ ORZUgIK
BID DATEt Nov. 6, 1984 C/01 Newman Engineered Eqpt., Inc
ac,O,a, P. 0. Box 20616
Sartell, MN w/FFA to Denton, TX Dallas, Texas 75220
TERMS Net 30 Days
BYo
DELIVERY 18-20 0eeks After Approval Joseph L. Rainier
ANY PURCHASE ORDER ISSUED AS A RESULT OF THIS QUOTATION IS SUBJECT TO ALL OF THE MANUFACTURERS CONDITIONS '
SET FORTH ON THE REVERSE SIDE HEREOF AND FINAL ACCEPTANCE BY DeZURIK AT SARTELL,MINNESOTA.
We are pleased to offer the following equipment for your consideration on
the above referenced contract.
(1) 14" Dezurik Figure 128, carbon steel, with 2500 flange drilling,
RS17 (neoprene) plug facing, stainless steel oil impregnated
bushing, fully adjustable Duna (Vee) packing, welded and
machined nickel seats.
Operator: Auma Electric Motor Actuator Series SA50-B19, I
Nema IV housing, 240/60/3 phase, 4 train limit
switch, S84 compact, L.O.R., & O.S,c „ 2 lights,
transformer, phase discriminator pulse timer
with extended compact, Dezurik G12 gearing. {
Weight: 1,090 lbs. (approximate maximum weight)
TOTAL PRICEt $ 7,827.00.
1
E
CA %Aart-
osep Ra Hier
sh
l O
dc: Roger Whittaker/oezurik
~a
zF
. 1
I 1
w
N Newman
' Engineered proposal
Equipment Inc.
TO: Mr, John J. Marshall, C.P,M. DATE:
F Purchasing Agent November 5, 1984
Denton, Texas QUOTE No.: Q-1I54-JLR-2
REF. PAGE: I of 1
Contract 2
f 1411 Check Valve MAKE ORDER TO:
,
F.O.B.
Schaumburg, IL w/FFA to Denton, TX
TERMS C/O: NEWMAN ENGINEERED EQUIPMENT INC.
Net 30 Days X)P, b. Box 20010/Dallas, Tex. 76220/2f4/357.025n
DELIVERY ❑7320 nsncreh/suite 300/Houston,Tex. 77081
20 Weeks After Approval BY; 71'1/081/7448
Joseph L. Rainier
We are pleased to offer the following equipment for your consideration on
the above referenced project: ;
(1) 14" APCO - Series 814.B Slanting Disc Check Valve with bottom
mounted buffer, j
Materials of Construction - Reference Dwg, 5-8000B
1
Cast Iron Body & Disc A.S.T.M. A48CI30 rated for +
250 psi working pressure. ,
Centrifugally Cast Bronze Seat Ring & Disc Ring, `
Stainless Steel ASTM A582 Pivot Pins and Bushings,
Oil Filled Bottom Mounted Buffer.
Weight.- 1,279 Ibs,
X
TOTAL PRICE= $ 7131100
5 ~ 1
oseph ain rr~
J sh
enc.
cc1 x;7m Tonkin/APCO
a
5
~ SLANTING DISC CHECK VALVE
V
WITH BOTTOM MOUNTED DASHPOT
~r
r
•
S) ~r
r
V~P
1 _y
. 4:.
E
~ ti K.wanow. ( J
(..7 r. • 04. a now J C~3 0►
/ - M.cE. a s,c,
I on 4,01 NMi r ' 1
J l_ , { F
-
N
A 6 1 8 i0 12f14 j 16`18" 3! 30M 41 38 .30 531 842',48 54,60 ITEM. DESCRIPTION
H
A 15 19}~2424 130 30 { g I 85 a"T eow wu, usr AA•a,o
~°°r "Au _A~AW
4 - - I -_-j- - d4WIJA -i I
8 13 , 8 11 10 12 i 14 I I IS 18 + 20 { 24 30 ! 38. 42
48 { 64 80 e a_ 13
. + 25 28 a pA001gL~!
1 58 67 # ~ + -1r
D f7j122}26 381 30 31i38J48j_61_l _..7f 81
- T A6nw_124~ R.~
_ # 261 38 1 41 48 57 X62} 83 72177 90 hAi~e - aT en~ch ~~enina fe
o
~E 161# 18 !7~ 191.20} 22123J 261.28134} 37a! 41 67-~82 84 perms I~ ~
w 71!41 41 21 5j!1$'21, 81 9f } 3J' 111 ~w, iur«,a 1 A"
- I _
(3 21 3141161 N ~b1 `6} ~ 7}. ,I 8 +gl 17 3} 7 7 S
nN tMA JbLT ,4 } a3o
11 fl}I11 9 if g 3 -5 2~
9 7 12 -2I 2._.~_ 4 » a.aw.: r+~e
3 16 19 21131
26127 32 1383 48 63,5 !*s uv - I
- 3 nub wu r!f!N N
2 2 - bTN 4EA !R+f -
f p 3 3 j K~ MEAT~IEA i enu
K s 8 12 12 12 18 I> I bi
. ee•AVnnt _
20 28 32
ff +
36 11 1 f 44 44 52 wb aAe„ct: iANSfnpi
NEI
2 2 be M►i#A hoo buMwq IMdtiYiiNe
MA
141'17 18,j)21; 221, 26129} 38 42 49} ~FIR
1 121 1.5-1171 E~1 I
~ 23,!!281 28 30
20; f
b0 67,85 aiaew
1 1 # 33 u
a J 1~ i1 1 2 2-- 21 21 12 2 i I 1'34 4 ; eEAC ~ wowAtrr a
ro r~seutit T r ~ ---F?
d' K 12 12 18 18 20 20 24 { t ebuir,w GC ~.c"- ui,7
24 24 28~ 32'36'40 eE4by ,WC HArMAL 8 WIII AM 11I46•4A et •-A a•
VALVES."Ut H,n SM MOT AWAVn
M 101 13 f61 171 21
!203 22} 2411 27 32 NAMAIAL r AL WMER AM WW ALLOY e
f3948 621601 e•.e►avuw~,
CERTIFIED BY;
DATE;
DATE -
VALVE AND PRIMER CORP, DRW3, NO.
