CITY OF SAN LEANDRO INVITATION FOR BIDS

Similar documents
Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

SUGGESTED SPECIFICATIONS

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

SUGGESTED SPECIFICATIONS Pump Frames NS3 thru OMC5

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

One (1) New Trailer Mounted Thermoplastic Pavement Marking Unit Bid No Notice to Bidders

DARTMOUTH COLLEGE DESIGN February 15, 2006 & CONSTRUCTION GUIDELINES

PROJ. NO SECTION HYDRONIC PUMPS

SECTION AXIAL HVAC FANS

Bulletin BX-512H. Bell & Gossett. Series HSC-S Pumps Technical Bulletin. Bell & Gossett. Part of the. Equipment Selection Programs

CITY OF TAMPA ADDENDUM NO. 2. DATE: June 27, Contract 15-C-00021; Howard F. Curren AWTP HPO Gearbox/Mixer Upgrades and Piping Replacement

1. Wiring Diagrams: Power, signal, and control wiring.

SPECIFICATIONS - DETAILED PROVISIONS Section Vertical Hollowshaft Electric Motors C O N T E N T S

University of Houston Master Construction Specifications Insert Project Name

EFQT/EFQU. EBARA Self Priming Trash Pump. Contents Project: Model: Chk d: Date:

SECTION PUMPS GENERAL PUMPS PART RELATED DOCUMENTS

SEWPCC UPGRADING/EXPANSION PROJECT BID OPPORTUNITY SECTION LOW-VOLTAGE AC INDUCTION MOTORS

4500C Series Vortex Pumps

Product Numbering System Typical Specifi cations, Models 4AC, 4AE, 6AC, 6AE, 8AC Pump Assembly, Types AC & AE

EN. 850 Filtrate Pumps. Technical Specification Pages

NC State University Design and Construction Guidelines Division 23 Hydronic Pumps

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

G&L Pumps. TECHNICAL Brochure BAC8100. Series A-C 8100 SPLIT CASE PUMPS

Basic Hydraulic Features. Basic Mechanical Features

SECTION GENERAL MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT

SECTION DOMESTIC-WATER PACKAGED BOOSTER PUMPS

RS Multi-Stage, Ring Section Pumps

Goulds Small Capacity Double Suction Pump

High-Temperature and Pressure Paper Stock / Process Pump

Goulds 3181 High-temperature/Pressure Paper Stock/ Process Pumps

SECTION MOTOR REQUIREMENTS for HVAC

Performance curves. Performance dare To compare

griswold 811 performance curves

Dolan Mechanical, Inc. 638 Johnson Road, PO Box 326 Sicklerville, NJ (856) FAX (856) NO EXCEPTION TAKEN

Fire Protection. FP-XA End Suction

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

Goulds 3186 High-temperature/Pressure Paper Stock/ Process Pumps

Index - Section 14 End Suction Pump Semi-Open Impeller

GENERAL Proposal 1) Bid Sheet REPLACE -Section Page 12 & 13 of Section 0300 BID SHEET with the attached revised document.

A. Fan motors and associated equipment shall be sized to operate at 110% of calculated loads and capacities.

3312 Model. pumping Model Model AURORA Series HORIZONTAL AND VERTICAL CLOSE-COUPLED PUMPS

Series HSC-S Pumps Technical Brochure

855 Filtrate Pump, Close Coupled and Overhead Mounted Pumps

SECTION CENTRIFUGAL HVAC FANS

AURORA Series MODEL 3560 ASME/ANSI B73.1M INDUSTRIAL PROCESS PUMPS

RECOMMENDED SCREW PUMP SPECIFICATION

340 Series Double Suction Split Case Pumps

High Temperature Air-Cooled Hot Oil Pumps

Contents. Identification

PROCESS PUMPS MODEL V200 ANSI B73.2

Wilo Helix Vertical Multi-Stage, High Pressure Pumps. Engineering Specification

SECTION OWNER FURNISHED EQUIPMENT

ZPP and Z22 Double Suction Axially Split Single Stage Centrifugal Pumps

PUMPS FOR INDUSTRY. The Vertical Pump Specialists CONTENTS: Introduction & User List. Product Overview. Vertical Process Pumps...

