Loading...
R03-018RESOLUTION NO. R 03- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF BD FOR THE RE-BID SUPPLY/INSTALL ONE VERTICAL TURBINE VARIABLE SPEED PRE-FABRICATED PUMP STATION (BD NO. 023-2901-03/CJD) TO SULLIVAN ELECTRIC AND PUMP, INC.; AUTHORIZING EXECUTION OF THE CONTRACT, AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on January 14, 2003, Procurement Services opened and tabulated nine proposals for the above referenced bid, and, after review and evaluation, it was determined by staff that Sullivan Electric and Pump, Inc., was the most responsive, responsible bidder who met all specifications; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The City Commission of the City of Boynton Beach, Florida, upon recommendation of staff, hereby approves the award of the bid for "Re-Bid Supply/Install One Vertical Turbine Variable Speed Pre-Fabricated Pump Station" to Sullivan Electric and Pump., in the amount of $84,413.00, and authorizes the City Manager to execute a contract, a copy of which is attached hereto. Section 2. That this Resolution shall become effective immediately. S:\CA\RESO~Agreements\Bid Awards\Bid Award - Sullivan Electric and Pump 012203.doc PASSED AND ADOPTED THIS ATTEST: t~ day of February, 2003. Ma Commissioner S:\CA\RESO~Agreements\Bid Awards\Bid Award - Sullivan Electric and Pump 012203.doc CONTRACTOR AGREEMENT FOR RE-BID SUPPLY AND INSTALL ONE VERTICAL TURBINE VARIABLE SPEED PREFABRICATED PUMP STATION AT THE LINKS OF BOYNTON BEACH THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and Sullivan Electric and Pump, Inc., hereinafter referred to as "the Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified which are attached hereto and incorporated herein by reference. PROJECT DESIGNATION. The Contractor is retained by the City to perform the electrical and plumbing services in connection with the project designated Supply and Installation of a Pump Station. 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. o TIME FOR PERFORMANCE. Work under this contract shall commence upon the giving of written notice by the City to the Contractor to proceed. Contractor shall perform all services and provide all work product required pursuant to this agreement by 60 calendar days from the date written notice is given to proceed, unless an extension of such time is granted in writing by the City. 4. PAYMENT. The Contractor shall be paid by the City for completed work and for services rendered under this agreement as follows: ao Final payment of any balance due the Contractor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this agreement and its acceptance by the City. bo Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. The Contractor's records and accounts pertaining to available for inspection by representatives of the City. upon request. this agreement are to be kept Copies shall be made available COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this service agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. o INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. INSURANCE. The Contractor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. o INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 11. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this agreement without the express written consent of the City. 12. NON-WAIVER. Waiver by the City of any provision of this agreement or any time limitation provided for in this agreement shall not constitute a waiver of any other provision. 13. TERMINATION. a. The City reserves the right to terminate this agreement at any time by giving ten (10) days written notice to the Contractor. bo In the event of the death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to the project, the surviving members of the Contractor hereby agree to complete the work under the terms of this agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this agreement between surviving members of the Contractor and the City, if the City so chooses. 14. DISPUTES. Any dispute arising out of the terms or conditions of this agreement shall be adjudicated within the courts of Florida. Further, this agreement shall be construed under Florida Law. 15. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Attn: Kurt Bressner, City Manager Notices to Contractor shall be sent to the following address: Sullivan Electric& Pump, Inc. 2115 7th Avenue, North Lake Worth, Florida 33461 16. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Contractor. DATEDthis q dayof CITY OF BOYNTON BEACH City Manager SULLIVAN ELECTRIC & PUMP, INC. Contractor Attest/Authenticated: Title Office of the City Attorney (Corporate Seal) Attest/Authenticated: Secretary Rev. 1/22/91 4 EXHIBIT "~' SPECIFICATIONS FOR SUPPLY AND INSTALL ONE (1) VERTICAL TURBINE VARIABLE SPEED PREFABRICATED PUMP STATION Scope of Work: The City of Boynton Beach is seeking a supplier and/or contractor(s) to provide and/or install one (1) Vertical Turbine Variable speed prefabricated pump station at the Links at Boynton Beach Golf Course located at: 8020 Jog Road, Boynton Beach, Florida. Bidders may provide proposals in one or all of three ways; (1) supply the pump station as per the specifications, (2) install the specified pump station provided by others including the pick-up and removal of the existing pump station and (3) supply the pump station as per the specifications and install the specified pump station including the pick-up and removal of the existing pump station. Bidders quoting "supply and installation" or "installation only" shall be licensed in Palm Beach County or the State of Florida as a general contractor, plumbing contractor, irrigation contractor or electrical contractor. Unloading supervision and setting supervision of the new pump station is to be the responsibility of the pump station manufacturer. The pump station manufacturer is to be responsible for coordinating the installation of the new pump station with the installer and The City of Boynton Beach d/b/a. The Links at Boynton Beach. The installer shall be responsible for providing all materials, equipment, and labor necessary to install all items associated with the pump station. The time from which the old pump station is taken offline until the new pump station is fully operational shall not exceed two (2) days. If and whenever in the specifications a brand name, make, name of any manufacturer, or trade name is mentioned it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) submitted. The City shall be the sole judge concerning the merits of the bid submitted. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 3 The City acknowledges that many manufacturers of prefabricated pump stations utilize particular components on their standard products with a track record of considerable success. It is not the intent of the City to require prefabricated pump station manufacturers to modify existing designs by specifying component brands when the brands used on the manufacturers standard designs meets the specifications of the bid request and have proven to be dependable. Please place an (x) on the blank line next to each item if a specification is met. If exception is taken (alternatives), bidder must explain using a separate sheet of paper. Bidder must submit specifications "check-off" sheets (Pages 17-21) with the proposal sheet in order for a bid to be considered. Part I - GENERAL A. General. To provide a single source responsibility for the manufacture, wan'anty, service and operation of a prefabricated, skid mounted, fully automatic variable speed pumping system for turf irrigation. The pumping system shall automatically maintain a constant discharge pressure regardless of varying flow demands within the station rating. Pumping system shall conform to the following specifications in all respects. This specification covers the minimum requirements; however, it should not be construed as all-inclusive. It is the successful vendor's responsibility to include all necessary appurtenances to provide for a complete, automatic, smooth operating, and reliable pumping system. The manufacturer shall supply a complete set of signed and sealed as-built engineering drawings, general arrangement drawings, electrical power schematics, and control schematics in the operations and service manuals. The system must be fully compatible with our existing slab and wet well. The control panel shall be UL listed. The system shall be fully compatible with our existing time use metering system allowing us to utilize 250 GPM at 120 PSI during on-peak hours while still enjoying the benefits of the time use program. Manufacturer. The pumping system shall be of the type manufactured by Flowtronex PSI Inc., Watertronics or Syncroflo, as an equal. For consideration of a proposed equal system, the bidder shall furnish the following data to the purchaser at the time of his/her proposal: · A complete specification for the pumping system proposed as an equal. · A statement of full conformance to the following specifications signed by an officer of the manufacturer. · A general arrangement drawing showing overall dimensions and all piping layouts. · Complete submittal data for all major equipment (pumps, motors, filter, variable frequency drive (VFD), programmable controllers (PLC), valves, and motor starters). · An electrical schematic showing power wiring. · An installation list of golf course variable frequency drive pumping systems of comparable size and performance. · Location of closest VFD factory trained service centers. · Manufacturer's electrical control panel UL file number. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 4 Bo Product Support. The manufacturer shall provide a minimum of four phone support technicians. Product support technicians shall be capable of accessing all information pertaining to the pumping equipment, e.g. electrical schematics, pump curves, program data, bill of materials, etc. The manufacturer shall have no less than two technicians on call seven days a week. Technical Service. The pump station manufacturer shall provide factory direct service personnel for the set, start-up, preventive maintenance and general service of the pump system. A factory direct service technician must be located within 200 miles of the project site. The pump systems technician must have a minimum of five years experience. The pump station manufacturer shall provide, toll free, technical support seven days a week. Part II - MECHANICAL A. Scope. Pump station shall be a completely skid mounted vertical turbine VFD pump station furnished by a single manufacturer. All equipment including but not limited to pumps motors, piping, filters, valves, instrumentation and controls shall be mounted on a common structural steel base to form a complete operating pumping system. B. Station base. The pump station base shall be designed and fabricated to provide structural support for all attached equipment and shall be fully compatible in all aspects to the existing wet well. The base shall supply sufficient rigidity to withstand the stresses of reasonable and competent transportation to site, off-loading, installation, and operation. Main structural members shall be constructed from heavy weight channel or I-beam steel. Provisions shall be made in the station base for off-loading and handling the station at the site of installation. Base shall include 3/16" checkered deck steel plate and 1" steel plate mounted under pump discharge heads. All 3/16" deck plate and 1" plate shall be 100% seal welded to main structural members. Maximum allowable deflection on skid assembly to be 0.1" per linear foot. Skip welding is not acceptable. The pump steel skid shall completely cover the wet well with integral, framed access hatches. Wet well access shall be made of 3/16" steel deck plate. C. Discharge Piping. All piping shall be constructed from ASTM Al05 schedule 40 pipe or heavier as required to maintain a 3 to 1 pressure safety factor (including 1/16" corrosion allowance). All piping shall be hydrostatically tested to 150% of maximum shutoff pressure. Piping shall be grit-blasted with #50 steel grit per SSPC-10 to a near white metal condition. The cleaned steel surface shall be immediately primed with an industrial grade primer to thickness of 2 V2 to 3 mils epoxy primer. The finish coat shall be acrylic enamel to a thickness of no less than 3 mils and applied through an electrostatic method to insure proper adhesion. D. Bolts. All bolts used in the assembly of the pumping system shall be zinc-plated steel to retard corrosion. Anti-corrosion washers to be used on each side of fastener. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 5 PART III - PUMPS A. Scope. Pump station manufacturer shall strictly adhere to the following pump specifications. All main pumps shall be of the same pump manufacturer. Vertical Turbine Pumps. The main irrigation pump(s) shall be of the vertical turbine type with flow and head defined in the attached technical specifications. The vertical turbine pumps shall be manufactured according to the standards of the Hydraulic Institute and to ANSI specifications No. B58.1. The bowl assembly, column pipe, line-shaft, head shaft and discharge head shall be of U.S. manufacture. The pumping systems manufacturer shall have a network of service centers, which shall have available spare parts and trained pump technicians to handle service, repair and warranty procedures. Discharge Head. The discharge head shall be of the fabricated steel type with a minimum 60,000 PSI tensile strength. The discharge shall have a working pressure of not less than 275 PSI and incorporate a 150 ANSI discharge flange. Complete discharge head shall be hydrostatically tested to a minimum of 413 PSI. A product lubricated high pressure stuffing box containing at least six rings of packing and two lantern rings shall be provided. Packing shall be compressed around shaft by an adjustable two-piece gland. Dual bypass tubing shall be included for proper packing lubrication and cooling. The discharge head stuffing box area shall also include a drain, which will be piped back to the wet well. Discharge head shall incorporate an intregal air separation chamber, allowing air to be discharged through an air release line mounted on top of head. If another method of discharging trapped air is utilized the altemative configuration shall not allow air to leave the pumping system and enter the existing piping system. Stuffing box bushing shall be SAE660 Cast Iron. The head shaft shall be of the two piece type, 416 stainless steel and shall be tamed and ground. The pump manufacturer shall include a method for adjusting the impeller running clearance at the top of the head shaft. Adequate space shall exist to couple the head shaft and the line shaft above the stuffing box. Coupling shall be extra heavy duty AISI 416 SS with a minimum service factor of 2 to 1. Column Pipe. Column pipe shall be A53, Grade B schedule 40 material, in interchangeable sections not more than 10 feet in length. Pump line shaft shall be AISI 416SS. The size of the shaft shall be no less than determined by ANSI specification B58.1, Section 4.2, Table 4. Bearing retainers shall be bronze with rubber bearing. Eo Pump Wet End. The pump bowls shall be ASTM A48 Class 30 cast iron free of detrimental defects. All bowls larger than 8" shall be of the flanged type construction. All pump bowls shall have porcelain enamel lined water passageways for high efficiencies. The impellers shall be C83800 or CDA836 bronze and of the enclosed type design. Pump shall be AISI 416 SS turned and ground. The shaft shall be supported by bronze bearings above and below each impeller. The suction bell bearing shall be extra long and permanently greased, packed and sealed with a bronze sand collar. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 6 A stainless steel clip on type inlet strainer shall be mounted on the bottom of each pump. Inlet area shall not be less than 4 times the suction bell inlet area. Pump bowl assemblies shall be as manufactured by Ingersoll-Dresser Pump Company, Goulds, Patterson, Byron Jackson or Johnson. Fo Pressure Maintenance Pump. A pressure maintenance pump shall be provided to maintain system pressure during non-irrigation periods. The pump shall be of the submersible type with stainless steel housing and stainless steel impeller. Pressure maintenance pump shall be as manufactured by Grundfos. Pump shall be sized to prevent main pump cycling. Part IV - MOTORS A. Scope. Pump station manufacturer shall strictly adhere to the following specifications. B. Vertical Hollow Shaft Motors. Motor(s) for irrigation pump shall be of the vertical hollow shaft high thrust design. Motor shall have a WP-1 enclosure, 1.15 service factor, and class F insulation. Motors shall be wound for the starting configuratiOn as called out in the technical data sheet. Design pump brake horsepower shall not exceed 98% of motor horsepower exclusive of service factor. Maximum pump run out horsepower shall not be greater than 8% higher than motor rating exclusive of service factor. Motor shall be rated for continuous duty and be designed to carry the maximum thrust load of the pump and will have B 10 bearing life of no less than 5 years. Motors shall be rated and tagged for VFD service, proper ambient temperature and proper altitude per motor manufacturer's recommendations. Motors shall be as manufactured by U.S. Motors. Motor Pressure Maintenance Pump. Motor for pressure maintenance pump shall be a stainless steel submersible type with a 1.15 service factor. Motor shall be as manufactured by Grundfos or Franklin. Part V - VALVES AND GAUGES A. Scope. Pump station manufacturer shall strictly adhere to the following specifications. Pump Check Valve. Pump check valves shall be bolted directly to the pump discharge heads and sized per the technical data sheet. They shall be of the silent operating type that begin to close as forward velocity diminishes and be fully closed at zero velocity preventing flow reversal. Valve bodies shall be cast from ASTM-126C cast-iron or better and shall be free from blowholes, sand holes, and other impurities. The valve design shall incorporate a center guided, spring loaded poppet, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe diameter. Internals shall be machined bronze disc, seat and stem guide. Seat shall be Buna-N to provide resilient sealing. Dual disc style check valves are not acceptable. Valves shall be sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 2.5 PSI. Check valve shall be as manufactured by Valmatic. Valves 4" or smaller to be pressure rated for 250 PSI, 6" to 10" to be pressure rated to 150 PSI. Valves 12" and larger check valves to be globe style with 150 PSI rating. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 7 C. Pump Discharge and Station Discharge Isolation Valves. Pump isolation valves shall be of the butterfly type with grooved ends to provide for expansion and vibration dampening and a lever operator. They shall be sized as shown in the technical data sheet. Valve body shall be constructed of ductile iron with a polyphenylene sulfide coating. Valve disc is rubber coated ductile iron. Valve shall be rated to 200 PSI. Isolation valve shall be as manufactured by Victaulic or Grinnell Company. Station isolation valve shall be installed on the discharge of the pump station to completely isolate the pumping system from thc irrigation system. Valve shall be of the lug style butterfly type. Valve shall have one piece body cast from ASTM A126 cast iron. Stem shall be 416 stainless steel. Disc shall be nickel-plated ductile iron. Stem bushings shall be Acetyl to prevent stem seizure to body during periods of non-use. Seat shall be Buna-N elastomer, one-piece construction, and shall also form the flange sealing gaskets. Valves 8" and smaller shall have a lever operator. Valves 10" and larger shall have a gear operator with hand wheel. Valve shall be rated at 200 PSI bubble shutoff. Station isolation valve shall be as manufactured by Watts. D. Pressure Relief Valve. A pilot operated modulating pressure relief valve shall be included and sized per the technical data sheet. The valve shall be set 10 to 14 PSI above operating pressure and will relieve when inlet pressure exceeds spring setting on pilot. Valve shall