4-4.77
SCHAUMBURG, ILL S°8008
i
I 1
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF
-Dentate-_ ~
THIS AGREEMENT, made and entered into this __8.UL_ day of
A,D„ 19 85 , by and between
t11~.C_t ry n f I]p,~}:nn
i
' of the County of ._D_ejjton _and State of Texas, acting through its
_City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
N wrnan Fny.in r d 'q,iom n ,_Incl j
of the City of _Dallas County of Dallas
and State of [exas _ , Party of the Second Part, hereinafter
' termed CONTRACTORI
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 complete the construction of certain improvements described as follows:
Furnish 14" Slanting Disc-Check., Valve
and 14" Motor Operated Eccentric Control Valve-~
Did No, 9355
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 Bidders (Advertisement for Aids), Instructions
l
10-15-71
78
III IRI
~ 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 ANO
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-
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, k
ATTEST: I
i
` "-mfr ~Y Cit of Denton
Party f th t~ art,WNE
By lcc~ri__
lirr. artul g ~4
City Manager
(SEAL)
ATTEST:
N~4mran Engineered Equipment, Inc.
Part of the Sec Part, CONTRACTOR
By o C
{SEAL}
,
10/22/73
i _ 176
i
t
1
- PERFORMANCE BOND
j STATE OF TEXAS
COUNTY OF Denton
KNOW ALL MEN BY THESE PRESENTS; That Newnan Engineered
Equipment, Inc.
of the City of Dallas
County of Dallas , and State of Texas
as PRINCIPAL, and
as SURETY,
authorized under the laws of the State of Texas to act as surety on bonds
for principals, are held and firmly bound unto the City of Denton
as OWNER, in the penal sum of Fourteen
_Iholmand, Six-JFUundred-& Tt~1rt Eight Dollars
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 8th day of January 79 85 , for ti►a-49o..
Furnishing One 14" Check Valve and One 14" Eccentric
Control Valve--Bid No. 9355 °
which contract is hereby referred to and made a part hereof as fully and to
W 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 and 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
r
3
10-75-71
'78
' h
i 1
11.
by acts of the 56th Legislature, Regular Session, 1959, and all liabilities
on 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 find upon this
bond, venue shall lie in Denton Y 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 a
V 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 8th day of January 1985
eared E ui ment Inc. 1' Luynta( (I
nc pa ure y
ti
BY U BY
a~L
7t1 Ti te_- -
I&W AN LNOIN1 ERD Address CORROOiV (94 81.ACK/F1jLIS CROTTY 2 VIERS
u 1.11A 206,16, 8300 DOUG AS AM SUITE: goo !
DAL.LAa -TX 'P.,,/ 'o _ I) I . 0AS 1 C:\ - 5?25
"I l. (214) 9f1721CU
i
(SEAL) (SEAL)
e name and address of the Resident Agent of Surety Is:
/Ay' ( CORR00~1 & PLACK/t,1119 C(ffl ' i~b~JERS
8860 Bclijflli.A~j t'T. 101
DA LAC; rc,.;,n(.; 'r 52'15
NOTE: Date of Bond must not be prior to date of Contract.
4
10-16-71
;178 ,
1
„„~,t~~11PpJa~
!1142644
AE NA INSURANCE' COMPANY ~
00/VY OF
;A'f,.'1'OAlYgY o CiGNA compont,
/ KnoiN ell men by these presents, that nETNA INSURANCE COMPANY
l/ of
a.'d07DdrWorl of the State of Connecticut, having Iis pnocipol office in the City o! Philadelphia, Pennstilvanla, PulsuanP to the following
fie6(bobn 6doglotl by the E3osrd of Directors of the said Company on Dacombar 5, 1883, to w'il
p3 9r atle a:.6 mFV 9 I
'AISOI.YFO. ihit G+gJJM lod1 l.) pl l`d 0e.1 a.4s V,J O( /QR"vArlal go 2f4 I" 1,11,11 on fr I"P Grraani tJ165 ro yI; n dar¢m. cv i ,.r ,•,n
fee Oil~laWlya
a'c M1q.l^♦1., ,ur
IH it,]IAe 6r65d661 a 51 i rvr a dill a ( v a Cref io,1 a,, III Ilam v. s F", r1oll.O'a /e4, 9.r'^VIA . ree: Jle'C "d On Lf,3r r(C ra'1a a"'
4 , )IIatml is l(P S. y~rl'a t l C 4n4 JMn I I'll , ya II0"t,'e Vke6 l llea.pre I 5 C6311 e I ted'n C5 e.,.a r bit C11 Wag rY lea '.fT 6U M1i C+C,'41.5[[61ar C)~lof
Jbllra
(6y"'i5r,idl eraQ. J„j(er IN Pes 7tp1,a r5t .r~4 clt o0l tlMI all Y.tr itts 11,il.limsJ lvdeFe_:1Nint ar J ~a.rta fra t.Intf<e, II Or rce.mpJ~nl
ti ii ~O PpJ4] Oao AttOeEVa• f5ltrfl Elt,'xe Vl fw'i to m t 0,:( v," or. tI rJ4 ,R{{Id 1( 114 CO ry ,,1 Iill,, 9 tle)rll A~ya Peel).
dr e 5n en
A rRUye,,iN ae velaac OharCt ,V4*(i9 N. rifle '.baa [ A. 1),V111 l eCoo, w,aa Ka16at N7bs, C. f eh ,t a , IltllejUt l no
trd tp^Jm;eO Mr,tI I b3aP ,v Y; a PCeslilt. as aP, ,,N1. c "AII Pall Y.:t?ls tin, P.; a e! ell PC; 01 ~ rf b6 all 6]bl4 ..qtr ),[9,e ,'almrter
ll tedC,rF a^Ito1 IklI 9 dliaSy el PU, 66'f 1, GQ [)If P e,afb0'pal el eCGa'1,5„J l tv, a,rJ e) r, t.varnb ll dG f ra e;ld r rrepef a dJry 'rrm .'ft'
'I If JIPLlIb'~S CbH,.m,PS }311Jfe JeJ SPJI lraJ Gt .J'J er/Ib d..7 Vn,tP ~Crt.{3eV
4f /y Sv;P D1. aregCe, t. tW+cRn a•J Atlnrelf AiadseaP el,ea 1bo'dIJGre ii,udi, cGolt 111aRUd'al ,n 4J 41 ta/.a of Ve foefao, mJar., arf da. [u ccrldljf lr,D U:a'YJrr
4:Ue3.a e~Mtaa N J6 r,, jilt u, e5
7tep7ll,heof it ,ifi,Ior,vre,Nt•d.~ae a,f ea,e a)Vo n. a JglI Ur a9j0lfn)O o-r aoa L? et 0 mlma
doe,horbbynortnnalU,con$hlutean'datlpoln! WILLARD GROTTY, JAMES N, POWERS, TOAI 1). ELLIS, 1110 IdETER
A, wjfill, WI'LLIADf G. KLINOMAN, PRAAIK BAKER, C. R, EASLEY and ROSEMARY WEAVER, all of the ti
I C4C~.ot Adllaa, State of Texas- - - A
1
f _ - , each individually if there bo more than ono named,
fl6 Ir, fe 6Od ;8 f61 alldrnoon fact, to make Wcule, suhl and deliver' on its behaif, and as its act and dead arty and all hands, undeftakings,
fedOfjdl2anceS, cAnkacls and other writings in the nalora thereof, Arid the execution of such writings to at rsuvice of these presents, shall
I typ da S1oino 6066 said Cq'r_nl'l6ny, 6% Italy and amply as it Ihby had boon duly exadulad and acknowledgad by the regufarly sleeted Ollicors A
of J tiq cicimp6ny of ils wlii i fal officP,.
