Loading...
HomeMy WebLinkAbout263-21 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 263-21 File Number: 2021-0812 BID #21-64 BERTREM PRODUCTS, INC.: A RESOLUTION TO AWARD BID 421-64 AND AUTHORIZE THE PURCHASE OF A WATER PUMP FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY FROM BERTREM PRODUCTS, INC. IN THE AMOUNT OF $38,528.45 PLUS APPLICABLE 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 #21-64 and authorizes the purchase a water pump for the Noland Water Resource Recovery Facility from Bertrem Products, Inc. in the amount of $38,528.45 plus applicable taxes. PASSED and APPROVED on 11/2/2021 Approv d: Attest: ��RK►!r'��^�/'/ � c , Lioneld Jordan. ayor Kara Paxton. City Clerk Treasut: Page 1 Printed on 1113121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2021-0812 Agenda Date: 11/2/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.6 BID #21-64 BERTREM PRODUCTS, INC.: A RESOLUTION TO AWARD BID #21-64 AND AUTHORIZE THE PURCHASE OF A WATER PUMP FOR THE NOLAND WATER RESOURCE RECOVERY FACILITY FROM BERTREM PRODUCTS, INC. IN THE AMOUNT OF $38,528.45 PLUS APPLICABLE 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 #21-64 and authorizes the purchase a water pump for the Noland Water Resource Recovery Facility from Bertrem Products, Inc. in the amount of $38,528.45 plus applicable taxes. City of Fayetteville, Arkansas Page 1 Printed on 111312021 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2021-0812 Legistar File ID 11/2/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 10/13/2021 WASTEWATER TREATMENT (730) Submitted Date Division / Department Action Recommendation: Staff recommends awarding Bid #21-64 and approving the purchase of a water pump for the Noland Water Resource Recovery Facility from Bertrem Products, Inc. in the amount of $38,528.45 plus applicable taxes. Budget Impact: 5400.730.5800-5801.00 Water and Sewer Account Number Fund 02069.1 Plant Pumps and Equipment - WWTP Project Number Project Title Budgeted Item? Yes Current Budget $ 1,317,743.00 Funds Obligated $ 1,065,188.58 Current Balance $ 252,554.42 Does item have a cost? Yes Item Cost $ 42,284.97 Budget Adjustment Attached? No Budget Adjustment $ - Remaining Budget 2 V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: Taxes are estimated at $3,756.52 for a total cost of $42,284.97. Freight is included in the bid pricing. CITY OF FAYETTEVILLE ARKANSAS MEETING OF NOVEMBER 2, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director DATE: October 13, 2021 CITY C❑UNCIL MEMO SUBJECT: Bid #21-64 Bertrem Products, Inc. — W3 Pump Replacement RECOMMENDATION: Staff recommends awarding Bid #21-64 and approving the purchase of a water pump for the Noland Water Resource Recovery Facility from Bertrem Products, Inc. in the amount of $38,528.45 plus applicable taxes. BACKGROUND: The Noland Wastewater Treatment Facility W3 Pumping Station delivers treated effluent to the Noland WRRF and BMS Facility for process water. The pumping station utilizes four pumps, 2- 100 HP, 1-150 HP and 1-300 HP pump. The water is used for washing, process, cleaning, and irrigation. In the past, the W3 water had been pumped through a large force main to another point of discharge. This discharge point has changed, and the 300 HP pump produces a discharge that is too great for the lines that service the Noland and BMS facilities. The existing pump would rupture the lines. Replacing the 300 HP pump with a 150 HP pump offers the ability to operate more reels for irrigation without damaging infrastructure. The additional pump also serves a redundancy for the W3 water system. DISCUSSION: The City of Fayetteville requested sealed competitive bids (Bid #21-64) on August 10, 2021, and Bertrem Products submitted the lowest and best bid for $38,528.45. The bid results are as follows: Bertrem Products, Inc. $38,528.45 Trillium Flow Technologies $39,615.00 Wastewater Solutions $48,360.00 Instrument & Supply, Inc. $58,620.00 Jack Tyler Engineering, Inc. $61,340.00 Staff recommends approval of the purchase of a water pump from Bertrem Products, Inc. in the amount of $38,528.45 plus applicable taxes. Taxes are estimated at $3,756.52 for a total cost of $42,284.97. Freight is included in the bid pricing. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 BUDGET/STAFF IMPACT: Funds are available in the Plant Pumps and Equipment — WWTP account. Attachments: Bid Tab Submittal Bid 21-64, W3 Pump Replacement L: TY UP .� EVILLE ARKANSRAIFSAS Bid 21-64, W3 Pump Replacement Project Overview Project Details Project Name I Bid 21-64, W3 Pump Replacement Project Owner I Amanda Beilfuss Project Type I IFB Department I Purchasing The City is seeking bids from qualified vendors for the purchase of one (1) W3 effluent pump to be located at the Paul R. Noland Water Recovery Project Description and Reuse Facility (WRRF). This bid is for the purchase of equipment only; Installation will be the responsibility of the City. Any questions concerning the bidding process should be addressed to Amanda Beilfuss, City of Fayetteville Purchasing Agent. Open Date Jun 25, 2021 2:00 PM CDT Close Date Aug 10, 2021 2:00 PM CDT Highest Scoring Supplier Score Bertrem Products 100 pts trtr or FAYETTEVILLE ARKANS ARRAIiSAS Seal status Requested Information Unsealed on Bid Document - (Completed & Aug 10, 2021 2:01 PM CDT Signed) i W-9 Form Arkansas Secretary of State Filling # Additional Required Forms Aug 10, 2021 2:01 PM CDT Aug 10, 2021 2:01 PM CDT Aug 10, 2021 2:01 PM CDT Bid 21-64, Bid Table (BT-12FH) I Aug 10, 2021 2:01 PM CDT Date That Required On -Site I Aug 10, 2021 2:01 PM CDT Visit Was Completed Unsealed by Amanda Beilfuss Amanda Beilfuss Amanda Beilfuss Amanda Beilfuss Amanda Beilfuss Amanda Beilfuss C;TY OF .� FAYETTEVILLE ARKANS ARRAIfSAS Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Amanda Beilfuss Aug 10, 2021 2:01 PM CDT No L.ir ❑F FAYETTEVILLE ARKAN A I(A SAS Questions and Answers No messages CITY OF .� FAYETTEVILLE ARKANSRAIfSAS Public Notices Addendum 1 issued to Bid 21-64, W3 Pump Replacement Amanda Beilfuss, Jul 12, 2021 3:46 PM CDT Addendum 1 has been issued to Bid 21-64, W3 Pump Replacement and is available in the public files as "Bid 21-64, File 02 - Addendum 1, 07.12.21 ". Please direct all questions to the Purchasing Division at purchasing@fayetteville-ar.gov. To access this addendum visit http://fayetteville- ar.gov/bids. - Project Public Files changed Addendum 2 issued to Bid 21-64, W3 Pump Replacement Andrea Foren, Jul 26, 2021 3:58 PM CDT Addendum 2 has been issued to Bid 21-64, W3 Pump Replacement and is available in the public files as "Bid 21-64, File 03 - Addendum 2". This addendum includes revised requirements for site visits and a deadline extension. Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. To access this addendum visit http://fayetteville-ar.gov/bids. - Project Close Date changed - Project Public Files changed ��FATETTEYfLLE AMXAMSAS Submissions Supplier Date Submitted Bertrem Products Aug 10, 2021 11:53 AM CDT WASTEWATER Aug 06, 2021 3:23 PM SOLUTIONS LLC CDT Trillium Flow Aug 09, 2021 5:33 PM Technologies CDT Instrument & Supply, Inc pp y' Jul 27, 2021 12:44 PM CDT Jack Tyler Engineering, Aug 10, 2021 11:33 AM Inc CDT Name Email Justin Riedmueller I jiedmueller@bertrem.com Confirmation Code MTU2NTc3 Matias Roman �atias@wws-Ilc.com MTU2MTk1 Ed Dunn ed.dunn@trilliumflow.com MTU2NDgw Chris Enloe cenloe@isiequip.com MTU0MzA5 Greg Wethington awethington@jteng.com MTU2NTcx GAYEfT AMXANSEYfLLE AR! AMSRS Project Criteria Criteria Points I Description Total Base Bid 100 pts I Lowest price offered on the Unit 21-64, Technical Specifications Pass/Fail Does the bid meet all minimum specifications? Total 100 pts GAYEfTffV5LL1E AMXANS AR! AMS Scoring Summary Active Submissions Bertrem Products Trillium Flow Technologies WASTEWATER SOLUTIONS LLC Instrument & Supply, Inc Jack Tyler Engineering, Inc Total Total Base Bid 21-64, Technical Specifications 1100 pts 100 pts 97.26 pts 79.67 pts 65.73 pts 62.81 pts / 100 pts Pass/Fail Pass 100 pts ($38,528.45) 97.26 pts ($39,615.00) Pass 79.67 pts ($48,360.00) Pass 65.73 pts ($58,620.00) Pass 62.81 pts ($61,340.00) Pass .� fAYEfTffV5LLE AMXANS AR! AMS Proposal Score Comments Bertrem Products - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss 100 pts ($38,528.45) - Lowest Base Bid 21-64, Technical Specifications - Reviewer Scores Reviewer Score Reason Comments Amanda Beilfuss Pass Meets the requirement(s) Meets requirements .� AYEfTffV5LLE AMXANS AR! AMS WASTEWATER SOLUTIONS LLC - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Reason Amanda Beilfuss 79.67 pts ($48,360.00) 21-64, Technical Specifications - Reviewer Scores Reviewer Score Amanda Beilfuss Pass Reason Meets the requirement(s) Comments N/A Comments N/A .� FAXANSAS fLLE AR! AMS f Trillium Flow Technologies - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Amanda Beilfuss 97.26 pts ($39,615.00) 21-64, Technical Specifications - Reviewer Scores Reviewer Score Amanda Beilfuss Pass Reason Comments Reason Meets the requirement(s) N/A Comments N/A fAYEfTffV5LLE AMXANS AR! AMS Instrument & Supply, Inc - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Amanda Beilfuss 65.73 pts ($58,620.00) 21-64, Technical Specifications - Reviewer Scores Reviewer Score Amanda Beilfuss Pass Reason Comments Reason Meets the requirement(s) N/A Comments N/A ARKANS EYlLLE FAYET Jack Tyler Engineering, Inc - Scoring Comments Total Base Bid - Reviewer Scores Reviewer Score Amanda Beilfuss 62.81 pts ($61,340.00) 21-64, Technical Specifications - Reviewer Scores Reviewer Score Amanda Beilfuss Pass Reason Comments Reason Meets the requirement(s) N/A Comments N/A C;TY OF .� FAYETTEVILLE ARKANS ARRAIfSAS Signatures Name Amanda Beilfuss (Project Owner) Amanda Beilfuss (Evaluator) Andrea Foren (Evaluator) Signatures Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.08.30 09:59:46-05'00' Digitally signed by Amanda Amanda Beilfuss Beilfuss Date: 2021.08.30 09:59:56-05'00' Andrea Digitally signed by Andrea Foren Foren Date: 2021.08.30 11:11:36-05'00' City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain Fayetteville, AR 72701 A R KA N SAS Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 21-641 W3 Pump Replacement DEADLINE: Tuesday, July 13, 2021 before 3:00 PM, Local Time PRE -BID MEETING: Thursday, July 1, 2021 at 10:00 AM, via Zoom ACCEPTABLE DELIVERY METHODS: (1) City's third -party bidding platform, OR (2) Sealed and delivered directly to the City of Fayetteville as instructed in the advertisement PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Sunday, June 27, 2021 NVITATION TO BID Bid 21-64, W3 Pump Replacement No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, Bonfire, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. 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: BERTREM PRODUCTS, INC Contact Person: JUSTIN RIEDMUELLER Title: OUTSIDE SALES REP E-Mail: JRIEDMUELLER@BERTREM.COM Phone Business Address: 880 TYLER ROAD City RUSSELLVILLE State: AR Signature: Date City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 1 of 18 479-518-2914 Zip: 72802 7/12/2021 City of Fayetteville Bid 21-64, W3 Pump Replacement Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 21-64, W3 Pump Replacement The City is seeking bids from qualified vendors for the purchase of one (1) W3 effluent pump, to be located at the Paul R. Noland Water Recovery and Reuse Facility (WRRF). This bid is for the purchase of equipment only; Installation will be the responsibility of the City. Any questions concerning the bidding process should be addressed to Amanda Beilfuss, City of Fayetteville Purchasing Agent, at abeilfuss@fayetteville-ar.gov or by calling (479)575-8258. A non -mandatory Pre -Bid meeting will be held Thursday, July 1, 2021 at 10:00 AM virtually via Zoom. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. Plan holder listing can be found on the electronic bidding portal by viewing the listing titled document takers. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by Tuesday, July 13, 2021 before 3:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical bid to the City of Fayetteville, Purchasing Division address listed below. All bids are due before the time stated. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 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. The City of Fayetteville reserves the right to waive irregularities, to reject bids, and to postpone the award of the Contract for a period of time which shall not exceed beyond ninety calendar days from the bid opening date. City of Fayetteville By: Amanda Beilfuss, Purchasing Agent P: 479.575.8258 abeilfuss@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 06/27/2021 City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 2 of 18 Refer to the City's electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to submit a physical sealed bid. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 3 of 18 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. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. 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. 6. 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. 7. 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. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. 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. 9. 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. 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. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 4 of 18 b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: BERTREM PRODUCTS, INC Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name BERTREM PRODUCTS, INC *BUSINESS ADDRESS: 880 TYLER ROAD *CITY: RUSSELLVILLE *PHONE: 479-518-2914 *STATE: AR *E-MAIL: JRIEDMUELLER@BERTREM.COM *BY: (PRINTED NAME) JUSTIN RIEDMUELLER *AUTHORIZED SIGNATURE: *TITLE: OUTSIDE SALES REP DUNS NUMBER: *TAX ID NUMBER: 73-1239143 FEDERAL Acknowledge Addendums: Addendum No. 1 Dated: 7/12/21 Addendum No. 2 Dated: 7/26/21 Addendum No. Dated: Addendum No. Dated: FAX: CAGE NUMBER: *ZIP: 72802 Acknowledged by: Justin Riedmueller Acknowledged by: Justin Riedmueller Acknowledged by: 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 21-64, W3 Pump Replacement Page 5 of 18 City of Fayetteville Bid 21-64, W3 Pump Replacement 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. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.faVetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffayettevillear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8258 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, City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 6 of 18 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. 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 Amanda Beilfuss, 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) 575-8258 to ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 7 of 18 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 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. c. 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. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 8 of 18 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. 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. 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 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. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 9 of 18 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. 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 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 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. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 10 of 18 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, 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 clearly 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 McGaugh immediately via telephone (479.575.8258) or e-mail (abeilfuss@fayetteville-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. