B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered.

Size: px
Start display at page:

Download "B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered."

Transcription

1 I. General Requirements A. This bid is for furnishing and delivering pumps for use at the Southeast Pollution Control Treatment Plant, Cesar Chavez Pump Station, Channel Pump Station, Bruce Flynn Pump Station, 20 th Street Pump Station, North Shore Pump Station, and the Palace of Fine Arts for the San Francisco Water Power Sewer - Wastewater Enterprise (SFWPS-WWE). B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered. C. The pumps shall be delivered complete with all components and accessories necessary for safe and efficient operation. All products and material shall be shipped complete except where partial disassembly is required by transportation regulations for protection of components. Any additions, deletions or variations from the following specifications must be noted in writing as exceptions. II. Specifications A. Manufacturer / Model 1. Four (4) pumps for Caesar Chavez Pump Station Flygt, Mode! FP (20hp, 6'\ 50ft of power cable) 2. Two (2) pumps for Channel Pump Station (Berry Street) Flygt, Model FP (20hp, 6", 460/3/60, FLS Moisture Detection, F/M Explosion Proof Motor, 50ft of power cable) 3. Six (6) Impellers Flygt Model (640 mm, with rotating wear ring) 4. Six (6) Stationary Wear Rings Flygt Model Two (2) submersible pumps for Bruce Flynn Pump Station Flygt Model NP (45hp, 6", 80ft of power cable) 6. One f 1) submersible pump for 20 th Street Flygt Model NP (45hp, 6", 50ft of power cable) 7- Three (3) chopper pumps for North Shore Flygt Model FP (20hp, 6", 460/3/60, 50ft of power cable) 8. Two (2) Dewatering pumps for sump chamber Flygt Model NP (7.5hp, 4", 50ft of power cable) 07/2014 Page i of 9

2 9. Two (2) chopper pumps for Palace of Fine Arts Flygt Model NP (3hp) TSF /CD III. Submittals Successful Bidder shall submit the following: A. Four (4) complete sets of the following documents 1 Drawings and Cut sheets: All system component parts showing the part or component, description, part number, and any other relevant data. Installation drawings and system drawings shall be sized 11" x 17" minimum. Submittals shall be made within three (3) weeks from the date the contract is awarded. 2- Operations and Maintenance Manuals: Provide four (4) preliminary, four (4) final, and one (T) electronic service manuals. Acceptable electronic formats shall be limited to: dwg, pdf, tif, and jpeg. i. Each manual shall contain the following: a. Copy of nameplate information for each pump. b. Equipment description c. Manufacturer's specification sheets d. Manufacturer's catalog information e. Manufacturer's illustrative literature f. Dimensions for the pumps g. Manufacturer's performance curve h. Manufacturer's list of spare pans i. Pump Operating instructions j. Pump Maintenance instructions k. Pump Troubleshooting instructions 1. Manufacturer's certified ratings for the equipment furnished, m. Manufacturer's certified test results. IV. Products A. The pumps specified herein shall be designed for industrial, wastewater service applications. The Bidder shall include all costs for preparing shop drawings submittals and quality control documentation as part of the material bid price. B. Pumps for Cesar Chavez Pump Station (CCS) and Channel Pump Station (CPS): 07/2014 Page 2 of 9

3 1. Below are the technical specifications and requirements for the pumps for CCS and CPS. Bidder must enter bid prices for each product on the bid sheets. 2. Flygt, Model FP (CCS) Pump(s) shall be of grey cast iron, ASTM A-48, class 35B. The pump shall be supplied with a mating cast iron 6-inch discharge connection. Pump(s) shall be guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet-well. Sealing of the discharge shall be metal-to-metal contact - diaphragm, o-ring, or profile gasket will not be acceptable. All exposed nuts or bolts shall be A1SI 316 stainless steel construction. All metal surfaces in contact with pumpage, other than stainless steel or brass, shall be protected by factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Each unit shall be provided with an integral motor cooling jacket. Impeller shall be of Hard-Iron, ASTM A-532, 25% chrome cast iron. Leading edges of the impeller shall be hardened to Rc60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. Pump motor shall be NEMA B design, rated 20HP, 460V, 3 Phase, 60 Hz, and have a 1.15 motor service factor. Pump and motor shall be produced by the same manufacturer. Unit shall come with a 50 foot power cable. Each pump motor stator shall incorporate three thermal switches, one per stator phase winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. Pump motor shall be F/M explosion proof. Quantity: Four (4) units. 3. Flygt, FP (CPS) Pump(s) shall be of grey cast iron, ASTM A-48, class 35B. The pump(s) shall be supplied with a mating cast iron 6-inch discharge connection. Pump(s) shall be guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet-well. Sealing of the discharge shall be metal-to-metal contact - diaphragm, o-ring, or profile gasket will not be acceptable. All exposed nuts or bolts shall be AISI 316 stainless steel construction. All metal surfaces in contact with pumpage, other than stainless steel or brass, shall be protected by factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the 07/2014 Page 3 of 9