IN W11 NESS V11 £tiEbf; iho seed H.F. McCranie, Jr., Vlca•Preyirfom, has [torounlo subscribed his Itame and affixed lhr cofporatir
/ t 84
„sea1.6f the said, Afi2MA' II481)RANCE COMPANY ..~~11h day of S _e Co_m.~ber _ }rJ
v
Tf,.9ep'~ C
ti
11. C,' 1McORANII;, JR, B&~Prelldenl I'll
8 ' COtyiMONW(At@ifiFNNSYLVAN1e
OU/ I Y b~ Pill! AOU MIA' ss ;
$ l day of before nln,,o Mocary ,
leaf+b of the ~Ommohwe8li}+ of Peh4jrvafdo In end for the County of Phlladolphio come fl f McCrenle, Jr, VicelPro3fdonf 61 1110
AKTf1p, ,tN~U~?A?~tlfi COMPANY (o+h0 *15606lly 0911 to bo the ipolyldual6hd offloor Yrhb 6koco16d. .
Ihda)racedlrig'tll I( ndlie ackriowlodged that ho executed the same, and Jhal the seal aflrxod to the procedlng hisuufilohi it, the Col.
t~
hrid mraa,linn of Ine s5td'cor
df 6 W61 of p t ' Ihdsa+d corporal) tlefahd hie srgnaluro voro duly affixed by this, aulhdriiy,
P nt r O
1 ' por5tlonlotl by the Board or OlteClo7s of said CpmAanYr rpldlfOd Io In Hla lr codno inslnlh,gri! is nh W;i l,froe
z; 1 N I hove horeunlo so( ril hand and affixed my ofitclAl' oal at tAo Crly o! phlladelphla IheYI acid year 1
A
Ilrrr'jlb, 8 W 1 n T
OF JOAN 1, CAREY , Nwiy politic ~~I? yA
Pt ileaelphla, Pfuladplphla Coonly pA` J J0 T GY MOIJry I'ubllp
Isei~~l .
AfP Commhslon Expirg4 July Ili 1,481!
11 I ~i ` ~gF~e rY,4f AETNA YNSURAWCfI COMIIANY ' dff}lalehy r orlffy flirt the orlglr,al t
p0Yd6ft or _ T~}$r ;Y~YIf W 11he,loragoing Isq lull lruo,', tt"ptrpgt COfi'L 1$ln N if; 1",~ and of(yol ,
In with ~ ~f h the hereunto sunst hb@d `y n d r~ iy 050111xii l iho aorporgle ai, mo CdrpiJratrgn
1)119.1 v \ .r.♦ .y...,, ~ J'L~~7 . / ~v~, V ~ ~ ~ 1
1S~e1t l 'gl5~pp ` Nam cNfnprtuh.r r vancotary; '
1 114
I
IkeflfMl Owe '
i 1
SPECIAL CONDITIONS
SC-1_ GENERAL
J,. 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 intention 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 be made by the Owner in accordance with Item
SC-18 herein.
SC-2 DEFINITION OF TERM
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- A
tions and the Contract Documents, it shall be understood as J
referring to the City of Denton, Texas. 11
C. Engineer. Whenever the 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. i
D. 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
1% equipment supplier for this project, his legal representative
or his agent, signing this Proposal and the Contract, I
F. General Contractor. Whenever the word "General Contractor" is j
used in the specifications and contract documents, it shall be f 1
understood as referring to the Construction Contractor who
will install the equipment specified herein at the City of
` Denton Water Treatment Plant. I
SC-3 INTERPRETATION OF PHRASES
A. Whenever the words "Directed", "Required", "Permitted",
"Designated", Considered Necessary , "Prescribed", or words
of like import are used in the specifications, it shall be
SC-1
1
1
I
I
I,J
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.
h
0. 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 receipt
of such on the outer envelope containing his bid proposal and in the
space provided in the Proposal.
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, 811 Lamar Street, Fort Worth, Texas 761020 without charge, by bona
fide bidders,
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
bids submitted, based on owner's 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,b job site,
including all applicable taxes, and all costs for each of the items as
hereinafter 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.
SC-2
1
i
SC-6 gUALiFICATION 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,
j Equipment and Financial Condition" as a condition precedent to
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,
SC-7 REJECTION OF BIOS
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.
M SC-8 NOTICE OF AWARD
The Owner will no°~i fy the suc::.,; ;sful bidder, by awarding a Contract,
l within forty-five (45) days after the date of receiving bids.
i
SC-9 REVIEW AND APPROVAL Of PROPOSALS 1
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, serviceability, efficiency, and other character-
istics that may in 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-
ment offered, together with performance curve, where applicable, all as
herein later described, and such data relating to the equipment selected
by the Owner shall become a part of these specifications as it applies to
the separate contract for installing the equipment,
SC-3
~i 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
i of the unit and may include the cost of power which will be consumed
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 i
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 46
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:
I
A. The Vendor shall submit six (6) prints of drawings; one (1) to
the Owner and five (5) to the Engineer for 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 ContAactor,
B. When a drawing is satisfactory to the Engineer or only re-
quiring minor corrections three (3) prints will be returned
to him stamped or marked (Approved" or "d proved as Cor-
rected", dated, and the copies thereof wi11 be returned to the
` Vendor by letter,
C. Should a drawing be unsatisfactory to the Engineer, he will
i stamp theroon "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
s-
SC-4
's .
r
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.
y
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 ANO LIQUIOATED 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 delay caused by,.
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 I
freight embargoes,
The owner reserves the right to deduct for each day beyond proposed
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 completo delivery of equipment after approved delivery '
time. For delivery time in excess of 50 calendar days after proposed
( 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 1
y by the Vendor.
r The Engineer's option regarding claims for delays shall be binding,
,
SC-12 MANUFACTURER'S SERVICE
t
I
i
5
SC-5
• V
• 1
1
~ 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
a 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 representative
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-
SectionnSCintegral part -19, Manuals,of the
tenance and , as i further shall detailedconsidered
specifications
SC-13 MANUFACTURING 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 (NEMA)
B. American National Standards Institute
$ C. American Society for Testing and Materials
D. American Welding Society
E. American Iron and Steel Institute
F. American Water Works Association
Other specific references are contained in the Technical Specifications.
w 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 sage 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,
I
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,
r SC-6
i
5
_f
,I
t
1
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.
