HomeMy WebLinkAbout148-17 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 148-17
File Number: 2017-0376
BID #17-41 JACK TYLER ENGINEERING, INC.:
A RESOLUTION TO AWARD BID #17-41 AND AUTHORIZE THE PURCHASE OF TWO (2)
SUBMERSIBLE WASTEWATER PUMPS FROM JACK TYLER ENGINEERING, INC. IN THE TOTAL
AMOUNT OF $68,736.00 FOR USE AT THE NOLAND WASTEWATER TREATMENT PLANT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #17-41 and
authorizes the purchase of two (2) submersible wastewater pumps in the total amount of $68,736.00 from
Jack Tyler Engineering, Inc. for use at the Noland Wastewater Treatment Plant.
PASSED and APPROVED on 8/1/2017
Attest:
Sondra E. Smith, City Clerk Treasurer
1;,�ti11111 i rirr�,��►
F/\Yi-TTEVILLE;
R s .ell
,
111111100
Page 1 Printed on 812117
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Text File
-- File Number: 2017-0376
Agenda Date: 8/1/2017 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 4
BID #17-41 JACK TYLER ENGINEERING, INC.:
A RESOLUTION TO AWARD BID #17-41 AND AUTHORIZE THE PURCHASE OF TWO (2)
SUBMERSIBLE WASTEWATER PUMPS FROM JACK TYLER ENGINEERING, INC. IN THE
TOTAL AMOUNT OF $68,736.00 FOR USE AT THE NOLAND WASTEWATER TREATMENT
PLANT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #17-41 and
authorizes the purchase of two (2) submersible wastewater pumps in the total amount of $68,736.00
from Jack Tyler Engineering, Inc. for use at the Noland Wastewater Treatment Plant.
City of Fayetteville, Arkansas Page 1 Printed on 81212017
Mayo Miller
Submitted By
City of Fayetteville Staff Review Form
1017-0376
i-egistar File ID
8/1/2017
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
7/5/2017 Wastewater Treatment Plant/
Utilities Department
Submitted Date Division / Department
Action Recommendation:
City Administration recommends approval of Bid No. 17-41 with Jack Tyler Engineering, Inc. for the purchase of two
(2) pond return submersible wastewater pumps for the Noland WWTP in the amount of $34,368.00 each for a total
of $68,736.00.
Budget Impact:
5400.730.5800-5801.00 Water/Sewer
Account Number Fund
.02069.1 Plant Pumps and Equipment - W.W.T.P,
Project Number
Budgeted Item? Yes
Does item have a cost? Yes
Budget Adjustment Attached? NA
Previous Ordinance or Resolution #
Original Contract Number:
Comments:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 531,386.00
$ 61,134.14
$ 68, 736.00
Approval Date:
V20140710
CITY OF
FAYETTEV I LLE
OP �-z 7 ARKANSAS
MEETING OF AUGUST 1, 2017
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Water, Sewer, and Solid Waste Committee
Tim Nyander, Utilities Director
FROM: Mayo Miller, Wastewater Treatment
DATE: July 6, 2017
CITY COUNCIL MEMO
SUBJECT: Approval of Bid No. 17-41 with Jack Tyler Engineering, Inc. for the
purchase of two (2) pond return wastewater pumps for the Noland WWTP in the amount
of $68,736.00.
RECOMMENDATION:
City Administration recommends approval of Bid No. 17-41 with Jack Tyler Engineering, Inc.
for the purchase of two (2) pond return submersible wastewater pumps for the Noland WWTP
in the amount of $34,368.00 each for a total of $68,736.00.
BACKGROUND:
The Noland WWTP is designed to treat -12.6 million gallons of wastewater per day. The facility
also has two storage ponds with a total combined capacity of approximately 187 million gallons.
These ponds are used on a regular basis to maintain compliance with regulatory permits,
regulate flow through the treatment process, store wastewater during equipment down time, etc.
Wastewater from the holding ponds is returned to the treatment process via three pumps rated
at 35 horsepower. These three pumps are nearly 30 years old and have exceeded their life
expectancy. Furthermore, these pumps have become problematic, are in frequent need of
repair, and select parts are no longer available.
DISCUSSION:
The City received three bids on June 6t", 2017 for the purchase of two replacement pumps.
Bertrem Products submitted the lowest bid, but the product's impeller did not meet
specifications. Jack Tyler Engineering, Inc. submitted the next lowest bid that meets
specifications.
