Loading...
HomeMy WebLinkAbout1972 4 ~ h 1 n t'! 'Q 1 ; S f f1 } A ~ : 1 vr1A I r• A I~ Y~~ rIT dl94 F~ S: ~ ± ' '~'7~ ~ • M n^~I;irt pt - rb A r V 1 • DENTON TEXAS ~aTER'oaKS fRPROVEMENTS HNIH ERVtCE, PrNO UNIT T CQNTRAC bQ44C ADDENDUM NO, Bids to be Opened: 1:30 P,M„ September 19, 1972 1. pare' 106 B, pum fn, Conditfons 'read as , page 5 = Chdtge last sentence 'to 1tolls.: " "'uctfon conditions ,ly , at 180 feet TQH to artfoh lift o~s8cfeet ata300ffee feet s t TON." 2. Paragraph Q r,;'Oage y,. Change second paragraph to read as, follows: The hpeseppoowweer requlremebt'ot, Ah. tlltip shnl~ no,4 8xtee/f the r na~mepletQ ,hotrsepowel4, rattno of'the ' ~rar b f ,l when open p ingg at er h@adp ' Y thin 54 S, E 'and .hu+< f head:toN's h 4a sp.fffsj~ mfn4 4Bd , t. ~ h~A~. r~ ~se vlca'fa~tbi~ ' b' 1 10 Nlndte Pshapollsal. acknoiviedgo rov recAft of tfifs adden , to the apace pided rb 1 FREESI., NYC#fAl.~ b,~NQkESS f 1i, Cons'ult,ing'E'O ~ s. ~iheers.,,• . Se, pteitio 11, 19x2 ' 4 4 ,7 I t r Q r I ll I 1 rl ~f 1 4 f u 1 9 2.1 a ryiv r:ti~`, CITY OF DENTON, TEXAS WATERWORKS IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HIGH SERVICE PUMPING UNIT ACCOUNT NO. 04-60-91-13 CONTPACT 6044-C AUGUST 1972 FREESE, IIICIIOLS AND ENDRE':3 Consulting Engineers TABLE OF CONTENTS Page INVITATION FOR BIDS a 1NSIRUCTIONS TO BIDDERS b PROPOSAL d SPECIAL PROVISIONS f CONTRACT AGREEMENT I PERFORMANCE BOND 3 DETAIL SPEC IFICAT1011S A. Scope 5 B. Pumping Conditions 5 C. P,AV 5 ~ D. Motor B E, Reverse Rotation 8 F. Barking 8 G. Shop Painting 8 N, Factory Tests of Pumping Unit g I. Information to be Supplied with Bid 11 J. Comparison of Bids K. Failure of Pumping Unit to Meet Efficiency Guarantee 11 L. Erection Engineer 11 M. Payments INVITATION FOR BIDS Sealed Proposals addressed to James W. White, City Manager of Denton, Texas, will until be recev at the 0 PiMQa Septemberflge 1412hfori & Mana furnishingtandMdeliveringuof: CONTRACT NO. 6044-C HIGH SERVICE PUMPING UNIT At this time and place the recaived after will opened road aleud. Any bid Copies of Plans, Specifications and Contract Documents are on file and may be examined without charge irs trio offices of the dater acid 500r Superin- tendent and Freese, flichols and Endress, 811 Lamar Street, fort Worth, Texas. A cashler's check, certified check or auept4blo bidder's bn~d ryabl ercentoof the City of Denton, Tex&$, In the a## 4mt not iess t1l.in five 6% p the bid ro~tetthe Bt.ust iddercwill j wig, In ~n ~it0) day aofpawalydtoficontract, the cost enter inl0 a contract and eyecut4 bu0s on the forms provided in the Contract " . Documents, A rssn;00z~ percent ofPthe Contract peh its rice, co ditionednuponetheCfaithful hundred performanhinog of the upon of all persons supplying labor or fuini3 In case esf ambiguity or lack of clearness in stating proposal pric the City of ~ nton, Texas, reserves the right to adopt the most advantageous stnietion tAereof, or to reject any or all bids, and waive formalities, i ,bid d rode be withdrawn within forty-five (45) days after date of which viii, a opene+4 CITY OF DENT011, TEXAS t James W. White City Manager ~ a . ,I INSTRUCTIONS TO BIDDERS 1. PREPARATION OF BID Bidc'ers shall use the proposal forms included in the documents for the Contract. 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 Detail Specifications, shall be included in same sealed envelope with Proposal. 2. 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 mere 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 as shown on the front cover of the Contract Documents. 3. 610 SECURITY Each bid mast be accompanied by a certified or cashier's check or an approved Bidder's Bond for the sum of Five if per cent of the amount of the maximum total bid as a guarantee that, 1if awarded the contract, the Bidder will promptly enter into a Contract and execute a Performance Bond on the forms included in the Contract Documents. Certified or cashiers check shall be made payable to the City of Denton, Texas. 