SG-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
adjustments as may be deemed necessary to improve the operating per-
formance of the unit.
SC-17 RESPONSIBLE PATTIES 1
The Owner will award Contract to the Vendor for the equipment being
furnished in accordance with his accepted Proposal, and will be
responsible for payment in accordance with Item SC-18, Payment.
a
The General Contractor will have the responsibility of receiving, I~
inspecting, handling, protecting and installing the equipment, in accor-
dance with uendor's instructions.
The Vendor shall cooperate with the Owner in scheduling delivery of
R~ equipment and dates that the manufacturer's representatives should be
available to assist in installation, adjusting, and start-up of the
t equipment, making any corrections necessary to the equipment,
5 ~
SC-18 PAYMENT
After the date of delivery of all of the specified equipment and mate- I
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 s
charges, due to late delivery of the equipment, Payment of the remaining j i
ten percent (10%) of the Contract amount will be due and payable after
final acceptance of the project or within 6 months after delivery of the
equipmont, whichever comes first.
SC-19 OPERATION AND MAINTENANCE MANUALS
Prior to installation and operation of the equipment the Vendor shall
furnish to the Engineer four (4) copies of Manuals giving Installation
and Operation Instructions, Maintenance Procedures, Parts List and other
pertinent information. Parts list to include bearing size 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
t~ .
I
a~
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.
I
SC-20 GUARANTEED EFFICIENCIES
A statement of the guaranteed over-all efficiency for the pumping unit f
with electric motor drive at the specified rated head and capacity shall i
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.
END OF SPECIAL CONDITIONS
1
I
I
I"
r
i
t
a
I
j
SC-8
i
f
SECTION ll 001 VERTICAL TURBINE PUMPING UNIT (ENCLOSED LINE SH_AFT)_
1.00 GENERAL REQUIREMENTS
1,01 SCOPE
The equipment to be furnished comprises one (1) vertical turbine
pumping unit consisting 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
A.
and operation of the pump furnished.
'a
1.02 SUBMITTALS
A. SHOP DRAWINGS
' Successful bidder shall submit six (6) sets of full and com-
plete shop and installation drawings to the Engineer for
approval in accordance with Section SC-10.
B. Operation and Maintenance Manuals shall be provided prior to
installation and operation in accordance with Section SC-19. a
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.
Where the Bidder s 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-
ments of the specifications.
r
2. Characteristic Curve: Characteristic curve for the offered shall be submitted with the bid. Curve shalRUmps
show the capacity, head, efficiency, required NPSH, and
brake horsepower throughout the range of the pump,
Characteristic curve for the pump shall have the capacity +
powered efficiency sandnrequithe red eNPSHnplotted as aordinates.
Curve shall cover the full range of operation from shut- +i
off to maximum capacity, !!F
3. Data Sheet: The Data Sheet included with the Proposal f
shows the information required with the bid for each
different unit of equipment.
11001-1
i
I
s
1•
l 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 for 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, headycapacity, and horsepower requirements shall be
determined for not less than five points throughout the speci-
fied head range from shut-off to maximum capacity. Test
procedures, interpretation and conversion of data, shall
' 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 four (4) certified
copies of all test data and test curve for the pump. The
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
made without written approval of test data by the Engineer.
G ,
B. MOTOR
Motor shall be subjected to standard commercial tests and four
(4) certified copies of test data, together with a certified
statement of the motor's guaranteed efficiencies, power I
factor, torque ratings, current ratings, service factor and
locked rotor KVA shall be furnished to the Engineer. j i
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
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
i site,
11001-2
A
7
t1
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
'a Liquid to be pumped will be lake water from Lake Lewisville which
in general has temperatures ranging from 6.56C to 310C, pH ranging
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
total range of heads, from shut off to lowest head indicated.
1
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 Naw Pump No. 2
Rated Capacity 5500 GPM
j ~
r Rated Head 360 Ft.
Maximum Head 400 Ft.
Minimum Head 160 Ft.
Optimum Head 270 Ft.
Maximum Speed 1200 RPM i
Available Submergence
at Suction Hell
(Min. Hd.) 4 Ft.
1.07 PUMP SETTING REQUIREMENTS
A drawing showing pump setting details is included as a part of
these specifications.
The pump will have below floor discharge with plain end discharge '
for Dresser Type coupling and lugs for thrust harness bolts.
11001-3
Pump setting elevations are tabulated below:
Description Pump NoT 1
Elev. Bottom of Pump Base 541.08 /
Elev. Operating floor 541535.
5
Elev, C.L. of Discharge 535.5
Elev. Bottom Suct, Bell 47B Elev. Sump Floor 473.0
510.0
Elev. Normal Water Level 530.0
Elev. Max. Water Level
i. Elev. Mtn. Water Level 482.0
Pump Discharge 30" Sq.
Floor opening
?.,00 PRODUCTS
2.01 PUMPS j
F
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 AWWAnE101, Vertical
a Turbine Line Shaft lumps,
latest have an oil-lubricated line shaft.
B. PUMP BOWLS
Castings shall be of cast iron, ASIM A-48, Class 35, or other
approved material and shall be free of blow holes, sand holes
M or other detrimental defects. The bowls, column and dis••
charge shall be capable of withstanding a hydrostatic pres-
sure equal to ?nO% of the pressure at the high head operating
condition or 15O% 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. 9
A stainless steel basket-type screen and vortex suppressor
bottom of the suction
shall be furnished and attached to the
bell. Screen shall have 2-inch minimum screen openings.
C, IMPELLERS
t
The impellers shall be of the enclosed type of cast bronze,
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
either normal pumping or reverse rotation.
" 11001-4
{
r
D. WEARING RINGS
Each impeller eye and case shall be provided with renewable
bronze wearing rings at the running joint between the im-
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
Pump shaft shall be of ASTM A-276, Type 410 stainless steel
and shall have bronze bearings above and below each impeller.
The minimum size of the shafts shall be determined by means
of formulas given in AWWA Specification E101 for Vertical
Turbine Pumps.
1
F. LINE SHAFT e
The line shaft shall be of ASTM A-276, Type 410 stainless
steel and of the size that will conform to stipulated i
requirements for pump shafts in AWWA Specification E101.