Bidder Bid
Bertrem Products Inc. $67,978.00
Instrument and Supply Inc. $78,726.00
Jack Tyler En ineerin , Inc. $68,736.00
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
BUDGET/STAFF IMPACT:
Funds are available in the Wastewater Treatment Plant CIP — Plant Pumps and Equipment.
Attachments:
Staff Review Form
Bid Tabulation
Bids
CITY OF
FAYETTEVILLE
ARKANSAS
LionLidUardan, Mayor
Nur; ber of Addendhm:: 0
Submersible Pumps
Bid No. 1-11-41
Official Bid Tabulation
Bid No. 17-41
Date: 6.06.2 017
Time: 2:00 PM
Manufacturer
Model
Bertrem Products
Inc.
Instrument and
Supply Inc.
Jack Tyler
Engineering, Inc
WILO
Hydromatic
Flygt
512LkP
NP3202.185LT
Item
Description
Each
Price Each
Price Each
Price Each
Submersible, solids handling pump and
motor
$33,989.04
$ 39,363.00
$ 34,368.00
Total Base Bid
$67,978.00
$78,726.00
$68,736.00
'NOTICE: Bid awara is contineent upon vendor meetioa minimu;n soecifications and
authorization by City officials
City of Fayetteville, Arkansas
1 3-
CITY of 113 W. Mountain Street
FAY E i T E V I L L E
ARKANSAS Fayetteville, AR 72701
Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1376
INVITATION TO BID: Bid 17-41, Submersible Pumps
DEADLINE: Tuesday June 06, 2017 before 2:00 PM, Local Time
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Les McGaugh, limcga€ gh@fayetteville-ar.Rov
DATE OF ISSUE AND ADVERTISEMENT: Friday May 19, 2017
INVITATION TO BID
Bid 17-41, Submersible Pumps
No late bids will be accented. Bids shall be submitted in sealed envelopes labeled with the name and address of
the bidder.
All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents
attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure .
to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict
accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject
to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager,.
Name of Firm: _ Jack Tyler Engineering, Inc.
Contact Person: Sherman Eoff
Title: President
E -Mail: sherman@jten .com Phone:
Business Address: 6112 Patterson Avenue
City:
Signa
City of
Bid 17-41, Submersible Pumps
Page 1 of 14
501-562-2296
ip; 72209
Date: / 20
City of Fayetteville
Bid 17-41, Submersible Pumps
Advertisement
City of Fayetteville, Arkansas
INVITATION TO BID
Bid 17-41, Submersible Pumps
The City is seeking bids from qualified vendors for the purchase of two (2) 3800 GPM, 35 HP submersible pond
pumps.
All sealed bids are due by Tuesdaylune 06, 2017 before 2:00 PM, Local Time. All bids are due before the time stated.
Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase
quantities. Bids will be opened and read aloud immediately following the stated deadline.
Bid forms can be downloaded from the City's website at http:l/favetteville-ar.gov/bids . All questions should be
directed to Les McGaugh, (479)-575-8220, Imcgaugh@fayetteville-ar.gov.
The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best
interest.
Pursuant to Arkansas Code Annotated X22-9-203 The City of Fayetteville encourages all qualified small, minority
and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City
of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small,
minority and women business enterprises.
City of Fayetteville
By: Les McGaugh, Purchasing Agent
P: 479.575.8220
I m cga ugh @fa yettevi I le -a r.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 05/19/2017
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 2 of 14
v
City of Fayetteville
Bid 17-41, Submersible Pumps
Bid Form
DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER
F.O.B. Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR 72701
Submersible, solids handling
pump and motor
Please specify for Unit Bid:
$ 34; 3WOO
TOTAL BASE BID
Item 1— Manufacturer Flygt Model
NP3202.185LT
$ 08,736.00
$ 68,736.00
ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID.
FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM
IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION.
Bids shall be submitted on this bid form in its entirey AND accomiganied by descriptive literature on the products
being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order.
All bidders shall have manufacturer's territorial rights to sell to entities within the State of Arkansas.
THIS BID FORM CONTINUES ON THE NEXT PAGE.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 3 of 14
EXECUTION OF BID -
Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid
differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production
option.
Upon signing this Bid, the bidder certifies that:
1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms,
standard conditions, and any pertinent information regarding the articles being bid on.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support
as specified herein.
4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the
information provided herein is accurate and true.
5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and
conditions of employment in addition to all federal, state, and local laws.
6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any
relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between
any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official.
If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may
result in cancellation of a purchase and/or contract as a result of your response.