4. PERFORMANCE BOND A performance bond in the amount of not less than one hundred per cent (100% of the contract price conditioned upon the faithful performance of the contract, will be required upon the forms which are a part of the Contract Documents. Bond shall be executed by a Surety Company acceptable to and approved by the Owner, authorized to do business 4o the State of Texas, and acceptable for underwriting of risks as indicated by the latest revision, Treasury Department Circular 570, listing companies holding certificates of authority from the Secretary of the Treasury as acceptable sureties on Federal bonds The period of the Performance Bond shall be extended o Contract, to cover f the . guaradate ntee o asasetpforth in the Special n Provisions, 5. QUALIFICATIO4 OF BIDDERS Prequatification of Bidders is not required, however, at to request of the Owner, after receipt of bids, each Bidder requested to do so shall furnish complete information pertaining to his financial condition, record of work, equipment available for the project, and such other evidence deemed necessary to show the Bidder's ability to perform satisfactorily the work on which he has bid. b Na equipment shall be ientrof thi,size anducharacternhereinuspecified ged in the production of equip than installe at had least oneiunittofysizercomparableatoethe Bidder must have of not less units specified. Bids will be received directly from Manufacturers only and not from an independent principal Theadquartersrlocatedtinside theacontlnentr'~United their with States. 6. INTERPRETATION AND ADDENDA •-1y person contemplating submittingta bid for thecproposed work is in aoubt; as to the meaning of any part of Plans, ficationst or the En nterpretation thereof mrior•uto148thours ofgtheetirewfortopeningeof bid i s. heepers The person t4tlonior or ~ odifreuest icationwofltheseeDocrunents will be prompt Any r of such Addendum will be mailed or delivered Addendum ndum duly issued and a copy ery. to each pperson receiving a set of such Documents. Tie Owner will not be res nsible aorrt oft the ContractiDocumentsterpretatlons. Such Addenda will become pa on 7. ALTERNATE BIDS AND OPTIONAL E UIPMENT The Bidder may submit a Proposal for Alternate Equipment in Aaddition lternate to his Base Bid, for the Owner's consideration, hien feels it 1~:tended use submitted, provided they to th Equipment differingcfromithatvspectfied mayebOwner Equipment ess 9idder clearly states such differences, and provided alf theeequipmentu de- ments of the specifications are strictly adhered to. f the consideration. specified,nitfwithe ll Engineer of-°ered under tohor iso in Owner, equal Where a o in strict dearture specifications, is beiingsoffered. equipmentt, 1 END OF INSTRUCTIONS TO BIDDERS c PROPOSAL. Denton, Texas 14 September % , 1972 PROPOS.~,. 0',' Allis-Chalmers Corporation _ A Corporation organized and existing under the laws of the State of Delawares a partnership consisting of the business lame of an individual. TO: Mr. James W. White City Manager Denton, Texas PROPOSAL FOR; Contract 6044-C - High Service Pumping Unit The undersigned Bidder, pursuant to the foregoing Notice to Bidders, has carefully examined the Instructions to Bidders, this Proposal, Special Provisions, the form of Contract Agreement and of Bonds, and the Specifi- cations and will provide all necessary labor, superintendence, machinery, equipment, tools, materials, services, and other facilities to complete fully all the work as provided in the Contract Docurentsi and binds himself forms, for the execute following contract prices, to-wands, the p prescribed his Proposal to uon ccordsg formal to acceptance a Item (figured Ho Description (Price in Words)_ -_/,mount ~1. For the furnishing and delivering of one (1) horizontal, centrifugal, pumping unit, having a capacity of 6,400 GPM at 250 feet total head, with an overall efficiency of 74.4 the lump sum of Thirteen Thousand Three Hundred and. Sixty Dollars 13.360.00 The undersigned hereby declares he has carefully examined the Contract Documents relating to the work covered by the above bid. The undersigned further declares that he will provide all necessary tools and apparatusi do all the %)rk and furnish all of the materials acid d do everything required to carry out the above mentioned work covered by this Proposal in strict accordance with the Conti4act Documents, and the require- ments pertaining thereto, for the sums set forth above. The undersigned agrees to commence work within ten (10) days after written notice to commence work, and to deliver the equipment on which he has bid within 141 consecutive calendar days. In the event the Contract Agreement and bonds are not executed within the timo above set forth, the attached bid security in the amount of Six Hundred Sixty-Eight Dollars and No Cents is to become the property of the Owner as liquidated damages for the delay and additional work caused thereby. Receipt is acknowledged of the following addenda, Addendum No. 1 Received Addendum No. 2 Addendum No. 3 Respectfully submitted, ALLIS-CHALMERS CORPORATION By v- ~1 V e 4620 Forest Avenue Norwood, Ohio 45212 Address (SEAL) If Bidder is a Corporation ue4. v Note: Do not detach bid forms from other papers. Fill in with ink and submit complete with attached papers. e topt Allis-Chalmors ~ 1) Make and type letter of pump 18 x 14 x 