Shafts shall be furnished in interchangeable sections having
a nominal length not greater than 5 feet. The line shaft
shall be coupled with stainless steel couplings which shall
be adequately designed with a safety factor of 1-112 times
the shaft safety factor and shall be coupled using anti-seize
compound.
G. LINE SHAFT BEARINGS
The line shaft bearings, which shall also act as connecting
couplings for the sections of oil tubing, shall be spaced not
more than five (5) feet apart. The line shaft bearings and
top shaft bearings shall be bronze. The bearings must
li contain one or more oil grooves or a separate bypass hole I
that will readily allow tho oil to flow through and lubricate J
the bearings below.
H. SHAFT-ENCLOSING TUBE
3
The shaft-eirciosing tube shall be made of Schedule 80 steel
pipe in interchangeable section not more than five (5) feet f
in length. The ends of the enclosing tube shall be square
4 with the axis and shall butt to ensure accurate alignment.
f The enclosing tube shall be stabilized in the column pipe by
r > stabilizers.
t 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
1
11001-5 ~
T.,_ T
1
f
yJ .
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 be machined for register fit to assure
P" accurate alignment and shall be connected with stainless
steel bolts and nuts, using anti-seize compound.
` 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 a 1/4 inch heavy threaded
coupling for pressure gauge connection.
K. MOTOR STAND AND PUMP BASE PLATE
f'
Motor stand shall be of fabricated 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 to the motor shaft. Windows with guard screens shall
s be provided in the motor stand to permit ready access to
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"
square with four (4) 1-1/8" anchor bolt holes, one at each
corner, on 38" centers to match the existing anchor bolts.
On the motor stand, a pruper lubrication system shall be
r installed to provide lubrication to the shaft and bearings.
It shall consist of a solenoid operated, $I ht-feed adjust-
able drip lubricator and a four (4) quart (minimumf 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, i
t
The solenoid valve shall be normally open when not energized
and shall close the flow of lubricating oil when energized in t
order to allow continued lubrication of the shaft and E
bearings if the solenoid fails. The solenoid shall operate
on 240 volts, 60 hertz, single phase power.
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 seating the shaft off the thread
at the tension nut,
t.
11001-6
l
t
~i
Si - L. SHOP PAINTING
Inside of column and discharge head, outside of bowls, oil
tube and column shall be coated with Coal Tar Epoxy, AWWA
C210, or similar approved coating to give a minimum total dry
film thickness of fifteen (15) mils. Other exposed surfaces
shall be cleaned, primed, and painted with two coats of manu-
facturers standard machinery enamel. Furnish extra touch-up
paint for installation Contractor's use.
2.02 MOTORS
r.
A. GENERAL
Electric motor for driving pumping units shall be vertical,
air cooled, hollow shaft, squirrel cage induction type with
non-reverse ratchets, W. shall be designed for full voltage
starting. Approved motors are General Electric, Reliance,
Siemens-Allis, Louis-Allis, and U. S. Motors.
Motor shall be of the premium efficiency type. Horsepower
nameplate rating of motor, at the 1.0 service factor, shall
be equal to or greater than the total horsepower requirement
of the pump when operating at any headbetween shutoff and
minimum heads, including power requirements for bowl
assembly, column and line shaft bearing loss, and motor
a thrust bearing loss from pump thrust. Motor shall have a
h service factor of 1.15. Motor shall be designed in
accordance with applicable provisions of the latest NEMA
Standard Publication for Motors and Generators, MG 1 with
subsequent revisions thereto, all subject to modifications
and additions as herein set forth.
The motor nameplate shall indicate the rotation direction
consistent with the pump requirement and the phase rotation
of the power leads. 1
The locked rotor torque and breakdown torque shall not be
less than shown in NEMA MG1-12.37 and 12.38 for centrifugal y
pumps.
a
The locked rotor KVA/HP shall not exceed NEMA Code Letter F,
5.6 KVA/HP.
Rotor shall be balanced to within an amplitude peak to peak
in accordance with the requirement of NEMA MG-1 s
Motor terminal voltage shall be rated 2300 volts, 3 ph., 60
' hz.
i
11001-7
r
Y
r 4
. 1
' B. ENCLOSURE
Motor enclosure shall be Weather Protected NEMA Type I for
{ outdoor installation in accordance with NEMA 116 1. Exterior
shall be factory painted with best quality gray machinery
enamel, or other approved coating. /
C. INSULATION
Motor windings shall be full Class F insulated. The motor w
stator windings shall be insulated with epoxy-impregnated
materials. The entire completed stator assembly shall be
vacuum-pressure impregnated with a non-hygroscopic resin
material. The gindings
. shall comply with the latest
applicable previsions of NEMA MG 1, and end winding coils
shall be braced to limit displacement 'co no more than 5.0
mils under any condition of starting or running. Motor shall
operate continuously at rated voltage and frequency at 40°C
ambient temperature, with a temperature rise of not to exceed ,
90% measured by embedded detector when operating at full
f , load or 105°C at the service factor of 1.15.
D. BEARINGS
i
Motor bearings shall be designed for the maAimum loads im-
pposed by the pump and motor, and shall be selerted 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
steady bushing at the lower end of the motor's hollow shaft.
' All bearings shall be oil lubricated.
E. CONDUIT BOX
Conduit poxes shall be larger than minimum and adequate size
to accommodate stress cones to make up cable terminations for
5000 volt shielded cable, N3/0 AWG,
F. ACCESSORIES TERMINAL BOX
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.
w
G. GROUNDING MEANS
Provide a threaded hole on the 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 1/2" for all motors above 500 hp?. The grounding weans
shall be located on the same side of the motor as the motor
power lead conduit box.
11001-8
-
4r
H. APPURTENANCES
1. Bearing Temperature Monitors: Motor shall be equipped
with two (2) Honeywell T-654 Indicating Temperature
Controllers for bearing temperature indication and relay
control in motor starter.
2. Space Heaters: Motor shall be equipped with space
heaters for operation on 240 volt, 60 hertz, single phase
} power.
3. Temperature Detectors: Motor shall have six (6) 10-ohm
RTD s, spaced evenly around the stator windings with two
embedded in each phase,
2.03 PUMP EFFICIENCIES 7
A. GUARANTEED EFFICIENCY
The pump manufacturer with his proposal, shall make a state- d
ment of the guaranteed overall wire-to-water efficiency for
each pumping unit optimum.