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda Beilfuss, City of Fayetteville, Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 11 of 18 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 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 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 Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 12 of 18 City of Fayetteville Bid 21-64, W3 Pump Replacement Technical Specifications W3 EFFLUENT PUMP -TECHNICAL SPECIFICATIONS 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 "des" 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 City'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 can result in bidder DISQUALIFICATION. o Bidders shall NOT supply warranty papers for the City to interpret whether a warranty specification is met or n ot. DELIVERY LOCATION & INFORMATION Paul R Noland Wastewater Treatment Facility 1400 N Fox Hunter Rd - Fayetteville, AR Paul R. Noland WRRF—Anoxic Mixers & W3 Pump Replacement 2.0 Scope: This bid is for the purchase of equipment only; Installation will be the responsibility of the city. The W3 pumps are responsible for maintaining working pressure and sufficient volume of fully treated effluent to the treatment plant and sludge processing facility for plant operations. The pumps also provide irrigation water to the hay fields. The current pump is a 300 HP pump and requires derating to a 150 HP pump to meet operations requirements. The former pump size was required to pump effluent long distances. The current application is for pumping effluent for irrigation purposes. The change in size will require on site validation of the proposed solution to ensure proper fit at the pump installation site. All vendors will be required to provide validation they have visited the site with an approved guide to qualify for a responsive bid submission. On -site visits will be available by appointment only Monday — Friday, 9:00 AM — 3:00 PM. All visits must be coordinated through Fayetteville's Purchasing Division only, by contacting Amanda Beilfuss, Purchasing Agent, at abeilfuss@fayetteville-ar.gov or (479) 575-8258. Any on -site visits NOT completed and/or scheduled through the Purchasing Division, will result in rejection of bid. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 13 of 18 FLOWWAY PUMP Model 14JKM — 3 Stage Product Lube — Sump Pump NSF 61/372 or Equivalent: ***All differences are noted next to spec*** 2.1 Bowl Assembly— 3 Stage a. Bowl Details • Bowl Connection Type: Flanged (Ductile Iron A536 GR 65-45-12 Enamel Lined) • Bowl Material: Cast Iron (ASTM A48 CL 30, Enamel Lined) [Qty. 3 per Pump] Bowl Bearings: Bismuth Tin Bronze (UNS C89835) [Qty. 2 Per Pump] (Upgqraded to B39 C954 Aluminum Bronze Bearings) • Bowl Bolting IVlaterial: 304SS (ASTM F593 Gr CW1) [Qty. 48 Per Pump] Discharge Case: Cast Iron (Upgrade to 316SS) b. Impeller Details • Impeller Material: 316 SS (ASTM A743 Gr. CF-8M) [Qty. 3 per Pump] • Impeller Collets: Carbon Steel (ASTM A108 Gr. 1215) [Qty. 3 per Pump] Bowl Shaft Details (Upgrade to 316SS) • Bowl Shaft Size: 1.9375" (Upgrade to 2.1875") • Bowl Shaft Material: 416SS (ASTM A582 Type 416) c. V Suction Bell Details • Suction Bell: Cast Iron (ASTM A48 CL 30) (Ductile Iron A536 GR 65-45-12) • Suction Bearing: Bismuth Tin Bronze (UNS C89835) [Qty.1 per Pump] (Upgrade to C95400 Aluminum Bronze) • Sand Collar Material: 416SS (ASTM A582 Type 416) d. Additional Bowl Assembly Details • Nameplate (Bowl Assembly): Stainless Steel 2.2 Column Assembly- 10" x 10 ft. Ig. —Threaded a. Column Details • Column Pipe Material: Carbon Steel, Plate (ASTM A36), Pipe (ASTM A53) • Column Size: 10" • Column Pipe Thickness: Floway Standard (0.279 Inch Thick) • Column Coupling: Carbon Steel [Qty. 2 per Pump] • Flange Bolt Material: 304SS Bolts (ASTM F593-Gr.CW1), Nuts (ASTM F594-Gr.CW1) Bearing Retainer Material: Ductile Iron (ASTM A536 Gr 60-40-18) [Qty. 2 Per Pump] City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 14 of 18 b. Lineshaft Details • Lineshaft Size: 1.25" (Upgraded to 1.50" Lineshaft) • Lineshaft Lubrication: Product Lube • Lineshaft Material: 416SS (ASTM A582 Type 416) • Lineshaft Bearing Material: Styrene Butadiene Rubber (SBR) [Qty. 2 Per Pump] Alert: Max Chlorine Content is 5 ppm for Selected Bearing Lineshaft Coupling Material: 416SS (ASTM A582 Type 416) [Qty. 2 Per Pump] 2.3 Discharge Head Assembly - 10" x 16.5" - "F" Head a. Discharge Head Details • Discharge Head Size: 10" x 16.5" • Discharge Head Material: Steel, Plate (ASTM A36), Pipe (ASTM A53 Type E, Gr. B) • Discharge Flange Rating: 150# NOTE: Floway needs to match to existing discharge pipe centerline. • Nameplate (Discharge Head): Stainless Steel b. Shaft Sealing Details • Sealing Arrangement: Mechanical Seal • Seal Housing Material: Cast Iron (ASTM A48 C1.30) • Mechanical Seal Design: Single Unbalanced • Mechanical Seal Type: Chesterton 155 • Seal Flush Piping Plan: Plan 13 • Seal Flush Piping Material: 316SS Tubing And Compression Style Fittings • Seal Housing Bearing Material: Bismuth Tin Bronze (UNS C89835) (Upgrade to C95400 Aluminum Bronze) c.V Driver Coupling Details • Driver Shaft Coupling: John Crane CPAT Flanged Adjustable (Spacer) 2.4 Cleaning and Protective Coatings a. V Protective Coating • Bowl Assembly: Carboguard 891 Epoxy - Exterior Only • Column: Carboguard 891 Epoxy - Interior and Exterior • Bearing Retainer: Carboguard 891 Epoxy • Discharge Head: Carboguard 891 Epoxy Coating - Int. Only (Ext. - Carboline 635 Primer) • Coating Options: Coating DFT Test (Per SSPC PA-2 Level 1 Inspection Criteria) City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 15 of 18 2.5 Driver a. Motor Details • Shaft Type: Vertical Solid Shaft • Nidec 150HP Motor • 1800 RPM • 3ph/60Hz/460V • VERTICAL SOLID SHAFT • 1.15 SF (SINE WAVE POWER) • WPI ENCLOSURE • 1.00 SF (INVERTER POWER) • CLASS F INS, 40 DEG C AMBIENT • NRR • CL B. RISE at 1.0 SF BY RES. METHOD • BD=16.5in • INVERTER DUTY PER NEMA MG1 PT 31 • Shaft grounding ring • SPEED RANGE: 10 to 1 UNDER VARIABLE TORQUE LOAD • Insulated bearing (Upper only) • Refined balance • MIN. SPEED LIMIT- 120 RPM • N/C winding thermostat • THRUST CAP 9,800 lbs. down • 3,300 FT. ALTITUDE • 120 volt space heater • NEMA DESIGN B 2.6 Warranty Requirements: a. Qualifying bids shall include the following warranty requirements: • Warranty shall be one year from the date of installation or manufacturer's warranty, whichever is greater. • Warranty shall include all parts, labor, and transportation of parts to the location of the warranty service center • Successful vendor shall be responsible for warranty administration of entire completed unit. City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 16 of 18 2.7 Miscellaneous Requirements: In addition to meeting all Pump Specification requirements, qualifying bids shall include the following submittal information: • A detailed set of installation instructions including a contact name and telephone number for technical support • A factory certified pump curve • Site visit at the Paul Noland WWRF to view and measure the W3 pump application, scheduled through Fayetteville's Purchasing Division. (Performed 7/2/21) City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 17 of 18 w, rated - 1,6WA US©pm ❑.f'erentisl head ! pressure. rated;requesoed) : 260.0 it ❑IOLrential head I pressure. rated ;actual } : 251.7 ft Suction pressure_ rated a max D_OQ r fl_00 psl.g NPSH available_ rated : Ample Site Supply Frequency : 150 Hx iqI—Ilya . wv— - -.- I Solids diameter, max : OAO in Solids ocncentrgSon, by volume : 0.00 IN Solids cancentratian, by weight OAO nk 7ermpemiure, max : 69.00 deg F Fluid densdy, rated 1 max _ 1_600 l 1.000 SG Viscosity, rated : 1_00 eP Speed criteria : Synchrenous Vapar pressure, rated : 010 psi.a Speed. rated : 1770 rpm Impeller diameter, rated : 9.81 in J30WI materiel selected : CRst Iran Impeller diameter, maximum = 10.55 in Impeller materiel selected : 316 SS lmpel+er diameter, minimum : D.00 in + Effresency (bawl I pump) 94.17 ! 68.17 % Maximum working pressure : See the Additionat Data page NPSH required r margin required : 13.33 i 0A0 ft Component pressure limit : See the Additional Date page Ns (imp. eye flmy) r N ss {imp_ eye flow) : 2.440 ! 9,879 US tint Maidmum ellowrah4e suc6w+ pressure : WA MCSF : 470.0 USgpm Hydrostatic test pressure : See the Additional Data page Head, maximum, rated diameler : 332a it r1111111111 1r 1111111 111 iiiiiiiiiij III Head rise to shutoff [bawl r pump) 27_03120.00 5L 113river siting specirgcabon : Max power`+ 4% Flow_ best eft. pohm [bowl r pump] : 1,115TOJ31 1,637.1 USgpm (Marl over specii<eebm : OAO % Flaw ratio. rated ! BEP (bowl i pump) : 95.76 ! 97.74 % Servioe factor : 1A0 ❑lameter ratio (rated ! rnay) : 93.410 'A Power, hyd aulic IDO hp Head ratio (rated Tire I max dia) : 94.50 % Power (bowt r pump] 1201 120 hp CgyGhICe+Cn [ANS UHl P-6.7-2010] : 1.0D + 1.001 1.00 f 1.00 Power. maximum. rated diameter : 130 hp Setemon status = Acceptable Minimum recommended motor rating : 15U hp 1112 kW Pump p-%rmsnre. Adlusled Mr mrlslnx:lim 415CCSIly, Slant nfl Ie &%thargenorsle conurlim. Indian armigi classes at 4reslmR and Ihnsl lb—illgs The duly pork Imp --As Cle pump performance head. aw 3E4 212a 2Ir4 yg-- 240 r4 2fl4 im 124 so 40 A 40 2 20 to IL 2 a M M� MIN = !! 11 I WIr 90 8a 70 $a 50 N d6 W 30 20 10 M1 4 204 40a 5N 040 1.940 i,2M s 401- 1.900 i.EA4 2.00' 2.240 2.4011 2.&M 2.800 Flow - USgprrt City of Fayetteville, AR Bid 21-64, W3 Pump Replacement Page 18 of 18 Form w-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service f Name (as shown on your Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. ■Go to ie tax retu BERTREM PRODUCTS INC 2 Business name/dlsragarded entity name, for instructions and the latest information. on this line; do not leave this line blank. 3 Check appropriate box for federal tax classification of the person whose name Is entered on IIns 1, Check only one of the following seven boxes. ❑ Indivlduallsole proprietor or ❑ C. Corporation 0 S Corporatlon ❑ Partnership ❑ Trustlestate single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ■ Note: Check the appropriate box In the line above for the tax classification of the single -member owner. Do not check LLC If the LLC Is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax clas0cation of its owner. I I Other {see Instructions)* 5 Address {number, street, and apt. or 6936 EAST 13th STREET 6 City, state, and ZIP code TULSA, OK 74112 7 List account number(s) here (options 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) ow" fo accounts mai'116 ne 0,11ide the u.sy Requester's name and address Taxpayer Identification Number (TIN) Enter your TIN 1n the appropriate box. The TIN provided must match the name given on line 1 to avold Social security number backup withholding. For individuals, this is generally your social security number (SSN. However, for a - IE - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it 1s your employer identification number (ESN). If you do not have a number, see Now to get a TIN, later, or Note: If the account is in more than one name, see the Instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. T73 - 7 1 2 1 3 1 9 1 1 4 1 3 - ■ Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notif led me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. parson (defined below); and 4. The FATCA codes) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Signature of Here 0-�/IlL �%.�� U.S. person date 1 CJ General Instructions Section references are to the Internal Revenue Code unless otherwise noted, Future developments, For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), Individual taxpayer identification number (ITIid), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of Information returns include, but are not limited to, the following. ■ Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISO (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) ■ Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use form W-9 only if you are a U.S, person (including a resident alien), to provide your correct TtN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form w-9 (Rev. 10-2018) VERTICAL TURBINE OEM MANUAL o Iz ►�c>'� c�i I c� •::;,Pumps Entire Contract — This document represents the entire contract between the parties and which may not be amended, modified or rescinded, except by written agreement signed by an authorized representative of Seller, which expressly refers to this document. The Seller hereby objects to any conflicting or additional terms or conditions contained in Buyer's documents. This Purchase Order constitutes an offer and not an acceptance of any offer from Buyer. Buyer shall be deemed, at Seller's option, to have accepted this offer within the earlier of 10 days after receipt or upon the manufacture, fabrication, provision or delivery of any goods or services contemplated or upon Buyer's execution of this document. Seller may, at any time, correct any mathematical or clerical errors contained herein. Prior Sale, Inventory - All goods are offered subject to prior sale and/or availability of current inventory and Seller shall have no liability whatsoever from a failure to provide goods because of prior sale or unavailability. 3. Prices - Unless otherwise specified herein, prices noted on the face of this document are firm for thirty (30) days, provided, however, that if, before shipment of this order, Seller should receive increases from its manufacturers or suppliers, Seller may adjust the above price to those in effect at time of shipment without notice. Delays - Whether or not due to Seller's fault, Seller shall not be responsible for any failure or delay in delivery due to fires, floods, labor trouble, breakdowns, delay of carriers, manufacturers delay, total or partial failure for any reason of sources of supply or transportation, requirements, or requests of any government or subdivision thereof, or any similar or dissimilar cause beyond the Seller's direct control. In the event of inability of the Seller, for any cause beyond Seller's direct control, to supply the total demands for any materials specified in this order, Seller may allocated its available supply among any or all buyers on such basis as Seller, in its sole discretion, may decide without liability for any failure to perform the contract. SELLER SHALL IN NO EVENT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES WHATSOEVER RESULTING FROM ANY FAILURE OR DELAY IN DELIVERY, WHETHER OR NOT FROM CAUSES BEYOND SELLER'S DIRECT CONTROL. Payment and Credit — Shipment, deliveries and performance of work shall at all times be subject to the approval of the SELLER'S credit department. Invoices submitted by Seller under this order are payable at par in legal tender of the United States of America in the city designated in the remittance address, upon the payment terms and in the amounts herein set forth. Whenever reasonable grounds for insecurity should arise with respect to due performance by the Buyer, Seller may demand different terms of payment from those specified on the face of this order and may demand satisfactory security for the performance of Buyer obligations. Seller may, upon making such demand, suspend shipments hereunder. If, within the period stated in such demand, Buyer fails or refuses to agree to such different terms of payment, or fails or refuses to give adequate security for due performance, Seller may, at its option, treat such failure or refusal as a repudiation of any portion of order which has not been fully performed. AS LIQUIDATED DAMAGES AND NOT AS A PENALTY, BUYER SHALL BE OBLIGATED TO PAY ON ALL ACCOUNTS NOT PAID ON THE DUE DATE THEREOF THE LOWER OF (1) 1-1/2% PER MONTH ON THE OUTSTANDING ACCOUNT BALANCE OR (11) THE HIGHEST RATE PERMITTED BY LAW TOGETHER WITH ALL ATTORNEYS 'FEES INCURRED BY SELLER IN CONNECTION WITH THE COLLECTION OF ANY DELIQUENT ACCOUNTS. Buyer agrees that notwithstanding any endorsements or legend appearing on Buyer's checks, drafts or other orders for payment of money, they do not, solely because of such endorsement of legend or otherwise, constitute payment in full or settlement of the account. No failure of the Seller to exercise any right, accruing from any default of the Buyer, shall impair Seller's right in case of that or any subsequent default of the Buyer. Standard , Tolerance — Except in particulars specified by the Buyer expressly agreed to in a writing signed by Seller, the goods furnished hereunder are produced in accordance with standard manufacturing practices at the country of origin. All materials are subject to manufacturing tolerances and variations, consistent with normal manufacturing practice with respect to dimension, weight, straightness, section, composition and mechanical properties, normal variations in surface and internal conditions and in quality to deviations in tolerances and variations consistent with practical testing and Seller is not responsible for any deterioration in quality which may result from processing, operations or use by the Buyer. 