Loading...
HomeMy WebLinkAbout116-18 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 116-18 File Number: 2018-0248 BID #18-25 J.R. STEWART PUMP AND EQUIPMENT, INC.: A RESOLUTION TO AWARD BID #18-25 AND AUTHORIZE THE PURCHASE OF A PUMP REBUILD KIT AND CRITICAL SPARE PARTS FOR THE HAMESTRING LIFT STATION ON SUNSHINE ROAD FROM J.R. STEWART PUMP & EQUIPMENT, INC. IN THE AMOUNT OF $46,994.40 PLUS APPLICABLE SALES TAXES 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 #18-25 and authorizes the purchase of a pump rebuild kit and critical spare parts for the Hamestring Lift Station on Sunshine Road from J.R. Stewart Pump & Equipment, Inc. in the amount of $46,994.40 plus applicable sales taxes. PASSED and APPROVED on 5/15/2018 Page 1 Attest: Sondra E. Smith, City Clerk; ,easj��f��'Iz, �� �� V •r tt '.r�. �i � n/•� a'. C, ref` a•';�1fll%�c5�t-,•�. Printed on 5116116 City of Fayetteville, Arkansas 113 West Mountain Street I Fayetteville, AR 72701 (479) 575-8323 Text File -- File Number: 2018-0248 Agenda Date: 5/15/2018 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 7 BID #18-25 J.R. STEWART PUMP AND EQUIPMENT, INC.: A RESOLUTION TO AWARD BID #18-25 AND AUTHORIZE THE PURCHASE OF A PUMP REBUILD KIT AND CRITICAL SPARE PARTS FOR THE HAMESTRING LIFT STATION ON SUNSHINE ROAD FROM J.R. STEWART PUMP & EQUIPMENT, INC. IN THE AMOUNT OF $46,994.40 PLUS APPLICABLE SALES TAXES 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 #18-25 and authorizes the purchase of a pump rebuild kit and critical spare parts for the Hamestring Lift Station on Sunshine Road from J.R. Stewart Pump & Equipment, Inc. in the amount of $46,994.40 plus applicable sales taxes. City of Fayetteville, Arkansas Page 1 Printed on 511612016 City of Fayetteville Staff Review Form 2018-0248 Legistar File ID 5/15/2018 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Greg Weeks 4/26/2018 WASTEWATER TREATMENT (730) Submitted By Submitted Date Division / Department Action Recommendation: Staff recommends approval of Bid 18-25 for purchase of a pump rebuild kit and critical -spare parts through J.R. Stewart Pump & Equipment, Inc. for the Hamestring Lift Station on Sunshine Road in the amount of $46,994.40, plus estimated applicable taxes of $4,581.96 for a total amount of $51,576.36. 5400.730.5800-5414.00 Account Number 02068.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Water and Sewer Fund Upgrade/Replace Lift Stations - WWTP Project Title Current Budget $ 330,985.00 Funds Obligated $ 172,482.75 Current Balance $ 158,502.25 Item Cost $ 51,576.36 Budget Adjustment $ - Remaining Budget $ 106,925.89 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF MAY 15, 2018 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee Tim Nyander, Utilities Director FROM: Greg Weeks, Wastewater Treatment DATE: April 26, 2018 CITY COUNCIL MEMO SUBJECT: Bid #18-25, Lift Station Pump Rebuild Kit and Critical Spare Parts for Hamestring Sewer Lift Station RECOMMENDATION: Staff recommends approval of Bid #18-25 with J.R. Stewart Pump & Equipment, Inc for the purchase of pump rebuild parts for the 350 horsepower Cornell pumps at the Hamestring Sewer Lift Station in the amount of $46,994.40, plus estimated applicable taxes of $4,581.96 for a total of $51,576.36. BACKGROUND: The Hamestring Lift Station (Lift Station #7) on Sunshine Road delivers over 85% of the West Side WWTF's average 7+ MGD of wastewater influent. The station, first brought online in June 2008, utilizes a series of seven 350 horsepower Cornell pumps -that have been in operation for nearly 10 years. Currently Pump No.01 is out -of -service and needs several age -worn components replaced. This is also a good opportunity to prepare for the eventuality of additional pump malfunction from mechanical wear. The purchase of a full re -build kit, along with the immediate availability of critical spare parts, will insure for the lift -station's full pumping capacity during high flow events and minimize pump down-time resulting from any future mechanical malfunction. DISCUSSION: The City received three bids on March 29th, 2018 (see attached Tabulation) for the purchase of a pump rebuild kit for a 350 horsepower Cornell pump, one of seven pumps that operate the Hamestring Lift Station. Centro, Inc. submitted the lowest bid, but the supplier did not meet specifications. J.R. Stewart Pump & Equipment, Inc. submitted the lowest bid that meets specifications. The City received a quote for a pump rebuild kit from J.R. Stewart Pump & Equipment, Inc. in the amount of $28,074.70 (see attached Quote). Based upon submitted bid pricing, staff also recommends purchasing a set of critical -spare parts for the station's 350 horsepower pumps, namely all pump rebuild kit components minus the Impeller, for $18,919.70. Taxes are estimated in the amount of $4,581.96. The overall total would be $51,576.36. 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 — Upgrade/Replace Lift Stations project. Attachments: Bid 18-25 Tabulation Bid 18-25 Quote JR Stewart, Inc II CITY OF FAYETTEVILLE ARKANSAS � 147 CIeld lVr�.la n, li'�lay°fj( Number of Addendums: 2 Lift Station Pump Rebuild Kit 'aid No. 18-25 Date: 3.24,2018 Time; 2:00 PIA CERTIFIM 4, A nie, Purchasin Manager CPPD, CPPB °NOTICE; Bid award is con"i'ie'em upon vendor rneeting minirlum spe ificatic)rs and formal authorization :+y CO official, Centro, Inc. i R. Stewart Pump & Equipment, Inc. lack Tyler Engineering, Inc. Extended Price Total Price n m rrs_,=c>:on ea i_ Extended Price local Price Extended Price Total Price Impeller (D5884-3PB-CI-L) $ 7,451-74 $ 7,451.74 $ 9,155.1:0 $ 9,1$5.00 $ 10,529,00 $ 10,529.00 Impeller Washer (A20979 -:13 -ST) $ 26074 $ 250.74 $ 320.00 $ 320.00 $ 368.00 $ 363 00 Impeller Bolt (A16757T-12-SD) I $ 4902 $ 43.02 $ 5900 $ 59 017 $ 678S $ 6195 Casing Wear Ring (A20976A-6-SG) $ 2,193 K, $ 2.193 60 S 2,69:5 90 $ 2,595.00 $ 3,106.00 $ 3.100.0110 Impeller Wear Ring (A20976B-6-SG) < 2,193.50 $ 2.193.60 $ 2,695.00 S 2.'9.5.00 > 3,100,00 $ >,106,00 c Shaft Sleeve (A20815 -15 -SG) $ 2,287.21 $ 2,287.21 $ 2,810,00 $ 2,810.00 $ 3,23:,.50 $ 3;2:3:1.50 Shaft Sleeve 0 -Ring (A75251V-59-E8) I $ 18.48 $ 18.48 $ 22 70 $ 22.70 26 11 $ ,0 11 e Volute Gasket (A659AI-197-GA) ; 3581 5 71 62 $ 44.06 $ 88.00 > 50.60 $ 101 20 Mechanical Seal (A! 50100-40) S 2,222.0-9 5 .2.,22;.09 $ 2,730.00 S 2,73000 $ 3,13950 S 3.1:39.5:7 Pump End Bearing (A16814M-20) $ 1,34.3.02 $ 1,3•-3.02 $ 3,61:10.(1; 5 1,1S0.00 5 1,89750 $ 1,897.50 Drive End Bearing (A15018H-20) $ 679.65 $ 2,038.95 $ 835.00 5 2,505.00 ` 9,50 25 S 2:880 75 Bearing Spacer (B4365 -238 -SK) $ 1,184.3:1 $ 2,368 60 $ 1, 4 _5 5 G0 $ 2,910.00 $ J,f73.25 $ 3,346.50 Pump End Seal (A21178 -D-181 $ 122.09 $ 122 09 $ 150.00 $ 150.00 S 112.50 $ 172.50 Drive End Seal (A21178A-128) $ 23195 $ 231 98 $ 7.8°1.00 5 255.00 $ 327.75 Total Base Bid $22,8',1 74 528,074 70 $3z,23s.1e CERTIFIM 4, A nie, Purchasin Manager CPPD, CPPB °NOTICE; Bid award is con"i'ie'em upon vendor rneeting minirlum spe ificatic)rs and formal authorization :+y CO official, City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 FA'Y E T T E V I L L E 113 W. Mountain Fayetteville, AR 72701 ARKANSAS Phone: 479,575.8220 TDD (Telecommunication Device for the Deas`): 479.521.1316 INVITATION TO BID: Bid 18-25, Lift Station Pump Rebuild Kit DEADLINE: Thursday, March 29, 2018 before 2:00 PM, Local Time DELIVERY LOCATION: Room 300 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Imcgaugh cDfayerteville-ar. ov DATE OF ISSUE AND ADVERTISEMENT: Monday March 05, 2018 INVITATION TO BID Bid 18-25, Lift Station Pump Rebuild Kit No late bids will be accepted. 