4 exterior of the pump. Each unit shall be provided with an integral motor cooling jacket. Each unit shall come with 50 foot cable. Impeller shall be of Hard-Iron, ASTM A-532, 25% chrome cast iron. Leading edges of the impeller shall be hardened to Rc60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. Pump motor must be a Flygt supplied motor rated 20HP, 460 V, 3 Phase, 60 Hertz, NEMA B design. Unit shall come with a 50 foot power cable. Each pump motor stator shall incorporate three thermal switches, one per stator phase winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. Pump motor shall be F/M explosion proof. Quantity: Two (2) units. C. Impellers Flygt 640 ImpeOer (Model ) w/ Flygt stainless steel rotating wear ring (Model ) The impeller shall be of gray cast iron, Class 35B, dynamically balanced, multiple vaned, double shrouded non-clogging design having long throughlets without acute turns. The impeller shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in wastewater. Impeller shall be keyed to the shaft, retained with an expansion ring and shall be capable of passing a minimum 3 inch diameter solid. The impeller shall be coated with an acrylic dispersion zinc phosphate primer. D. Wear Rings Quantity: Six (6) units. Note:: pricing for this item must include the above mentioned stainless steel rotating wear rings (one (1) each) for each Impeller. Flygt Stationary Brass Wear Rings (Model ) A wear ring system shall be used to provide efficient sealing between the volute and suction inlet of the impeller. Each pump shall be equipped with a brass ring insert that is drive fitted to the volute inlet. Quantity: Six (6) units. 07/2014 Page 4 of 9

5 E. Submersible pumps for Bruce Flynn Pump Station and 20 in Street 1. Below are the technical specifications and requirements for the submersible pumps for BFPS and 20 th Street Pump Station. Bidder must enter bid prices for each product on the bid sheets. 2. Flygt, NP3202 Submersible pump shall be of grey cast iron, ASTM A-48, Class 35B with a 6- inch discharge connection. The lifting handle shall be stainless steel. All exposed nuts or bolts shall be stainless steel construction. All metal surfaces coming into contact with pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Each unit shall come equipped with a cooling jacket. Impeller shall be of Hard- Iron. TM A-532, 25% chrome cast iron). Leading edges of the impeller shall be hardened to Rc60 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. Both NP units shall be supplied with an 80-foot power cable. The NP unit shall be supplied with a 50-foot power cable. Pump motor must be a Flygt supplied motor rated 45HP, 60 Hertz, NEMA B design. Pump motor shall be F/M explosion proof. Quantity: Two (2) units for BFPS (NP ), One (1) unit for 20 th Pump Station (NP ). Street F. Chopper pump for North Shore Pump Station. 1. Below are the technical specifications and requirements for the chopper pumps for North Shore Pump Station dewatering. 2. Flygt, Model FP The chopper pump shall be of grey cast-iron, ASTM A-48, Class 3B. Chopper pump shall have a 6-inch discharge connection. The lifting handle and all exposed nuts and bolts shall be of stainless steel constmction. All metal surfaces in contact with pumpage, other than stainless steel or brass, shall be protected by a factory applied spray coating. Sealing design shall incorporate metal-to-metal contact between machined surfaces. 07/2014 Page 5 of 9