7. Changes - Orders may not be canceled or changed except with Seller's written consent and upon terms that will indemnify the Seller against all loss. Postponement of delivery will not be made without Seller's approval first being obtained. Seller assumes no responsibility for any changes in specifications unless such changes are accepted in writing by Seller. Any price increases resulting from such changes shall become effective immediately upon the acceptance of such changes. 8. Delivery; Discounts - Delivery terms are as stated on the face of this document. Unless indicated otherwise on the face of the document, all shipments are made F.O.B. Shipping Point. Freight will be allowed on delivered prices only to the extent set forth on the face of the invoice. Cash discounts provided for in STANDARD TERMS AND CONDITIONS this order shall apply only to the discount value as indicated on the face of the invoice. In the case of pick up by the Buyer, Buyer's truck is destination and Seller will not deliver or bear any cost of shipment or transportation or make any allowance with respect thereto. Seller will in no event be responsible for spotting, switching, drayage or other local charges in destination. Inspection; Waiver - Where Buyer is to inspect, inspection and acceptance must be made within ten days of receipt. Any and all claims relating to this transaction which Buyer may have against Seller must be filed in a court or competent jurisdiction within 1 year after delivery or shall be forever barred and waived. 10. Warranty and Limitation of Remedies - Each product manufactured by Hydroflo Pumps USA, Inc. is warranted to be free of defects in material and workmanship for one (1) year after the product is first put into operation or eighteen (18) months after the date of shipment, whichever is less, when the product is in the hands of the original owner and the product has been used properly for the purpose which sold; and provided that Seller shall be notified within thirty (30) days from the earliest date on which an alleged defect could have been discovered, and further that the defective good(s) or part(s) shall be returned to the Seller, freight prepaid by such user, at Seller's request. No material will be accepted at Seller's plant without a Return Material Authorization (RMA) number first obtained from Seller. All material returned must be clearly marked with such RMA number. Unless expressly stated otherwise, warranties in the nature of performance specifications furnished in addition to the foregoing on a product manufactured by Hydroflo Pumps USA, Inc., if any, are based on laboratory test corrected for field performance. Due to inaccuracies of field- testing, if any conflict arises between the results of field testing conducted by or for the user, and laboratory tests corrected for field performance, the latter shall control. No equipment shall be furnished on the basis of acceptance by results of field testing. Upon receipt of definite shipping instructions from Seller, Buyer shall return all defective goods to Seller after inspection by Seller. The goods returned must be returned in the same conditions as when received by the Buyer. Defective goods so returned shall be replaced or repaired by the Seller without an additional charge or, in lieu of such replacement or repair, Seller may, at its option, refund the purchase price applicable to such defective goods. Seller agrees to pay return transportation charges not exceeding those which would apply from original destination on all defective goods. However, Seller shall not be liable for such charges when the goods are not defective and Buyer shall be liable for such charges. SELLER'S LIABILITY SHALL BE LIMITED SOLELY TO REPLACEMENT OR REPAIR, OR AT SELLER'S OPTION, TO REFUNDING THE PURCHASE PRICE APPLICABLE TO DEFECTIVE GOODS OR SERVICES. SELLER SHALL IN NO EVENT BE LIABLE FOR ANY CONSEQUENTIAL OR INCIDENTAL DAMAGES. THIS WARRANTY IS IN LIEU OF AND EXCLUDES ALL OTHER WARRANTIES, GUARANTEES OR REPRESENTATIONS, EXPRESS OR IMPLIED BY OPERATION OF LAW, INCLUDING ANY WARRANTY OF MERCHATABILITY OF FITNESS FOR A PARTICULAR PURPOSE. SELLER SHALL HAVE NO LIABILTY ARISING FROM DESIGN FURNISHED BY OTHERS OR FROM ENGINEER'S OR ARCHITECT'S ERRORS OR OMISSION. 11. Taxes - Buyer shall be liable for all taxes of any sort now or hereafter imposed by any federal, state, municipality or other government agency that may be levied against this transaction. 12. Source of Materials - Unless otherwise expressly agreed to in a writing signed by Seller, Seller has the right to obtain material from any source at its discretion. 13. Delivery Date - The scheduled delivery dates) shall be, not be earlier than a time reasonably convenient to Seller after, if applicable, final drawing approval. 14. Patents - If any goods shall be sold by Seller to meet Buyer's specifications or requirements and is not a part of Seller's standard line offered by it to the trade generally in the usual course of Seller's business, Buyer agrees to defend, protect and save harmless Seller against all suits at law or in equity and from all damages, claims and demands for actual or alleged infringement of any United States or foreign patent and to defend any suits or action which may be brought against Seller for any alleged infringement because of the sale of any such material. 15. Waivers - No waivers by the Seller of any breach of any provisions hereof shall constitute a waiver of any other breach of such provision. Seller's failure to object to provisions contained in any communication from the Buyer shall not be deemed an acceptance of such provisions or as a waiver of the provisions of this document. 16. Timing of Billing to Buyer - Seller will invoice Buyer upon shipment from its supplier or facility, unless otherwise indicated on the face of this document. 17. Storage of Material for Buyer - If, at Buyer's request, goods covered by this document are held at Seller's facility or service provider for more than 21 days after they are available for shipment, Buyer shall accept Seller's invoice and pay said invoice based on payment terms set forth herein. 18. Material Reservation - Seller will only reserve material for 30 days with receipt of an excecuted purchase order, quote or order acknowledgement acceptable to Seller. After that time, material availability, price and shipment date may be adjusted, at Seller's option. HYDROFLO CONFIDENTIAL EFFECTIVE JANUARY I, 2012 TABLE OF CONTENTS PAGE # 1. INSTALLATION................................................................................................1-10 1-1 Receiving, Uncrating, and Inspecting........................................................................1 1-2 Installation Equipment and Tools.............................................................................1 1-3 Special Precautions.............................................................................................1 1-4 Preparation and Cleaning.......................................................................................1 1-5 Installation........................................................................................................2 2. STORAGE............................................................................................................10 2-1 Considerations..................................................................................................10 2-2 General Hints....................................................................................................10 2-3 Short Coupled Pumps..........................................................................................10 2-4 Miscellaneous Items............................................................................................10 3. BOWL DISASSEMBLY AND ASSEMBLY ...............................................................11-12 3-1 Bowl Disassembly...............................................................................................11 3-2 Bowl Assembly..................................................................................................11 4. OPERATION.........................................................................................................13 4-1 Prior to Start Up.................................................................................................13 4-2 Initial Start Up...................................................................................................13 4-3 Routine/Normal..................................................................................................13 4-4 Shutdown/Emergency..........................................................................................13 5. FIELD TESTS....................................................................................................14-15 5-1 Field Tests........................................................................................................14 5-2 Downthrust.......................................................................................................14 5-3 Shaft Stretch......................................................................................................15 6. ENGINEERING..................................................................................................16-18 7. MAINTENANCE................................................................................................19-22 7-1 General............................................................................................................19 7-2 Bearing Replacement...........................................................................................19 7-3 Wear Ring Replacement.......................................................................................19 7-4 Packing Replacement...........................................................................................20 7-5 Preventive Maintenance........................................................................................22 8. TROUBLE SHOOTING.......................................................................................23-25 8-1 Trouble Shooting................................................................................................23 8-2 Impellers..........................................................................................................24 8-3 Bearings...........................................................................................................24 8-4 Shaft and Couplings..............................................................................................25 8-5 Bowls..............................................................................................................25 8-6 Packing Box......................................................................................................25 8-7 Inner Column....................................................................................................25 9.ORDERING PARTS................................................................................................26 10. PUMP DRAWINGS/PERFORMANCE...............................................................INSERT 11. MOTOR MANUAL........................................................................................INSERT 1. INSTALLATION It is important that you read and understand all the installation instructions prior to beginning the installation of the unit. 1-1. RECEIVING, UNCRATING, AND INSPECTING A. Using the packing list as a guide, make certain that all equipment arrived in the shipment and inspect for obvious damage incurred during shipment. B. Immediately report any damage to carrier. C. Uncrate and lay out all the equipment in the order of installation on clean boards or floor. 1-2. INSTALLATION EQUIPMENT AND TOOLS The following is a checklist of tools and equipment needed for the installation. Assemble prior to starting the installation. O 1. A portable or permanent derrick of sufficient strength to safely lift the total weight of the pump. A conservative weight for the pump will be listed on the freight bill. The minimum travel of the derrick should be at least 6' greater than the longest piece of pump equipment. Hoist must have swivel hook. () 2. One or two cable slings of sufficient strength to lift the entire pump and long enough to clear greatest shaft projection. () 3. One erector sling for lifting the driver. () 4. Dial indicator calibrated in .001" divisions with a stand. O 5. SAE 10 viscosity, low cold pour point mineral oil if pump is to be oil lubricated. O 6. Wire brush, paint brush, three-comered file, flat file, and emery cloth. () 7. Set of mechanic's tools including an assortment of socket wrenches. O 8. Bucket of solvent, coal oil or naphtha, etc. () 9. Machinist's level O 10. Steel tape measure. () 11. Two pipe wrenches of sufficient size to handle shaft and couplings. (Always required for hollow shaft drive). () 12. One set of steel clamps to fit the pump bowl. () 13. Two sets of steel clamps to fit the column pipe. NOTE: One set is required if only one section of column is furnished with the pump assembly. () 14. Two 4 x 4 timbers or "H" beams (if the unit is extra large and heavy). Long enough to span the installation opening. () 15. Two "V" blocks for checking shaft straightness. O 16. Two chain tongs of sufficient size to handle column pipe. O 17. 15' of 3/a" rope. O 18. Thread compound and gasket compound with thinner. O 19. Two pipe wrenches of sufficient size to handle oil tube if pump is to be oil lubricated. () 20. Sufficient quantity of wedges to level discharge head or foundation plate (if applicable). O 21. Sufficient quantity of top quality non -shrink grout. () 22. Teflon Paste compound for stainless threads, anti -seize compound for the other threads. O 23. Bundle of cleaning rags. O 24. Putty knife. 1-3. SPECIAL PRECAUTIONS A. Make certain that no rags, wood scraps, etc., are lodged in any exposed openings. Check pit depth and anchor bolt Spacing with pump dimensions. Lift and handle unit carefully to prevent bending strain damage caused by the hanging weight of the unit. Do not lift any item by the shaft. Take extra precautions when handling a mechanical seal or packing gland assembly since this is a delicate and precision component. B. ALWAYS USE THREAD COMPOUND ONSHAFTAND COLUMNJOINTS. Do not allow pipe compound, Solvent, or any petroleum products to get on the rubber bearings. C. Shaft threads are usually left hand; column threads are right hand. If unit is shipped assembled, and has threaded Column pipe; pipe joints may have loosened during shipment. Before installation check threaded connections for tightness. A chain tong pipe wrench should be used to verify tightness of pipe connections. 