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, !he undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated hereilln, and in strict: accordance with the specifications and general conditions of Lidding, all of which are crude a pail 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: 37ewktZ` 'V 4- iE�-OJi P .:pj C, Contact Person: �, ��- Title: E -Mail:. mi4.-r dLiAs PLA%0.,Go Prone: f,70, ? � Business Address: _ 5, AV1 64 -e -m+ - City: W6T:_ Mate: Zip Signature: Q4►Dat , City of Fayetteville, AR Did 18-25, Lift Station Pump Rebuild Kit Page 1 of 13 77_.WC'/ City of Fayetteville Bid 18-25, Lift Station Pump Rebuild Kit P5 Bid Form 4 0)ffe"� DATE REQUIRED AS A COMPLETE UNIT: *CALENDAR DAYS FROM DATE OF ORDER F.O.B. Noland WWTP, 1400 N. Fox hunter Rd, Fayetle' ide, AR 72701 11 12 13 14 Volute Gasket (A659AI-X97-GA) 2 $ �6 $ 0 10° Mechanical Seal (g150101540) Pump End bearing (A16814M-20) Drive End Bearing (A15018H-20) Bearing Spacer (B4365 -238 -SK) Pump End Lip Seal (A21178 -D-18) Drive End Lip Seal (A21178E-18) 1 3 $ $ l 6 50.'' $ S 3 S•. �o $ _ 13,00 Wo $_ 2 $ l,Sl�� o' $ 2, 9ta . "' 1 $ 00 $ t 5G ob $ 2 85..v $ 285; TOTAL BASE BID:_' Bids shall be submitted on this bid form in its entirety AND occompanied 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. THIS BID FORM CONTINUES ON THE NEXT FACE. City of Fayetteviiie, AR Bid 18-25, Lift Station Pump Rebuild Kit Page 3of13 AdIf""I"W"w"I""FroTAL PRICE F impeder (D5884-3PB-a-L) 2 Impeller Washer (A20979 -13 -ST) 1 $ � Q OJP 3 Impeller Bolt (A16757-12=SD) 1 $ 9. Ao 4 Casing Wear Ring (A20976A-6-SG) 1 $� 6 9S 0" 5 Impeller Wear Ring (A209768 -6 -SG) -6 Shaft Sleeve (A20815 -15 -SG) $ 8 0 . ° ° $ .} DTpip 7. Shaft Sleeve 0 -Ring (A15251V-59-EB) 7 a 11 12 13 14 Volute Gasket (A659AI-X97-GA) 2 $ �6 $ 0 10° Mechanical Seal (g150101540) Pump End bearing (A16814M-20) Drive End Bearing (A15018H-20) Bearing Spacer (B4365 -238 -SK) Pump End Lip Seal (A21178 -D-18) Drive End Lip Seal (A21178E-18) 1 3 $ $ l 6 50.'' $ S 3 S•. �o $ _ 13,00 Wo $_ 2 $ l,Sl�� o' $ 2, 9ta . "' 1 $ 00 $ t 5G ob $ 2 85..v $ 285; TOTAL BASE BID:_' Bids shall be submitted on this bid form in its entirety AND occompanied 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. THIS BID FORM CONTINUES ON THE NEXT FACE. City of Fayetteviiie, AR Bid 18-25, Lift Station Pump Rebuild Kit Page 3of13 EXECUTION OF SID - Actua! 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 Sid, 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 explameel, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville, 1 The Bidder can and will comply with all ;pecifications and requirements for delivery, documentation and support as specified herein. 4, 1, 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_ S, Bidder shall comply with all State and Federal Equal Opportunity andNon-Discrimination requirerne€nts and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of inl;e-rest with the City of Fayetteville, including, but not limited to, a y relationship with any City of Fayetteville employee_ Response shall disclose if a known relationship exists between any principal or employed of your firm and any Cite of Fayetteville employee or elected City of Fayetteville offiaa4 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 acid/or 'contract as a result of your response. 1,) NO KNOVYN RELATIONSHIP EXISTS 2..) RELATIONSHIP EXISTS (Please explain): i. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHAPart 1926 _. Subpart P -- Excavations. As A bidder on this project, you are required to provide debarrne?nt/suspension certification indicating that you are in compliance with the below F�d%r rl Executive Order. Certification can be done by completiq and signing this form. a. Federal I-xecutive Order (E,(D.) 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, suspendKI, proposed for deban-nent, declared ineligible, or voiuntarily excluded by any Federal department or agency from doing business with the Federal Go=vernment_ Your signature below certifies that neither you nor your principal is p,,resen0y debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluders from participation in this transaction by any federal department or agency. City of Faye4tevitte, Aft Bid 18-25, Lift station Pump Rebuild Kit Page 4 of 13 Unsigned bids will be rejected. items marked' are mandatory for consideration. *NAME OF FIRM: FP Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: / 4L t;mQCa67— *CITY: Wes -T, MC704'ph Cs *STATE: fit *ZIP: 72-50 � *PHONE: 007D -7'5s"'- 24 8 `F FAX: F70 *E-MAIL: ' -rC'J" T � .JeS Ptlrtf�. G *BY: (PRINTED NAME) . X R , S4 -e+ -34&T' *AUTHORIZED SIGNATURE: *TITLE: C: DUNS NUMBER: "T �'S 2 �� f CAGE NUMBER: *TAX ID NUMBER: • ,a 434 b b S Acknowledge Addendums: Addendum No. Dated: 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 A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 18-25, Lift Station Pump Rebuild Kit Page 5 of 13 City of Fayetteville Bid 18-25, Lift Station Pump Rebuild Kit General Terms and Conditions SUBMISSION OF BID & BID EVALUATION: Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 300, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bids, RFP, or RFC, number shall be on the outside of the packaging as well as on any packages enclosed in sh1ppinp, containers or boxes. 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 documentsrp or to opening time and date listed on the bid form. Bidders shall have experience in providing products and/or services of the same or similar nature. 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. Proposers desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 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. 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. 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, 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 18-25, Lift Station Pump Rebuild Kit Page 6 of 13 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". b. 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. WITH DRAWL 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 riot 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 18-25, Lift Station Pump Rebuild Kit Page 7 of 13 and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant toArkansas Code Annotated §2J-9-203The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for good s, services, and construction, Also, City of Fayetteville encourages all general contractors to subcontract portions mftheir contract to4uoJficdsmall, minority and women business enterprises. kl 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. Bigib|eUsersshaUmeanaUstateofArkanya�agenciea,the|e0is|ativeamdjudido|branches,pu|itica| 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. 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." 13. 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 ofInformation Act: City contracts and documents prepared while performing City contractual work are subject tothe Arkansas Freedom of Information Act. If 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 successfu I bidder(s) agrees to indemnify the City and hold it harmless from and against a I I claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from o,byreason ofany 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 bythe 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 bybidders prior tosubmitting aproposal onthis requirement. City of Fayetteville, AR Bid z8-25'Lift Station Pump Rebuild Kit Page 8u/l9 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 bidder's 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. The City will pay the awarded bidder 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. c. In addition to all other legal rernedies 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 ANDIOR MERGERS: a. 