B. EFFICIENCY EVALUATION
I
the n comparing the bids the Owner will take into consideration
valueuofaonee(13 to water efficiency
the purpcse pump. of evaluating
bids shall be based on;
Power Rote ,$0.08 ~
per KWH
Interest Rate 10.0%
I
Life of Pumping Unit 15 years
Percent of Operation tot
j
C. FAILURE TO MEET EFFICIENCY GUARANTEE
In the event the result of the specified tests show that the
actual efficiency of any pump is less than that guaranteed,
the unit may be accepted at a reduced price at the option of
the Owner. The reduction in price shall be computed on the
! basis of the evaluation of efficiency sc ,
comparing bids, forth above for
No premium will be paid for exceeding the guaranteed pump
efficiency.
11001-9
5
I
1
1
1
f7
3.00 INSTALLATION AND ACCEPTANCE
3.01 GENERAL
h Installation of equipment will be performed by a Construction
Contractor, who will be required to assemble the equipment where
required and install it in accordance with Installation, Operation ,
and Maintenance instructions which shall be furnished by the Vendor
or Manufacturer.
3.02 MANUFACTURER'S REPRESENTATIVE
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 1
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 personnel, as
requested in proper operation, maintenance and care of the
making check
most efficient use reof.
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,
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.
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.
r END OF SECTION
ti
s
11001-10
71
;f
1
Ie``
f
f
l~
SECTION 11003 = ECCENTRIC VALVES = MOTOR OPERATED
1.00 GENERAL REQUIREMENTS
1.01 SCOPE
I
The equipment to be furnished comprises one (1) eccentric valve
with motor operator, to be controlled from a remote location.
s Valve will be used for pump control in starting and stopping.
1.02 SUBMITTALS
t
A. SHOP DRAWINGS
Submit six (6) sets of full and complete shop and instal-
lation drawings to the Engineer for approval in accordance
with Section SC-10. M
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,
inleuding catalogs, cuts and pertinent engineering data.
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 riot to be
construed by the Bidder as waiving any of the require-
a ments of the specifications.
2. Data: Submit data giving overall critical dimensions and
weights of equipment,
1.03 WATER QUALITY
These 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 8.4, and calcium carbonate hardness ranging
from 120 to 150 mg/L. Materials which are in contact with the
water shall be compatible with these conditions.
i 2,00 PRODUCTS
2.01 GENERAL
Eccentric valves shall be of the non-lubricated quarter-turn type
with resilient faced plugs or seats and shall be furnished with
flanged end connectionfj. Flanges shall be Class 250 and shall
11003-1
1
i
f ~
s
J tI
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
Valve body and plug shall be cast iron or cast steel and body shall
have flanged ends with ANSI Class 250 drilling.
~I
Bearings shall be corrosion resistant stainless steel and seats
shall be corrosion resistant welded-in nickel, ground to assure
drip-tight shutoff.
2.03 OPERATOR
Electric operator shall be Auma, Raymond Control, Limi torque or
approved equal, with the appropriate appurtenances including motor,
reversing controller, limit switches, torque switches, gearing,
control switches, indicator lights and
h
a
ndw
heel for man -
anon ual o
er
P
Motor shall be rated for continuous duty for 240 volts, 3 phase, 60
iiertz 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.
j
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
shall be provided with two spare limit switches, one to close at
full open and one to close at full closed valve.
i
j
l
I
11003-2
v,
2,04 VALVE SCHEDULE
Valve Max. Diff. Max.
Desig. Size Press. Flow Location
No. 2 14" 250psi 8,400 GPM Valve Vault at
Sta, 0+05 outside
the Pump Station
it 3.00 INSTALLATION i
3.01 GENERAL
r Installation of equipment will be performed by a Construction
Contractor, who will be required to install and adjust `,ne equip-
ment in accordance with Installation, Operation and Maintenance
r instructions which shall be furnished by the Vendor or Manu-
facturer,
The Supplying Contractor will be required to work with the Con-
struction Contractor in scheduling delivery of equipment and the
dates the manufacturer's representative should be available.
i;
3.02 MANUFACTURER'S REPRESENTATIVE
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
i
t
i
i
i~
4
11003-3
.a
a 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 Se:tion SC-10. All of the drawings and data
shall be 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.
The valve manufacturer shall submit with the shop drawings a list
of ten (10) similar installations which have been in satisfactory 1
operation for at least one (1) year. Shop drawings not containing
this required information will not be accepted.
t
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.
2.00 PRODUCTS
2,01 DESIGN
The valve shall be a slanting disc check valve. The b,,Jy shall be 1
two (2) piece construction of ASTM A48 cast iron, bolted together 1
through the center section in a manner to capture the seat on a
55° angle, The seat ring and disc ring shall be ASTM 8584,
centrifugally cast bronze, and must be hand replaceable in the
f field. The area throughout the valve body shall be equal to or
greater than the full pipe area, The valve shall have sufficient
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
j
contact the disc during the last 10`G of closure and control the
final closing of the valve to prevent water hammer. The rate of
closure shall be externally adjustable and variable. The line
media to the dashpot must be separated by a combination pressure
1 sensing device/oil-water separator to protect the dashpot cylinder
i against corrosive build-up from the media.
The check valve shall be APCO Series 800-8 Slanting Disc Check
Valve as manufactured by the Valve and Primer Cor;.oration, or
' approved equal.
15133-1
S
f "'14
tt ~
. 2.02 VALVES REQUIRED
The required valves and certain pertinent information is given
below.
• i
Number
Req'd Service Size Pressure
Y 1 On Discharge Piping 14" 250 Psi
" of Pump No. 2
3.00 EXECUTION
The equipment manufacturer shall provide the services of a
s 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 *o verify the satisfactory operation of the
Halves. The valves must perform in a manner acceptable to the
Engineer before final acceptance will be made by the Owner.
END OF SECTION
f
(
i
i
15133-2
.
,
16182 MEDIUM VOLTAGE MOTOR CONTROL EQUIPMENT
1.00 GENERAL
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
` on the proposed system without artificial cooling.
1.02 STANDARDS
The equipment shall comply with the latest rules and regulations
R
of the Institute of Electrical and Electronic Engineers and the
National Electrical Manufacturer's Association Standards, E-2
Class.
1.03 MANUFACTURER
t
The equipment shall be manufactured by GENERAL ELECTRIC, or
approved equal. It shall be similar and equal to the G.E.
Limitamp equipment.
1.04 OPERATING VOLTAGE
The equipment shall be designed and arranged for operation on 2400
volt, 3 phase, 60 Hertz.
1,05 CONTROL POWER
` Control power shall be 240 VAC from control transformers
in each cubicle, located I
1.06 INSULATION LEVELS j ,
The assembled equipment shall be designed for the following
insulation levels:
A. Standard Insulation Tests, 60 Hertz, 19 K11.
0. Standard Full Wave Impulse (withstand) Tests 60 KV,
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
a~
1
16182-1
T T.,_
B 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 in deter-
mining whether or not hardware and wiring changes are necessary.