1-4. PREPARATION AND CLEANING A. Clean all threads and flange faces with a wire brush or paint brush and solvent. If required, clean threads with a three - cornered file. The protective coating on the threads and flanges is a rust preventive and not a thread compound or gasket material. OPERATION & MAINTENANCE MANUAL 1. INSTALLATION B. Clean all shafts and couplings with a rag soaked in solvent. Make certain that all bearings are clean. C. If applicable, remove protective caps from ends of oil tubing and clean all tubing threads and shaft bearings thoroughly with solvent. Make certain tubing faces are free of nicks, dents, and burrs. D. Remove gland assembly from discharge head. Remember to be very careful with this item. E. Make a physical check of the discharge head or foundation plate for proper fit to foundation. F. Check pipe and oil tube ends and couplings to be sure there are no dents, nicks, or burrs. G. Check shaft end for nicks, burrs, etc. The shaft alignment is dependent on the point of the shaft ends. H. Check all boxed shafting for straightness using "V" blocks and dial indicator as follows: 1. Start with "V" blocks as close to the threads as possible. Check two or more places between "V" blocks and straighten shaft to within .003" to .005" of the Total Indicated Run -Out. Straightening may be performed by mechanical or high pressure on the high point. 2. Move one "V" block about 20% of shaft length inward from the end. Check between the "V" blocks and the overhanging ends; straighten as in step 1 above. 3. If straightening was required in Step 2 repeat Step 1. Repeat the above steps until shaft checks within tolerance in both positions. Wipe the shaft clean after checking. Check run -out on bowl shaft extensions by placing dial indicator toward the end of the shaft and turning slowly making certain the shaft stays to one side of the upper most bowl bearing. Total Indicating Run -Out should not exceed .005". Check and record the total bowl lateral or end play. If prime mover is solid shaft, this information will be required for Flanged coupling assembly 1-5. INSTALLATION INSTRUCTIONS A. FOUNDATIONPLATE (IF SUPPLIED) 1. Place foundation plate over anchor bolts and allow to rest on foundation. Full contact with foundation is important for vibration free operation. 2. If the final elevation of the plate is critical, this should be checked at this time. 3. Attach hex nuts to anchor bolts and turn until snug against foundation plate to protect the anchor bolt threads. 4. The foundation plate serves as a good surface for the the foundation. See Illustration 1.1 B. PUMP BOWL 1. Place the two beams on the foundation plate or foundation opening. -F ILLUSTRATION 1.1 Discharge Head + _ Base Plate Foundation I rt •31. .ti. i rs. r r r r r� r {� _ r�r�. ��:. �r ,+.• rr: •% •i }r 7r fi rr.•r. � Anchor bolts Column Pipe 2. Secure the proper clamp to the upper end of the bowl beneath a convenient shoulder. If only one sling is used, Attach the sling to the clamps far enough out on the ears to allow for easy removal after setting the unit down on the beams. 3. Hoist the bowl to a vertical position using the derrick. If the bowl is equipped with a strainer, do not drag the strainer across the floor. OPERATION & MAINTENANCE MANUAL 1. INSTALLATION 4. If there is any auxiliary piping to the bowl bearing or the thermo-wells, make certain the bowl portion of the piping is attached to the bowl at this time. 5. Center the bowl over installation opening then carefully lower until the clamp ears are resting squarely on the beams. Remove the sling. 6. Clean the following items: shaft threads, discharge threads, flange face (if applicable), threads and face of oil tubing (if applicable). Lightly oil the shaft threads and screw the coupling on half way. Place a rag over the coupling to prevent entrance of foreign matter during the next step in assembly. C. COLUMN OPEN LINESHAFT Refer to the installation plan or the overall dimension sheet of the submittal to determine correct sequence for installation of column lengths. 1. Secure pipe clamp immediately beneath column coupling. If column is flanged, insert bolts and secure clamp below bottom of flange. Clamp should keep bolts in position. See Illustration 1.2. 2. Slide the lineshaft into bottom of column pipe and allow it to extend approximately 15" below the bottom end of the pipe. Make certain the sleeve area of the lineshaft (if applicable) is toward the top of the pipe. Tie a series of half hitches to the column pipe and lineshaft with 3/a" rope. (Tie the rope to a chain pipe vise on the lineshaft, if needed.) Attach the sling to the clamp ears as described under Section B, Step3. 3. Hoist column and lineshaft to a vertical position with the derrick. Do not drag shaft across the floor. Before centering column over bowl, tap the side of column to remove any loose matter. 4. Position the column and lineshaft over the bowl. Align the lineshaft and remove the rag from the bowlshaft coupling. Lightly oil the threads. Lower until the lineshaft contacts coupling. Remove the rope. Hold coupling and turn the lineshaft (left hand threads) until the shaft ends butt up. Place one pipe wrench on the coupling and one on the lineshaft. Tighten securely. Remove the wrench marks form the shaft and coupling with a flat file and emery cloth. aml ade mn Fle_ Column ILLUSTRATION 1.2 {jI Lock Ring (up) ) Spider I I Shaft Sleeve if {I Applicable I I I Column Flange +I Coupling Column I I Shaft Fig 1 . Fig 2. ILLUSTRATION 1.3 5. a. If bowl to column connection is threaded, apply thread compound to the pipe threads. Attach chain tongs to bowl and to column for support. Lower the column pipe, and at the same time, turn the pipe until it seats against the mating shoulder on the bowl. Tighten pipe into bowl securely. b. If bowl to column connection is flanged, spread a thin, even film of gasket compound on the bowl discharge flange. Lower pipe and align studs in the bowl with the holes in the flange. Seat the column flange against bowl flange. Install and tighten hex nuts evenly. 6. Hoist assembly enough to remove the clamp on the bowl assembly. OPERATION & MAINTENANCE MANUAL 3 1. ILLUSTRATION 7. If there is any auxiliary piping to bowl bearing or thermo-well being used, that portion that attaches to the column section should now be installed. Also, if the bowl and column are coated with any special coating, any required patch work should be done before lowering unit. 8. Slide beams in close to column. Lower the assembly and rest the clamp ears on the beams. Remove the sling. 9. a. If there is more than one section of threaded column, a centering spider may be used. Slip the spider over the lineshaft with lock ring on top (if rubber bearings are used). Screw the centering spider into the column coupling until it butts against the column pipe. See Illustration 1.3, figure 1. b. If column is flanged, clean flange and the O.D. of the spider. Slip the spider over the lineshaft with lock ring on top (if rubber bearings are used) and seat into spider recess. See Illustration 1.3, figure 2. 10. Clean all lineshaft threads and faces thoroughly. Screw the coupling on half of its length. Cover the coupling with a rag to prevent foreign matter from dropping into the entrance. 11. If there is more than one section of column, repeat Section C, steps 1 through 10, for each additional section until all of the column is assembled. Clean the thread/flange face of the column pipe and the lineshaft projection thoroughly. Do not attach the shaft coupling to the top piece of shaft. D. COLUMN ENCLOSED LINESHAFT 1. Secure pipe clamp immediately beneath column coupling. If column is flanged, insert bolts and secure clamp below bottom of flange. Clamp should keep bolts in position. 2. Slide the correct tubing section with shaft into the column pipe. Allow the tubing to extend six inches below the bottom end of the pipe. Allow the shafting to extend about six inches beyond the bottom end of the oil tube assembly. With the 1/4 inch rope, tie a series of half hitches to the pipe, to the tubing and then to the shaft. A chain pipe vise may be used on the shaft, if needed. Attach the sling to the clamp. Leave room for removal of the sling while the clamps are resting on the beams in the following steps. 3. Hoist column to the vertical position with the rope and derrick. Do not drag the shaft across the floor. Before Centering column over bowl, tap side of column to remove any loose matter. 4. Position the column and lineshaft over the bowl. Align the lineshaft and remove the rag from the bowl shaft coupling. Lightly oil the threads. Lower until the lineshaft contacts coupling, then remove the rope. Hold coupling and turn the lineshaft (left hand threads) until the shaft ends butt up. Place one pipe wrench on the coupling and one on the lineshaft. Tighten securely. Remove the wrench marks from the shaft and coupling with a flat file and emery cloth. 5. Lower assembly until tubing contacts the lineshaft bearing, then remove the rope. Apply a small amount of thread Compound to the upper bearing threads. Make certain not to get any thread compound on the faces of the oil tubes. Place one pipe wrench on the stick-up tube of the bowl assembly and one wrench on the oil tube assembly in the column pipe. Align vertically and tighten. If the oil tubing is coated with any special application, any touch- up required resulting from using the pipe wrench should be done now. 6. a. If the bowl to column connection is threaded, apply thread compound to the pipe threads. Attach chain tongs to bowl and to column for support. Lower the column pipe, and at the same time, turn the pipe until it seats against the mating shoulder on the bowl. Tighten pipe into bowl securely. b. If bowl to column connection is flanged, spread a thin, even film of gasket compound on the bowl discharge flange. Lower pipe and align studs in the bowl with the holes in the flange. Seat the column flange against bowl flange. Install and tighten hex nuts evenly. 7. Hoist assembly enough to remove the clamp on the bowl assembly. 8. If there is any auxiliary piping to bowl bearing or thermo-well being used, that portion that attaches to the column section should now be installed. Also, if the bowl and column are coated with any special coating, any required patch work should be done before lowering unit. 9. Slide beams in close to the column. Lower the assembly and rest the clamp ears on the beams. Remove the sling. OPERATION & MAINTENANCE MANUAL 4 1. INSTALLATION 10. After the column has been lowered and is resting on the setting beams, pour about half a cup of SAE 10 oil into the oil tubing. Apply joint compound to the leading threads of the lineshaft bearing. Oil bore lightly, slide over the shaft and thread into the oil tubing for half of its length. It should not be necessary to exert any side pressure on the shaft to start the bearing. The need for such pressure indicates misalignment, a bent shaft, or a bent oil tube in this or the preceding sections and must be corrected before proceeding. 11. a. If the column is threaded and the setting is deep enough to require a rubber centering spider, slip the spider over the oil tubing and force into the column pipe about an inch or two below the top end. Spacing of the spiders is generally 20 feet from the bowl and from the head with 40 feet between each spider. b. If the column is flanged, clean the registers in the flanges and insert the aligning ring. Slide the rubber centering spider over the oil tubing and into the column. 12. Clean all lineshaft threads and faces thoroughly. Screw the coupling on half of its length. Cover the coupling with a rag to prevent foreign matter from entering. 13. If there is more than one section of column, repeat Section D, steps 1 through 12, for each additional section until all of the column is assembled. Note that the top end of the top piece of oil tubing, the stretch tube, is chamfered and filed smooth on the O.D. and has extra long threads for the tension assembly. E. PUMP HEAD 1. Wipe a thin layer of joint compound on the top column threads, or, if connection is flanged, on the top flange face. Remove the packing gland assembly from the discharge head or motor stand. Clean all machined faces of the discharge head/motor stand thoroughly. Attach a sling to the discharge head/motor stand, hoist and center over the column. Lower the discharge head/motor stand being careful not to damage the top section of shafting known as the head shaft, or, the stretch tube (if applicable). 2. a. Align the holes of the discharge head/motor stand with the holes of the column pipe flange, then lower until head is resting squarely on flange. Install bolts and tighten. b. Set the discharge head on the top section of threaded column pipe. Screw the discharge head onto the column Pipe. 3. If there is an underground outlet, place the head as close as possible to the final position in relation to the outlet. 4. a. If an adjustable top flange or threaded head is used, the head can be readily turned to place it in alignment tc the underground outlet. In addition, the head should be turned as needed to attain the proper shaft projection and the correct distance from the outlet center line to the bottom of the head. Back the packing ring off to allow ample working room, fill the chamfer on the lower end of the flange with lampwick packing that has been precoated with joint compound. Use a generous amount of the packing and wind the packing around in such a manner that it is screwed into place. Screw the packing ring against the flange or bottom of the head and tighten. b. If the adjustable flange is being used in conjunction with oil tubing, the top of the tubing should be approximately 1-1/4 inches below the tension box mounting face of the head after the flange is adjusted. Hoist head slightly. Remove the clamp from the top piece of column. Remove setting beams and clean surface of the foundation itself. If there is an auxiliary line to the bowl bearing or thereto -well, that portion immediately below and attaching to the head should now be installed. Properly place discharge outlet and align mounting holes with anchor bolts and lower until head is resting squarely on the foundation. 6. a. If head is resting on foundation plate, align mounting holes of the head with tapped holes in the foundation plate. Install and tighten cap screws. b. Mix a sufficient quantity of rather dry non -shrink grout. Force as much grout under the foundation plate as possible. If grout holes are provided, grout can be pressure -fed through the grout holes until all cavities are filled. c. As the head is resting on the foundation, drive wedges under head until proper elevation is achieved and continue working with wedges until head is within .005 inches of the Total Indicated Run -out with respect to top or head shaft. Install and tighten hex nuts to anchor bolts. Grout under the outer perimeter of the head and cover the wedges with the grout. OPERATION & MAINTENANCE MANUAL 1. INSTALLATION d. If a motor stand is used, as in an underground discharge application, it should first be determined that the outlet in the column aligns with the discharge piping so that no strain will be placed on the pump. Do not make this correction at this time, however. After checking the pipe alignment follow Step 4a for leveling and grouting. e. Step 6d should be followed if there is a suction connection to the header. It is recommended that a flexible joint of some description be used between the suction flange and header to compensate for any slight misalignment. If no flexible joint is used, the header flange must be perfectly aligned so that no misalignment is transferred to the pump. F. PACKING GLAND OR MECHANICAL SEAL 1. Packing Gland Open Line Shaft a. Remove the packing gland, packing rings and lantern ring from the gland assembly. Clean the packing box thoroughly and apply a neoprene o-ring to the receiving hole in the discharge head. b. Slide the packing box over the head shaft. Properly adjust mounting holes so that the grease ports of the Packing gland are directed toward the access windows of the discharge head or motor stand. Seat the packing gland against the discharge head/motor stand then install and tighten cap screws. It should not be necessary to exert any side pressure on the shaft in order to seat the packing box properly. c. Reseat packing. See Section 7.4 for details. d. Slip rubber slinger over shaft and position just above the packing gland. 