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 18-25, Lift Station Pump Rebuild Kit Page 9 of 13 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/protector'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 request for 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 becorne 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 18-25, Lift Station Purnp Rebuild Kit Rage 10 of 13 will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's 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. d. 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. f. 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 dearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's 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 IVIcGaugh immediately via telephone (479.575.8220) or e-mail (Imcgau h_��Fayettey�lle-a(,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. i. 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 (Lmcsaau h�Wfayette_ville-ar-g v) 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. j. 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 15-25, Lift station Pump Rebuild Kit Page 11 of 13 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 any jurisdiction 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 Late 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 Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO SID DOCUMENTS: N/A City of Fayetteville,, AR Bid 18-25, Lift Station Pump Rebuild Kit Page 12 of 13 City of Fayetteville Bid 18-25, Lift Station Pump Rebuild Kit Specifications 1. GENERAL- 1.1 ENERAL- 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 Bidders shall bid on all line items. 1.3 This bid is for purchase and delivery of parts only. No Servicing shall be included. 1.4 All items are intended to be ordered in a single order. 1.5 Pricing bid shall be inclusive of all items, shipping, and warranty. Bid pricing shall NOT include sales tax. Applicable taxes will apply upon invoicing but will not be considered for bid evaluation. 2. MANUFATURER/MODEL- 2.1 Rebuild kit shall be for Cornell Pump Model 12NHG28-F20TB (Serial Number 145779 22.06) 2.2 Unit(s) bid shall be new, unused, and standard production model as offered for commercial trade. 3. DELIVERY/DOCUMENTATION 3.1 All units shall be delivered FOB Destination to the Noland Waste Water Treatment Plant, located at 1400 N. Fox Hunter Road, Fayetteville, AR 72701, for compliance review and final acceptance. 3.2 FOB Terms: Equipment supplied under this specification shall remain the property of the Bidder until delivery to and accepted by the City of Fayetteville. Items shall be classified as FOB Destination, freight prepaid where the seller/bidder pays all freight charges, bears all freight charges, owns goods during transit and files any claims. City of Fayetteville, AR Bid 18-25, Lift Station Pump Rebuild Kit Page 13 of 13 MANUAL 2727 Vii► CORNELL OWNERS MANUAL INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS MODELS 12 HG28,14NHG28 & 18NHG28 F20TB W/CYCLOSEAL PLEASE READ CAREFULLY YOUR WARRANTY MAY BE VOID IF INSTRUCTIONS ARE NOT FOLLOWED Note: when ordering parts give pump model and serial number CORNELL PUMP COMPANY 16261 SE 130th Ave Clackamas, OR 97015 USA Phone: 503-653-0330 Fax: 503-653-0338 MANUAL 2727 INDEX 12,14 & 18NHG28-F20TB W/CYCLOSEAL® INDEX NO. DESCRIPTION PAGE NO.. 1 TITLE PAGE 3200-300 2 INDEX PAGE 3 WARRANTY PAGE 50-11 4 CAUTION/WARNING 3500-2 5 STARTUP INSTRUCTIONS (WARNING/CAUTION) 3200-326 6 PARTS PAGE A18314 7 PRESSURE TESTING (WARNING/CAUTION) 3200-353/.1 7 PUMP DISMANTLE & REASSEMBLE INSTRUCTION 3200-414 9 DISMANTLING METHODS 3200-401 10 IMPELLER LOCKSCREW INSTALLATION (CAUTION 3200-14 11 FRAME DISMANTLE & REASSEMBLE INSTRUCTIONS 3200-829/.1 12 FRAME LUBRICATION INSTRUCTION - GREASE & OIL 3200-901/2 13 INSTRUCTIONS FOR MECHANICAL SEAL (CAUTION) 3200-632/.1 14 ELECTRIC MOTOR LUBRICATION INSTRUCTIONS 3200-20.5 15 PUMP TROUBLESHOOTING GUIDE 3200-380 CORNEAL PUMP COMPANY TERMS AND CONDITIONS OF SALE LEGAL EFFECT: These Terms and Conditions of Sale ("Terms") and the associated Order Acknowledgement (collectively, the "Agreement") are binding upon Cornell Pump Company (`Cornell") and the purchaser of products and services from Cornell ("Buyer"). Except as otherwise agreed to in writing by Cornell, these Terms shall apply to, and farm a part of, all sales of products and services (collectively, "Products"). Additional or different terms shall have no effect unless agreed to in writing by Cornell. Cornell may suspend its performance of any order if Buyer defaults in the performance of its duties order any order or under any other agreement between Cornell and Buyer ACCEPTANCE: The sale of Products by Cornell to Buyer is expressly conditioned on Buyer's acceptance of these Terms. CHANGES: Any changes proposed by Buyer after formation of this Agreement that affect the delivery schedule or requirements, or otherwise affect the scope of this Agreement, shall be submitted in writing by Buyer to Cornell and shall become binding only if agreed to in writing by Cornell. Any modifications to price or delivery as a result of such changes shall be determined by Cornell in its sole discretion. CANCELLATION AND REVISION: No order may be cancelled or revised, in whole or in part, without the written consent of Cornell. In the event that Cornell consents to any cancellation or revision, Buyer shall reimburse Cornell for all of Cornell's losses, costs, .and damages caused by such cancellation or revision, including, but not limited to, any costs arising from changes in design or specifications CREDIT: The amount of credit offered by Cornell to Buyer is based on a number of factors, Including, but not limited to, Cornell's opinion of Buyer's rapacity, ability, and willingness to promptly pay for Products.. Cornell reserves the right to revoke Buyer's credit and/or suspend performance on any order in the event that, in Cornell's opinion, there is a material adverse change in Buyer's financial condition, or Buyer has not, within the agreed upon time, fully paid for Products previously supplied under any other agreement with Cornell, PAYMENTS: Standard terms for customers who qualify for credit are % 1S days, net 30 Unless otherwise agreed to in writing by Cornell, Buyer shall pay all amounts due within thirty (30) days of receipt of invoice A monthly service charge of 1 5% may be charged on amounts owed by Buyer to Cornell that have not been paid on time, subject to the maximum amount permitted by law TITLE AND LIEN RIGHTS: The Products will remain personal property, regardless of how the Products are installed or affixed to any realty or structure After delivery to Buyer, Cornell will have all such rights, including security interests and liens, in the Products as lawfully may be conferred upon Cornell under any applicable provision of law. Buyer agrees to cooperate fully with Correll in the filing of any financing statements, including Uniform Commercial Code filings or other documents necessary to perfect such interests and liens. If Buyer breaches this Agreement, or defaults on any obligations, before paying all amounts due for the Products, Cornell may take any and all actions permitted by law to protect its. interests, including, where permissible, repossession of such Products SHIPMENTS: All sales are ex -works factory Risk of loss shall pass to Buyer upon shipment. Shipping contracts made by Cornell shall be to Buyer's account. All claims for loss or damage after shipment shall be filed by Buyer with the carrier. Buyer shall be liable to Cornell for the full price of the goods, irrespective of loss or damage in transit. Cornell shall not be required to provide freight cost receipts to Buyer at the time of invoice. LIMITED