X 1.) NO KNOWN RELATIONSHIP EXISTS
2.) RELATIONSHIP EXISTS (Please explain):
7. Bidder will perform the Work In compliance with all applicable trench safety standards set forth in Occupational
Safety and Health Administration (OSHA) Part 1926 - Subpart P — Excavations.
As A bidder on this project, you are required to provide debarment/suspension certification indicating that you
are in compliance with the below Federal Executive Order. Certification can be done by completing and signing
this form.
a._ Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors
receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its
principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded by any Federal department or agency from doing business with the Federal Government.
b._ Your signature below certifies that neitheryou noryour principal is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 4 of 14
Unsigned bids will be rejected. Items marked* are mandatory for consideration.
*NAME OF FIRM: Jack Tyler Engineering, Inc.
Purchase Order/Payments shall be issued to this name
*D/B/A or Corporation Name Jack Tyler Engineering, Inc.
*BUSINESS ADDRESS: 6112 Patterson Avenue
*CITY: Little Rock *STATE: AR *ZIP: 72209
*PHONE: 501-562-2296
FAX: 501-562-4273
*E-MAIL: shennan@jteng.com
*BY: (PRINTED NAME) Sh rman Eoff ( 1
*AUTHORIZED SIGNATURE:
*TITLE: President
DUNS NUMBER:
00-708-3954
CAGE NUMBER: 25411
*TAX ID NUMBER:71-0833610
Acknowledge Addendums:
Addendum No.
Dated: y
Acknowledged by;
Addendum No. �—
Dated:
Acknowledged by:
Addendum No.
Dated:
Acknowledged by:
Addendum No.
Dated:
Acknowledged by:
ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID.
FAILURE TO SUBMIT RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM
IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 5 of 14
City of Fayetteville
Bid 17-41, Submersible Pumps
General Terms and Conditions
1. SUBMISSION OF BID & BID EVALUATION:
a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this
document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing
Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville,
Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of
the firm and Bid, RFP, or RFQnumber shall be on the outside of the packaging as well as on anv
packages enclosed in shipping containers or boxes.
d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at
479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date
listed on the bid form.
e. Bidders shall have experience in providing products and/or services of the same or similar nature.
f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in
its response to the bid. Failure to do so may lead the City to declare any such term non-
negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it
from consideration for award.
g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids
shall be received before the time as shown by the atomic clock located in the Purchasing Division
Office.
h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City
reserves the right to award bids in their entirety, none, or by line item.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in
writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the
response would provide clarification to the requirements of the bid. All such addenda shall become part of
the contract documents. The City will not be responsible for any other explanation or interpretation of the
proposed bid made or given prior to the award of the contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of
quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality,
size, design, and specification as to what has been specified, will be acceptable for consideration only if
approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept
or reject any requested equal.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 6of14
i. ✓
Impeller diameter: 302mm
j. ✓
Impeller material: Hard-IronTM (or approved equal)
k. ✓�
Volute material: Hard-IronTM (or approved equal)
I.-,/
Discharge port diameter: 1113/16"
m. __v/
Suction diameter: 300 mm
n. Leak Sensor
o._/ Stainless Steel Lifting Handle
9. WARRANTY
a. A certification of the warranty and statement of extended warranty
b. A detailed list of items to be supplied under the bid,
c. A detailed set of installation instructions including a contact name and telephone number for
technical support during the installation,
d. A suggested acceptance test plan,
e. A factory certified performance curve for pump,
A statement attesting to the intent to supply startup assistance
10. DELIVERY/DOCUMENTATION
- a. /All units shall be delivered FOB Destination to the City's Fleet Operations facility, located at 1525
S. Happy Hollow Road, Fayetteville, AR 72701, for compliance review and final acceptance.
b. ✓ Delivery shall include the following documents as a minimum:
is Manufacturer's Certificate of Origin
ii. Dealer invoice
c. ✓ Unit shall be fully assembled, serviced, and ready for operation as delivered.
11. MANUALS
a. ✓ The successful bidder agrees to furnish each of the following list of manuals:
i. Operator's Manual - one file copy plus one copy for each unit purchased
ii. Shop Maintenance Repair Manuel (paper or electronic format acceptable)
iii. Parts (OEM) Manual — one copy (Paper or electronic format acceptable)
IV. Current copies of parts and service manuals previously provided by vendor will satisfy
this requirement
V, Payment(s) may be held until all manuals and certifications are delivered to the City of
Fayetteville Fleet Operations Division
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 14 of 14
City of Fayetteville
Bid 17-41, Submersible Pumps
Technical Specification: Submersible Pumps
ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID.
FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A
COMPLETED FORMAT CAN RESULT IN BID REJECTION.
BIDDING REQUIREMENTS:
o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option
containing a blank (example a. ), bidder shall write a "check mark" or write "nes" indicating yes if the
accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing
in "no" and writing on the CItV-s bid forms how the specification is not met or how the unit(s) bid differ from
what has been specified. Leaving item blank shall indicate bidder does not meet the listed specification and shall
result in bidder DISQUALII=IG4TION.
o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or
n ot.
1. GENERAL -
1.1 All unit(s) bid shall meet or exceed the minimum requirements or they will be deemed incomplete
and will not be considered for bid award.
1.2 All specifications written are to minimums, unless otherwise noted.
1.3 Units shall also include all connections, fittings, alignment, etc. necessary for the proper attachment
to the existing Flygt rail and elbow system.
2. MANUFATURER/MODEL-
2.1 Unit(s) bid shall be new standard production model as offered for commercial trade.
2.2 Units based on Flygt Model NP3202.185, NP618-12, or approved equal.
3. ITEM 1- TECHNICAL SPECIFICATIONS
3.1 Submersible Pump
a. / Delivered operating voltage: 460V, 3 phase
b. ,/ Frequency: 60 Hz
C. % Hydraulic operating point: 3800 gpm at 27 tdh
d.,L Rotation speed: 1165 rpm
e. ✓ Rated power: 35 hp
f. ✓ Length of supplied electrical cords: 50' minimum
g. ✓ Class H Stator Insulation
h. Impeller type: Flygt NT" Semi -open, 2 blade, self-cleaning (or approved equal)
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 13 of 14
sufficient basic information to submit proposals meeting minimum specifications and/or test
requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data.
k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any
manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
The successful bidder shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful bidder
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in
and to any monies due or to become due to the successful bidder shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having anyjurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to City of Fayetteville.
26. INVOICING: All invoices shall be presented to the City with the -minimum information listed below.
a. _ City Department that ordered the materials or services
b. Order Date
C. Delivery date or the date of services
d. Name of the City Employee that requested or picked up the goods, materials, or service
e. Bid Numberthat applies to the purchase and invoices. Amounts in the bid shall match invoicing.
27. ATTACHMENTS TO BID DOCUMENTS. N/A
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 12 of 14
will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes
to propose shall be clearly stated in the bidders response and presented in the form of an addendum to the
original bid documents.
25. OTHER GENERAL CONDITIONS:
Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which
in any manner affect those engaged or employed in the Work, or the materials or equipment used, or
that in any way affect the Work and shall in all respects comply with said laws, ordinances, and
regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way
serve to modify the provisions of the contract. No representations shall be binding unless embodied in
the contract.
b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the
products and services presented. Sales taxshall not be included in the bid price. Applicable Arkansas sales
tax laws will apply when necessary but will not be considered in award of this project.
c. Each bidder should state the anticipated number of days from the date of receipt of an order for
delivery of services to the City of Fayetteville.
Bidders must provide the City with their bids signed by an employee having legal authority to submit
bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
e. The City reserves the right to request any additional information it deems necessary from any or -all
bidders after the submission deadline.
The request for bid is not to be construed as an offer, a contract, or a commitment of any kind, nor does
it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood
that any costs incurred by the Proposer in responding to this request for proposal is at the bidders own
risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for
reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal
is accepted.
g. If products, components, or services other than those described in this bid document are proposed, the
bidder must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone
(479.575.8220) or e-mail (Imcpaugh@favetteville-ar.gov). It is the intent and goal of the City of
Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of
the scope of work to be completed and/or goods to be provided. We encourage all interested parties to
ask questions to enable all bidders to be on equal bidding terms.
Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail Imc augh@?fayetteville-ar.gov) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and requests, together with answers, if
any, will be provided to all firms via written addendum. Names of firms submitting any questions,
clarifications, or requests will not be disclosed until after a contract is in place.
Any information provided herein is intended to assist the bidder in the preparation of proposals
necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 11 of 14
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written
notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon
the occurrence of said action, whichever occurs first. The right to terminate this contract, which
shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in
which a corporate acquisition and/or merger represent a conflict of interest or are contrary to
any local, state, or federal laws. Action by the City awarding a proposal to a firm that has
disclosed its intent to assign or subcontract in its response to the bid, without exception shall
constitute approval for purpose of this Agreement.