2. Mechanical Seal Open Line Shaft Lock Upper Ring Set a. Inspect the seal assembly to be sure O-rings are Screw included on the seal housing cover and the shaft sleeve. On the lock ring , be sure the lower set screws are tight and upper set screws are loose. See Lower Illustration 1.4. set b. Prior to installing the shaft sleeve o-ring lubricate with screw Seal light grease, then slide complete assembly over Housing head shaft. Seat and bolt down the assembly against the seal housing, taking care to be sure that the O-ring of the seal housing cover is in its groove. C. To set seal, first set impeller lateral, then tighten top set ILLUSTRATION 1.4 Of set screws of the lock ring. Remove paper spacers and keep for future use. 3. Oil Lube Enclosed Line Shaft a. If a motor stand is employed, go to Section F, step 3b. Screw the oil tube lock nut onto the extension tube. b. Place the gasket around the tube tension nut seat of the discharge head/motor stand. Screw the tube tension nut onto the extension tube until it seats against the gasket. Tighten the tube tension nut one -quarter turn for close coupled applications. Tighten the tube tension nut enough to take up 3/16" per every hundred feet in deep well application. C. If a motor stand is employed, go to Section F, step3d. Insert a short piece of shafting or a board through the discharge opening of the discharge head. Place it against the tube lock nut and tighten the lock nut against the tube tension nut. d. Seat two rings of packing into the tube tension nut and around the extension tube. Screw on the packing follower and tighten securely against the packing rings. Position the dust cover on the tube tension nut and align the holes of the dust cover with the tapped holes in the discharge head/motor stand. Install and tighten cap screws. OPERATION & MAINTENANCE MANUAL 6 1. INSTALLATION 4. Water Flushed Enclosed Line Shaft a. If a motor stand is employed, go to Section F, Step 3b. Screw the oil tube lock nut onto the extension tube. b. Place the gasket around the tube tension nut seat of the discharge head/motor stand. Screw the tube tension nut onto the extension tube until it seats against the gasket. Tighten the tube tension nut one -quarter turn for close coupled applications. Tighten the tube tension nut enough to take up 3/16" per every hundred feet in a deep well application. c. If a motor stand is employed, go to Section F, step 3d. Insert a short piece of shafting or a board through the discharge opening of the discharge head. Place it against the tube lock nut and tighten the lock nut against the tube tension nut. d. Seat two rings of packing into the tube tension nut and around the extension tube. Screw on the packing follower and tighten securely against the packing rings. e. Position the water flushed packing box on the tube tension nut and align the holes with the tapped holes on the discharge head/motor stand. Install and tighten cap screws. f. Reseat packing. See Section 7.4 for details. There will be three rings of packing and no lantern ring. g. Slip rubber slinger over shaft and position just above the packing gland. G. VERTICAL MOTORS 1. Hollow Shaft Motor a. Clean threads and face of head shaft projecting above packing gland thoroughly, then oil threads lightly. Thread coupling on shaft for half of its length. Stuff a rag into open end of the shaft coupling. b. Remove the top cover from the motor. Unbolt the coupling (clutch or drive block) from the motor and remove the coupling. c. Run a fine flat file over the motor mounting surface of the head to remove any nicks or burrs. Thoroughly clean face and register with solvent. Wipe a thin layer of light oil over the surface. This will help prevent rust and will also facilitate slight driver shifting during coupling alignment. d. Attach the erector sling to the motor lifting lugs. Hoist motor sufficiently to allow easy access to mounting Flange. Remove nicks and burrs on the mounting flange with a fine flat file and thoroughly clean with solvent. e. If there is sufficient head room to install the motor shaft after placing the motor on the head, prepare the shaft as described in Step g below, then lower the motor shaft through the motor with the keyway end up. Install the head nut and thread it on 4 or 5 threads, then allow the shaft to suspend inside the motor. f. Hoist motor sufficiently to clear the stand and swing it over until motor is resting on mounting ring. Properly place conduit box, align mounting holes and install, but do not tighten cap screws. g. Clean the head shaft thoroughly and dress the threads and keyway with a 3-cornered file, if necessary. Lift the motor shaft and carefully lower it through the quill or hollow shaft (end with keyway goes toward the top) and allow shaft to contact head coupling. Remove the rag in the coupling. Screw the motor shaft into the motor coupling on the head shaft and tighten. h. Make temporary electrical connection to motor, bump starter to determine correct rotation (counter clockwise as viewed from above). Install and tighten cap screws to the motor and discharge head/motor stand. If power is not available, DO NOT make final drive shaft connections (Steps I, j, & k) until power is available and correct rotation is determined. i. Place the gib key on the drive plate over the hollow shaft against the drive shaft. Turn the rotor observing the clearance between key and shaft, shift driver until the key touches all around. Tighten the cap screws. j. Slide clutch over drive shaft, seat against drive plate, install and tighten bolts. k. IMPELLER ADJUSTMENTS: Turn clutch until keyways in shaft and clutch align; install and seat gib key. Thread head nut onto shaft until it seats against top of the clutch. Hold to keep the clutch from turning and turn head nut until impellers clear the bottom by the amount shown in chart on page 16 for the bowl being used, allowing the rotor to turn freely. Continue to tighten head nut until impellers are elevated a sufficient distance to accommodate pump hydraulic thrust and associated shaft stretch (see 6. ENGINEERING section of this manual for details). Align holes in head nut with taps in clutch, install and tighten machine screws. Place top cover on driver and secure. OPERATION & MAINTENANCE MANUAL 1. INSTALLATION 2. Solid Shaft Motor a. Clean the threads and face of head shaft, then oil threads lightly. Thread coupling on the shaft for half of its length. Stuff a rag into open end of the shaft coupling. b. Slide the pump hub of the adjustable motor coupling onto the head shaft and insert the key. Screw the adjuster nut onto the head shaft. c. Attach the erector sling to the motor lifting lugs. Hoist motor sufficiently to allow easy access to mounting Flange. Remove nicks and burrs on the mounting flange with a fine flat file and thoroughly clean with solvent. d. While the motor is suspended from the erector sling, slide the motor hub of the adjustable motor coupling onto the motor shaft. Insert the key into the keyway of the motor hub far enough up the motor shaft to expose the keeper key seat on the motor shaft. Seat the keeper key onto the motor shaft. Pull the motor hub down over the keeper key. e. Bolt the spacer to the motor hub, if applicable. f. Hoist motor sufficiently to clear the stand and lower it until the motor is resting on the discharge head. Properly place the conduit box, align mounting holes and install cap screws. g. IMPELLER ADJUSTMENT: Adjust the adjuster nut until the clearance between the spacer/adjuster nut and the motor hub is equal to the impeller adjustment as stated in the Hydraulic Thrust Technical Data Chart in Section 6. ENGINEERING. Add additional clearance to the above adjustments to accommodate pump hydraulic thrust and the associated shaft stretch (see the Shaft Elongation Chart in Section 6. ENGINEERING of this manual for details). h. Make temporary electrical connections to motor, bump starter to determine correct rotation (counter clockwise when viewed from above). Ifpower is not available, DO NOT make final drive shaft connections (Step i) until power is available and correct rotation is determined. i. Align holes and taps of the motor hub, pump hub, adjuster nut, and spacer (if applicable). Install and tighten cap screws. H. MISCELLANEOUS ASSEMBLIES 1. LUBRICATOR Install the oil pot on the discharge head. Install the necessary pipe fittings from the oil pot to the oil dripper (sight glass down) to the inlet on the tube tension nut. If there is a solenoid oiler, install it between oil pot and oil dripper. 2. DISCHARGE PIPING a. Above and below floor piping should be installed in such a manner as to eliminate the possibility of the discharge head being strained. Gate valves, check valves, and other piping items must not depend upon the pump head for support. b. If a flexible joint, such as a dresser coupling, is to be used, the tie bolts and lugs used to span the flexible joint should be of sufficient strength to resist the force created by the discharge pressure at the pump head. None of this force should be imposed on the head or the foundation bolts. The tension should be taken carefully on these tie bolts so that any amount of forward movement induced to the head will be counteracted during operation so that alignment is maintained throughout the operation. OPERATION & MAINTENANCE MANUAL 1. INSTALLATION 3. AIR RELEASE VALVE Install the air release valve on the pump head or just beyond on the discharge piping. It is suggested that if a throttling valve is not furnished, a throttling device be used to restrict the discharge of air to insure that a cushion of air is available in the discharge head. Placement of the throttling device should be such that the air release valve is between the discharge head and throttling valve. Note: Exhausting the air from a head too quickly often causes breakage. 4. GAUGES AND MISCELLANEOUS PIPE CONNECTIONS a. Connect the pressure gauge to the tap in the discharge and, if required, in the suction flange. Position dial face to facilitate reading. b. Make drain pipe connections. Route piping so that it will not interfere with normal maintenance procedures. c. If packing gland bypass line is to be installed use the following chart to determine correct port for connection. The ports on the housing are marked "U" and "L" as referred to in chart. Pressure "L" Port "U" Port 0-100PSI Grease Grease 100-30OPSI Grease Bypass 300-45OPSI Bypass Grease 5. ELECTRICAL CONNECTIONS a. All connections to the motor such as main leads, space heater leads, winding protection leads, etc., should be made in accordance with prevailing specifications. b. Motor wiring can be identified by the following designations: H — Space Heaters P — Thermostats T — main leads (Connect per nameplate and voltage required) on motor. OPERATION & MAINTENANCE MANUAL 2. STORAGE 2-1. CONSIDERATIONS When a pump is made for use in a sump or a can, it is usually a short coupled or close coupled pump assembly. A short or close coupled pump is simply a short pump assembly. Short coupled pump assemblies are usually shipped assembled but with the driver separate. Storage for such a pump is an easy matter with little common sense. See Section 2-3 below. Pumps used for well applications on the other hand, tend to be deep setting pumps. These are shipped unassembled. The unassembled pieces are generally the driver, the discharge or motor stand, column pipe, tube and shaft assemblies, and the bowl assembly. Again, common sense is the best tool for determining storage techniques. The following is a general listing. 2-2 GENERAL HINTS As stated in Section 1-1 INSTALLATION of this manual, it is a very good idea to make sure all of the necessary items ordered are received without damage. A. After uncrating/unpackaging and checking that all items were received in good order, recrate and package all items in the same manner that they were received. Clearly label each package as to the contents and use in the assembly. B. If more than one size and/or model of pump is ordered, take special care not to confuse like items, such as valves, Gauge, bolts and hardware, or spare parts, for the two or more pumps. C. Group parts according to their stage of assembly. Example: bowls first, column and shafting second, discharge third, and so on. This will save searching for the proper parts and hardware at any given point during assembly. 2-3 SHORT COUPLED PUMPS A. Cover suction and discharge ports to prevent entrance of any foreign materials. B. Cover all other miscellaneous holes, i.e. pressure relief, prelube and pressure gauge holes, etc. C. Avoid exposure to weather and elements: either store indoors or cover with a tarp. D. Use a support framework so that no side pressure is exerted on the pump when placed in storage. 2-4 MISCELLANEOUS ITEMS The best storage for most parts will cover any openings and keep items from exposure to adverse conditions. Provide level support for all tubes and shafts so the parts will not fall or be knocked over. Protect any threads from damage. OPERATION & MAINTENANCE MANUAL 10 3. BOWL DISASSEMBLY & ASSEMBLY These things are listed merely as guidelines to proper storage. Storing any item will depend on the application, materials of construction, and the duration of the storage. 3-1 BOWL DISASSEMBLY Bowl Shaft Retaining Plate 1. Remove the bowl assembly from the column assembly. Retaining Bolt 2. Remove the bell suction from the bowl assembly 3. Remove the grease plug from the suction bowl. 4. Remove the cap screws connecting the discharge bowl to the top bowl and slide the discharge bowl off of the pump shaft. DO NOT let the weight of the bowls rest on the bowl shaft while removing. 5. Remove the cap screws connecting the top bowl to the suction bowl if single staged or the intermediate bowl if multiple staged. Slide the top bowl from the bowl shaft. 6. Slide the female end of a collet knocker (see illustra- tion 3.2) toward the impeller collet. Slide the collet back and forth on the bowl shaft, knocking the impeller with enough force to jar the impeller loose from the collet. Remove the collet knocker. etaining Buts uctlon Bawl Bracket to tit Bowl I ILLUSTRATION 3.1 1 7. Use a screwdriver to spread the collet. Remove the collet and the impeller from the bowl shaft. To drive collet into 8. Repeat Steps 6 through 8 until all impellers position Shaft size are removed. plus .010 collet `- _ 9. Pull the bowl shaft from the suction bowl. minus � - - _ .0101, - 10. Loosen the set -screw on the sand collar collet and slide off of the bowl shaft. plus plus ` .0101� 3-2 BOWL ASSEMBLY Before assembly, check the clearances of the bowl bearings and the impeller skirts. Check the bowl shaft for excessive wear. To Remove Collet ILLUSTRATION 3.2 1. Slide the bowl shaft into the suction bowl. Align the end of the shaft with the bottom of the bowl bearing. 2. Slide the sand collar on the bowl shaft and seat it over the bowl bearing. Temporarily tighten the set -screw. 3. The shaft stick-up must be set at this time. Slide the discharge bowl over the bowl shaft leaving enough space for the top bowl and the intermediate bowl(s) where applicable. Slide the bowl shaft in or out to allow for the proper stick-up. See Illustration 3.3. The stick-up is the distance from the top end of the bowl shaft to where the column pipe butts up to the bowl assembly. Attach a retainer plate as shown in Illustration 3.1. Tighten the sand collar setscrew. 4. Insert the retaining bolt through the suction bowl and tighten the locknut (finger tight). 