be quick opening and slow closing to minimize surging. Pressure relief valve or lug valve shall not be used as integral part of normal irrigation pressure control. Discharge of relief valve shall be piped back to wet well. Valve body shall be Ductile iron with 125 LB inlet and outlet flanges, and shall be rated at 250 PSI. A wye strainer shall be installed in the inlet side of the valve body to provide clean water to the CRL pilot. A wafer style butterfly valve shall be installed on the inlet of the relief valve. Specification for this isolation valve will be the same as for the station isolation valve found later in the specification. The pressure relief valve shall work hydraulically and shall not be operated or opened by any electrical extemal source or control. The relief valve shall work solely as a safety for over pressure relief and shall not function as a normal part of the station controls. Relief valve shall be as manufactured by CLA-VAL, APCO, Valmatic, Ross, G.A., Watts or Bermad. Pressure Gauge. A pressure gauge shall be mounted on the discharge header with a V2" isolation ball valve. All gauges shall be glycerin silicon filled to reduce wear due to vibration. Accuracy shall be within 2%. Gauge diameter shall be 4" - 3 V2" minimum. Range shall be at least 50% higher than the highest pressure attainable from the pumps at shutoff head conditions. Stainless steel back and bronze internal. Pressure gauge shall be as manufactured by Wika or AshcrofL Part VI - ELECTRICAL -The installation of a new electric service is to be included with the installation portion of these bid specifications. This is to be a standard 400 amp service meeting all National Electric Code Specifications and Palm Beach County Code Specifications. This electric service is to meet all the electrical requirements of the pump station and be located outside of the pump station enclosure so that the pump station may be isolated without entering the enclosure. In addition, this electric service is to be able to provide for a five horsepower 230 volt lake aerator/fountain to be installed in the future. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 8 General lighting of the pump station is to be provided by the installer. This lighting is to meet all pertinent code requirements and be rated for outdoor/wet area use. The lighting requirement is intended to provide illumination of all pumps, valves, controls and panels. Ao Scope. To provide complete instrumentation and controls to automatically start, stop and modulate pump speed(s) to smoothly, efficiently and reliably pump variable flow rates at a constant discharge pressure. Full alarms and safety features needed to protect the equipment and irrigation piping system. All electrical controls shall be U.L. Listed as an Industrial Control Device. Control Enclosure. Controls shall be housed in a NEMA 4 enclosure with integral latches. The control enclosure shall be constructed of 12 gauge steel and the back plate assembly shall be constructed of 12 gauge steel 60" wide and larger to be 10 gauge or thicker. All enclosure cutouts to be done by laser for proper fit, sealing and coating retention. All indicating lights, reset buttons, speed potentiometer, selector switches and the operator interface device shall be mounted on enclosure door and also be rated NEMA 4. All internal components shall be mounted and secured to the removable back plate assembly. A closed type cooling system shall be included to cool the enclosure and reject heat from the VFD. Open type-cooling systems allowing outside ambient air to enter the panel are not acceptable. No water line connections shall be permitted inside of the control enclosure. VFD status and internal parameters must be viewable without the opening of the enclosure door. Codes. The control panel with controls shall be built in accordance with N.E.C. and U.L. standards. All equipment and wiring shall be mounted within the enclosure and labeled for proper identification. All adjustments and maintenance shall be able to be done from the front of the control enclosure. A complete wiring circuit and legend with all terminals, components, and wiring identification shall be provided. Main disconnect shall be interlocked with door. Cabinet to be lockable. De Lightning and Surge Arrester. All electrical equipment shall be protected by a U.L. Listed approved Category C and Category B surge arrester to suppress voltage surges on incoming power. The devise under IEEE C62.41 Category C will withstand an impulse of 10Kv/10Ka and Category B to withstand a ringwave of 6Kv/500a and an impulse of 6Kv/3Ka. Pass voltage for a 480v devise to the end equipment shall not exceed 1500V-1800V when subjected to an 8ms*20ms waveshape resulting in the following performance statistics: 3720 joules minimum with a power dissipation of 82,500,000VA at 1800V maximum pass voltage to the protected equipment. Response time shall be less than 5 nanoseconds. ge Main Disconnect. A non-fusible main disconnect shall be provided to completely isolate all controls and motor starting equipment from incoming power. Main disconnect shall have through the door operator, and shall be sized as shown in the technical data sheet including horsepower rating. Disconnect shall be as manufactured by ABB or Square D. Disconnect shall not be rated as a service disconnect. F. Circuit Breakers. Thermal-magnetic, molded-case circuit breakers shall be used to supply short circuit protection for each motor and shall be rated for a minimum 18000 amp THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 9 interrupting current. Fuses shall not be acceptable. Circuit breakers shall be manufactured by Square D or equal. G. Control Power. Power for the controls shall be provided by a control power transformer, which will provide low voltage, single-phase power for the pumping system control operation. Control power transformer shall not be used for any other extemal load. The control power transformer shall be protected on the primary side by current limiting fuses of adequate size and voltage rating. All control components will be protected by time delay circuit breakers of adequate size. The control power transformer shall be as manufactured by Acme or Square D. H. Skid Conduit. All on skid conduit shall be flexible conduit with watertight connections at enclosure and termination device. All conduits shall be fastened to the skid every 24". Junction Boxes. All off skid devices requiring control interface shall be terminated in a junction box. This junction box shall be located at the skid edge nearest the installation point of the off skid device. Fertigation and monitoring systems shall be terminated in a NEMA4 junction box located on the top left side of the main controls enclosure to