20. NON-EXCLUSIVE CONTRACT:
Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which
may develop during -the contract period. This is not an exclusive contract. The City specifically reserves the
right to concurrently contract with other companies for similar work if it deems such an action to be in the
City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item.
21. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by
the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an
organization that is responding to the requestfor proposal, request for qualification, bid or contract, or has
a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from
contacting the Purchasing Division to address situations such as clarification and/or questions related to the
procurement process. For purposes of this provision lobbying activities shall include but not be -limited to,
influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an
attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any
request for proposal, request for qualification, bid or contract to be rejected.
22. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the
Contractor shall provide such additional requirements as may become necessary.
23. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or
individually, at the City's sole option, at any time after award has been made as may be deemed necessary
or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this
contract in accordance with the terms, conditions, and specifications.
24. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in
the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid
form(s) if sufficient space is not available on the original form for the bidder to enter a complete response.
Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise,
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 10 of 14
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event,
should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the
deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing
Division, immediately.
16. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual
obligations to the City and that such practices will serve as a model for other public entities and private
sector companies.
17: PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as
invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible
for immediately notifying the Purchasing Division of any company name change, which would cause
invoicing to change from the name used at the time of the original bid. Payment will be made within thirty
days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or
penalty for untimely payments. Payments can be processed through bidders acceptance of Visa at no
additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable
deposit or retainer that would remain property of the bidder even if the hourly work actually performed by
the bidder would not justify such fee.
TheCitywill pay theawardedbidder based on unit prices provided on invoicing. Progress payments will be
made after approval and acceptance of work and submission of invoice. Payments will be made within 30
days of accepted invoice.
18. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior
notice to the Contractor in writing -of the intention to cancel or with cause if at any time the
Contractor fails to fulfill or abide by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered
a material breach of contract and shall be cause for immediate termination of the contract at the
discretion of the City of Fayetteville. -
In addition to all other legal remedies available to the City of Fayetteville, the City reserves the
right to cancel and obtain from another source, any items and/or services which have not been
delivered within the period of time from the date of order as determined by the City of
Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall
notify the vendor of such occurrence and contract shall terminate of the last day of the current
fiscal period without penalty or expense to the City.
19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS:
The Contractor shall perform this contract. No assignment of subcontracting shall be allowed
without prior written consent of the City. If a bidder intends to subcontract a portion of this
work, the bidder shall disclose such intent in the bid submitted as a result of this bid.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 9 of 14
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO),
Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
small, minority and women business enterprises to bid on and receive contracts for goods,
services, and construction. Also, City of Fayetteville encourages all general contractors to
subcontract portions of their contract to qualified small, minority and women business
enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies,
departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal
terms and conditions therein, should any said governmental entity desire to buy under this proposal.
Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the
contract.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that
his or her bid is made without previous understanding, agreement, or connection with any person, firm or
corporation making a proposal for the same item(s) and/or services and is in all respects fair, without
outside control, collusion, fraud, or otherwise illegal action."
12. RIGHT TO AUDIT, FOIA, AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records
relate to purchases between the City and said vendor.
Freedom of Information Act: City contracts and documents prepared while performing City
contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of
Information Act request is presented to the City of Fayetteville, the (Contractor) will do
everything possible to provide the documents in- a prompt and timely manner as prescribed in
the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized
photocopying costs pursuant to the FOIA may be assessed for this compliance.
Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas
law applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims,
liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any
actual or claimed trademark, patent or copyright infringement or litigation based thereon, with- respect to
the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the
goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically
stated in the subsequent sections of this document, which take precedence, and should be fully understood
by bidders prior to submitting a proposal on this requirement.
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 8 of 14
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the
following:
a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best
interest of the City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in
the invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional
information, or data without changing the terms of the bid.
5. COSTS INCURRED BY BIDDERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in
connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses
received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct
or indirect, which would conflict in any manner with the performance or services required
hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City
Employee to Contract with the City'.
All bidders shall promptly notify Les McGaugh, City Purchasing Agent, in writing, of all potential
conflicts of interest for any prospective business association, interest, or other circumstance
which may influence or appear to influence the bidder's judgment or quality of services being
provided. Such written notification shall identify the prospective business association, interest or
circumstance, the nature of which the bidder may undertake and request an opinion to the City
as to whether the association, interest or circumstance would, in the opinion of the City,
constitute a conflict of interest if entered into by the bidder. The City agrees to communicate
with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of
notification.