5. Slide the discharge bowl off of the bowl shaft. Be careful not to damage the bowl shaft threads. OPERATION & MAINTENANCE MANUAL 11 3. BOWL DISASSEMBLY & ASSEMBLY 6. Slide the impeller and the collet on the pump shaft and follow with the collet knocker (male side toward the impeller). Hold the impeller all the way to the bottom of the bowl with one hand and slide the collet into the impeller with the collet knocker. Drive the collet with the knocker until collet adequately holds impeller on shaft. Remove the collet knocker. See illustration 3.4. 7. Slide the intermediate bowl housing onto the pump shaft. Use caution to avoid putting the bowl weight on the bowl shaft. Bolt the intermediate bowl to the suction bowl with capscrews. 8. Continue Steps 6 to 7 until the assembly is complete. 9. Remove retainer bolt from the bowl shaft. Check the bowl shaft for rotation and lateral movement. Lateral should be as stated on page 16. 10. Fill the bearing cavity in the suction bowl with a non -soluble grease and insert the pipe plug in the bottom of the suction bowl. BOWL BEARING DIAMETER CLEARANCE Shaft Diameter Clearance 1.000 .007-.010 1.187 .0075-.0105 1.500 .009-.012 1.687 .0095-.013 1.937 .0105-.014 2.187 .0115-.015 2.687 .0125-.0165 ::e for intermediate 3owls. ILLUSTRATION 3.3 Two thin (.030" Wide) Lines of loctite running Collet tool longitudinally on collet. Collet ILLUSTRATION 3.4 OPERATION & MAINTENANCE MANUAL 12 4. OPERATION 4-1. PRIOR TO START-UP 1. WARNING: If unit is equipped with VFD (variable frequency drive) consult the factory for minimum and Critical pump speeds before start-up. 2. Perform initial servicing on the driver as recommended by the driver manufacturer. Also perform initial servicing on all auxiliary assemblies if required. 3. Recheck all fasteners and fittings for tightness. 4. If the air release is manual or if air vent is automatic but equipped with a valve, make certain the valve is opened partially but not all of the way. 5. If there is a control valve on the discharge side of the pump, make certain it is partially open so that the pump will not be damaged if normal back pressure is not available until the long line, etc. is filled. 6. If unit is oil lubricated, fill lubricator with a good grade SAE 10 viscosity rating, low cold pour point mineral oil. Manually open needle valve and allow about a cup of oil to drain into tubing. Refill lubricator. 7. If pump is equipped with grease line to suction bowl bearing DO NOT add grease on initial start-up. See preventative chart on page 20 for schedule. 8. If unit is open lineshaft and equipped with pre -lubrication, turn on the pre -lubrication system and allow it to flow for 2 to 3 minutes. 9. If unit is force water lubricated, turn on and regulate flow from 10 to 15 PSI above normal discharge pressure. Lubrication should continue during entire pump operation time. If the tail bearing is also lubricated by outside water, pressure need only be 5 to 10 PSI. 10. Bump starter to insure that the unit has correct rotation. 4-2 INITIAL START-UP 1. Energize starter. After pump has come up to the rated speed and all air has been exhausted, regulate control valve to achieve desired pressure. 2. If the air release is manual, close it off after air is exhausted. If air release is automatic, determine if the air was Exhausted too quickly (which causes the pump to jerk violently when the valve is closed) or too slowly and regulate manual valve or throttling device to correct this. 3. If oil lubricated, regulate lubricator as shown in the following table. SHAFT SIZE PER 100 FEET OF COLUMN TOTAL COLUMN LENGTH FIRST 2 WEEKS AFTER 2 WEEKS 3/4 TO 2-3/16 5 TO 6 DROPS 3 DROPS ALL ABOVE 2-3/16 10 TO 12 DROPS 6 DROPS 20 FEET 4. Check all joints for leakage and correct if evident. 5. Make certain the driver is operating satisfactorily as to temperature, bearing temperature , etc., as prescribed by the driver manufacturer. 6. Check for excessive vibration. If this is evident, shut down unit immediately and begin checking for the cause. 7. Adjust the packing gland (see Section 7-4.8 and 7-4.9) to allow some leakage past the packing. 4-3 ROUTINE/NORMAL 1. Start the pump in accordance with the starting equipment used. 2. Driver lubricants should be checked following the instructions in the Motor O & M manual attached. 3. The packing gland should be checked for proper leakage. 4-4 SHUTDOWN/EMERGENCY 1. Shutdown in accordance with the starting equipment used. Refer to Section 8 Trouble Shooting for further instructions. OPERATION & MAINTENANCE MANUAL 13 5. FIELD TESTS When a field test of the pump's performance is required, make the following readings: Volume, Total Head and Horsepower Measurements, Rotating Speed and liquid Temperature. Compare the results of the field test with performance curve for your pump. All volume, total head and efficiency guarantees are based on a shop test when handling clear, cold, fresh water at a temperature not exceeding 85 Degrees F. and under certain specified suction conditions. (1) Volume (Capacity) Measurement- Measure the rate of flow from the pump discharge in gallons per minute. The volume measurement may be made using any one of the following pieces of equipment: A calibrated Venturi meter, a thin -plate calibrated orifice, a calibrated pilot tube, or an accurately measured reservoir. (2) Total Head Measurement- The total pumping head consists of: distance from the water level in the sump (when pumping) to the center of the discharge pressure gauge, plus the discharge gauge reading, the friction loss through the column and head, and the velocity head at the discharge. NOTE: Convert pressure gauge reading to feet of liquid by multiplying the reading times 2.31 times the Specific Gravity of Liquid. (3) Horsepower Measurement- Measure horsepower consumption of the pump by a direct reading of a wattmeter and applying the reading to the following formula. Horsepower Formula: Bhp = (KW Input x Eff) * 0.746 Where: Bhp = brake horsepower delivered KW Input = real input power (KW) Eff = motor efficiency Eff = pump efficiency Sg = specific gravity of liquid The motor efficiency can be determined from dynamometer tests. Pump Efficiency Formula: Pump Eff. =(TDH x GPM x Sg)/(3960 x BHP) Where: TDH = total dynamic head GPM = gallons per minute 5-2 DOWNTHRUST Downthrust is the total thrust load expressed in pounds carried by the thrust bearings in the motor, gear drive or pump head. It is the sum of the weight of the rotating elements and the hydraulic downthrust of the bowl unit. The shaft length is the sum of the setting (column length), the length of the discharge head and the driver (from dimension sheet) and the length of the bowl assembly (from the pump curve). Example: Given a 6 stage IORC bowl assembly, 75 HP. 1770 RPM motor, HF6 discharge head, 200' setting, 1-1/2" shaft, 6" column, and 312' total dynamic head. For K factors, lateral, and shaft weights, see page 16. For impeller weight, see performance curve for the unit. (1) 200' (setting) + 6.5' (bowl shaft) + 5' (head shaft) = 211.5' feet of shafting (2) 211.5 x 6.01 lbs. (shaft weight per foot) = 1271 lbs. of shaft (3) 312' TDH x 4.7 (K factor) = 1466 lbs. hydraulic thrust (4) 6 (number of impellers) x 11 lbs. (weight of one impeller) = 66 lbs. Add (2), (3), and (4) and get 2803 lbs. of total thrust load The motor data sheet shows a 75 HP motor at 1800 RPM to have a normal thrust capability of 4800 lbs., so no additional thrust load capacity is required. Note: Coupling weight may be added for deep setting pumps. OPERATION & MAINTENANCE MANUAL 14 5. FIELD TESTS 5-3 SHAFT STRETCH The hydraulic thrust when the pump is operating imposes an axial tensile load on the shaft, which causes the shaft and column pipe to stretch. It is necessary, therefore, to determine the magnitude of the net elongation and whether or not the elongation exceeds the clearance provided in the pump bowls. If there is insufficient clearance, the impeller skirts will rub on the bowl seal rings, resulting in excessive wear and power consumption. From the example above, we have 1466 lbs. of hydraulic thrust. From the shaft elongation chart (page 17), it is found by interpolation that the elongation for 1-1/2" shaft at 1466 lbs. hydraulic thrust is .034" per 100' of shaft - Elongation for 200' of shaft = (200/100) x .034" _ .068" Column elongation is found by the same method using the column elongation chart (page 17) — Elongation for 200' of column = (200/100) x .006" _ .012" Shaft elongation minus column elongation equals net elongation — .068" - .012" _ .056" Check the chart on page 16 under Bowl Data to see if the standard lateral provided is adequate; if not, extra lateral may be machined if required. OPERATION & MAINTENANCE MANUAL 15 6. ENGINEERING Customer: Hydroflo Model: Lateral: K factor: Impeller Type: Impeller adjustment: MINIMUM SUBMERGENCE: Shaft Weights Size Weight Obs per ft.) 1" 1.50 13/16" 3.77 1 1/4" 4.17 17/16" 5.52 1 1/2" 6.01 1 11/16" 7.60 1 15/16" 10.02 2 3/16" 12.78 2 7/16" 15.87 2 11/16" 19.29 OPERATION & MAINTENANCE MANUAL 16 6. ENGINEERING SHAFT ELONGATION CHART (inches per hundred feet of shafting) HYDRAULIC SHAFT DIAMETER (INCHES) THRUST 3/4 1 1-3/16 1-1/2 1-11/16 1-15/16 2-3/16 2-7/16 2-11/16 500 .047 .026 .018 .012 .009 .007 600 .056 .032 .022 .014 .011 .008 .006 800 .075 .042 .030 .019 .015 .011 .009 1,000 .094 .053 .037 .024 .019 .014 .011 .009 1,200 .112 .063 .045 .028 .022 .017 .013 .011 1,400 .131 .074 .052 .033 .026 .020 .015 .012 .010 1,600 .150 .084 .060 .038 .030 .022 .018 .014 .012 1,800 .169 .095 .067 .042 .033 .025 .020 .016 .013 2,000 .187 .105 .075 .047 .037 .028 .022 .018 .015 2,400 .225 .127 .090 .056 .044 .034 .026 .021 .018 2,800 .262 .148 .105 .066 .052 .039 .030 .025 .020 3,200 .169 .119 .075 .059 .045 .035 .028 .023 3,600 .190 .135 .085 .067 .051 .040 .032 .026 4,000 .211 .150 .094 .074 .056 .044 .036 .029 4,400 .240 .164 .103 .081 .062 .048 .039 .032 4,800 .253 .179 .113 .089 .067 .053 .043 .035 5,200 .274 .194 .122 .096 .073 .057 .046 .038 5,600 .209 .131 .107 .079 .062 .050 .041 6,000 .224 .141 .111 .084 .066 .053 .044 6,500 .243 .153 .120 .091 .071 .058 .047 7,000 .260 .164 .129 .098 .077 .062 .051 7,500 .176 .139 .105 .082 .067 .055 8,000 .188 .148 .112 .088 .071 .058 9,000 .211 .167 .126 .098 .080 .066 10,000 .234 .185 .140 .110 .089 .073 12,000 .281 .222 .168 .132 .106 .088 14,000 .259 .196 .154 .124 .102 16,000 .296 .224 .176 .142 .117 18,000 .252 .198 .160 .131 20,000 .280 .220 .176 .146 22,000 .242 .195 .160 24,000 .264 .213 .175 26,000 .286 .230 .190 28,000 .248 .204 30,000 .266 .219 OPERATION & MAINTENANCE MANUAL 17 6. ENGINEERING COLUMN ELONGATION CHART (inches per hundred feet of shafting) HYDRAULIC NOMINAL COLUMN DIAMETER (inches) THRUST 3 4 5 6 8 10 12 14 16 500 .007 .005 .004 .003 600 .008 .006 .005 .004 800 .011 .008 .006 .005 1,000 .013 .010 .008 .006 .004 1,200 .016 .012 .009 .007 .005 1,400 .019 .014 .011 .008 .006 1,600 .021 .016 .012 .009 .007 .005 1,800 .024 .018 .014 .011 .008 .006 2,000 .027 .020 .015 .012 .009 .007 2,400 .032 .023 .019 .014 .010 .008 .006 2,800 .037 .027 .022 .016 .012 .010 .007 3,200 .043 .031 .025 .019 .014 .011 .008 3,600 .048 .035 .028 .021 .016 .012 .009 .008 4,000 .039 .031 .023 .017 .014 .010 .008 4,400 .043 .034 .026 .019 .015 .011 .009 4,800 .047 .037 .028 .021 .016 .013 .010 .009 5,200 .051 .040 .030 .023 .018 .014 .011 .010 5,600 .055 .043 .033 .024 .019 .015 .012 .011 6,000 .046 .035 .026 .020 .016 .013 .011 6,500 .050 .038 .028 .022 .017 .014 .012 7,000 .054 .041 .030 .024 .018 .015 .013 7,500 .058 .044 .033 .025 .020 .016 .014 8,000 .062 .047 .035 .027 .021 .017 .015 9,000 .053 .039 .030 .023 .029 .017 10,000 .059 .043 .034 .026 .021 .019 12,000 .070 .052 .041 .031 .025 .023 14,000 .082 .061 .048 .036 .029 .026 16,000 .094 .070 .054 .042 .034 .030 18,000 .078 .061 .047 .038 .034 20,000 .087 .068 .052 .042 .037 22,000 .096 .075 .057 .046 .041 24,000 .104 .082 .063 .050 .045 26,000 .113 .088 .068 .055 .049 28,000 .095 .073 .059 .052 30,000 .102 .078 .063 .056 OPERATION & MAINTENANCE MANUAL 18 7. MAINTENANCE 7-1 GENERAL 1. For normal operation and maintenance of driver, follow the instructions of the driver manufacturer. 2. If the pump is oil lubricated, check the oil level in the lubricator and refill on a regular schedule. 3. If the unit requires pre -lubrication, make certain this process is started with ample time prior to pump start-up to insure that all bearings are properly wetted. 4. Apply grease to the packing box assembly at the rate of/a to 'h oz. for each 24 hours of operation. See Section 7-5 PREVENTATIVE MAINTENANCE. 5. Bowl bearings are self lubricated by the liquid pumped. Lower suction bowl bearing is packed at the factory with no maintenance required in the field. 6. The packing box should seldom require adjustment but in the event that the leakage becomes excessive, see Section 7-4 for details. Remember that over tightening wears out the packing rings prematurely and causes scoring and damage to the shaft. Always adjust the gland with the unit running. 7-2 BEARING REPLACEMENT Alloy bearings, such as bronze, can be readily pressed in with an arbor or screw press. If this is not available, they can be driven in very carefully with a block of wood and a hammer. Make certain that bearing projections are maintained. 2. Graphite and composition bearings do not possess great tensile or compressive strength and cannot be driven in as alloy bearings can. They must be pressed in with a slow, continuous and even motion attained with an arbor or screw press with a mandrel to fit the bearing properly. The hub bore and the bearing should be lubricated with water to aid the pressing operation. DO NOT LUBRICATE WITH OIL OR GREASE. 7-3 WEAR RING REPLACEMENT Wear rings can be removed by cutting the cross section with a chisel and prying one end inward until it is loose in the bore. To install, make a mandrel to fit the wear rings and press in with an arbor or screw press. In an emergency, the wear rings can be installed by gently and evenly tapping around the top edge with a wood block and a hammer or a rubber mallet. If impeller skirts are equipped with wear rings, cut the wear ring cross section with a chisel and force off. Heat on the ring will assist in the removal and installation. To install, make a mandrel to fit the O.D. of the wear rings and press flush with the bottom of the impeller skirts. If necessary, gently and evenly tap around the top edge with a wood block and a hammer or with a rubber mallet. If oil seals must be replaced, make certain they are always installed with their lips pointing down. They are used primarily to keep water out of the enclosing tube rather than to keep the oil in the tube. 7-4 PACKING REPLACEMENT When the packing has been compressed to the point that the gland is about to contact the upper face of the packing box, remove the gland, add one extra packing ring and re -adjust. If this fails to reduce the leakage, remove all of the packing rings and repack with new rings. These are the step by step procedures in repacking a packing box in the pump: Clean out the old packing. This includes the packing below the lantern ring. Often the old packing below the Lantern ring is not replaced when repacking the gland as it should be. Flexible packing hooks are available for removing the packing. Check the shaft for nicks and score marks; remove any that are present; then clean carefully. Clean up the bore of the box. Check the lantern ring to make sure the channels and holes are not plugged up. If the replacement packing is in the form of a continuous coil or rope, it must be cut into rings before installing. OPERATION & MAINTENANCE MANUAL 19 7. MAINTENANCE After cutting on the mark, the first length of packing may be used as a template for cutting all the other rings. Begin by installing the first ring. It is recommended that grease or oil be smeared on at least the outer diameter of the ring. 4. With the aid of a split bushing, push the packing to the bottom of the box. The O.D. of this split bushing should be approximately .005 inch smaller than the bore of the packing box to prevent the formation of a lip on the packing that is being seated. Seat this bottom ring hard because it must seal on the face of the packing box bearing as well as against the shaft and the bore. See Illustration 7.1. 