WARRANTY: Cornell warrants, to Buyer only, that Products manufactured by Cornell are free from defects in material and workmanship for the periods set forth in Exhibit 1. If a failure to conform to specifications or a defect in materials or workmanship is discovered within the applicable peijod, Cornell must be promptly notified in writing within thirty (30) days of such discovery. Within a reasonable time after such notification, Cornell shall correct any failure to conform to soecifications or any defect in materials or workmanship, or in lieu of such repair, and at Cornell's sole option, shall replace the Products or the applicable portion thereof. Any such repair shall be performed at Cornell's facility, unless otherwise designated by Cornell. Buyer shall pay any cost incurred as a result of shipping the Products, or any portion thereof, to Cornell. Cornell shall pay any cost incurred in returning the Products, or any portion thereof, to Buyer For repairs done at Cornell's facility, Cornell will pay for any costs of labor and materials, and any expenses incurred by Cornell in making such repairs Cornell may opt to send replacement parts in lieu of repair at Cornell's facility Cornell may also opt to perform repairs at Buyer's facility or site, If such repays are performed for the convenience of Buyer, Buyer shall pay for all costs of labor and materials If such repairs are performed for the convenience of Cornell, Buyer shall, in Cornell's sole discretion, pay a portion of the costs of labor and materials. Cornell shall have no obligation to pay or reimburse Buyer or any third party for any expense incurred as a result of any Products, or any repair or attempted repair of any Products The warranty provided herein shall not apply in the event of any (a) defects caused by a failure to provide a suitable installation environment for the Products, fb) damage caused by the use of the Products for purposes other than those for which the Products were designed or intended, (cl damage caused by disasters such as fire, flood, wind, or lightning, (d) damage caused by unauthorized attachments or modifications, (e) other abuse or misuse, including improper installation, (f) reasonable wear and tear, and (g) defects In equipment or components not manufactured by Cornell. Cornell shall pass on any warranties for equipment and components not manufactured by Cornell to the extent that such warranties may be passed on CORNELL DISCLAIMS ANY AND ALL WARRANTIES ANO REPRESENTATIONS WITH RESPECT 10 THE PRODUCTS PROVIDED HEREUNDER, WHETHER EXPRESS OR IMPLIED, ARISING BY LAW, CUSTOM, ORAL OR WRITTEN STATEMENTS OR OTHERWISE, INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR THAT THE PRODUCTS WILL GENERATE CERTAIN RESULTS, WORK IN COMBINATION WITH OTHER COMPONENTS OR AS AN INTEGRATED SYSTEM OR WILL FULFILL ANY OF BUYER'S PARTICULAR PURPOSES OR NEEDS,. COMPLIANCE WITH LAWS: Buyer shall comply with all laws and regulations governing the purchase or license, installation or use of the Products, including, without limitation, obtaining all licenses, permits and registrations and fulfilling all other requirements of governmental agencies, and Cornell shall have no obligation or responsibility of any kind with respect thereto, Buyer shall only export or re-export the Products in compliance with all applicable U S export control laws and regulations. LIMITATION OF LIABILITY: Cornell's aggregate liability For any claim, loss, cost, damage, or liability arising out of or related to this Agreement, including, but notlimited to, any liability arising from negligence, warranty, indemnity, contract, strict liability, or operation of law, shall in no event exceed the purchase price paid by Buyer for the affected Products IN NO EVENT SHALL CORNELL BE LIABLE FOR, OR OBLIGATED IN ANY MANNER TO PAY, SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, OR PUNITIVE DAMAGES OF ANY KIND. INDEMNIFICATION: Buyer shall indemnify, defend and hold harmless Cornell, its affiliates, and their respective directors, officers, members, employees, agents, contractors, successors, and assigns from and against all losses, damages, expenses, claims, demands, suits, judgments, penalties; and casts of any kind whatsoever, including attorneys' fees and expenses arising out of this Agreement or Buyers use, acts, or omissions in connection with any Products. GOVERNING LAW AND FORUM: This Agreement shall he governed in all respects by the laws of the State of Oregon, U S A. (excluding any conflicts of laws principles that would lead to the application of another state's laws), Buyersubmits to the jurisdiction of the stale and federal courts of Oregon for the purposes of resolving any dispute arising under or in connection with this Agreement. CORNELL PUMP COMPANY I E RMS ANT) CONDITIONS OF SALE; Exhibit 1 Warranty Coverage By Product `Permanent Pump Installations Proration period, are based on months after shipment (unless otherwise agreed upon). Wear Past`: This limited warranty does not cover parts that by nature of their function require replacement as the result of normal wear and tear (seals, wear rings, wear plates, or other parts subjected to abrasion, cavitation, or corrosion) unless a defect in materials or workmanship can be determined by Cornell. Eff4five Date: Fehow ary 15, 2010 Syj,ersedes All Previous ;Varraanfles 0-12 ': 13-18 18-24 25-36 37-60 Product Months Months Months Months Months Refrigeration (IitY°/o Pumps 100% Irrigation Pumps I 0 Food and.Hot Oil Pumps Industrial 100% Pumps 100% Municipal Pumps Submersible 100% 50% 25% Pumps* DAF Pumps 100 (6 months) % Other pumps 100% not listed Parts 100°l0 — — -� Warranty for Motors, Controls, and other accessories not manufactured by Cornell are provided by the manufacturer of those products. `Permanent Pump Installations Proration period, are based on months after shipment (unless otherwise agreed upon). Wear Past`: This limited warranty does not cover parts that by nature of their function require replacement as the result of normal wear and tear (seals, wear rings, wear plates, or other parts subjected to abrasion, cavitation, or corrosion) unless a defect in materials or workmanship can be determined by Cornell. Eff4five Date: Fehow ary 15, 2010 Syj,ersedes All Previous ;Varraanfles Supersedes Nov. '03 CAUTION/WARNING PAGE START-UP INSTRUCTIONS — PAGE 3200-326 3500-2 Feb, `05 CAUTION: Single port impellers (food pumps) have threaded shafts. Improper rotation will cause failure. WARNING: Never operate electric motors or pumps without protective cover, etc. Before disconnecting any electrical wiring, shut off the main switch, or serious personal injury may result. CAUTION: if pumpage does not start immediately, no amount of additional pumping will solve the problem. WARNING: Do not run pumps equipped with mechanical seal dry. CAUTION: Do not exceed maximum recommended operating pressure for the pump. Consult factory as WARNING: needed. PRESSURE TESTING — PAGE 3200-353 WARNING: Failure to follow instructions on this may damage pump or cause serious personal injury. CAUTION: Do not operate pump when at test pressure. CAUTION: For mechanical seal only. Do not run dry. IMPELLER LOCKSCREW INSTALLATION — PAGE 3200-14 CAUTION: Lockscrew failure can damage impeller and volute. Proper torque during installation is important. BELT DRIVES/FLEXIBLE COUPLINGS — PAGE 3200-311 CAUTION: All rotating parts should be properly protected. Guards should be installed. Do not operate pumps when the guards are removed. CHOPPER IMPELLER AND CUTTER -BAR INSTRUCTIONS — PAGE 3200-355 WARNING: Chopper impellers and cutter bars have VERY SHARP edges. DO NOT place body parts in suction spool, pump inlet, or clean -outs at any