7. WITHDRAWL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an
authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid
unless approved by the Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in
writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids.
Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents
prior to opening time and date listed.
9. LOCAL, STATE AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall
comply with all local, state, and federal directives, orders and laws as applicable to this proposal
City of Fayetteville, AR
Bid 17-41, Submersible Pumps
Page 7 of 14
L1U, I
NP 3202 LT 3- 618
Technical specification
Imn 7'Y10 Rnr1n Own 5000 6000 n1S o.o rt
Note: Picture fright not correspond to the current configuration
General
Patented self cleaning semi -open channel impeller, ideal for pumping in
waste water applications. Possible to be upgraded with Guide -pin®
for even better clogging resistance. Modular based design with high
adaptation grade.
Impeller
1 Impeller material Hard -Iron T"
D 1
41 h
Project Project ID Created by Created on Last update
61113017
Discharge Flange lameter
Suction Flange Diameter
1 3 16 no
11 13116 inch
Water,, pure
Curve ISO Impeller diameter
302 mm
Number of blades
2
Throughlet diameter
3 518 inch
Installation: P -Semi permanent, Wet----
-------
.-.._Motor
Motor
Motor #
N3202.185 30-18-6AA-W 35hp
Standard
Stator v ariant
1
Frequency
60 Hz
Rated voltage
460 V
Number of poles
6
Phases
3—
Rated power
35
Rated current
43 A A
Starting current
246 A
_
Rated speed
1170 rpm
Power factor
111 Load
O.B6
314 Load
0.83
ren`
112 Load
0.75
Motor aff iciency
1l1 Load
89.0
314 Load
89.5
1/2 Load
89.0
Configuration
i
I
f �
Project Project ID Created by Created on Last update
61113017
.AYLI=l I L
NP 3202 LT 3- 618
Performance curve
Pump
Motor
Discharge Flange Diameter 11 13/16 incWotor#
Suction Flange Diameter
300 mm
Impeller diameter
11T/e" Stator variant
Number of blades
2 Frequency
Throughlet diameter
3 5/8 inch Rated voltage
Number of poles
Phases
Rated power
Rated current
Starting current
Rated speed
N3202.185 30-18-6AA-W 35hp
1
60 Hz
460 V
6
3-
35 hp
43 A
246 A
1170 rpm
a�xx'�ar
Power factor
1/1 Load 0.86
3/4 Load 0.83
112 Load 0.75
Motor efficiency
111 Load 89.0%
3/4 Load 89.5%
112 Load 89.0%
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500 [US g.p.m.]
water, Pira Curve ISO
F Duty point Guarantee
Flow Head 180:1999 Grade
3800 US g.p.m.27 ft No
Pros«t I Project ID I Created by
Created on p Last update
61'112017
^Y L' ! L
NP 3202 LT -3- 618
Duty Analysis
[ft] Head
55 -.
•
52
51
48
47
-i. -
a
45 l
9
44
i
4
42:
41
�, ...
39
38-
37- -
j_ ....... ..
I .
35,
34 —
-- - .
39
_....._.. i-
3
2
28
27
77.9°d
—
11
i "618 302rmi
i
3776 US- - -- - - -
g.p.m
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500[US g.p.m.]
Wafer, pve Curve ISO
Cuve Issue 7
Individual pump Total
Pumpa
running
ISy tom Flow Head Shaft power Flow Head
I 3780USg.p.m 267ft 327 hp 3780 USg.p.m 26.7 ft
PrOject I Project It]
Specific
Shaft power Pump eff. energy NPSHre
327 hp 77.9% 120KVfVUSMG 21.2 ft
Created by Created on Last update
81112017
NP 3202 LT 3- 618
VFD Curve
SIX- '3t'GT
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500[US g.p.m]
Cwve ISO
Project j Project IDI Created by 611 Created on 1
Last update
f
^Y
NP 3202 LT 3- 618
VFD Analysis
3F
0 500 1000 1500 2000 2500 3000 3500 4000 4500 5000 5500 6000 6500 [US g.p.m.]