28 - 9000 2) Speed - RPM 1170 RPM (3) Diameter and width of impeller - (4) Maximum diameter impeller for casing furnished 7.9 (5) Diameter of suction 1811 (6) Diameter of discharge lz (7) Shut-off pressure 121 psi (S) Design of Wearing Ring Radial (9) Diameter of shaft at impeller 4.061 _ 10) Design of stuffing boxes Packed. (11) Design of flexible coupling Fast - Model B (12) Type of bearings a Single Row (13) Diameter and length of bearing bushings Not applicable (14) unit bearing pressure Not applicable (1S) Distance center to center of bearings 41-3 1811 (16) Maximum horsepower requirements of pump 1 P (17) Net positive auction head required 1 ft. Motors: (18) Make and type letter of motor ~1:'is- hal 19) Brake horsepower of motor at 60 degrees C rise 00 00 (1(1 " ~20) Type of motor bearings aDll -s v y lobe (21) Haxiaum atarting currant in per cent of full noartal lr,+nd 6}~~,- (22) Motor efficlency at full load 91, r (23) Motor efficiency at 3/1, load (24) Method of insulating and irpregnating motor eoilp t..aiG '3-:nu'Crflo cTipn akes Weil;_hts: (25) Weight of pump 29009 (26) Weight of nator ✓ wl.. (27) Woight of rotor _ (28) Weif,ht of bed plate 960 (29) VcIght of cotiplete unit 722 0 ~ft~cfcncies: (30) The overall efficirur.y Al. rated condi.tioos~ 3 1 66 - ' I -7 1 I j II I ~ ~ 1 E I. { 1 r1 d f7 , SPECIAL PROVISIONS 1. SCOPE OF WORK Work to be done comprises the furnishing and delivering in satisfactory condition, the equipment described under the Detail Specifications, to the specified points of delivery. Equipment will be inspected upon delivery, and if in satisfactory condition, will be unloaded by others under contract to the Owner, and will be installed by the General Contractor for the Water Treatment Plant. This inspection is for the purpose of determining apparent damage in transit, if any. The Contractor supplying equipment, shall have other re-,ponsibiIIties as described in these Contract Documents including guarantees, submittals, and assistance in installation and adjustments. 2. CONTI;ACT DOCUMENTS Tha Contract Documents consist of Notice.to Bidders, Instructions to Bidders, Proposal, Special Provisions, Contract Agreement, Performance Band, Detail Specifications, and all modifications thereof incorporated in any of the documents before the execution of the Contract. The Contract Documents are complementary, and what is called for by any one section shall be as binding as if called for by all. In the event of a conflict in the Contract Documents, the Contractor shall call the conflict to the Enjineer's attention in writing, and the Engineer shall decide the conflict in writing. The Engineer's decision shall be binding. 3. MATERIALS AND WORKMANSHIP Material used in the manufacturer of equipment offered shall be high grade and quality throughout and shall be entirely suitable i'zr the purpose Intended. Workmanship shall be in accordance with high grade manufacturing practice covering the type of equipment, Construction ind d`sign shall be in full accordance with modern practice. All parts shall be readily ac- cessible and like parts shall ~ interchangeable. Only new equipment will be acceptable and any propos 1 for furnishing used or rebuilt equipment will be rejected. 4. DELIVERY a. Packing for Shipment: The equipment under the specifications shall be Shipped in such manner as to insure arrival at destination in an un- dama,ed condition and shall be acceptable to the freight agent in compliance with .he current issue of the Consolidated Freight Classification, All equipmiene andtparts shall be suitably protected to insure against breakage oe It. f I h, Point of Deliver : Equipment shall be delivered by the Supply Contractorormotor freight trucks to the Municipal Water Treatment Plant, Denton, Texas. 5. TIME OF COMPLETION AND LIQUIDATED DAMAGES The City desires that equipment be delivered at the earliest possible time and consideration will be given in award of the contract to the delivery dates bid. Bidders shall indicate the time for delivery in the space provided in the Proposal. In the event the Contractor fails to deliver the equipment within the time set forth in the Proposal, the Owner will assess liquidated damages against the Contractor in the amount of $54.00 per calendar day for each calendar day that delivery is delayed be- yond this date, and such amount shall be deducted and permanently withheld from the Contract Price. By bidding under this Proposal, the Contractor agrees that such liquidated damages are reasonable. 