time. Wear protective gloves when working on chopper impellers, cutter bars, and associated components. INSTRUCTIONS FOR MECHANICAL SEAL — PAGE 3200-632 CAUTION: Do not run pump dry unless pump is equipped with Run -Dry, option. CAUTION: Once the rotating portion has been placed on the shaft, the rest of the installation must be made at once. Cornell Pump Company Supersedes 3500-2 Nov. '03 — — — Feb, '05 DISMANTLING AND ASSEMBLING F18 AND EM18 CORNELL PUMP FRAMES — PAGE 3200-821 CAUTION: Never hammer the shaft or parts attached to the shaft or you will ruin both the shaft and the bearings. DISMANTLING AND ASSEMBLING F18DB, EM18DB, AND F18DBK — PAGE 3200-826 CAUTION: Never hammer the shaft or parts attached to the shaft or you will ruin both the shaft and the bearings. DISMANTLE AND REASSEMBLE A CORNELL PUMP WITH THREADED SHAFT — PAGE 3200-417 CAUTION: If the sleeve has an "O" ring it should not be heated - DISMANTLING AND ASSEMBLING F,M5/F5 AND EM5K/F5K CORNELL FRAME PUMPS — PAGE 3200-459 CAUTION: Never hammer the shaft or parts attached to the shaft or you will ruin both the shaft and the bearings. DISMANTLING AND ASSEMBLING F16 AND F16K CORNELL FRAME PUMPS — PAGE 3200-810 CAUTION: Never hammer the shaft or parts attached to the shaft or you will ruin both the shaft and the bearings. MOUNTING PUMPS TO ENGINES — PAGE 3200-12 CAUTION: All engine driven pumps must be supported and alignment must be assured before bolting frame to engine flywheel housing. OPERATION OF COMPRESSORS LOCATED IN CLOSE PROXIMITY TO PUMP WARNING: Do not allow compressed air to pressurize the pump or vent -off compressed air through the pump as this may damage pump or cause serious personal injury. Cornell Pump Company Supersedes 3200-326 Feb.,2005 Feb., 2010 Startup Checklist BEFORE TIIF STARTUP OFANY Pt 111, A CAREFUL C'HEC'K iNIUS T BE MADE TO ENSt RE THAT ALL IS IN ORDER I. Reread all instructions and check for compliance on each point. 2. Make sure: a. All fasteners at gasketed surfaces are properly tightened. b. Belts and couplings (shaft) are properly adjusted, aligned, and guards are in place. c. All thrust blocks and supports are adequate. d. The pump and/or baseplate is bolted securely to a solid foundation. There must be no piping loads on the pump casing. support suction or discharge piping, and piping must be clean and free of debris and obstruction, gaskets in place and all joints secure. e. That all electrical connections and electrical equipment are installed by a qualified and licensed electrical contractor. r; f. The pump rotates freely by hand. Then check the pump rotational direction with veryf short on/off power pulses on the starter switch. 4`4 g. Pumps with mechanical seal must not run dry unless equipped with the run -dry feature. CAUTION Some pumps are equipped with threaded shafts (Food pumps, etc.). Improper rotation will cause failure and costly repairs. If you are unsure if your pump has a threaded shaft, contact factory. Pumps with mechanical seal must not run dry unless equipped with run -dry option. Check the valves for proper position. if the system has a discharge gate valve, start with valve closed. The speed of opening depends upon the size and length of your discharge pipe and capacity of the pump. The valve should not be more than .25" open until the line is filled. The purpose of this procedure is to reduce the possibility of a water hammer or shock if tilling is too rapid. 4. For Stuffing Box with Packing When first starting the pump, there should be a leakage. If the packing is too loose, air will suck in around the packing and the pump will not prime. Alter the pump is primed, back off on packing gland nuts to free leakage. Several minutes later, gradually and evenly tighten packing gland nuts until leakage is reduced to a trickle. Do not attempt to shut off all the leakage. For Stuffing Box with Mechanical Seal Read and comply with all seal instructions within manual. During shipment a seal may be jolted, which could cause leakage. However, any leak should stop after a brief period of operation. Instructions For Pumps with Balance Line and Wear Rings Wear rings and balance lines are vital for a successful pump operation. They perform two important functions. First, they reduce the pressure at the stuffing box. Second, they reduce axial thrust loads. Wear rings should be replaced it -the clearance has increased to about .03" per side. Balance lines should be kept free of obstructions and they should be replaced if they are pinched, bent, or corroded. Cornell Pump Company Supersedes 3200-326 Feb..2005 Feb., 2010 6. Motors Check the power supply voltage, amperage, temperature and RPM with the motor nameplate. Review item 2F with respect to rotation. NOTE: Large motors must not be started and stopped more than five times er hou. �,...-._._ �- — — CAUTION _— Whether placed inside our outside, the motor should be mounted on a base four to six inches higher than surrounding floor level. Cornell Bearing Frames In general, the considerations for a bearing frame are the same for that of electric motors. NOTE: If a frame is oil lubed (denoted by 'K' on serial number plate and sight gauge on the side of the frame), put appropriate oil in per lubrication instructions. Make sure support systems are in place and working such as special lubricants, seal water, etc. If the pump is used in winter, provisions must be made for protection of the pump and piping from freezing. Add a heater if necessary. If the pump is not used in the winter, the volute should be drained to prevent damage. WARNING Never operate electric motors or pump equipment without all protective covers, screens and guards properly in place. Before disconnecting any electrical wiring, shut off the main switch and lock it out. 8. Check to make sure the screens are in place. A screen or strainer should have a free opening at least three times the area of the suction pipe. 9. Start the driver. If pump is primed or filled with liquid, the pumping will start immediately. Cornell Centrifugal Pump Priming A centrifugal pump is primed when all the internal passages of the pump are filled with the liquid to be pumped. Do not operate any pump without being properly primed unless it has been specifically designed for such operation. When the pump is primed and the unit is started, the pumpage will start to flow immediately. If it does not, recheck the system for complete prime and possible air leaks. Correct the deficiencies and restart. CAUTION If the pumpage does not start immediately, no amount of additional pumping will solve the problem. WARNING Do not allow compressed air to pressurize the pump or vent -off compressed air through the pump as this may damage pump or cause serious personal injury. �W Comell Pump Company NEW PAGE U -A I'll CD -jc UJ UJ rif CEN--- {- Cs LLA Q-1 LZ.(n >- C-,, LiA LU = � tlj LLJ cx v3 c L�) afL� 21 LD a-, CK LLJ --U- -�r a� :r CL ce -I- <,v C3 121 LLJ cr _j - "I C:) Ln LD --;c w LLJ Cj UU-i Q LL) --r V) ll�j C) C-) C-) ---,;-, -- Lli -.1c se (D -:r �:-- I LJJ COLu Lli �:- LU (/)LIJ CII L /) C� (-..) :�- �,- I, --L Z� :agz Lki V3 -j 3 LU cc CD --j 21, C.1- 1' CD ',-' LU W LU am -Z� C-- L. CD _I C-3 --j d< LIJ LU LE CY-1 Co Cr..: C--- -j 3 CID : C r r, 2-1 f- CA v7 LU < C-) L, OL V) oZ LLJ lu Z LL2. UJ U) �' �-Ii C.7 Lu uj ,c -- CD 7D u: C,3 ---- a: mmLLJ -< C) L.Li ---j L'I --j CD LI -A -J -J UJ W W 7-- -1 --1 = LU C.- ) c 2- u. -I cn Lu m -4. LL_, Lu -- F-. U -i -A i.� -j LLj .1 CD n- -f �11- - I - Lo C-.) Lij m :D ED Aj Lir L1- Lk- D- 01 LLJ Y CU -- ---- «%' i 'A' J Of LI- =D M I.A.- -< lz LJ -J a- -It OL LD < --J a- L1- < I<C ('-. M < L- C -)-r tY L-1 --- f-) -,-,r C -J -C LU C.