cwe ISO
Pumps
running
!System Frequency Flow Head
1 60Hz 3780 USg.p.m 25.78
1 55Hz 3450 USg.p.m 224 ft
1 50 Hz 3150USg.p.m 18.511
1 45 Hz 2830 USg.p.rrm 15 ft
1 40 Hz 2620 USg.p.m 48ft
Project I Project ID
Specific
Shaft power Flow Head
Shaft power Hyd eff. energy NPSH re
327 hp
3780 USg.p.rrm 28.7 ft
327 hp
77.9% 120MMJUSMG21.2ft
252 hp
34MUSg.p.rrm 22.4 ft
25.2 hp
77.9% 1COMMdUSMG19.511
18.9 hp
315oUSg.p,m 18.5ft
1&9hp
77.9% Ea i WVWUS MG 15.8 It
13.6 hp
2=USg.p.m 15ft
13.8 hp
77.9% 68.6k1M✓USMG13.4ft
869 hp
252OUSg.p.m. 11.8 ft
9.69 hp
77.9% 55.7 WVWUS MG 11.1 ft
1 Created by
Created on Last update
611!2017
NP 3202 LT 3- 618
Dimensional drawing
DN3W
(121—
DN300—
[121
4
M( 3282080.098,180,185,860,670
DIM
_19 815
lbsj�
Project Project 10 Created by Created on Last update
1 1 �6m
N-3202.185 SPECIFICATION
PUMP CONSTRUCTION
Major pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces
devoid of blow holes or other irregularities. The lifting handle shall be of stainless steel. All
exposed nuts or bolts shall be of stainless steel construction. All metal surfaces coming into
contact with the pumpage, other than stainless steel or brass, shall be protected by a factory
applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint
finish on the exterior of the pump.
Sealing design shall incorporate metal -to -metal contact between machined surfaces. Critical
mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile
rubber 0 -rings. Fittings will be the result of controlled compression of rubber 0 -rings in two
planes and O-ring contact of four sides without the requirement of a specific torque limit.
Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall
not be considered as adequate or equal. No secondary sealing compounds, elliptical O -rings,
grease or other devices shall be used.
COOLING SYSTEM
Each unit shall be provided with an integral motor cooling system. A stainless steel motor cooling
jacket shall encircle the stator housing, providing for dissipation of motor heat regardless of the
type of pump installation. An impeller, integral to the cooling system and driven by the pump
shaft, shall provide the necessary circulation of the cooling liquid through the jacket. The cooling
liquid shall pass about the stator housing in the closed loop system in turbulent flow providing for
superior heat transfer. The cooling system shall have one fill port and one drain port integral to
the cooling jacket. The cooling system shall provide for continuous pump operation in liquid or
ambient temperatures of up to 104°F (40°C). Operational restrictions at temperatures below
104°F are not acceptable. Fans, blowers or auxiliary cooling systems that are mounted external
to the pump motor are not acceptable.
CABLE ENTRY SEAL
The cable entry seal design shall preclude specific torque requirements to insure a watertight and
submersible seal. The cable entry shall consist of dual cylindrical elastomer grommets, flanked by
washers, all having a close tolerance fit against the cable outside diameter and the entry inside
diameter. The grommets shall be compressed by the cable entry unit, thus providing a strain relief
function. The assembly shall provide ease of changing the cable when necessary using the same
entry seal. The cable entry junction chamber and motor shall be sealed from each other, which
shall isolate the stator housing from foreign material gaining access through the pump top.
Epoxies, silicones, or other secondary sealing systems shall not be considered equal.
MOTOR
The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type
design, housed in an air filled, watertight chamber. The stator windings shall be insulated with
moisture resistant Class H insulation rated for 180°C (356'F). The stator shall be insulated by the
trickle impregnation method using Class H monomer -free polyester resin resulting in a winding fill
factor of at least 95%. The motor shall be inverter duty rated in accordance with NEMA MG1, Part
31.The stator shall be heat -shrink fitted into the cast iron stator housing. The use of multiple step
dip and bake -type stator insulation process is not acceptable. The use of pins, bolts, screws or
other fastening devices used to locate or hold the stator and that penetrate the stator housing are
not acceptable. The motor shall be designed for continuous duty while handling pumped media of
up to 104°F. The motor shall be capable of no less than 30 evenly spaced starts per hour. The
rotor bars and short circuit rings shall be made of aluminum. Three thermal switches shall be
embedded in the stator end coils, one per phase winding, to monitor the stator temperature.
These thermal switches shall be used in conjunction with and supplemental to external motor
overload protection and shall be connected to the motor control panel.
The junction chamber shall be sealed off from the stator housing and shall contain a terminal
board for connection of power and pilot sensor cables using threaded compression type
terminals. The use of wire nuts or crimp -type connectors is not acceptable. The motor and the
pump shall be produced by the same manufacturer.