6. PATEH"iED DEVICES, MATERIALS AND PROCESSES If the Contractor is required or desires to use any design, device, material or process covered by letter patent, or copyright, he shall pro- vide for such use by suitable legal agreement with the patentee or holder of such patent letter or copyrighted design. It is mutually agreed and 1 understood that, without exception, the contract ices shall include all royalties or cost arising from patents, trademarks and copyrights in any way involved in the work. The Contractor and his Sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patentad design, device, materials or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner fur any cost, expense, or damage which it may be obligated to pay by reason of such infringement, at any time during the prosecution or after completion of the work. 7. GUARANTEE The Contractor shall warrant that all equipment furnished by it here- under is of first class material and workmanship, complies in all respects with the design and specifications of this contract and contains no defect of material or workmanship. In the event of failure of any part or parts of the equipment during the first year of service, provided that the equip- ment has been operatEd and rozintained in accordance with good practice, the affected part or parts shall be replaced promptly upon notice by {wner. All replacement parts shall be furnished, delivered and installed at the expense of the Contractor. The first year of service shall be interpreted as the twelve month period following the start of actual operating use of the equipment and shall be exclusive of the time of use of the equipment in installatior►, testing, adjusting, etc., during the construction period. 9 rpm P 8. KANUFACTURER'S REPRESE,~TATIVE Tile Contractoe (Supplier) shall furnish the services of a competent technical representative, or representatives, who shalt have had expe►ience 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 personnel in proper operation, maintenance, and care of the equipment; for making check tests of equipment and making recommendations for obtaining the most ef- ficient use thereof, Equipment will be installed by a Construction Contractor and the manufacturer's technical representative shall render assistance to the Construction Contractor during installation. Cost of such services shall be included in the Proposal Price. 9. EVALUATION AND AWARD OF CONTRACT The Owner intends to purchase equipment of the highest quality, specifi- cally suited to.the project in every respect. The fact that equipment offered barely meets the requirements of the specifications may be cause for rejection if, in the opinion of the Owner, better equipment is offered. In evaluating equipment, the Owner will give consideration to the price, delivery time apparent relative quality of the equipment, compliance with the Specifications, adaptability tffthespecc,goJe ct, availability led service facilities, and the pump e Y and conditions. 10. SAL_ES TAX The City of Denton qualifies as an exempt agency under Article10.04ot of the Limited Sales, Excise, and Use Tax In the State of Texas. t is n ,required that any stato sales taxes be paid on any materials incorporated into the completed project; holever, materials which are used or consumed in performance of the work end which do not become a part of the completed project are not exempt and are subject to sales taxes. The City will furnish the Contractor an exemption certificate for materials to be incorporated into the project, which certificate also shall be made available by the Contractor to his subcontractors. The Contractor shall obtain the necessary permit or permits from the State Comptroller of Public Accounts allowing the purchase of materials for incorporation into time of purchase and shall the project his subcontractors t to of obsalps tain such taxes peat the rmits, require 11. SHOP DRAWINGS As soon as possible after execution of the contract sfor(theseequipment, the Contractor shall furnish to the Owner for approval, foundation, erection, electrical schematics, and other pertinent shop drawings. END OF SPECIAL PROVISIONS h f CONTRACT AGREEMENT STATE: OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 2nd day of October A.D., 19 7?, by and between The City of Denton of the County of Denton and State of Texas, acting through its Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Allis-Chalmers Corporation of the City of Norwood County of Hamilton and State of Ohio Party of the Second Part, hereinafter 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 (014NER), 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: High Service Pumping Unit, Contract No. 6044-C 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 4iith 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 Bids), Instructions . 