-) -D CD M Cl: = = Clf- CD M Z-7- -M -E -- -13 -13 (Y LLi 2E Ce 1, �jj 11 J -...J m C.) LLJ U-3 — --) a. t CD V) �- M — V3 V) --,I — C_ (� cn M CO M�- 10(,() CD C.., c,') --i U) C.0 CD 0- >- U- CO CO -J . . . . . . . . . . . . . . . . . . CV m t LO (C) 00 - m -,I aD c CO�o co C) "T C- LI-) cr,C� aD - 'D or, OD f; - - - - -.- in u- CV U-) h co O -mm c,o 4o WA A18314 co cc CD (1-li C -D UO LLJ C) C:) M-_ 19 z Supersedes March, 1990 Pressure Testing CAUTION: DO NOT OPERATE PUMP WHEN AT TEST PRESSURE 3200-353 Feb., 2005 Page I of 2 WARNING: Failure to follow instructions may damage pump and/or result in serious personal injury. MAXIMUM TEST PRESSURE Maximum test pressure should not exceed 125% of shutoff pressure or 150% of design pressure, whichever is greater. Refer to Cornell Catalog for operating pressure limits of your pump. If your calculated test pressure is above these limits, consult factory prior to proceeding. TEST FLUID Liquid may be pumpage or water or any liquid compatible with pump materials. For pumps equipped with packing. WARNING: Do not use compressed air to pressure test pump. a. Fill pump gradually with liquid by gravity flow (10 PSI max. pressure). b. Vent air from volute and close vent valve. c. Raise pressure gradually to required test pressure. See "Maximum Test Pressure." d. Allow packing to leak freely (special protection of motor may be necessary). e. If packing is tightened to reduce leakage, lubricant may be squeezed out of packing. Loss of packing lubricant may require replacement of the packing. FOR PUMPS EQUIPPED WITH SINGLE SEAL: CAUTION: DO NOT RUN SEAL DRY — SEE SEAL INSTRUCTIONS a. Open vent valves on volute or seal gland if shaft vertical (the seal gland in a horizontal pump will not have a vent valve). b. Fill pump gradually with liquid by gravity flow (10 PSI max. pressure). c. Vent air from volute and close vent valve. d. Vent air from seal gland (If shaft vertical) and close vent valve. e. Raise pressure gradually to required test pressure. See "Maximum Test Pressure." VF,NT ON SFAL GLAND-�} YEN t' i)h VOI,L iE .y PRESSURE TESTING Cornell Pump C ompaliy Supersedes March, 1990 3200-353 F ch.. 2005 Page 2 of 2 CAUTION: DO NOT OPERATE PUMP WHEN AT TEST PRESSURE FOR PUMPS EQUIPPED WITH DOUBLE SEAL, OUTSIDE SEAL WATER SUPPLY. CAUTION: DO NOT RUN SEAL DRY — SEE SEAL INSTRUCTIONS A. Turn on supply water to seal chamber. close drain valve, Vent Valve on Seal '"land -r C'a -j— brain Valve To Drain .Fresh Water Supply Vent Valve on Volute B. Open vent valve in seal gland and vent off air. C. Close vent valve. D. Raise pressure of supply water to pressure at which hydrostatic testing will be done. IFwater supply cannot be raised to required test pressure, close valve in supply line to trap all seal water in seal chamber. C. Fill pump gradually with liquid by gravity flow (10 PSI max. pressure). F. Vent air from volute and close vent valve. G. Raise pressure gradually to required test pressure. See 'Maximum Test Pressure." For pumps equipped with double seal, pumpage lubricated (from line containing filter from volute to seal chamber). CAUTION: DO NOT RUN SEAL DRY — SEE SEAL INSTRUCTIONS A. Open vent valve in seal gland and volute. (Horizontal pump has vent valve on volute only). B. Open valves in line from volute to seal chamber on each side of filter. To Vent Ptmrp Volute Filter Drain S Vent Stop Cock Check Valve r Pumps Having High :.tion Lift) CH. �- (or SCoo Cack) C. Fill pump gradually with liquid by gravity flow (10 PSI max. pressure). D. Vent air from volute and close vent valve. C. When liquid without bubble is flowing steadily from the vent valve on the seal gland, close vent valve. F. If filter has glass or plastic bowl and test pressure is over 50 PSI, close valves on both sides of filter. G. Raise pressure gradually to required test pressure. See "Maximum Test Pressure.' Cornell Pump C'ompan) SUPERSEDES 3200-414 June, 1997 April, 2012 How to Disassemble and Reassemble a Cornell NH (10" & Larger) Some parts mentioned in these instructions may not apply to your pump. Refer to your specific parts page for part names and numbers. Disassemble 1. Remove all capscrews holding volute (2) to backplate (38). Insert two of these capscrews into tapped holes in backplate. Tighten capscrews to jack the volute free of the backplate, exposing the impeller (3). Remove volute. Make sure volute does not fall onto the impeller. Loosen the setscrews in the impeller washer (13). Remove impeller lockscrew (12). (Lockscrew can be reused with Loctite if not damaged). Remove impeller washer. Space wedges in pairs 180° apart between impeller and backplate. Be sure wedges are placed along impeller vanes. Tap opposed wedges at the same time to force off the impeller. See page 3200-401 for alternate method. Use extreme care or damage to impeller, shaft or bearings will result. Remove impeller and impeller key (28). 4, Remove mechanical seal (40). At this point it is probably easier to leave the stationary seat in the backplate until the backplate is removed. If you elect to remove the seat now, use extreme care or it will break (fragile). 5. Unbolt and remove backplate (38) from bracket (4). if the stationary seat has not been removed yet, use extreme care when sliding backplate along shaft to avoid chipping of the mechanical seal seat on the shaft. If the seal is being replaced, carefully remove the stationary seat from the backplate. Remove sleeve (15) only if necessary. Install sleeve puller over outside diameter of sleeve and lock puller to sleeve with set screws. Remove puller and sleeve with standard gear puller. 7. The suction wear ring (6) can be removed, if necessary, by drilling the ring longitudinally in three places to relieve compression and collapsing the three sections together. Better control is obtained if small pilot holes are first drilled and then enlarged to "cut' the ring. Reassemble 1. Install sleeve (15). NOTE: Remove burrs on shaft around keyway before replacing sleeve. 2. Install backplate (38). 3. Install mechanical seal (40). See seal installation instructions. Use shims (107A) provided by the Factory to obtain .030" + .008" clearance between impeller backvanes and backplate. Shims will be sandwiched between end of shaft and bottom of impeller bore. Where .015" shims are supplied the tolerance is + .008". Where shims of .015", .010" and .005" are supplied the tolerance is + .003". Shimming is not necessary for 12NHTM. Comell Pump Co. SUPERSEDES 3200-414 June, 1997 April, 2012 The pumps below require a larger clearance between the impeller backvanes and the backplate, shim these pumps accordingly. 12NHG28 -.06" 18NHG -.06- 30NNT - .07" 14NHG28 -.06" 20NHF -.06" 18NHG34 - .06" 24NNG - .06" Install impeller key (28) and impeller (3). Use long capscrew and several washers to press on impeller (per page 3200-401.1). Do not use impeller lockscrew. The threads must be long enough to enter the shaft approximately eight threads or turns by hand. This is necessary to protect the threads in the shaft. 6. After installing impeller, remove long capscrew. Apply Loctite 262 to impeller lockscrew (12) threads and shaft threads. Install impeller lockscrew and impeller washer( 13). Do not lubricate impeller lockscrew or tapped hole or between the lockscrew and the impeller washer or between the impeller washer and the impeller. Lockscrew should always be new. The head of the impeller lockscrew must be in the slot on the impeller washer. Lockscrew and washer will turn together. See Impeller Lockscrew Installation page for torque requirements. After the lockscrew is torqued, tighten the setscrews in the impeller washer. 7. Install new gasket. For emergency use, old gaskets should be moist and flat. 8. Install volute (2), sliding it carefully over the register. Bolt volute to backplate (38). 