The motor service factor (combined effect of voltage, frequency and specific gravity) shall be
1.15. The motor shall have a voltage tolerance of +/- 10%. The motor shall be designed for
continuous operation in up to a 40°C ambient and shall have a NEMA Class B maximum
operating temperature rise of 80°C. A motor performance chart shall be provided upon request
exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The
chart shall also include data on motor starting and no-load characteristics.
Motor horsepower shall be sufficient so that the pump is non -overloading throughout its entire
performance curve, from shut-off to run -out. The motor and cable shall be capable of continuous
submergence underwater without loss of watertight integrity to a depth of 65 feet or greater.
BEARINGS
The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed
and permanently grease lubricated with high temperature grease. The upper motor bearing shall
be a two row angular contact ball bearing. The lower bearing shall be a two row angular contact
ball bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000
hours at any usable portion of the pump curve.
MECHANICAL SEALS
Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system
consisting of two seal sets, each having an independent spring. The lower primary seal, located
between the pump and seal chamber, shall contain one stationary and one positively driven
rotating corrosion and abrasion resistant tungsten -carbide ring. The upper secondary seal,
located between the seal chamber and the seal inspection chamber shall be a leakage -free seal.
The upper seal shall contain one stationary and one positively driven rotating corrosion and
abrasion resistant tungsten -carbide seal ring. The rotating seal ring shall have small back -swept
grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should
enter the dry motor chamber back into the lubricant chamber. All seal rings shall be individual
solid sintered rings. Each seal interface shall be held in place by its own spring system. The seals
shall not depend upon direction of rotation for sealing. Mounting of the lower seal on the impeller
hub is not acceptable. Shaft seals without positively driven rotating members or conventional
double mechanical seals containing either a common single or double spring acting between the
upper and lower seal faces are not acceptable. The seal springs shall be isolated from the
pumped media to prevent materials from packing around them, limiting their performance.
Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant
chamber shall be designed to prevent overfilling and shall provide capacity for lubricant
expansion. The seal lubricant chamber shall have one drain and one inspection plug that are
accessible from the exterior of the motor unit. The seal system shall not rely upon the pumped
media for lubrication.
The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast
in an integral concentric spiral groove. This groove shall protect the seals by causing abrasive
particulate entering the seal cavity to be forced out away from the seal due to centrifugal action.
A separate seal leakage chamber shall be provided so that any leakage that may occur past the
upper, secondary mechanical seal will be captured prior to entry into the motor stator housing.
Such seal leakage shall not contaminate the motor lower bearing. The leakage chamber shall be
equipped with a float type switch that will signal if the chamber should reach 50% capacity.
Seal lubricant shall be non -hazardous.
PUMP SHAFT
The pump and motor shaft shall be a single piece unit. The pump shaft is an extension of the
motor shaft. Shafts using mechanical couplings shall not be acceptable. The shaft shall be
stainless steel — ASTM A479 S43100 -T. Shaft sleeves will not be acceptable.
IMPELLER
The impeller shall be of Hard -Iron TM
(ASTM A-532 (Alloy III A) 25% chrome cast iron),
dynamically balanced, semi -open, multi -vane, back swept, screw-shaped, non -clog design. The
impeller leading edges shall be mechanically self -cleaned automatically upon each rotation as
they pass across a spiral groove located on the volute suction. The leading edges of the impeller
shall be hardened to Rc 60 and shall be capable of handling solids, fibrous materials, heavy
sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall
provide an inducing effect for the handling of up to 5% sludge and rag -laden wastewater. The
impeller to volute clearance shall be readily adjustable by the means of a single trim screw. The
impeller shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin
primer.
VOLUTE / SUCTION COVER
The pump volute shall be a single piece grey cast iron, ASTM A-48, Class 35B, non -concentric
design with smooth passages of sufficient size to pass any solids that may enter the impeller.
Minimum inlet and discharge size shall be as specified. The volute shall have a replaceable
suction cover insert ring in which are cast spiral -shaped, sharp -edged groove(s). The spiral
groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller
vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be
cast of Hard -Iron �A (ASTM A-532 (Alloy III A) 25% chrome cast iron) and provide effective sealing
between the multi -vane semi -open impeller and the volute housing.
PROTECTION
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.
The thermal switches and float switch shall be connected to a Mini CAS control and status
monitoring unit. The Mini CAS unit shall be designed to be mounted in the pump control panel.