The Contractor shall be responsible for providing all components
and wire of the proper, size.
r
1.08 ENCLOSURES
A. INDOOR
i
The equipment shall be installed in NEMA Type 1 - Gasketed
enclosures. The enclosure shall be designed to protect
agafnst dust.
2.00 PRODUCTS
2.01 MATERIALS
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, instrument 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
for control and secondary connections, control fuses, and
provisions for connecting cables. The stationary units shall
be constructed of welded structural shaped steel members
together with formed sections of special smooth panel steel
approximately .18" thick. The units shall be completely
enclosed by a hinged panel door with removable plates per-
mitting access to all compartments. The structures shall be
k rigid and self-supporting.
The removable element shall consist of the contactor, primary
a fuses, mechanical interlocks and control transformer with
associated control wiring. A contactor of the size specified
shall be`;irnished with each motor controller as shown on the
ij
drawings.
The contactor carriage shall be isolated from all other
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 i
interlocks which prevent disconnecting the contactor from the
stationary structure without trippiing open the contactor. I
F It shall not be possible to close the contactor either
electrically or mechanically when the removable element is at
I
16182-2
a ;
i
l
I~
any point between the operating and test positions. Isola-
tion shall be accomplished by moving to the disconnected
position. It shall be possible then to open the door and
remove it from the structure. All removable elements of like
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 a
_ n interrupting capacity
of
400,000 KYA and shall be a full height cubicle. Each cubicle
` shall include the following;
1 - Draw out air break contactor assembly complete with
400-A, 50,000 KVA contactor, 3 current limiting power f
fuses, control power transformer with fused primary and
secondary. A test switch shall be provided, isolating j
the transformer during the test.
! I - AC Ammeter calibrated for single phase amperes
3 - Current transformers f
1 - Overeload Relays, thermal compensated
1 - Three phase 1000 ampere bus
1 - Ground Bus
1 - indicating Lamp, red
1 - Indicating Lamp, green
3 - Indicating Lamps, amber
I - Emergency Stop push button
1 - Phase Failure Relay (47/27) Allen Bradley Bulletin 8135
or equivalent
I - Time Delay Relay (TRI)
1 - Relay, control, for bearing temperature (BTR)
I - Relay, ten ohm type, inherent motor protection (49),
Westinghouse Model No. 2076 A36HOI
I - Elapsed time meter
1 - Terminal strip with 10 spare terminal points
1 - Set single conductor terminal lugs for 5KV shielded
cable, #3/0, for 800 HP motor
1 - Set, auxiliary control rolays as required
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
meet the requirements of the IEEE standards. At normal rated
amperes, under usual service conditions, no part of the
transformer shall exceed the heating limits specified it the
IEEE standards. Each current transformer shall be capable of
carrying continuously, its rated primary amperes, under
conditions of accidental open secondary circuit, without
! damage to the primarly insulation.
4,4
3
. I
16182..3
S
r
1
1
I ~
i
! C. INDICATING INSTRUMENTS
in general, all indicating instruments shall be rect~eferably
They, shall p mounti. type arranged for semi- flusharallaxnscales and nonglare glass
be provided with 240° anti-p Moving
faces. Scales iwithizeroladjustment, Accuracy
elements shall be be provided
shall be +1%.
AND INDICATING LAMPS
0, CONTROL SWITCHES, PUSHaU+70NS, type, and have post-
Control switches steal] be of the rotThe cotacts shall be
tive means of maintaining contact.
provided with easily removable
t'
silver-to-silver and shall be plamps shall be of the low
protective covers. Indicating Ors energy ty ' l With series resist
switches, pushbuttons~randeinon the dicating O lampss
A.C. Conr of oiltight type. Indicator tamps
shall be of the heavy duty panel.
shall be easily removahle from the front of the p '
E. INSTRUMENT SWITCHES AND TRANSFER SWITCHES
th
have h distinctive transhandlfer positive means ofans the
All tee and switches
rotary ry typYp
maintaining contact shall be provided. The contacts shall be
silver-to-silver and shall be provided with easily emovable
covers.
F. "TIMING RELAY
Timing relays where indicated shall have the capability to be
hand set by an external dial. Terminals shall be front
mounted and readily accessible. Ranges shall be as shown on
the Plans. The timing relays shall harelayshshallabeyAgastat
and normally closed contacts. Timing
7000 series time delay relays, or equal. Relays shall
operate on the control voltage of the starter it is used in.
+ G. ELAPSED TIME METER
Where shown on the control schematics, each starter shall be shall be provided with an peesKTII,mWestinghousee ortapproved equal.
General Electric Tye of a non-reset type, for totalizing of
operate at 120 or 240 YAC, 60 Hertz.
hours The meter and shalshal l l be
H, POWER CAPACITORS
power factor cor ection capacitors shall be provided asishown
i on the plans. Lugs for connecting Provisions shall be made
motor overloads shall be provided. for this connection in the cubicle. Capacitor unit shall be
1
16182-4
1
- a free standing, fully enclosed unit, including current
limiting fuses, bleeder resistors, and a capacity in kiinvars
to correct the no-load power fctor to unity. Capacitor bank
shall be sized by the motor manufacturer. CapaJ tors shall
be suitable for use on a 2400 volt, 3 phase system, and shall
be a Delta wired bank. Capacitor bank shall be installed
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 flamiable substances inside enclosure. Capacitors shall
be GE 37F520,G315 (indoor) or equivalent,
L. NAME PLATES
Unit; of equipment, switches, and other pertinent devices on
the wont of units shall be provided with Micarta nameplates
bearing the appropriate designations.
M. EQUIPMENT ACCESSORIES
Equipment accessories shall be furnished as follows:
2 - spare fuse of each type and size y
2 - spare lamps of each type and size
1 - set test cables J
1 - set special wrenches for primary disconnecting devices
2.02 FABRICATION'
The units shall be fatricated of sheet steel and completely
enclosed. After factory assembly, the top of all units shall be
the same height above the floor. Equipment, including instrumerit
transformers, instruments, switches, controls, etc,, shall be
furnished for each unit as required and specified. Instruments,
switches, etc., shall be mounted on the front face of the inner
I
door,
The buses, contactor, and instrument transformer shall be mounded
in separate grounded metal compartments. The buses shall be j
rigidly supported by insulating material of high mechanical and
dielectric strength. The contact surface of all bolted points
shall be silver plated. Each line-up shall bP equipped with a {
ground bus, consisting of one 2-inch by 1/4-inch copper bar, which
will be connected to the station ground.
f All control circuit relays, terminal blocks, etc,. shall be
mounted on a hinged metal plate in the upper half of the motor
r controller cabinet. The plate shall be recessed not deeper than
necessary to permit closing of the upper door on the control
devices. All terminal blocks including those outgoing shall be
1
,
~ ~ 1&182-5
i
installed in the control compartment, All wires leaving the 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 anr; then given a primary coat, a
coat of rust preventative and a
finishing
coat o _
lacquer. Unless otherwise specified, the color ofgthekpanelsgand
the exteriors of structures shall be gray ASA-61. Instruments,
r relays, and meters shall have dull black standard finish.