1 10.15-71 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, NICHOLS AND ENDRESS, 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 o,' time as are pro- vided by the General and Special Conditions. The OWNER a2 rees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, 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. ATT -v CITY OF DENTON, TEXAS ar y of t e F rst Part, 0 NER BY C_ Bill Neu, F;ayor ~tTe (SEAL) ATTEST: ALLIS-CHALMERS CORPORATION ar o e Se n ar ~ (SEAL) S~a_ c~ t~~r.:.t f/ 2 10-15-71 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS; That ALLIS-CHALMERS CORPORATION , of the City of Norwood , County of Hamilton , and State of Ohio as PRINCIPAL, and St. Paul Fire and Marine Insurance Company 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, Texas , as OWNER, in the penal sum of Thirteen Thousand Three Hundred Sixty and No/100 Dollars ($_L3,360.00 for the payment whereof, the said Principal and Surety bind themselves &:d 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 OWNED, dated the ZjIL day of October 1922_, for the con- struction of High Service Pumping Unit, Contract No. 6044-C which contract is hereby referred to and made a part hereof as fully and to thq same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is su%h, that it the said Principal shall faithfully perform said Contract and stall in all respects duly and faithfully observe and perform all and singular the cove- nants, conditions and agreements in and by sa+d contract agreed arid 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 re„iain 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 Texa,; as amended 1 3 10-15-71 ALLIS-CHALMERS CORPORATION I hereby certify that the following is a true copy of a Resolution duly adopted on December 1, 1965 by the Board of Directors of Allis- Cltaltners Manufacturing Company. aDelaware corporation, now known as Allis-Chalmers Corporation, and that the same is still in full force and effr~rt: "PESOLVED, That, each person appointed as a Vice President, or a General Manager, or a :Arector, of a branch of the Company's business designated as a Division, shall have the general supervision and direction of that Division of the Company which shall have been placed under his charge, and shall have the authority to execute, in the narne and in behalf of the Company, any bads, proposals, contracts, agreements, bonds, certifications, noncollusion affidavits or certificates required by state or Federal law, and other documents pertaining to sales of prod!,ets of that Division, and the Power to delegate such authority in whole or in part to any person under his uuoervision. " 1 hereby further certify that L. H. Sence has the power and authority, by virtue of the said Resolution or due delegation thereunder, to nxccuty In the name and in behalf of Allis-Chalmers Corporation the document to which thin certification is attached. IN WITNESS WHEREOF, I have hereto signed my name and affixed tho seal of tho said Allis-Chalmers Corporation, by authority of my office thix 1211, day of October 19 72 Assistan~Secretary' e~ by acts of the 56th Legislature, Regular Sestion, 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 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 2nd day of October 19 72 ALLI5:GtiA1.mro4z CORPORATION ST. PAUL FIRE 6 MARINE INSURANCE COMPANY Principal ure y By _a By C~~o t.- Title T e Address 462 Forest Avenue Addre: s Norwcod, Ohio 45212 (SEAL) c)-`n> c_ od (SEAL) A2-14-0 P`( The name and address of the Resident Agent of Surety is: (k .4 NOTE; Date of Bond must not be prior tU date of Contract. l' 4 i0-15-1i rim ~ , = y = y r pVZS ~ g E E ~ owi E~ u a 5~ M F lot. 0 7 yq o ..LL A Z ~ d '~~?7Qf7~ ~ v ~ ~ •b a 'fig ~ ~ ~ ~ ~ ~ ~ a ~ p~ p V W it z 140` ~4u MCC t Q pa, '3s rte 4+~ 8E a°~ o° `[3 y q~i~•d0 "0 0 3 V T " sc~i 0 CM t 43 13 2zt a O's bill, 94 V A M s . ~t y r Q ° '3u ti }r~ r a g 3 4 w ~a x C6 A "so tI Y 1 " 7 giz R o9E7 0 n°` a.9~ 3 c 55U! ^ Q ~ Z ~ A .y~y~o `u ~►1` oc ,~'a ~ ~ ~ ~■•LVC a . ra ~y•".~ E ~c~,° LL Z Y O 4 6 O ° p' b ~~r. c 66. 1_ 4 w VI pO 7. y `r• -~'~eo a°•w SE 4 H E~" of Z I Oc -00 V cw o b E5t4~ ya y y °C Aq d 8~ yo~y ^ j390, `oF G. O < Y r " Q T o. 