9. Install suction cover (1) and gaskets. Cornell Pump Co. Supersedes 3200-3 Jah'. 1965 SIDE PLATE SHAFT DISMANTLING METHODS INIPELLFR Cornell Pump Company 3200-401 AMav, 1979 TIGHTEN EACH NC r EVENL1 )NAL) TIGHTEN CENTER CAPSCREW 4TERING CAPSCREW AND Y SERIES LER PULLING METHOD Supersedes 3200-3 July, 1965 DISMANTLING METHODS 3200-401 May, 1979 DRIVE HUB OR COUPLING FLANGE FOR �THREADED IMPELLERS INSTALLING IMPELLER METHOD 0 1nnCADED IFIPELLER PULLING METHOD PACKING PULLER LONG CAPSCREW NOTE: The capscrew must be long enough so it will enter the shaft approximately eight (8) threads RS (or turns) by hand. This is necessary to protect the threads in the shaft. Cornell Pump Company Supersedes 3200-14 Juli -1001 Feb 2010 Impeller Lockscrew Installation Impeller lockscrews are always right hand socket head capscrews. Stainless steel lockscrews are supplied with Loctite 262, which should be applied to lockscrew thread and shaft thread prior to installation. Tom ue for I n) nc Iler Lockscrews First determine size and material of lockscrew, then torque to the appropriate value listed in the table below. Stainless Steel Lockscrew Nonmagnetic Size (302, 303, 304, 316 Series) .38— 16UNC 20 Ft -Ib .50 — 13UNC 40 Ft -Ib .62 — 1 1 UNC 90 Ft -Ib .75 — 1 OUNC 135 Ft -Ib 1.00 — 8UNC 265 Ft -Ib 1.12 — 7UNC 360 Ft -Ib 1.25 — 7UNC 510 Ft -Ib 1.50 -- 6UNC 875 Ft -lb Lubrication Do not lubricate impeller lockscrew or tapped hole or between the lockscrew and the impeller washer or between the impeller washer and the impeller. Make sure parts are clean and dry, however, it is not necessary to remove the protective coating from the screw. Lubricated bolts can be overstressed with the torques indicated. DO NOT USE LOCKSCREW TO INSTALL THE IMPELLER re "t 1YYrahl Lockscrew failure can damage impeller and volute. The impeller screw must be of the best material, properly forged and machined to rigid specifications not available from local suppliers. Buy only lockscrews available from Cornell to be sure of quality. Impeller-Lockscrew Removal 1. Break loose impeller lockscrew with breaker bar. CAUTION: Care should be taken when removing lockscrew to prevent damaging screw head. 2. If breaker bar will not loosen impeller lockscrew, apply heat to the lockscrew for 2-4 minutes. Do not exceed 400° F. CAUTION: Care should be taken when applying heat so as not to receive serious burns. 3. Allow lockscrew to cool and remove with breaker bar. Cornell Pump Company NEW PAGE 3200-829 January. 1999 Dismantling and Assembling Cornell Frames F20TB Grease Lubed and F20TBK Oil Lubed Oil lubricated frames are denoted by a "K" on the serial plate and an oil level sight gauge on the side of the frame. Di m ntl (Refer to parts page for names and locations of parts) 1. Remove the deflectors from the shaft, 2. Remove drive end shaft key. 3. Remove capscrews from the bearing cover or drive end bracket. NOTE: Oil lubricated frames have double lip seals at the drive and pump ends. Grease lubricated frames have a single lip seal at the drive and pump ends. If the lip seals are to be saved, the shaft should be cleared of burrs or sharp protrusions which would cut the seal. If the seals are removed or replaced, see parts page for orientation of the lips. Paired seals have a grease passageway between them and are arranged so that the grease will move through the inner and outer seal. Slide the bearing cover or drive end bracket off the shaft. note the shim thickness for correct bearing preload for subsequent replacement. Remove the capscrews from the pum bracket. Slide the pump bracket off the shaft. 4. Press the shaft out toward the drive end. The pump eno bearing remains on the shaft and can now be removed. The drive end bearings are still on the shaft. Remove the bearing locknut and washer. Remove the bearings with a bearing puller. Note the bearing arrangement during removal. The individual bearings are identical, but two outer units are opposite the inner unit for proper thrust loading. (See Fig. 1). 5. If the bearings are to be saved, keep them absolutely clean. If contaminated, wash only in clean fluid. CAUTION: Never hammer the shaft or parts attached to the shaft or you will ruin both the shaft and the bearings. Assembling 1. Press the drive end bearings and spacers onto the shaft with thrust directions as shown in Figure 1. Note that each bearing race has a "thin" and "thick" side. Pressure should be applied to the inner race. Replace the lock washer and locknut. 2. Press the pump end bearing into the frame. Install the pump bracket or temporary bolt -on stops to hold bearing in position. 3. Press the shaft in the drive end of the frame until the drive end bearing contacts the frame shoulder. Take care to keep the O.D. spacers clear of the frame bore as the bearings are being installed. 4. Remove the pump bracket or temporary stops. 5. Install the pump end lip seal(s) in the bracket as shown on the parts page. Slide the pump bracket (with gasket for oil lubed frames) over the shaft, taking care not to damage or fold the lip seal(s). Install and tighten the capscrews. 6. Install the lip seal(s) in the bearing cover or drive end bracket as shown on the parts page. Reinstall the shims in the drive end of the frame (if present when disassembled). If new bearings, frame, bearing cover, or drive end bracket are being installed, insert shims to maintain a maximum 0.001" to 0.005" clearance between bearing frame and bearing cover before tightening capscrews. Slide the bearing cover (with gasket for oil lubed frames) or drive and bracket over the shaft. Install and tighten the capscrews. Cornell Pump Co. NEW PAGE t J 'i D.- A F--, 3200-829 January, 1999 Cornell Pump Co. Supersedes Aug., 2001 Lubrication Instructions Grease Lubricated Frame Pumps 3200-901 Mar., 2005 If frame is oil lubricated (denoted by a 'K' on the serial number plate and view gauge on side of frame), see "Lubrication Instructions — Oil Lubricated Frame Pumps," page 3200-902. Bearing in all frames are greased at the factory before shipment. Lubrication requirements vary with speed, power, load, ambient temperatures, exposure to contamination and moisture, seasonal or continuous operation and other factors. The brief recommendations which follow are general in nature and must be coupled with good judgement and consideration of the application conditions. For regreasing periods refer to table below. When adding grease be sure the grease and fittings are absolutely clean. Grease used for these bearings should be equivalent to one of the following manufacturer's products: G.E. Long Life Grease No. D682C5 Mobil Mobilux No. EP2 Shell Alvania EP2 Texaco Multifak AFB 2 To lubricate frame bearings, remove plastic cover from zerk fittings and be sure the fitting and end of grease gun are clean. Use hand -operated grease gun only and pump a small amount of grease into each bearing cavity.. The surplus grease wi Il go through the bearing and into the center part of the frame. For regreasing periods and approximate quantity, refer to table below. First determine frame size (located on serial number plate). Fxample: 5HH-65134 4NNT-VF16 IOYB-F18DB 6NHTA-VC 18 4RB-EM16 RECOMMENDED REGREASING PERIODS FOR FRAMES Cornell Pump Company FRAME SIZE 6-7-8-16 10-12-13-13D 2-5-1 I and EM349 20-24 30 6064 through 6864 18 -ISD Total Running Time 2.000 hours 1,500 hours 1,000 hours 1,350 hours 2.000 hours 8 -Hour Day Service 36 weeks 27 weeks 18 weeks 24 weeks 36 weeks 24 -Hour Day Service 12 weeks 9 weeks 6 weeks 8 weeks 12 weeks Approximate Amount of 5 cubic inch 1.25 cubic inch 2 cubic inches 3 cubic inches 4 cubic inches Grease per Line Fitting Approximately 3 pumps with grease 6 