allow end user connection. Part VII - STATION CONTROLS A. Scope. To provide complete instrumentation and controls to automatically start, stop and modulate pump speed(s) to smoothly, efficiently and reliably pump variable flow rates at a constant discharge pressure. Full alarms and safety features needed to protect the equipment and irrigation piping system. All electrical controls shall be U.L. Listed as an Industrial Control Device. B. Motor Starting Equipment. All motor starters for the pumping station shall be mounted on a single back panel in a single NEMA 4 enclosure as specified in Part VI paragraph B. Motor starters shall meet NEMA standards and shall be rated for a minimum of 1,250,000 operations. Each main irrigation motor shall have dual contactors, which are both electrically and mechanically interlocked to allow the VFD to operate on any of the motors as called out in the technical data sheet. Motor overload relays shall be NEMA rated class 10 ambient compensated. Circuit breakers shall supply short circuit protection to each motor and shall be rated for a minimum 200,000 amp interrupting capacity. Motor starters shall be as manufactured by Square D or ABB. Motor over-loads shall be manual reset only. Auto- reset of motor overloads shall not be permitted. C. Variable Frequency Drive. The variable speed drive shall be a digital, pulse width modulation (PWM) variable frequency drive (VFD with IGBT transistors. The VFD shall include a 3% input line reactor to protect against voltage transients. The VFD shall have a minimum wire to wire efficiency of 98.5% and shall be rated up to 550 volt operation in order to eliminate nuisance tripping at marginally high voltage conditions. Incoming power end shall be protected by fast acting semiconductor fuses. Any VFD error messages shall be displayed on an 80 character LCD readout in English or any one of 11 other languages. The following fault protection circuits shall be included: Overcurrent (240%), Overvoltage THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 10 (130%), Undervoltage (65%), Overtemperature (70 Deg. C), Ground fault, and motor overload. The VFD shall be capable of starting into a rotating load and accelerate or decelerate to setpoint without safety tripping. The VFD shall have an automatic extended power loss ride through circuit, which will utilize the inertia of the pump to keep the drive powered. Minimum power loss ride-through shall be one cycle based on full load and no inertia. The VFD shall be optimized for a 3kHz carrier frequency to reduce motor noise. The VFD shall employ three current limit circuits to provide "tripless" operation. The following operating information shall be displayed on the VFD LCD: KWH, elapsed time, output frequency (Hz), motor speed (RPM), motor current (amps), and voltage. Line reactor will be installed on input of VFD to protect against voltage transients. The VFD LCD display shall continuously scroll through all operating information and shutdown faults while the drive is running and while stopped. The information shall be viewable through a watertight Plexiglas window on the control panel door as specified in Part VI paragraph B. VFD shall be as manufactured by Siemens, Robicon or Square D. D. Pressure Transducer. Pressure transducer shall be utilized for providing all pressure signals for the control logic. Pressure transducer shall be a solid-state bonded strain gauge type with an accuracy of plus/minus 0.20% and constructed of 316L stainless steel. Transducer shall be rated for station discharge pressure as shown on technical data sheet, and shall provide gauge pressure output, rather than an absolute. Pressure transducer constructed of plastic is not acceptable. Threshold transducers are not acceptable. Pressure transducer shall be as manufactured by GP50 or equivalent. E. Flow Meter. The pump station shall have a flow sensor installed which will provide the pump station flow rate and total flow through the operator interface device (OID) as specified in Part VI paragraph B. The flow sensor shall be a six bladed design, which provides a low impedance signal proportional to the flow. The accuracy shall be plus/minus 2% of actual flow rate between flow velocities of 1-30 f~./sec. A flow meter mn shall be included with a minimum of 5 pipe diameters straight mn upstream and 2.5 pipe diameters downstream for proper meter accuracy. Flow sensor model must have internal noise filtering feature. Flow sensor wire must be encased in 1 ½" liquick tight conduit from sensor to enclosure. Meter run shall be sized as shown in technical data sheet. Flow sensor shall be as manufactured by Data Industrial or equivalent. Controls. All control logic shall be handled by an industrial grade programmable logic controller (PLC) with a 160 character LED industrial operator interface providing data entry and read-out capabilities. PLC shall provide demand controlled sequential pump start-up, shutdown and safety features through its pressure sensing, flow sensing and voltage sensing devices. PLC shall have LED indicators for input, output and six diagnostic read-outs showing PC Run, CPU Fault, and two communications, (battery and force). An LED visual status light is provided for each I/O to indicate on/off status. PLC shall be provided with a built in EEPROM, capacitor and battery for memory backup. All logic for system control, timing, and control of VFD speed shall be handled by the PLC. A separate set point controller is not acceptable. PLC shall have a built in clock calendar. The PLC shall be as manufactured by OMRON, Texas Instruments, Square D or equivalent. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 11 Control software shall be parameter driven, fully documented, and allow user to easily change ALL operational parameters. Standard control features and equipment which need to be included as a minimum are as follows: Alarms and shutdowns: Low discharge pressure High discharge pressure (Attempt restart)* Low water level (Attempt restart) Phase loss (Attempts restart)* Low voltage (Attempts restart)* Phase unbalance (Attempts restart)* Phase reversal Individual motor overload/phase loss (indicates which individual motor was shut down) Manual reset only. Automatic reset is not acceptable. VFD fault (shutdown VFD pump only and attempts restart)* *Three unsuccessful restarts in 60 minute period will give hard shutdown. All alarms will be indicated by a red general alarm light. Specific alarm conditions along with procedures for correction will be displayed in English on the operator interface display (om). Panel face switches and lights: Controls shall be designed so operator can discretely start and stop all pumps in all modes of operation including manual mode, operator interface failure, VFD