'j^, ° p a. C o E « M q V Ti ° .1 A " C, =0 10 3~2oo` 0'3o` s tc ,t 1 ` t 9) F2 r ~ o C N 5 a " c e 3 ~i C a i a WT g5 ag Ce ° ~eG. oc v wa E W.J O f( .5 ` Ty A ^ j M Y 3 M V d P 11 r ' w ! C W L.i~ •1` rlfi ° •G- : `~7 y, C Y`o T " ` s O : W ii44 a , , y O f o `u~ y .tl ~ a ~ Q r 3c 0 ow V W q iS Ir >,'Z ID Ail 0 J Al 1 .9 w elm LL, r. DENTON, TEXAS WATER SYSTEM IMPROVEMENTS DETAIL SPECIFICATIONS CONTRACT 6044-C - HIGH SERVICE PUMPING UNIT As SCOPE This contract covers the furnishing and delivery of one (1) horizontal centrifugal pumping unit. Pumping unit shall be a single stage pump driven by an induction motor. The Owner will furnish starting equipment, instal- lation, connecting piping, and wising under a separate Contract. This Contractor shall supervise and otherwise assist in the placing of the unit into operation. The Contractor will be expected to have an ex- perienced representative present at the "start-up" of the unit. Do PUMPING CONDITIONS Elated Operating Head Capacity Feet of Total Q namic Head Minimum Speed Not _2L_ minimum -Pated Maximum Horsepower to Exceed 6,400 180 250 300 500 1200 RPM The total dynamic head shown above for the rated point is the head at which the efficiency of the unit will be guaranteed. However, the pump shall be capable of operating throughout the range of heads indicated. The re- qqulred NPSH for proposed operation of the unit shail be submitted with other d4t4 attached to bid. Suction conditions may vary from a suction lift of 8 feet to a suction head of 12 feet. co PUMPS 1. General: Each pump shall be of the volute type, horizontal shaft, double suc` on, sida suction and discharge, single stage. Direction of rotat,on, when viewed from motor end, shall be counter clockwise. Cesin : Casing shall be of strong close grained iron split hori- zontally; with suction and discharge nozzles cast integrally in lower hair so that upper part may be removed for inspection of rotating parts w1thout disturbing pipe connections and pump alignment. The Joint between haves. of the casing shall be heavily flanged and bolted and provided with dowel pins to insure accurate alignment % The interior shall be smooth and free from surface defects. Flanges shall be cast solid, with drilling and dimonsions of suction flange conforming to 1260 ASA standard and discharge flango conforming to 2500 ASA standard, with both flanges spot faced on the back of all bolt holes, Casing shall be tested at manufacturer's shop under 5 s~ a hydrostatic pressure of 7.50 pounds per square inch. Eye bolts or lifting lugs for lifting and suitable tapped openings for priming connections, gages Arid drainage shall be provided, 3. Impel I er: Impeller shall be of double suction enclosed type, made entirely o ronze, finished smooth all over and of ample strength and stiffness for maintaining the maximum capacity of the unit. It shall be accurately hydraulically and mechanically balanced to avoid vibration and grid thrust, and shall be keyed to the shaft and securely held in axial position on the shaft by means of bronze shaft sleeves properly secured to the shaft so that it cannot become unfastened when the pump is reversed. 4. Wearing Riin~s: At the running joint betweei suction and discharge chambers, renewable bronze wearing rings of approved type shall be provided On both casing and impeller. The casing rings shall be secured by dowel bolts or other approved method. Impeller rings shall be screwed or securely bolted or so fastened that they cannot become loose when the pump is re- versed. The rings shall be made to limit gages, so that they may be renewed without fitting. They shall be so designed that they are not dependent on excessively small clearance to prevent leakage. 5. Shaft: The shaft shall be of such dimensions that the maximum fiber stress due Mo combined bending and twisting moments shall not exceed 8,000 pounds per square inch under the most severe conditions of operation. Shaft sleeves shall extend from impeller hub through stuffing box. They shall be bronze and shall be readily renewable. 6. Stuffing Boxes: Stiffing boxes shall be water sealedi and shall be designed to nsure tight packing without excessive wear or friction on the shaft, and to prevent air leakage into the pump under all conditions of operation. Sealing water shall be taken from high pressure side of the volute. Glands shall be of bronze, shalt he split type, and shall be held in place by swing bolts. Drip pockets shall be provided on all water sealed glands, and shall be piped to common drains to take care of leakage, 7. ~Co~upplin.ggs:.: Flexible couplings between the pump and motor shall be of heavy ytypo, designed so that the pump shaft may be removed withou*. disturbing the position or adjustment of the driving unit, Couplings shall be F'ast's Self-Aligning Coupling as manufactured by the Kopper's Company, or approved equal. Horizontal surface of the coupling shall be machined parallt, to the axis of the shaft, faces of couplings shall be machined per- pendicular to the axis of the shaft, 8. Bearings: The bearing shells shall be rigidly supported by suitable braclo,ets cast integrally with the pump casing. The bearings shall be so arrmiged as to prevent water from finding its way to them. Bearings shall be of the babbited rind type, horizontally split, with renewable caps or approvdball or roller anti-friction type. Outboard bearings shall be Pe of taking the en. 6 9. Balance: All rotating parts shall be machined true to insure rota- tlbhal ba-a nce with the impeller mounted on the shaft together with the coupling and other parts that may be mounted on the shaft, such that the plump shall be free from vibration. 