6 Each unit shall come equipped with a cooling jacket. Impeller shall be of Hard- Iron (ASTM A-532, 25% chrome cast iron). The pump volute shall include a replaceable suction cover insert ring for chopping. Pump motor must be a Flygt supplied motor rated 20HP, 460 V, 3 Phase, 60 Hertz, NEMA B design. Each pump motor stator shall incorporate three thermal switches, one per stator phase winding and be connected in series, to monitor the temperature of the motor. Should the thermal switches open, the motor shall stop and activate an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. Pump motor shall be F/M explosion proof. Quantity: Three (3) units. G. Dewatering pump for sump chamber at GFS 1. Below are the technical specifications and requirements for the dewatering pumps for sump chamber. Bidder must enter bid prices for each product on the bid sheets. 2. Flygt, Model NP The submersible dewatering pump shall be supplied with a mating cast iron 6-inch discharge connection. The pump(s) shall be automatically and firmly connected to the discharge connection guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet-well. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. No portion of the pump shall bear directly on the sump floor. The cable entry junction chamber and motor shall be separated by a stator lead sealing gland or terminal board, which shall isolate the interior from foreign material gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered acceptable. Impeller shall be of Hard-Iron. The pump volute shall be of grey cast iron, ASTM A-48, Class 35B and include a Hard-Iron insert ring. Motors are cooled by surrounding environment or pumped media. No water jacket is required. Pump motor must be a Flygt supplied motor rated 7.5HP, 1750RPM, 460 V, 3 Phase, 60 Hertz, NEMA B design. 07/2014 Page 6 of 9

7 Float leakage sensor (FLS) shall be provided to detect water in stator chamber. Use of voltage sensitive solid state sensors and trip temperature above 125 C (260 F) shall not be allowed. Pump shall be F/M explosion proof. Quantity: Two (2) units. H. Dewatering pump for Palace of Fine Arts 1. Below are the technical specifications and requirements for the dewatering pumps for sump chamber. Bidder must enter bid prices for each product on the bid sheets. 2. Flygt, Model NP The submersible dewatering pump shall be supplied with a mating cast iron 6~inch discharge connection. The pump(s) shall be automatically and firmly connected to the discharge connection guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet-well. Sealing of the pumping unit to the discharge connection shall be accomplished by a machined metal to metal watertight contact. Sealing of the discharge interface with a diaphragm, O-ring or profile gasket will not be acceptable. No portion of the pump shall bear directly on the sump floor. Adaptive impeller(s) shall be cast of ASTM A-48, Class 35B gray iron. The impeller(s) shall have vanes hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in wastewater. Motors are cooled by surrounding environment or pumped media. No water jacket is required. Pump motor must be a Flygt supplied motor rated 3 HP, 460 V, 3 Phase, 60 Hertz, NEMA B design. Float leakage sensor (FLS) shall be provided to detect water in stator chamber. Use of voltage sensitive solid state sensors and trip temperature above 125 C (260 F) shall not be allowed. Pump shall be F/M explosion proof. Quantity: Two (2) units. V. Warranty A. All equipment and accessories shall be supplied with a standard twelve (12) month manufacturer's warranty from receipt of delivery. B. During the warranty period, if any parts or components fail or are found to be defective, the vendor shall repair or replace defective or unsatisfactory parts or components at no additional cost to the City. 07/2014 Page 7 of 9

8 C. If the successful bidder is not the shop fabricator, bidder shall provide, upon request, a copy of the metal fabricator shop written guarantee, (on metal fabrication shop letterhead addressed to the City), that the warranty and service will be passed on to the City. Failure to provide this document within three (3) working days from date of written notification may result in the rejection of bidder's bid. VI. Delivery Requirements Manufacturer/Vendor must comply with the following delivery requirements. A. Unit(s) shall be delivered to: Southeast Water Pollution Control Plant 1700 Jerrold Street San Francisco, CA B. Deliveries shall be made on weekdays only, Monday through Friday, between the hours of 7:00 am and 1:00 pm. C. Manufacturer shall insure against all physical damages during transit. D. Two (2) weeks prior to delivery, Vendor/Manufacturer shall schedule a delivery date with SEP Warehouse (415) E. Any deliveries made without prior scheduling will be rejected and rescheduled for another delivery date at Vendor/Manufacturer's expense. F. City personnel shall be responsible for unloading units. G. Delivery shall be FOB Destination. H. All deliveries must include a packing slip that includes the following information: 1. Complete description including manufacturer's name and number. 2. Quantity ordered. 3. Purchase Order number. I. All equipment shall be shipped in individual separate timber shipping crates / containers, designed for long-term storage, with all labeling and identification provided on the box. 07/2014 Page 8 of 9

9 VIII. Inspection Upon Delivery A. The City reserves the right to inspect equipment upon delivery. Equipment is subject to rejection, as determined by the City representative, if it is found not meeting specifications as stated herein regardless of the City's acceptance of O&M manuals. END OF ATTACHMENT B 07/2014 Page 9 of 9