5. Repeat this operation with each ring making sure to stagger the gaps formed by the ends of the ring at 90 degree intervals. See Illustration 7.2. 6. If a lantern ring is used, be sure it is properly posi- tioned so it is centered with the drilling in the packing box. See Illustration 7.3. Position the packing gland. Tighten it down evenly. The packing gland must not be cocked within the packing box. An unsquare packing gland causes uneven compression of the packing rings and more importantly, damage to the shaft. Good practice is to allow at least'/a inch from the top of the top packing ring to the top face of the packing box. This helps center the gland and minimizes cocking. See Illustration 7.4. 8. Permit sufficient leakage to keep the packing box running N cool. Adequate leakage at this time is a necessity. Check 90 Degree the temperature of the leakage as well as the pump housing. Intervals If the pump runs hot and the leakage begins to choke off, stop the pump and let it cool down. Steps 4-8 must be do repeated when the packing is adjusted. Allow the pump to run 15 minutes and if leakage rate is more than desirable, tighten the gland nuts 1/8 of a turn. This packing adjustment is made with the pump running. Packing Before making another adjustment, allow the packing to Box equalize against the increased pressure and the leakage to gradually decrease to a steady rate. PUMP PACKING MUST ALWAYS LEAK SLIGHTLY. Top View C*7 G 0./ 1 it 6" - 1 !8" Packing Rings Head Shaft Side View Note: � I ILLUSTRATION 7.2 1. Chances are the packing will run a little warmer for the first few days until the packing rings have burnished in. Often the leakage rate will reduce by itself at this time. 2. Remember that metallic and plastic packings are good for temperatures of at least 450 degress F. So, even if the leakage is warmer than the fluid being pumped, it doesn't mean that the packing is being damaged. OPERATION & MAINTENANCE MANUAL 20 7. MAINTENANCE Packing I ILLUSTRATION 7.4 1 OPERATION & MAINTENANCE MANUAL 21 7. MAINTENANCE 7-5 PREVENTIVE MAINTENANCE Proper preventive maintenance consists of maintaining records of operation hours, operating data, gauge readings, and service performed on the pump. Using this information in conjunction with the suggested preventive maintenance schedule below will reduce downtime and prevent costly breakdowns. PREVENTIVE MAINTENANCE INTERNAL INSPECTION CHART FREQUENCY OF INSPECTION COMPONENT INSPECTION AND MAINTENANCE Clean oil, dust, water and chemicals from the exterior Weekly Driver Motor of motor. Make sure motor air intake and outlets (fan cooled motor) are unobstructed. Check motor bearing temperature with temperature Monthly Driver Motor indicator (not your hand). If bearings are running hot, consult motor manufacturer's instructions. Packing Gland Grease with modest amount of packing lubricant. Packing Gland Inspect packing and replace if necessary. Headshaft Check the shaft. Scoring accelerates wear on packing. Every 3 months (2000 operating hours). Repair or replace shaft if scoring is evident. Pump Check operating vibration of the pump and compare to vibration check taken during initial inspection. If vibration has changed, shut down pump and inspect bowl assembly for damage or clogging. Semi-annually (4000 operating Pump foundation Check foundation for setting. It may cause hours). misalignment of pump and strain on discharge and suction pipin . Correct for any change in foundation. Pump Performance Check discharge and suction pressure readings against initial field test and correct by adjusting impellers if performance has dropped in excess of 10%. Packing Gland Remove by-pass piping from packing gland and check for scaling and deposits that restrict flow. Replace piping. Pump Efficiency Measure total dynamic head and flow. Take power readings. Compare with initial record of pump efficiency. If efficiency has decreased more than 5%, Annually re -adjust impellers. If performance does not improve, replace impeller or wear ring as required. Suction Bowl Bearing Repack suction bell bearing if pump is short coupled or booster can type and supplied with grease line to suction bearing. Caution: use non -soluble grease. DO NOT overgrease, which can push shafting up and alter impeller setting. OPERATION & MAINTENANCE MANUAL 22 7. TROUBLE SHOOTING 8-1 TROUBLE SHOOTING INSUFFICIENT PRESSURE 1. Speed too slow (check voltage). 2. Impeller trimmed incorrectly. 3. Impeller loose. 4. Impeller plugged. 5. Wear rings worn. 6. Entrained air in pump. 7. Leaking joints or bowl casings. 8. Wrong rotation. 9. Incorrect impeller adjustment. NO LIQUID DELIVERED 1. Pump suction broken (water level below inlet) 2. Suction valve closed. 3. Impeller plugged. 4. Strainer clogged. 5. Wrong rotation. 6. Shaft broken or unscrewed. 7. Impeller loose. 8. Barrel or discharge not vented. 9. Driver inoperative. VIBRATION 1. Motor imbalance (electrical). 2. Motor bearing is not properly seated or is worn. 3. Motor drive coupling out of balance or alignment. 4. Misalignment of pump, casing, discharge head, column, and/or bowls. 5. Discharge head misaligned by improper mounting. or pipe strain. 6. Bent shafting. 7. Worn pump bearings. 8. Clogged impeller or foreign material in pump. 9. Improper impeller adjustment. 10. Vortex problems in sump. 11. Resonance (system frequency at or near pump speed). 12. Cavitation. 13. Impeller out of balance. INSUFFICIENT CAPACITY 1. Speed too slow. 2. Impeller trimmed incorrectly. 3. Impeller loose. 4. Impeller or bowl partially plugged. 5. Leaking joints. 6. Strainer or suction pipe clogged. 7. Suction valve throttled. 8. Low water level. 9. Wrong rotation. 10. Insufficient submergence. 11. Insufficient N.P.S.H. 12. Incorrect impeller adjustment. 13. Worn pump. 14. Pressure higher than design. USING TOO MUCH POWER 1. Speed too high. 2. Improper impeller adjustment. 3. Improper impeller trim. 4. Pump out of alignment. 5. Coupling out of alignment. 6. Pumping foreign material. 7. Lubrication oil too heavy. 8. Bent shaft. 9. Tight bearing or packing. 10. Specific gravity or viscosity of fluid higher than design. 11. Worn pump. 12. Damaged pump. 13. Partial freezing of pump liquid. ABNORMAL NOISE 1. Motor noise. 2. Pump bearing running dry. 3. Broken column bearing retainers. 4. Broken shaft or oil tubing. 5. Impeller dragging on bowl case. 6. Cavitation, due to insufficient N.P.S.H.A. and/or submergence. 7. Foreign material in pump. 8. Excessive fluid velocity in pipe system. OPERATION & MAINTENANCE MANUAL 23 8. TROUBLE SHOOTING 8-2 IMPELLERS TROUBLE SOURCE PROBABLE CAUSE REMEDY Wear on exit vanes and shrouds. Abrasive action. Replace impeller if excessive. Consider coating or upgrading material. Pitting on entrance vanes of Cavitation. Correct condition or upgrade material to impellers. extend life. Pitting on impellers and bowl Corrosion/Erosion Investigate cost of different materials vs. castings. frequency of replacements. Wear on impeller skirts and/or 1. Abrasive action or excess wear 1. Install new bearings and wear rings. bowl seal ring area. impeller skirts to function as bearing Upgrade material if abrasive action. journal. 2. Re -ring and adjust impellers 2. Im ellers set too high. correctly. Impeller loose on shaft 1. Repeated shock load by surge in 1. Re -fit impellers. If collet mounted, (extremely rare occurance). suction or discharge line. (Can loosen consider changing to key mounting. first or last stage impellers.) 2. Remove cause of jamming. 2. Foreign material jamming impeller. 3. If collet mounted, consider change (May break shaft or trim over loads to key mounted. Avoid sudden before impeller becomes to loose.) thermal shock. 3. Differential expansion due to 4. Correct parts if necessary and refit. temperature. 5. Add keyway to collet mounting. 4. Parts improperly machined and/or assembled. 5. Torsion loading on submersible pumps. 8-3 BEARINGS TROUBLE SOURCE PROBABLE CAUSE REMEDY Bearing seized or galling on Running dry without lubrication. Check lubrication, look for plugged shaft. suction or evidence of flashing. Bearing failure or bearing High temperature failure. Check pump manufacturer for bearing seized. temperature limits. Excessive shaft wear under Rubber bearings will swell in hydro- Change bearing material. rubber. carbon, H.S., & high temperature. Premature bearing wear. Abrasive action. Consider conversion to water flushing on all bearings, pressure grease or oil lubrication. Uneven wear on bearings, Pump's non -rotating parts misaligned. Check mounting and discharge pipe uniform wear on shaft. connection, dirt between column joints. Correct misalignment, replace bearings and repair or replace shaft. Uniform wear on bearings and Abrasive action. Replace parts, consider changing shaft. materials or means of lubrication. Uniform wear on bearings, 1. Shaft run -out caused by bent shafts, 1. Straighten shaft or replace, clean and uneven wear on shaft. shafts not butted on couplings, dirt assemble correctly. or grease between the shafts. 2. Face parallel and concentric. 2. Shafts ends not properly faced. OPERATION & MAINTENANCE MANUAL 24 TROUBLE SHOOTING 8-4 SHAFT AND COUPLING TROUBLE SOURCE PROBABLE CAUSE REMEDY Bent shaft Mishandling in transit or assembly. Check straightness. Correct to .005" Ift total run -out or replace. Shaft coupling elongated, (neck 1. Motor is started while pump running 1. Look for faulty check valve. Could down.) in reverse. also be momentary power failure or 2. Corrosion improper starting timers. 3. Pipe wrench fatigue on reused couplings. 4. Power being applied to shafts that are not butted in coupling. Shaft coupling unscrewed Pump started in reverse rotation. Shafts may be bent, check shafts and Couplings. Correct rotation. Broken shaft or coupling. 1. Can be caused by same reasons listed 1. Same as above. for coupling elongation. 2. Same as above for bearing seizure. 2. Can also be caused by bearings seized 3. Add strainers or screens. due to lack of lubrication. 4. Check alignment of the pump 3. Foreign material blocking impellers or components to eliminate vibration. galling wear rings. 5. See Engineer Section for correction 4. Metal fatigue due to vibrations. 5. Improper impeller adjustment or contiuous up -thrust conditions, causing impeller drag. 8-5 BOWLS TROUBLE SOURCE PROBABLE CAUSE REMEDY Wear on bowl vanes. Abrasive action Coat bowls, upgrade material or rubber line. 8-6 PACKING BOX TROUBLE SOURCE PROBABLE CAUSE REMEDY Excessive leakage 1. Improper packing. 1. Repack correctly. 2. Incorrect type or defective packing. 2. Repack with the correct grade for 3. Worn shaft or sleeve. service. 3. Remachine or replace scored parts. Packing box overheated. 1. Improper packing procedure. 1. Repack correctly. 2. Packing too tight. 2. Repack with the correct grade for 3. Insufficient lubrication. service. 4. Incorrect type of packing. 3. Remachine or replace scored parts. Packing wears prematurely. 1. Improper packing. 1. Remove cause. 2. Insufficient lubrication. 2. Replace worn parts. 3. Shaft or sleeve scored. 3. Remachine or replace scored parts. 4. Incorrect type of packing. 4. Repack with correct grade for service. 5. Remove source of abrasives. 8-7 INNER COLUMN TROUBLE SOURCE PROBABLE CAUSE REMEDY Water in inner column. 1. Bypass ports plugged. 1. Remove cause. 2. Badly worn bypass seal or bearings. 2. Replace worn parts. 3. Tubing joint leaking. 3. Ensure tubing joint face is clean 4. Crack or hole in tubing. and is butted squarely. 4. Replace section affected. OPERATION & MAINTENANCE MANUAL 25 9. ORDERING PARTS 9-1 Ordering Parts To order parts, please identify the three digit catalog number by matching the parts needed with the drawings (if provided) in the manual (see chart below for examples). Drawings start after this page. If no drawings are included in the manual, please contact your Hydroflo representative for more information. Cataloge # Part Name 001 Head, Discharge 003 Shaft, Motor 101 Shaft, Line 201 Bowl, Discharge We will also need the serial number of the pump, which should be on your invoice or the pump information tag. If you have any problems, please contact your Hydroflo representative for more information. OPERATION & MAINTENANCE MANUAL 26 r`-4 Pu m P- FLO" +ti+.«..iicc.uw WWW.HYDROFLOPUMPS.COM 7118 LOBLOLLY PINE BLVD. FAIRVIEW, TN 37062 PHONE: 615.799.9662 FAX: 615.799.5654 1886 DAVID BAILEY ROAD BROWNFIELD, TX 79316 PHONE: 806.637.8961 FAX: 806.637.8964 13265 S.R. 17 CULVER, IN 46511 PHONE: 615.799.9662 FAX: 615.799.5654 5437 S. NIKITA AVENUE FRESNO, CA 93725 PHONE: 559.834.1945 FAX: 559.834.9705 3510 WOOD RIVER ROAD GRAND ISLAND, NE 68803 PHONE: 308.398.0920 FAX: 308.398.0923 2498 KUHN RD MARION, AR 72364 PH O N E: 870.73 5.0400 FAX: 870.733.0500 cr_ LU _jE _ LU �@ l §24r k*§% m ULJ 2 $fK� 6 Z / 2 p tj } 2 mf �., ■ 2 ® k IA mk\ .C� i , :■■■■■I §2S � 6 L 7 ArAromBPI REME ■MEN %%am �`%11qLWffl11A"_ Bertrrem Products, Inc. QUOTATION Quote #: Date: July 12, 2021 Project: Job #: ZERO LEAD PUMPS`` Page #: Attention: CITY OF FAYETTEVILLE, AR BID 21-64 W3 E-Mail: Phone: PUMP REPLACEMENT Fax: Company: PAUL R NOLAND WWTP Address: 1400 N. FOX HUNTER; FAYETTEVILLE, AR City, State: Q-47814-w-B2-JR None BID 21-64 W3 PUMP RE 1 of From: Justin Riedmueller E-Mail: jriedmueller@bertrem.com Phone: 479-518-2914 Fax: Address: 880 Tyler Rd. City, State: Russellville, AR 72802 Qty Part # Description Unit Price Total * DESIGN: 1600 USGPM @ 262' TDH, 1770 RPM, 82.1% Efficient,129 BHP, 10 Feet Column Length * 169.91" TPL (+/-1.5") * 1 14LH3C-48390-w B2 14LH - 3 Stage W/L VERTICAL TURBINE PUMP ASSEMBLY *** Fully Assembled Vertical Turbine *** DRIVER ASSEMBLY SECTION • US 150HP, 180ORPM, 3PH/6OHz/46OV, Premium Eff - Inverter Duty, H445HP Frame VSS-WP1 w/ NRR and 1.50" Drive Coupling — Motor Type: RUSI — Motor CD = 44.781" — Part Wind Start — Motor Steady Bushing DISCHARGE HEAD ASSEMBLY SECTION • 1.50" x 50.781" x 416SS Head Shaft Assembly w/ IOTPI-LH Bronze Adjusting Nut and Key • F-Style Fabricated Steel Head with 10" 125# Discharge Flange for 16.5" BD with 25" W x 25" L x 1.5" Thick Integral Base — Head Coating: Special Coating Inside Only of Discharge Head — Shaft Guard: Special Fabrication — 1.50" Cast Iron Mechanical Seal Housing with B39 C954 Aluminum Bronze Bearing and Chesterton 135 Special Seal * Special Seal Notes: — CHESTERTON 135 MECHANICAL SEAL * Special Discharge Notes: — CARBOGAURD 891 COATING on ID of discharge head, ID & OD of column, OD of bowl assembly COLUMN ASSEMBLY SECTION • 1 Piece Fabricated Steel Column Assembly: — 10' of 10" x .279" Wall Steel Water Lubricated Column with Flanged Ends — Column Coating: Special Coating Inside and Outside of Column Assembly • 1 Piece Lineshaft Assembly: 1.50" -10TPI x 120" x 416SS w/ 416SS Couplings and Styrene Butadiene Rubber/Stainless spider bearings $ 38,528.45 $ 38,528.45 All quotations and contracts are subject to Bertrem Products, Inc. Standard Terms and Conditions found at BERTREM.COM. Placing an order is acceptance of these terms. Shipment time is an approximation based on current inventory and factory production schedules. Quotation is valid for 30 days from Quote date. **All certified performance tests will be administered according to the ANSI/HI 14.6 standards set by the Hydraulic Institute. Test results will be measured according to the grade 2B tolerances for pumps rated with a shaft power of 134HP or less and grade 1B for those over 134HP. Pumps meeting these tolerances will be considered passing the tests. It is recommended that the customer refer to the Hydraulic Institute Standards to understand performance