10. Base Plate: Pump and motor drive shall have a common base plate with raise p and tapped for drainage connections. Base plate shall be chit iron of the box pattern or fabricated steel, heavily ribbed and of sufficient strength and depth to insure rigidity and so designed as to make a good appearance, and provided with adequate grout holes. Base plate shall lis provided with planned supports or bearing pads for the pump and motor. It shall be drilled to receive a suitable number of foundation bolts. Foundation bolts complete with sleeves, washers, nuts, etc., shall be furnished with the pumping unit and shipped within thirty (30) days after tho award of contract. Il,, Cock and Plug: Pump shall be equipped with air cock and drain plug. 0. MOTOR Electric motor for driving the pumping unit shall be horizontal squirrel capo induction type, for 2300 volt, 3 phase, 60 hertz, and shall be designed for full voltage starting Approved motors are Allis-Chalmers, Electric Machinery, General Electric and Westinghouse. Horsepower rating of motor shall be eeqqual to or greater than the horse- power requirement of the pump when operating at any head between the specified minimum Bead and shut-off head. Motor shalt have a service factor of 1.15. Motor shall be designed in accordance with applicable provisions of the i(EMA $tindard Publication for Motors and Generators, MG1-100, with subsequent revisions thereto, and pparticularly in accordance with Part 20, Induction Motors larger than 200 NP0 O l subject to modifications and ad- ditions as herein set forth. Motor shall be of open drip roof construction, and shall be balanced to within an amplitude, peak to peak, of 0.003 inches in any direction. Motor windings shall be full Class 8 insulated. Insulation shall receive an epoxy resin coating, which may be applied by spraying or other suitable method. Motor shall operate continuously at rat@d voltage and frequency in an ambient temperature of 40°C., with a temperature rise'of not to exceed 60°C. when operating at 100% of the rated horsepower. The locked rotor torque shall be not less than 100% of full load torque. The breakdown torque shall be not less than 200% of full load torque. The locked rotor KVA per horsepower shall be in accordance with HEMA MGI-10.38B, Cods Letter F, and shall not exceed 6.6 KVA/HP. Power factor shall be no less than 80% and motor efficiency shalt be not less than 92,5' when operating at, full load with rated voltage and frrquency. Motor shall be 7 designed for starting and stopping with a closed control valve on the pump discharge, and with a voltage drop of 25% from rated voltage. Bearings shall be split-sleeve bearings supported from end shields. hearings shall be oil ring type, self-aligning, and shall have ample surface 1.b insure cool running. Oil reservoirs shall be liberal in size; gauges for indicating the height of oil and outlets for drawing it off shall be Provided. Split end shields shall be provided for ease of disassembly for lrigpection and repairs. Motor shall be subjected to standard commercial tests and certified Copies of test data, together with a certified statement of compliance with inlrtimum specified efficiencies shall be furnished to the Engineer. Shipment shall not be made without written approval of test data by the Engineer. REVERSC ROTATION the complete pumping unit, including motor, shall be suitable for reverse rotation without damage to any part at a speed of 125% of normal operating s 0ed, or at the maximum speed due to water flowing from the system at dis- c arge pressure, back through the pump into the suction tank upon failure O~ power to that pump. F, HARKING Pump and Motor shall each have a standard manufacturer's nameplate securely affixed in a conspicuous place, showing the ratings, serial number, m0401 number, manufacturer, and other pertinent nameplate datr. G. SHOP PAINTING All castings and parts shall be inspected and approved by tl;e Engineer before painting, unless such inspection may be waived by the City. The exposed interior of all castings shall be cleaned and rubbed to a smooth surface before receiving paint. The interior of