bypass and PLC bypass modes with enclosure doors closed and disconnect switch fully engaged. Enclosure shall include the following switches/or indicator lights. Individual pump mn lights Individual Pump On/Off switches System Hand/Off/Automatic switch Mode select switch - allows automatic bypass mode of operation which can be used in the event of VFD failure VFD selector switch - In manual mode, allows user to select which pump will be mn off the VFD Reset - Acknowledges pump station alarms Speed potentiometer - in manual mode allows user to adjust VFD pump speed Low discharge pressure over-ride switch - disables low discharge pressure alarm individual pump mn lights Individual pump and/off switches System Hand/Off/Automatic switch Mode select switch - allows automatic bypass mode of operation which can be used in the event of VFD failure VFD selector switch - in manual mode, allows user to select which pump will be mn off the VFD Reset - Acknowledges pump station alarms THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 12 o Speed potentiometer - in manual mode allows user to adjust VFD pump speed Low discharge pressure over-ride switch - disables low discharge pressure alarm PLC bypass switch allows user to manually operate pumps should PLC fail. The bypass switch shall be din-rail mounted inside the enclosure. When in bypass, the station shall be capable of running all pumps in the manual mode with door operator switches. Any excess flow and pressure shall be bypassed through the pump station relief valve. Six distinct set point pressures (normal, lockouts 1 & 2, and 3 high elevation). The lockout feature gives the user the flexibility to lower the set point pressure automatically at days and times, and "locking out" the operation of one or more of main pumps if local power authority imposes penalties for operating these pumps during such times. It also allows user to set a maximum RPM for the VFD pump during these lockout times so that user can limit amperage draw during penalty periods. The high elevation set point can be tied into a computerized irrigation system, or directly linked to high elevation satellites. When high elevation satellites are operating, control software will automatically and gradually elevate the pressure to the new desired set point. When finished, the high set point will be lowered back to normal. The high elevation set point will only be used if called out on the technical data sheet. Software will be included to automatically and gradually ramps up irrigation system pressure to the desired operating pressure (i.e., 1 PSI every 4 seconds) without overshooting design pressure. The feature operates whenever pressure drops below set point pressure. This ramp up time is fully adjustable by the operator. This control feature is based on an increase in pressure over a pre-defined time period. The acceleration control on the VFD is NOT an acceptable means of adjusting pressure ramp up speed. Software will be included for optionally maintaining a lower irrigation system pressure when not irrigating. Reduced pressure values will be shown in the technical data sheet. Controls will cycle the PM pump at these reduced pressures during non- irrigation times and pressure will gradually increase to design pressure when the irrigation periods begin. Neither flow meter nor VFD output frequency shall be used for shutting down last VFD driven pump. Controls and software shall incorporate a method to eliminate excessive cycling of VFD pump at very low flow conditions, yet not run the pump excessively at no flow conditions. Automatic altemation of VFD driven pumps. This shall be accomplished by incorporating dual mechanically and electrically interlocked contactors allowing alternation of the VFD between pumps. The controls shall alternate pumps based on individual mn time allowing each pump to acquire equal operation. Real time clock calendar allows PLC to internally provide all date, time and day of week functions used above. Tills PAGE TO BE SUBMITTED ALONG WITIt PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE .&ND ACCEPTABLE 13 9. Two separately adjustable PID control loops for both flow and high flow pressure stability. 10. User shall be able to field select either of two modes of VFD operation. Auto switch VFD option allows VFD to sequentially start each pump. The standard mode of operation starts the first main pump on the VFD and the remaining pumps start across the line as required. 11. Shutoff algorithm for fixed speed pumps to minimize pump cycling while also remaining responsive to sudden flow reductions. Minimum run timers alone for minimizing fixed speed pump cycling is not acceptable. Discharging through relief valve during pump transitions is not acceptable. 12. Full manual operation capability with panel face mounted speed potentiometer for manually adjusting VFD speed. 13. Light test: Provide a means to test lights. 14. All pump station shutdowns shall be of the controlled type that sequentially retires pumps at user selectable intervals to reduce water hammer within the irrigation system. Phase fault shutdown shall have accelerated rate to minimize motor damage. All pump system shutdowns shall be of a controlled type that sequentially retire pumps at intervals appropriate to the specific individual alarms. 15. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 PSI below set point and stop 5 PSI above setpoint). G. Individual Motor Phase Failure and Low Voltage Safety Circuitry shall retire any pump that experiences low voltage, phase failure or phase unbalance as monitored at the load-side of each pump motor contactor. Four additional phase monitors are to be provided by the bidder. Each pump motor shall have its protective device and time delay to allow for transient low voltage during motor starting to allow maximum motor protection. Separate main phase failure and low voltage safety circuit shall also be provided to retire the pumping system if it experiences low voltage, phase failure or phase reversal as monitored at line-side of control enclosure. Phase monitor shall have a time delay to allow for transient low voltage during motor starting and to allow maximum motor protection. Operator interface device (OID), mounted in enclosure door, shall signal phase failure for any affected pump. The individual pumps or pumping system shall not operate until the voltage problem has been corrected and safety has been manually reset. Single incoming phase monitor safety circuit is not acceptable. Two extra phase monitors to be included. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 14 H. Operator Interface Device (OLD). The pump station shall include a NEMA 4, 40 character LED display and keypad mounted on the control panel door. This device will allow the operator to view and selectively modify all registers in the PLC. The unit shall store its messages in non-volatile memory. The operator interface device shall incorporate password protection for protecting data integrity. The device will allow for display and modification OF ALL TIMERS, SET POINTS, LOCKOUT TIMES, ETC. The device shall communicate with the PLC through the programming port, and shall include an RS232 communications port allowing a printer to be attached for real time station status logging. In addition to the data entry keys, the following shall be included on the system's main menu: Pressure, Flow and System Status: The current pressure, flow, VFD KPM and a system status overview shall be displayed. Codes or Faults ID numbers shall not be adequate. 2. Current Condition of all Alarms: The input state or alarm state for all active alarms shall be shown. Pump Runtime and Starts: Runtime and number of starts for each pump shall be readily available or visible. The starts and runtime must be verified by electrical pump feedback. The OID will include a grand total and since reset value for each pump. Alarm History: The last nine alarms shall be stored in PLC Memory with detailed information about time, pressure and flow at the time of occurrence. The log will also include diagnostic and recommendations for correction of condition. o Total Flow Output: This total shall include a grand total since commission and a total since reset. Stations Events: The last 255 events shall be stored in PLC memory. This will include all alarms, individual pump starts and stops, and change in system status. o The display shall provide detailed diagnostic information to the operator about the logical state which starts and stops irrigation pumps. This diagnostic information will provide direct insight to controller internal logic. All pump station shutdowns shall be of the controlled type that sequentially retires pumps at user selectable intervals to reduce water hammer within the irrigation system. Phase fault shutdown shall have accelerated rate to minimize motor damage. All pump system shutdowns shall be of a controlled type that sequentially retire pumps at intervals appropriate to the specific individual alarms. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software ladder logic shall be written in such a way that no other value would require THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 15 changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 PSI below set point and stop 5 PSI above setpoint). Operation. During non-irrigation times, the pressure maintenance pump (PM) will cycle on and off as required to maintain irrigation system pressure. The start and stop pressures shall be a differential off of set point. The cycling pressures can be user selected and can be set substantially below normal set point pressure if desired. If the PM pump cannot maintain the desired pressure, then the VFD will start the first pump and will gradually ramp the pressure up to desired irrigation pressure. The start pressure of the VFD pump shall be a differential below the set point. The pump speed will be modulated to hold a constant discharge pressure regardless of flow. As the flow rate increases and the VFD pump can no longer maintain pressure while at maximum speed, the next sequential pump will be started and the VFD driven pump will accordingly reduce its speed and modulate. An algorithm shall be included for accurately reducing the VFD pump speed as the next sequential pump is started so that no pressure surges are generated during the transition (even with across the line starting). If the user prefers to switch the VFD from pump to pump for sequential starting, he can select this option with the OID. As the flow continues to increase, pumps will sequentially be started until all pumps are nmning. As the flow begins to decrease, pumps will be sequentially turned off until only a single VFD driven pump is operating. When a no flow condition occurs, PLC must check and verify pump curve position prior to station shutdown. Part VIII - GENERAL Scope. The bidder shall be responsible for providing all materials, equipment, and labor necessary to install all items associated with the pump station. These specifications are intended to provide for mm-key installation of a new pump station including the pick-up and removal of the existing pump station. The time from when the old pump station is taken offiine until the new pump station is fully functional shall not exceed two days. A. Unloading and Setting Supervision. Setting of the pump station is the responsibility of the manufacturer. Crane to off-load and set the pump station on the existing concrete slab wet well to be provided by the contractor. B. Start Up. When discharge piping, electrical connections, and electrical inspection have been completed by the contractor, the pump station manufacturer shall be responsible for start up. During start up, the complete pumping system shall be given a running test of normal start and stop, and fully loaded operating conditions. During this test, each pump shall demonstrate its ability to operate without undue vibration, or overheating and shall demonstrate its general fitness for service. All defects shall be corrected and adjustments made at the expense of the pump station manufacturer. Test shall be repeated until satisfactory results are obtained. After the station start up has been completed, but before leaving the job site, an eight-hour training session will be given. The training session will be given to the owner" representatives to familiarize them with the pumping system operation, maintenance and THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 16 adjustments. Four copies of manuals covering operation, control and maintenance functions shall be provided. Part IX - WARRANTY Scope. Manufacturer shall maintain a Factory Trained and Managed Service Network to execute all warranty claims. All service entities must maintain as their primary core business the maintenance, service and repair of pump systems and shall be supported by a Factory Direct Service Group to include dedicated factory phone support technicians for 24/7 technical assistance. The manufacturer shall provide 24/7 technical phone support to the end user during and after the warranty period. Authorized Service Technicians must be Factory Trained and maintain a minimum of 25 hours per year of on going in-factory training. An authorized service technician must be available on the site within 24 hours after notification that the pump station is down during the warranty period. An authorized service technician shall perform preventive maintenance on the system during the warranty period to include at least one (1) visit