guidelines and hydraulic design. iii� QUOTATION Quote #: Q-47814-w-B2-JR Date: July 12, 2021 Project: SEEM Job #: BID 21-64 W3 PUMP REP WBP1 ZERO LEAD PUMPS Page #: 2 of 10 Ber&V177 Ph7ducft /nc. BOWL ASSEMBLY SECTION • 14LH - 3 Stage Product Lubricated Bowl Assembly w/ 316SS Fasteners including: — * No Discharge Case - Column to be Flanged Directly to Bowl — Ductile Iron Bowls — B39 C954 Aluminum Bronze Bowl Bearings —316SS Impellers with 316SS Collets — 416SS Bowl Shaft: 8.00" Water Lube Projection x 1.50" DIA - IOTPI — 10" NPT, Ductile Iron Suction Case with B39 C954 Aluminum Bronze Bearing — Pump End Coating: Special Coating Outside Only of Pump End • Specialty Coating Notes: — CARBOGUARD PER SPEC • Crating and Painting • Min. Submergence from Bottom of Suction for Vortex Suppression = 37" (In.). **This does not include NPSHr requirements. NPSHr at Duty Point = 15.4' (Ft.). • Estimated Total Assembly Weight As Above: 3746 Lbs. Standard time to have ready to ship is — 10 to 12 weeks A.R.O. based on current inventory and factory loads. * Please advise of your delivery needs and we will do our best to meet them. Terms: Net 30 Ship Via: Best Way Proposal Total: $ 38,528.45 Freight: Included All quotations and contracts are subject to Bertrem Products, Inc. Standard Terms and Conditions found at BERTREM.COM. Placing an order is acceptance of these terms. Shipment time is an approximation based on current inventory and factory production schedules. Quotation is valid for 30 days from Quote date. **All certified performance tests will be administered according to the ANSI/HI 14.6 standards set by the Hydraulic Institute. Test results will be measured according to the grade 2B tolerances for pumps rated with a shaft power of 134HP or less and grade 1B for those over 134HP. Pumps meeting these tolerances will be considered passing the tests. It is recommended that the customer refer to the Hydraulic Institute Standards to understand performance guidelines and hydraulic design. Company: CITY OF FAYETTEVILLE, AR Name: BID #21-64 W3 EFFLUENT PUMP Date: 07/12/2021 Pump: FACTORY CURVE W/ DESIGN POINT Size: 14LH (stages: 3) Dimensions: Type: Vertical Suction: 10 in Synch Speed: 1800 rpm Discharge: 12 in Dia: 10.8 in Vertical Turbine: Curve: 121110 Eye Area: 25.3 in' Impeller: 14LH SS ENCL. Bowl Size: 14 in Max Lateral: 0.875 in Thrust K Factor: 8.41 lb/ft Search Criteria: Flow: 1600 US gpn Near Miss: --- Head: 261.7 ft Static Head: 0 ft Pump Selection Warnings: None --- Duty Point --- Flow: 1600 US gpm Head: 262 ft Eff: 82.1 % Power: 129 hp NPSHr: 12.7 ft Speed: 1770 rpm --- Design Curve --- Shutoff Head: 359 ft Shutoff dP: 156 psi Min Flow: 315 US gpm BEP: 82.1 % @ 1573 US gpm NOL Power: 135 hp @ 2014 US gpm --- Max Curve --- Max Power: 163 hp @ 2147 US gpm Hydrofppumps FluidjlOSo/utlons A r—Group C—p-, Fluid: MMMW Name: Water SG: 1 Vapor Pressure: 0.256 psi a Density: 62.4 Ib/ft3 Atm Pressure: 14.7 psi a Viscosity: 1.1 cP Temperature: 60 °F Margin Ratio: 1 Pump Limits: Temperature: 140 °F Sphere Size: 0.5 in Wkg Pressure: 300 psi g Power: 600 hp Motor: Standard: NEMA Size: 150 hp Enclosure: WP1 Speed: 1800 rpm Frame: 444T Sizing Criteria: Max Power on Design Curve 400 1ff.8 in 61- R 77980 300 .�.�-2$.21 8 9.5 : d 2 200 6t72 77 7%0 81 81 100 81-81 80 79 77 72 67 200 hp 150 hp 125 hp 100 hp 67' 75 hp 0 40 2 20 7! IL a 0 --- --- --- --- ---- --- --- ---- ---- --- Performance Evaluation: Flow Speed Head Efficiency Power NPSHr US qpm rpm ft % hp ft 1920 1770 223 80.2 135 17.7 1600 1770 262 82.1 129 12.7 1280 1770 289 80 117 11 960 1770 306 71.7 103 11 640 1770 323 57.3 94.1 11 AFAFROEPI ■OM■ ■mom Berbq- i Products, /nc. gpm **TPL and Total Column Lengths +/- 1.5" All Dimensions In Inches PROJECT SPECIFICATIONS Date: 6/28/2021 Job: Config #: C-48390-w GPM: 1600 Minimum Submergence Head FT: 261 Pump Model: 14LH - 3 Stage Minimum Submergence from Imp. Type: 14LH SS ENCL. bottom of suction for vortex 44. suppression: 37". 'This does Pump Materials: Ductile Iron / 201 SS NOT include NPSHr needs. Bowl Bearings: B39 C954 Aluminum Bronze Bowl Shaft: 2.1875" 416SS Strainer Type: N/A Not Wanted Column: 10" x .279" wall Lineshaft: 1.50" 416SS 3 Lineshaft Brgs: Styrene Butadiene Rubber w/ 416 SS Discharge Head: Fabricated Steel Head Discharge Flange: 10" 125# Discharge Flange Seal Type: Chesterton Special Seal Head Shaft: 1.50" 416SS Foundation Plate: N/A DRIVER INFORMATION Mfr: US Enclosure: VSS-WP1 HP: 150 RPM: 1800 Phase/Volt: 3/460 Frame: H444TP Efficiency: Premium Eff - Inverter Duty Column Note NRR or SRC: NRR The column TIP dimensions, on 1i this side, do not include the bearing spiders. FOUNDATION PLATE I1411010 y:11 This drawing is the confidential property of Hydroflo Pumps USA, Inc., a Taco Group Company and is furnished for your Information only and must not be made public or copied and must be returned on demand. Manufacture of parts per this drawing is expressly forbidden except by written authorization from Hydroflo Pumps USA, Inc., a Taco Group Company. All rights of design and invention are reserved and patents pending. (4) 1-1/4" Holes Base Hole Dia 3ase Thickness = 0.0 (4) .875"-9 Tapped Holes " Bolt Circle Estimated Shipping Weight: 3746 Lbs. NOT FOR CONSTRUCTION 781 fl it HydrofloPumps HY 118 LOB PUMPS USA, INC. 7118 LOBLOLLY PINE BLVD. FAIRVIEW, TN 37062 F�uidlSolutlons- PHONE:615.799.9662 AT—Gapcompany FAX: 615.799.5654 Bertrem Products, Inc. 14LH - 3 Stage Product Lubricated REV DATE REVISION CH Vertical Turbine Pump System REFERENCE HYDROFLO PUMPS INC. General Arrangement WORK ORDER NO. CUSTOMER P.O. NO. Design Specifications PUMP S.N. NO. REQD: Qty I DR BY: Config DATE: 6/28/2021 DWG. NO. SHT. MATERIAL: NOTED I CK BY: DATE: REV. Quote Date: 6/28/2021 19 25'1 _ .a-/\ W., V . v . V SQUARE BASE 10 " HF F-TYPE FAB. HEAD SPECIAL NOTES: FLAT FACE 150# FLANGE 30.5 NOTICE THIS DRAWING IS THE CONFIDENTIAL PROPERTY OF HYDROFLO PUMPS USA INC. AND IS FURNISHED FOR YOUR INFORMATION ONLY AND MUST NOT BE MADE PUBLIC OR COPIED AND MUST BE RETURNED ON DEMAND. MANUFACTURE OF PARTS PER THIS REV DATE REVISION DRAWING IS EXPRESSLY FORBIDDEN EXCEPTFROM HYDROFLO . Dimensions In Inches HYDROFLO PUMPS INC. FROM HYDROFLO PUMPS USA INC. ALL RIGHTS OF DESIGN AND INVENTION Unless Otherwise Noted ARE RESERVED AND PATENTS PENDING, THIS DRAWING MUST BE SIGNED AND RETURNED WITH THE ORDER N V-�- � I X 0 HOLES THRU EQ. SPACED ON 0 B.C. ReUNB BASE O 16.5" B.D. r O 13.5" -1 14" 10 150 # ANSI FF FLANGE 12.5" L 1.511 SIDE VIEW &4/o/m/MPS CS/,711FAIRV EWL N 376NE 2LVD. Flu d-0.)( +bons PHONE: 615-799-9662 *+oc.a,vta.�v FAX: 615-799-5654 IBertrem Products, Inc. 14LH - 3 Stage Water Lube Pump CH F-Style Fabricated Head Worksheet CONFIGURATION No.:C-48390-w HF F-Type Fabricated Head CUSTOMER P.O.: Measurements Worksheet DR BY: DATE: Form NO. SHT. Rev Work Sheet Date: 09/02/2015 PAGE 2 DRAWING Bill Of Materials ALL DIMENSIONS IN INCHES ItemNo. Qty. Description Material Grade 1 1 Bowl Shaft 416 Stainless Steel 16 3 Bowl A-536 GR. 65-45-12 18 3 Bearing - Bowl C95400 Aluminum Bronze 19 3 Impeller Collet 316 Stainless Steel 20 3 Impeller 316 Stainless Steel 23 16 Bolt - Bowl 316 Stainless Steel 24 8 Bolt - Suction 316 Stainless Steel 25 1 Suction - Threaded A-536 GR. 65-45-12 27 1 Sand Collar less Steel 28 1 Bearing - Suction C95400 Aluminum Bronze 29 1 Pipe Plug - Suction 316 Stainless Steel ZOOM FOR DETAIL NOT TO SCALE PROJECT SPECIFICATIONS Date: 6/28/2021 Job: 1 �7810 Config #: C-48390-w GPM: 1800 18 19 16 20 Head FT: 261 23 Pump Model: 14LH - 3 Stage Imp. Type: 14LH SS ENCL. 18 19 16 20 Pump Materials: Ductile Iron/316SS Bowl Shaft Dia: 2.1875 19 23 1 47.41 16 20 DRIVER INFORMATION 24 14.00 Mfr: US Enclosure: VSS-WP1 HP: 150 28 29 25 RPM: 1800 Phase/Volt: 3/460 Frame: H444TP Efficiency: Premium Eff - Inverter Duty NRR or SRC: NRR Estimated Bowl Assy Weight: 703 Lbs. NOT FOR CONSTRUCTION NOTICE HYDROFLO PUMPS USA, INC. LOBLOLLY VD. HydrofloPumps 7118FAIRVIEW, This drawing is the confidential property of Hydroflo Pumps USA, TN1NE 37062 Fluid-OSOlUr1Ons- PHONE: 615.799.9662 Inc., a Taco Group Company and AT—Gapcomp by FAX: 615.799.5654 is furnished for your Information only and must not be made public Bertrem Products, Inc. or copied and must be returned on demand. Manufacture of parts 14LH - 3 Stage Water Lube REV DATE REVISION CH per this drawing is expressly Vertical Turbine Pump System forbidden except by written authorization from Hydroflo REFERENCE HYDROFLO PUMPS INC. General Arrangement Pumps USA, Inc., a Taco Group Company. All rights of design and invention are reserved and WORK ORDER NO. Design Specifications CUSTOMER P.O. NO. PUMP S.N. NO. REQD: Qty DR BY: Config DATE: 6/28/2021 DWG. NO. SHT. REV. patents pending. MATERIAL: NOTED CK BY: DATE: Bid 21-64, Addendum 1 9" Date: Monday, July 12, 2021 W To: All Prospective Vendors From: Purchasing — 479.575.8259 — purchasing@fayetteville-ar.gov RE: Bid 21-64, W3 Pump Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. This bid deadline has been extended to Tuesday, July 27, 2021 before 3:00 PM, local time. 2. A non -mandatory pre -bid meeting was held on July 01, 2021 at 10:00 AM. The list of participants in attendance is attached as page 2. 3. All bidders are required to conduct a site inspection, scheduled through the City of Fayetteville Purchasing Division by contacting (479) 575-8256 or purchasing@fayetteville-ar.gov. Site inspections shall be conducted during the bidding period for this bid which is hereby defined as the period from the date of the initial advertisement (June 27, 2021) up until the bid deadline. a. Any bidder not conducting a site inspection scheduled through the City Purchasing Division within the bidding period as defined above will be rejected, no exceptions. 4. Page three of this addendum includes the technical drawing for the existing pump. All bidders shall understand this bid is for modifying the original pump with a smaller pump. 5. Bidders needing to make deviations from the specifications may do so by making notations on the City's bid document and submitting with bid. The City understands bidders may need to alter the intended specifications to facilitate a feasible solution to the pump modification. City of Fayetteville, AR Bid 21-64, Addendum 1 Page 113 Telecommunications Device for the Deaf TDD t474j 521-1316 113 West Mountain -Fayetteville, AR 72701 Meeting ID Topic StartTime End Time User Email Duration (Mmutes) Participants 97682616815 Pre -Bid Meeting: Bid 21-64, W3 Pump Replacement 7/1/21D219:58 7/1/20211D:09 afo ren@fayettevl ll e-ar.gov 12 A Name{Original Name) User Email Join Time Leave Time Duration (Minutes) Guest Andrea Foren aforen@fayetteville-ar.gov 7/1/20219:59 7/1/20211D:09 12 No aramsfie 711120219:58 7/1120219:58 I Yes ScottJones scott@jteng.com 7/1/20219758 7/1120215:58 I Yes aramsf a 7/I/20219:58 7/1/20211D:09 ll Yes SCottAn2S scoff@jteng.com 7/1/20219:58 7/1/20211D:09 11 Yes ALLEMAI 7111202110:02 7/1/20211D:02 I Yes ALLEMAI 7/112021 I0:02 7/11202116:09 7 Yes City of Fayetteville, AR Bid 21-64, Addendum 1 Page 213 Telecommunications DevIce for the Deaf TDD R474j 521-1316 113 West Mountain - Fayetteville, AR 72761 25 GQ IT KW CANOE EO IN W 10 16 Rlk 4 HOLES, 111E OIA. ON ?a kow at 00 re 14 "ULL5. I O UL ON 144DUL aC. MAW: U 5 P R YOLTa � AA• INN 4 AO, AF ati- WEIGHTS way= ti TOTAL WE ICKT City of Fayetteville, AR Bid 21-64, Addendum 1 Page 313 CUSTOMER DATA CUSTOMER: ,LACK - YLER EM6, CUST. ORO" NQ ZG4?- ITEM. P-Qq-1_4 DUTY- GW' : 26Ct' r I TO NIF-w MEWAGE TRF-ATMENT PLANT PAVWMi LLE ARK. ,x MgC„Ea UVANSIOMS ARE4"SN- iiiii — IVIGN IACKSON — — aNgN& Ma AN1M M,LUME IGGL•65TAGE VTP p85H-09?-G li Justin Riedmueller Bertrem Products 7/26/21 Telecommunications Device for the Deaf TDD R474j 521-1316 113 West Mountain - Fayetteville, AR 72701 Bid 21-64, Addendum 2 in Date: Monday, July 26, 2021 IV To: All Prospective Vendors From: Purchasing — 479.575.8256 — purchasing@fayetteville-ar.gov RE: Bid 21-64, W3 Pump Replacement CITY OF FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. This bid deadline has been extended to Tuesday, August 10, 2021 before 2:00 PM, local time. 2. Modification from Addendum 1: a. Due to COVID-19 concerns, all bidders are strongly encouraged (not required) to conduct a site inspection. Site inspections should be scheduled through the City of Fayetteville Purchasing Division by contacting (479) 575-8256 or purchasing@fayetteville-ar.gov. Bidders may validate full knowledge of the scope of work involved in one of the following scope validation methods: i. Option 1— Site Visit: Attend a site visit/inspection between the date of the initial advertisement (June 27, 2021) up until the bid deadline. Bidders electing to validate in this manner shall provide the date of site inspection with bid response, when a site visit was completed between June 27, 2021 (date of initial bid advertisement) through the bid deadline. ii. Option 2 — Summary Validation: In the event a bidder did NOT attend a site visit between the applicable site inspection dates, bidder shall indicate so by responding "no", "N/A" or other manner to indicate a site visit was not completed when submitting bid. 1. Bidders who did not attend a site visit shall include with bid response adequate information to communicate assurances that the scope of work is fully understood, and the pump requested can be replaced in the manner indicated. 3. Bidders are not required to be licensed with the Arkansas Secretary of State since this bid is for materials only. Bidders may indicate no license by responding "N/A" or other manner to indicate a license is not applicable. 4. Due to advertising requirements for procurement state law, this bid will be re -advertised on Sunday, August 1, 2021. City of Fayetteville, AR Bid 21-64, Addendum 2 Page 111 Justin Riedmueller Bertrem Products 8/10/21 Telecommunications Device for the Deaf TDD t474j 521-1316 113 West Mountain -Fayetteville, AR 72701 Company: CITY OF FAYETTEVILLE, AR Name: BID #21-64 W3 EFFLUENT PUMP Date: 07/12/2021 Pump: FACTORY CURVE W/ DESIGN POINT Size: 14LH (stages: 3) Dimensions: Type: Vertical Suction: 10 in Synch Speed: 1800 rpm Discharge: 12 in Dia: 10.8 in Vertical Turbine: Curve: 121110 Eye Area: 25.3 in' Impeller: 14LH SS ENCL. Bowl Size: 14 in Max Lateral: 0.875 in Thrust K Factor: 8.41 lb/ft Search Criteria: Flow: 1600 US gpn Near Miss: --- Head: 261.7 ft Static Head: 0 ft Pump Selection Warnings: None --- Duty Point --- Flow: 1600 US gpm Head: 262 ft Eff: 82.1 % Power: 129 hp NPSHr: 12.7 ft Speed: 1770 rpm --- Design Curve --- Shutoff Head: 359 ft Shutoff dP: 156 psi Min Flow: 315 US gpm BEP: 82.1 % @ 1573 US gpm NOL Power: 135 hp @ 2014 US gpm --- Max Curve --- Max Power: 163 hp @ 2147 US gpm Hydrofppumps FluidjlOSo/utlons A r—Group C—p-, Fluid: MMMW Name: Water SG: 1 Vapor Pressure: 0.256 psi a Density: 62.4 Ib/ft3 Atm Pressure: 14.7 psi a Viscosity: 1.1 cP Temperature: 60 °F Margin Ratio: 1 Pump Limits: Temperature: 140 °F Sphere Size: 0.5 in Wkg Pressure: 300 psi g Power: 600 hp Motor: Standard: NEMA Size: 150 hp Enclosure: WP1 Speed: 1800 rpm Frame: 444T Sizing Criteria: Max Power on Design Curve 400 1ff.8 in 61- R 77980 300 .�.�-2$.21 8 9.5 : d 2 200 6t72 77 7%0 81 81 100 81-81 80 79 77 72 67 200 hp 150 hp 125 hp 100 hp 67' 75 hp 0 40 2 20 7! IL a 0 --- --- --- --- ---- --- --- ---- ---- --- Performance Evaluation: Flow Speed Head Efficiency Power NPSHr US qpm rpm ft % hp ft 1920 1770 223 80.2 135 17.7 1600 1770 262 82.1 129 12.7 1280 1770 289 80 117 11 960 1770 306 71.7 103 11 640 1770 323 57.3 94.1 11 AFAFROEPI ■OM■ ■mom Berbq- i Products, /nc. gpm Item Number Item Descriptioi Qua No Basket (1) #0-1 FLOWWAY PUMP M i Manufacturer Model 1 Hydroflo Pumps 14LH3C PRODUCT Ll Unit Price 38528.45 / \ _ k k CL % E 0 CL J E � / 3 § m ) \ ! § ) m ƒ k7 { M. \ E \\\ � $lU / 0 ;{§)/ ) - k\\k\/ \ )k( « §l=E�!] � k//\k) : ;fake; ¥m«|( §« } E F"z f$;«rE) \ [ lb 7®e,;ll !f°I`>! §) , �—a {\/ $@§{{\k kƒ — �}«E%§ 2 \ j\///\( } k\ i S \ 2/ \\ \\ 7 /j� \_ uj _ - /z § \ if ,0