Waterfall Pumps Manufacturing

CENTRIFUGAL PROCESS PUMPS MODEL A100 ANSI B73.1

Goulds API th Edition/ISO nd Edition API OH3 Overhung. Vertical In-Line with Bearing Frame. An ITT Brand

VSC /VSCS Pumps Technical Brochure

AURORA 3500 SERIES MODEL 3550 ASME/ANSI B73.1 INDUSTRIAL PROCESS PUMPS

Model 3550 ASME/ANSI B73.1M Industrial Process Pumps

SECTION DOMESTIC-WATER PACKAGED BOOSTER PUMPS

A. Motors shall be designed, built, and tested in accordance with the latest revision of the following standard documents.

SPUR GEAR PRODUCT LINE: CAST IRON PUMPS TABLE OF CONTENTS SERIES DESCRIPTION RELATED PRODUCTS OPERATING RANGE. Section 1451 Page 1451.

WARREN COUNTY, N.Y. M/E REFERENCE A. Submit manufacturer's product data on all motors and adjustable speed drives.

High Temperature Air-Cooled Hot Oil Pumps

Centrifugal End Suction Fire Pumps

Series Split Coupled Vertical In-Line Pumps. File no.: 43.10in Date: august 14, 2013 Supersedes: 43.10in Date:

INVITATION TO BID. January 10, 2018

Head - m. Flow - US gpm. Comments. Customer : Contact : Re Cotizacion Metro Linea 4 EDB Project : Quote No. :

Wilo IL Vertical Inline Pumps. Engineering Specification

PWD. PWD API 610 BB1 Single Stage Pump

LUBE OIL PUMPS. Critical Lubrication Service for: Bearings Seals Gearboxes. on... Gas & Steam Turbines Compressors Engines Starting Packages

INVITATION TO BID Fort Morgan Golf Course Golf Carts

High Capacity Centrifugal & Sprinkler Pumps

3800 Series. Single Stage End Suction Pumps. Capacities to 4200 G.P.M. (954 m 3 /hr) Heads to 520 Feet (180 Meters) Temperatures to 300 F (149 C)

REQUEST FOR BIDS CITY OF SANDERSVILLE OFFICE OF PUBLIC WORKS SOLIDS HANDLING PUMP

R Range Heavy Duty Process Pumps. Excellent Oil & Gas Solutions

G2C and G2S Series Vertical Cantilever and Sump Pumps

Bulletin C Dean Pump Division. Heavy Duty, High Temperature Process Pumps. R4140 Telescoping Guard. R4140 C-Face Motor Support

SECTION COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT

DESIGN GUIDELINES FANS PAGE 1 of 7

ANSI Centrifugal Process Pumps. 911 Series

SECTION H3 TRAYMASTER SERIES DEAERATORS

barmesapumps.com WHAT IS AN ANSI PUMP

Bristol: A History & Future.

A. This Section includes the following types of sectional overhead doors:

Model 133 Models 134 & 135 AURORA 130 SERIES SINGLE STAGE TURBINE TYPE PUMPS

Trash- and Solids-Handling Centrifugal Pumps Series 2100 Quality Design Features Assure Long, Trouble-Free Service

MECHANICAL AND ELECTRICAL COORDINATION SECTION MECHANICAL AND ELECTRICAL COORDINATION PART 1 - GENERAL

PWH API 610 SINGLE STAGE OH2

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

1. Division 26 Section "Elevator Shunt-Trip Fused Disconnect Switches".

PWV API 610 Vertical Turbine Pump VS6 (Can Type) VS1 (Sump Type)

HIGH CAPACITY CENTRIFUGAL & SPRINKLER PUMPS

SOLAR HEATING SYSTEM

ZE/ZF Process Pump API 610

SECTION HVAC POWER VENTILATORS

Transcription:

CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Sally M. Perez Interim Purchasing Agent (510) 577-3472 fax (510) 577-3312 sperez@sanleandro.org BID NO: DATE MAILED: THIS BID MUST BE DELIVERED TO THE CITY BEFORE: 14-15.034 May 20, 2015 3:00 p.m., Tuesday, June 16, 2015 QTY. DESCRIPTION UNIT PRICE ONE (1) DIGESTER RECIRCULATION HORIZONTAL END SUCTION PUMP AND MOTOR Bid No. 14-15.034 EXTENSION ONE (1) EACH Notice to Bidders Provide one (1) digester recirculation horizontal end suction pump and motor in accordance with the specifications attached to this bid. Make/Model: Specify Warranty: Delivery Date: $ EACH DELIVERY CHARGE (if not included in price) $_ $_ TOTAL $_ GRAND TOTAL All specifications are minimum requirements, unless otherwise noted. All bidders must submit with their proposal sufficient literature to show compliance with specifications. Any deviations from specifications must be clearly indicated in writing at the time the proposal is submitted. The City reserves the right to waive minor variations in specifications bid. Questions related to this bid may be submitted in writing to the Purchasing Agent at the address above or via email to: sperez@sanleandro.org Do not include sales tax in your bid. Sales tax will be added to the purchase order and remitted with invoice payment. State your earliest delivery date as requested. This date may be an important factor in award determination. Sealed bids shall be received at the Finance/Purchasing Office, City Hall, 2 nd Floor, 835 E. 14 th Street, San Leandro, CA up to 3:00 p.m., Tuesday, June 16, 2015 at which time they will be publicly opened and read. Page 1

Any bid may be withdrawn at any time prior to the time fixed for the opening of bids only by written request for the withdrawal of the bid filed with the City. The request shall be executed by the bidder or bidder s duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time nor may any bid be withdrawn after the time fixed in the public notice for opening of bids. As stated in Public Contract Code Section 5100 to 5108, inclusive (State Contract Act) concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the City written notice within five (5) days after the opening of the bids of the alleged mistake, specifying in the notice, in detail how the mistake occurred. All bidders shall verify if any addendum for this project has been issued by the City. It is the bidder s responsibility to ensure that all requirements of contract addendum are included in the bidder s submittal. The award will be made to the lowest responsible bidder whose bid complies with the specifications in a manner satisfactory to the City s best interests as determined by the City. The right is reserved, as the interest of the City may require, to reject any or all bids, or to waive any informality or minor irregularity in the bids. Payment shall be within 30 days following acceptance of bid items. To bid, complete and return a copy of the Request and any other required forms, in a sealed envelope. The envelope shall be marked with the project name and bid number. The bid must be received by the date and time shown in order to be considered. Deliver envelope to: City of San Leandro Purchasing Dept., 835 E. 14 th Street, San Leandro, CA, 94577. Please note that there is a one-day delay in mail delivery to City Hall by the U.S. Postal Service. Delivery of materials shall be to: Water Pollution Control Plant 3000 Davis Street San Leandro, CA 94577 Firm Date: Address Phone:_ FAX: By (Signature) _ Print Name: Title: Sally M. Perez Interim Purchasing Agent Page 2

ONE (1) DIGESTER RECIRCULATION HORIZONTAL END SUCTION PUMP AND MOTOR Bid No. 14-15.034 Notice to Bidders SPECIFICATIONS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The vendor shall provide horizontal process end suction centrifugal pump and appurtenances, complete for service and duty use. Duty is defined as 24 hour, 7 days per week cycle under severe operating conditions. 1.02 DEFINITIONS A. Pump Head, Total Dynamic Head (TDH), flow capacity, pump efficiency, Net Positive Suction Head available (NPSHa), and Net Positive Suction Head required (NPSHr): B. Suction head: Gauge pressure available at pump intake flange or bell in feet of fluid above atmospheric; average when using multiple suction pressure taps, regardless of variation in individual taps. 1.03 SYSTEM DESCRIPTION A. Horizontal end suction pump and components: Pump, motor driver, baseplate, belts, sheaves, and guard as specified. B. Design requirements: 1. Pump performance characteristics: a. As specified in the Pump Schedule. b. Performance tolerance shall be within ANSI 14.6 2011 Grade 2B. 2. Motor characteristics: As specified in the Pump Schedule. 1.04 SUBMITTALS A. Complete Shop Drawings and product information shall be submitted and approved prior to fabrication. Electronic copies are acceptable in either PDF or Microsoft Office document format. B. Complete set of Operation and Maintenance manuals including full parts breakdown. Delivery of product will not be considered complete until acceptable O&M manuals have been submitted. Electronic copies are acceptable in either PDF or Microsoft Office document format. C. Torsional analysis: Startup, checks, and operates the pump system over its entire speed range. If the pump is driven by a variable speed drive, the pump and motor shall be tested at 100 RPM increments from minimum pump manufacturers recommended speed to motor nameplate speed. Unless otherwise indicated, vibration shall be within the amplitude limits recommended by the Hydraulic Institute standards at a minimum of 4 pumping conditions defined by the City of San Leandro WPCP Project Manager. Page 3