2.04 FACTORY TESTS AND ASSEMBLY
Equipment shall be completely assebled, wired, adjusted, and
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
. ~ r
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 uni
d a . All _
a r se
and con
Y control wiring
within the high tension compartment shall I
be completely shielded in a protective metal covering.
t
2.06 POWER ENTRY
i
The Unit shall be arranged for bottom entry, 1
3.00 INSTALLATION
i
3.01 TESTS AND OPERATION t
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 S
circuits. The manufacturer's representative shall assist in
correcting any deficiences.
3.02 PAINTING
i
The manufacturer shall furnish sufficient much-up paint of toe
same type and color used at the factory to repair dama
I in installation, qes incurred
END OF SECTION
f
16182-6
i•
1
i
i
i
r
R
3
ATTACHMENTS
f~t
li
v
Ti
1
i
4
i
e
+P
f'
4
F We AN 10 NICaH~...S r `
2400 J130 sss
- Lf .
A
Mdcs A~
r+ ` 5 h o r ti n q r,9,-,4*
-
.
CAPACITOR
. i BANK
1 Sao I
f
2400 VAc:
CA/ !p/ OP/ 'YY 1 r'pl
i 2ao Im r
i
7PI
-Till
~ Tesf ~'ower
5r,AaT TR
J H o--~o CRI
3x19. A Hre 41/fix REscr I
TC.
!are
OR/
BMeR. STOA
t CR2 CRl
,N-N,-~
In Volve 9per. ✓ / N a
Closes Whch Volve / CR/ VAGVE OW N
0,0e1z5 When volye l~ ripen 8
is 5~dnpn ~ ,vox ' ~M f/5 In ValVe Gj_-erntor
1 I o I CI? 2
k 2 ':9rOp
1
M TR ME
F ~7M
Td cl's. R
41 el
s M - u Oiler So/eno
Lnio
r W r ~3rl~tln Motors ! _ In Puy
1
1
{
REE'8. AN~p N`ihl'C~L,S
r ~l.r wraw~rirr~4r~illrr.rr, '~ryi r+~rY Il~r err ~.rr4i.+~~r, ~ ~ 'r.'.
i
l7en~cte ( esetJ,: i :...i i
At relemelry J I
Raak t_ . r .._1 BEAR/N rEMPI
wnr - I
r
A17Y NpIN8 rEMI~ n
4/7
4 7,~ "PHASE PrAlZ
A
CUBE N .
r, CR/ ORI
WTR - -
In Motor)
' QR gr vox RAW WAreR PUMI? SlAI.
sP I PUMP Na. ~ ,~o~v~~hc~NrR~u~,e.
>N C- vob NA. ON 84 099
~DWNr R,
M
` _M CJr'ATUS VA
yyw ut.pkilL~vtlSw'nu(LEatlvlrre..; Y: t - .
1' u, .a..♦03 ' ..r
r
..o,~f. ul d l a%1P ef~.'• ..x.. I .r .J: .K .i,. ♦ fi.;i 9N.1.
au. w~ ye,d♦4 .IB.,I}r +s. u0.-Ad'k ...tUY. I
r
1
FREESE a NICHOLS
CONSULTING ENGINEERS
.f
s
240 !/AC
fleoter
_ /20 VAC
ETC O
C405 -J- 4,41C
C
PPR C:.
k • !
REM
GR
i
300
11119 Relay
:Flaunted In
' Stpvc-Y?aak
p LBC
Cri7
4 SO TLo
Q_
00 LSO LSO 0 LSC_
~0 -
eos
Clos~s~PuJJy mcvy/v
@61c"wesCaen Open Opon
5upervlcorq Stolus
To Pump Sfor~er ' ,
Cary of 04fIV O.I
VoIve Shown In pUlly R1tN-WA7FR,
PUMP 5ra, .
Closed PosOion
P41MPNO Z "4iALVe OPERATOR
solve Opera or Schem)
' oe No. arN e~o~
p OWN. RM5
PAM 6.1:5.64- 5NT 2
r,
\
F
I +
Flectr(c Metcv')
Nm-Rere)~se R,fehaf
'i
Elev s41.p.
Mof •
a ve
Ch Y1
V~fvs ~ uk' Valw
2'-Gr - /~Wllc' Srv11N
Ekv. 535,5 v
fA,
Top A°Gn~+Ir~ I
Ekr, SbA .Vi RW.+ay~ EieV.540.0 Fvisti. ~ener~fr
_ Bo^rel I
i
I
Normal Wnftr EI•K 510p j
Low W.±rr6kv,~92.0
- t
9e/fo.n S~cfron Be// i
Elev. 478,0
LLIY. OF UENToN
j~A wATEP PunAP srAr/oa
1°uMP SET TINA--PUMP AO 2 '
Elev. !7'3,0} ;enl~ i/4"
- Tob No, OTN84099
Dt-awri
9RT. 3
,
;'l/;w~ '
1
I
f ~
~j ' • a
51 ° - to 1670 7
CUT !EL A ESSVR CO, . ,F i% 0. s as 0703
H1
1
r -r
}
4 t
I
. I I ! i-
,
k t t 1 S
t
I --T
:
I
1 I i i,. I__i I t l l I. , I, ',I 1 1 1 1 1 , I.f-t f.. r 1 I i
l
I
I I
I ~ aAr~ g¢
I
I
I .
' I
I I
'I f I { ','i t, I j_ I
L
j t I ! , I yy~
-j I 1 i - ~ I I I' 1 I I l i` k E CSII r { I
_ I I III
_ I 111 f i I I
L
41
+ jP41t1 i I~ I '1 ' j -
I t. , f { _ ~ I ~ I ~ LII ~ ~ ill v i
,,I III yjj. i f j (I r ~ I>
I~ II 1
f f
- -j 1 _ _ ~i_t.,_~ _ C ~ ~ . J 1. L.l.ll A._._ J.. 1 ~
-L
L1
I
1
I
~ J
f
I
h i I
y 1
J
LEE
k
rry r
c.
ff
p
~r
A