pumps 12 pumps 18 pumps 23 pumps with grease gun hand operated gun hand operated Cornell Pump Company 3200-632 A ug, 2001 Page 1 of INSTRUCTIONS FOR MECHANICAL SEAL JOHN CRANE TYPE 1, TYPE 2, AND TYPE 21 SINGLE MECHANICAL SEAL For Cornell Solids Handling Pumps S'T'ATIC SEAT SPRING STATIONARY ROTATING SEAL DISC DRIVING BAND SEAL FACE FACE The location of the mechanical seal in your pump is shown in the cross-section drawing of the pump. The stationary seat is held in the backplate. All other parts of the seal rotate with the shaft and impeller. STARTING The seal chamber must be full of liquid before operating the pump. If the shaft is vertical open the vent until liquid comes out to be sure chamber is full (not necessary for pumps with Cycloseal as seal chamber is self - venting). CAUTION: DO NOT RUN PUMP DRY unless pump is equipped with Run -Dry option. MAINTENANCE No maintenance is required. However, the pump should be examined at regular intervals for leakage resulting from wear of the sealing faces. Occasionally new installations will leak for a short time. These must be inspected daily. If the leakage does not reduce to almost zero. the assembly should be examined for proper seal installation. Cornell Pump Company DISMANTLING THE MECHANICAL SEAL 3200-632 Aue, 2€ 0 E Page 2 of 2 If seal is to be removed, remove the impeller according to the instructions for dismantling the pump. The rotating portion of the seal may now be seen. Slide off the seal spring. Lubricate the shaft and remove the reminder of the rotating portion being careful to avoid damaging the primary seal. The rubber bellows will be firmly attached to the shaft and considerable pressure will be required to remove it. REMOVING SEAT If the seal is being replaced, remove gland and press out the stationary seat. For pumps with double seals remove the seat from the stuffing box also. INSTALLING THE MECHANICAL SEAL Clean all parts of the pump before starting reassembly. Special attention Auld be given to the backplate and the impeller hub. - Clean and lubricate the shaft. - Install the stationary seat in the backplate. - Oil the outer surface of the seat and the "0" ring with a light oil (not grease). Place a cardboard disc on the sealing face to avoid damage. Press the seat into the Island or stuffing box using firm steady pressure. Make sure the seat is all the wav in. Slide the gland with the gasket over the shaft. - Wipe the lapped sealing faces of the seat and the prirnary seal perfectly clean. Use extreme care to avoid marking the sealing face or the primary seal. Slide the rotating portion of the seal, including spring on the shaft. CAOTION : Once the rotating portion has been placed on the shaft, the rest of the installation must be made at once. Delay may result in the rubber bel lodes seizing on the shaft in the wrong posi€ion. Install the impeller. For pumps with Cycloscal, be sure that the spring slides over the i€npeller hub and pushes against the backshroud of the impeller (on some Cycloseal models, a spring retainer or spacer is used to hold the spring. Refer to pump sectional drawing) o -RING SEAT SHAFTSITEVE- STATIONARY ROTATING"; ELEMENT A- ENT SPITING SEAT Typical assembly for C"ycl€Aseal pumps C:omell Pump Company PE;LLER SC KSHROUD Supersedes Aug, 1992 Lubrication Instructions — Electric Motors BALL BEARING LUBRICATION Bearings in motors are greased at the factory before shipment. 3200-20.5 yew, 2008 Lubrication requirements vary with speed, power, load, ambient temperatures, exposure to contamination and moisture, seasonal or continuous operation and other factors. The brief recommendations which follow are general in nature and must be coupled with good judgement and consideration of the application conditions. For regreasing periods refer to table below. When adding grease be sure the grease and fittings are absolutely clean. Grease used for these bearings should be equivalent to one of the following manufacturer's products: Exxon Polyrex EM Mobil Mobilith SIIC 220 Chevron SRI 42 Texaco Polystar RB CAUTION: These are Polyurea based greases and should never be mixed with lithium base greases. Mixing of the two greases can cause the base thickener to become ineffective allowing the grease to become pure oil and flowing out of the bearings causing bearing failure. NOTE: If lubrication instructions are shown on motor, they will supersede these general instructions. To lubricate electric motor bearings, use a hand -operated grease gun only. Pump grease into fitting until new grease appears at pressure relief plug. For minimum possibility of over -greasing, and for best results, lubricate when the motor is not running. Bearings will become unusually hot until excess grease escapes from the relief plug. End of season: Pump in grease until old grease is expelled from relief plug. Store. Beginning of season: Start up motor. Let motor run until surplus grease is expelled. RECOMMENDED REGREASING PERIODS FOR MOTORS Cornell Pump Company 1.5 TO 7.5 HORSEPOWER 10 TO 40 50 TO 150 200+ Total Running Time 2,000 hours 1,500 hours 1,000 hours 18 weeks 750 hours 8 -Hour Day 36 weeks 27 weeks 13 weeks 24 -Hour Day 12 weeks 9 weeks 6 weeks 4 weeks Cornell Pump Company Supersedes June,. `88 PUMP TROUBLE SHOOTING GUIDE 3200-380 March, 1990 s),m roms CAUSES CORRECTIONS Failure to pump Pump not properly primed. Prime pump correctly. Speed too low or head too high. Consult Cornell factory. Not enough head to open check valve. Consult Cornell Factory. Air leak. Check and rework suction line. Plugged suction. Unplug suction. Too high a suction lift. Consult Come II Factory. Reduced performance Air pockets or small air leaks in suction line. Locate and correct. Obstruction in suction line or impeller. Remove obstruction. I nsufticient submergence of the suction pipe. Consult Comell Factory. Excessively wom impeller or wear ring. Replace impeller anchor wear ring. Too high a suction lilt. Consult Cornell Factory. Wrong direction of rotation, See start-up instnictions. Driver overloaded Speed higher than planned, Reduce speed. Liquid specific gravity too high. Consult Cornell Factory, Liquid handled of greater viscosity than water. Consult Cornell Factory. Too large an impeller diameter. Trim impeller, Low voltage. Consult power company. Stress in pipe connection to pump. Support piping properly. Packing too tight. Loosen packing gland nuts. Excessive noise Misalignment. Align all rotating parts. Excessive suction lift. Consult Cornell Factory=. Material lodged in impeller. Dislodge, Worn bearings. Replace hearings. Impeller screw loose or broken. Replace, Cavitation (improper suction dt:sign). Correct suction piping. Wronf, direction of rotation. See start-LIPJIISIFUCtiOnS. Premature bearing failurc Balance line plugged or pinched. Unplug or replace. Worn wear rings. Replace. Misalignment, _ Align all rotating parts. Suction or discharge pipe not properly Supported. Correct supports. Bent shaft. Replace shaft. Water or contaminates entering bearings. Protect pump from environment. Lubrication to bearings not adequate. See Lubrication Instr. (O&M Manual). WronE type of lubrication. See Lubrication Instr. (O&M Manual). Electric motor failure High or low voltage. Check voltage with voltage meter. I ligh electric Surge. Monitor voltage and consult power co. Poor electric connection. Turn power off, clean and check connections. Overloads. Check amperage. Do not exceed nameplate full load amperage. Bearing failure. Change bearings in motor. Cooling vent plugged (roden, leaver, dirt, etc.) Install proper screens. Water is sucked into motor. Protect pump from environment. Rapid wear on coupling Misalignment. Align. cushion I Bent shaft. Replace shalt. Cornell Pump Company