completed one time per three months. Warranty. The manufacturer shall warrantee that the water' pumping system or component will be free of defects in workmanship for one year from the date of authorized start-up. The manufacturer will provide a replacement part or component and field installation during the warranty life. Part X - ADDITIONAL AND OPTIONAL SHIP LOOSE EQUIPMENT Scope. Pump system manufacturer shall provide the following as part of the pumping system. These items shall be shipped loose and installed on site. If there are any discrepancies between this options section and the main specification, this section takes precedence. Discharge Dog Leg. The pump station manufacturer shall supply the discharge pipe connecting the pump station discharge to the irrigation main line. ASTM A10$ SCHEDULE 40 PIPE or HEAVIER. The discharge pipe shall be painted the same as the main pump station and all be sized per the technical data sheets. Wye Strainer - Pump system manufacturer shall provide one of the following wy, strainers or an equal: Ao Automatic Blowdown wye strainer shall be installed upstream of the flow sensor in the discharge manifold of the pumping station. When demand ends and before the last main pump stops, the station controls will open the wye-strainer's electrically actuated ball valve to flush the strainer screen. B. The wye strainer shall be 125 class flanged, and minimum 200 psig rated. The wye-strainer screen shall be removable, and it shall be 304 stainless steel. The wye-strainer body shall be ASTM A126 cast iron. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 17 The blowdown ball valve shall be 2 inch, 115 VAC, electrically actuated. Pilot or solenoid operated blowdown valves shall not be accepted. The valve shall be rated for minimum 200 psig working pressure and have a bronze body, a 316 stainless steel ball with a 1 ½ inch port, and Teflon seats. The actuator shall have an 8 second 90 degree stroke time and a NEMA 4 enclosure. An illuminated OFF- AUTO-MAN selector switch on the control panel shall control the automatic blowdown function. The switch shall light whenever the blowdown valve is opened. OR B. Automatic flushing wye strainer mounted and wired on skid. The wye strainer basket shall be piloted in both body and cover and fabricated from 24 gauge stainless steel with perforations as shown in the technical specifications. The body of the strainer shall be cast iron with flanged connections. Pressure drip through the strainer shall be not more than 1.75 PSI at full station capacity. The strainer shall be automatically flushed after a specific pump station mn duration period. This timer is adjustable through the computer operator interface device (OID) as called out for in these specifications. An. H.O.A. selector switch shall be mounted on the control panel face. Provided as an integral part of the strainer package shall be a normally closed solenoid operated valve. The PLC shall initiate the flushing cycle by opening the 2" solenoid valve for 15 seconds. The flushing duration shall be an adjustable timer through the computer interfaced device. A 2" ball valve shall be supplied to isolate the solenoid valve from the irrigation system. The wye strainer size shall be specified in the technical data sheet. The flush line shall be piped to skid edge. Others to supply flush line back to supply pond. Part XI - PAINT A. Paint. Structural steel, attached piping, and supports shall be grit- blasted with #50 steel grit per SSPC-10 to a near white metal condition. The cleaned steel surface shall be immediately primed with an industrial grade primer to thickness of 2-1/2 to 3 mils epoxy primer. The finish coat shall be acrylic enamel to a thickness of no less than 3 mils and applied through an electrostatic method to insure proper adhesion. Manufacturer shall provide a touch up kit for owners use. Powder coating will not be an accepted paint process since powder coating cannot be field applied. Be Panel Paint. The control panel shall be dip cleaned, acid etched and neutralized, iron phosphate coated and painted with a finish coat of 1-1/2 to 2 mils of bright white polyurethane. THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 18 Vertical Turbine Variable Speed Prefabricated Pump Station Total Design Criteria: Quantity of Pumps: 4 Total Design Flow: 2500 GPM ~ 100-110 PSI Station Discharge. Party Listing: Starting Equipment: U.L. Listed as an Industrial Control Device Controls: U.L. Listed as an Industrial Control Assembly VFD Controls: U.L. Listed as an Industrial Control Assembly Third Total Design Criteria: Zone Flow (GPM) Pressure (PSI) 1 2500 120 2 N/A N/A 3 N/A N/A Water Feature N/A N/A SO N/A N/A Incoming Power: Amps Fault Amps KVA Voltage Phase Service Entrance 379 200,000 249 460 3 Hertz 6O Main Disconnect Amps Volts Service Entrance 400 600 Variable Frequency Drive Operating Temperature: Humidity: Minimum Efficiency: Frequency Rating: 0 to 40°C (32° - 104°F) Non-Condensing 98% (full load, base speed) 100% continuous drive rating Intermittent 111% Drive rating for one minute Safeties: Safety Incoming Phase Failure and Low Voltage and Phase Reversal Individual Power Phase Failure and Low Voltage Low Discharge Pressure Shutdown High Discharge Pressure Shutdown Low Water Level Shutdown Setting 10%+/- 10%+/- 25 PSI Below Setpoint 15 PSI Above Setpoint 2' Above Pump Suction Motor and Pump Data Motor HP Motor/Pump RPM Motor Service Factor PMP Pump #1-3 3 75 36O0 18OO 1.15 1.15 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 19 Motor Efficiency Motor Power Factor Motor Type Motor Disconnect Volts Motor Full Load Amps Motor Fuse Amps Motor Fuse A/C Rating Motor O.L. Rating, Amps Motor Starter Type 81% 88 SUB 600 4.8 6 200,000 4.8 IEC/XL 91% 87 WP1 600 96 125 200,000 96 IEC/VFD/XL Motor De-rate for Altitude Motor CFM Requirements Total Station CFM Requirements Pump GPM Pump TDH Pump Efficiency at Design Pump Shut Off Head, FT Pump Column Pipe ID Pump Discharge Size Pump Check Valve Size Check Valve Rating, PSI Check Valve Drop at Capacity PSI Pump Isolation Valve Size Isolation Valve Rating, PSI Station Relief Valve Size 200 N/A N/A 27 278 65% 450 2" 2" 2" 200 .5 2" N/A 200 N/A 1200 3600 833 296 84.43% 384 6" 6" 6" 200 2.75 6" ,, All Motors to be VFD rated, Motor Stating Code G, Class F Insulation. Station Discharge Information: Zone Isolation Meter Run Meter Type Z Pipe TOL's Valve Size 1 8" 8" DI-220B 8"FLxl4"PE 3-3/4" 2 N/A N/A N/A N/A N/A 3 N/A N/A N/A N/A N/A Water Feature N/A N/A N/A N/A N/A SO2 N/A N/A N/A N/A N/A Remote Interface and Alarm Notification: Modem X Internet X Direct X Radio N/A Cellular N/A Power Conditioner: qize (KVA) Output Voltage 7.5 120 Circuit Breakers Amps-Quantity 15-4 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20