all castings and parts to be painted shall be given three coats of an approved metal paint. All un- finished exterior iron work shall be cleaneo, filled and given one coat of the bolt quality "Detroit Graphite" paint, or equal, mixed with pure linseed soil, Finished parts shall be coated with an approved rust preventing com- pound before shipment. N. FACTORY TESTS OF PUMPING UNIT The efficiency of the pumping unit, including electric motor shall be tested at the specified total rated head. In addition, the unit shall be tested at heads throughout the range of operation of the unit including shut-off. Certified copies of the test data and performance curves shall be submitted to the Owner. The curves shall contain all information outlined in the pparaggraph "Characteristic Curves" under Section "I", INFORMATIO11 TO BE SUPPH ED WIT11 BID below. Pumping unit shall not be shipped until test data has boon approved. 8 Pumping unit shall be tested in accordance with the Test Code of the Hydraulic Institute. Quantity of water shill be measured by Venturi meter, or by measuring device acceptable to both parties. Factory tests shall be of the completely assembled pumping unit, in- cluding motor, and shall be "witnessed" by an independent laboratory and/or authorized representative. The cost of the independent laboratory's services will be paid directly by the Owner. Equipment furnished under these specifi- cations will be subject to inspection during and after the process of manufacture by representatives of the City who shall be afforded proper facilities for determining compliance with the specifications. Certified factory short commercial test reports on the motor shall be furnished to the Owner with other test data. For compliance with guarantees, the overall efficiency of the pumping unit, including electric motor, shall be calculated from ~,`-ictory test data at the head and capacity given herein for rated conditions. Pump manufacturer with Owner's representative shall conduct a field test to determine that the unit is in compliance with the specifications. Field test will be primarily to check for general operation, excessive noise, vibration, alignment, etc. The unit must perform in An acceptable manner before final payment is made by the City. I, INFOWTION TO BE SUPPLIED WITH BID 1. General: The Bidder shall furnish a complete description of all equipmen o eyed 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 paint of difference shall be clearly stated. This requirement is set forth to facilitate the review of bids and is not to be construed by the Bidder as waiving any of the re qu;rements of the specifications. Setting and foundation plans and dimension sheets for the equipment offered shall be submitted with each bid. Successful bidder will be required to furnish six copies of foundation and dimension drawings. 2. Characteristic Curves: Characteristic curves for pumps offered shall be surm t-ted'wTt rat e'-S'id. Curves shall show the capacity, net positive suction head required, head, efficiency and brake horsepower throughout the range of the pump. Characteristic curves for pumps shall have the capacity plotted as abscissa and the operating head, brake horsepower, and efficiency plotted as ordinates. Curves shall cover the full range of operating from shutoff to maximum capacity. 3 Guaranteed Efficiencies: A statement of the guaranteed overall efficiency or pumping Units With electric motor drives at the specified heads shall be submitted with the bid as provided in the bid form g !ate . 4. Data Sheets: Data sheets supplying the fr)llowing information for each unit'o eguTpnent shall be submitted with thi: bid: P unnp: 1 Make and type letter of pump 2 Speed - RPM 3 Diameter and width of Impeller, 4 Maximum diameter impeller for casing furnished 5 Diameter of suction 6 Diameter of discharge 7 Shut-off pressures 8 Design of Wearing Ring 9 Diameter of shaft at impeller 10 Design of stuffing boxes 11 Design of flexible coupling 12 Type of bearings 13 Diameter and length of bearing bushings 14 Unit bearing pressure 15 Distance centor to center of bearings 16 Maximum horsepower requirements of pump 17 Net positive suction head required Motors : 18 Make and type letter of rotor 19 Brake iorsepoiser of motor at 60 degrees C rise 20 Type of motor bearings 21 Maximum starting current in per cent of full nornal load 22 Motor efficiency at full load 23 Motor efficiency at 3/4 load 24 Method of insulating and impregnating motor coils Weights ; 25 Weight of pump 26 Weight of motor 27 Weight of rotor 28 Weight of bed plate 29 Weight of complate unit Efficiencies: (30) The overall efficiency at rated conditions 10 ..rr