1.05 QUALITY ASSURANCE A. In the event any pumping system fails to meet the indicated requirements, the pump shall be modified or replaced and re-tested as above until it satisfies the requirements. B. Pump manufacturer is required to furnish and coordinate pump, motor, baseplate, belts, sheaves, and guard as specified and to provide written installation instructions and check out requirements. 1.06 DELIVERY, STORAGE, AND HANDLING A. All components shall be secured to rigid pallets suitable for use with forklift. Components shall be wrapped in recycled plastic to ensure atmospheric elements do not contaminate materials during delivery or temporary storage. 1.07 WARRANTY A. Supplier to provide warranty that the equipment provided shall be free of defects in workmanship and materials after eighteen (18) months from delivery of the product. 1.08 MAINTENANCE A. Special tools: Deliver 1 set for every furnished pump type and size needed to assemble and disassemble pump system. Spare parts: Provide 1 of the following for each size or type of pump; deliver as specified: 1. Set of casing seal gaskets or o-rings. 2. Set of bearings. 3. Set of bearing frame seal gaskets and o-rings. 4. Spare replacement mechanical seal. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Pump: One of the following or equal: 2.02 MATERIALS 1. Sulzer End Suction APT Series Process Pump 2. Approved equal A. General: When materials are referenced in this Section or on the pump schedule, the compositions shall be the UNS Alloys, Types, or Grades in this Article unless specified or scheduled otherwise. B. Cast iron: ASTM A 48, Class 35 B minimum. C. Stainless steel: ASTM A 890, Grade 3A Duplex Stainless or UNS Alloy as specified or scheduled. D. Stainless steel: SS 2324 Duplex Stainless as specified or scheduled. E. Fasteners: Stainless steel, ASTM F 593 or ASTM F 594, type or grade as specified. Page 4

2.03 PUMP CASING Page 5 A. TYPE: The casing shall be end suction with top centerline, self-venting discharge and 125# ANSI flanges. The casing will be of back-pull-out design to allow complete disassembly without disturbing the piping or driver. The casing is to be supported by rigid integral cast feet for maximum resistance and distribution of unanticipated loads. It will be radially split and rabbetted to the stuffing box cover and adapter to assure proper alignment. The casing will be sealed by use of a confined gasket between the casing and cover. Material: As scheduled. B. Design working pressure: Minimum 145 psig. C. Hydrostatic test: 5-minute hydrostatic test minimum 1.5 times Design Working Pressure. 2.04 IMPELLER A. Type: The impeller shall be of ASTM A890 Grade 3A duplex stainless steel and be of open design, statically and dynamically balanced to ISO 1940 G6.3. The impeller will be mounted to the shaft by means of an integral spiral cut shaft key allowing the assembly and disassembly by turning no more than 540 degrees rotation. The impeller will be locked in place with an impeller bolt with integral locking washer. The impeller will be specifically designed to handle liquids containing up to 70% air entrainment. B. Water passages: Smooth, able to prevent clogging by stringy or fibrous and to pass spherical solids of size scheduled. C. Rotation: Clockwise looking from driver. 2.05 WEAR PLATE A. Material: ASTM A 890, Grade 3A duplex stainless steel. B. Replaceable and externally adjustable to maintain proper clearances between the wear plate and the impeller. C. Include cutting grooves to prevent plugging between the impeller and side plate. 2.06 PUMP SHAFT A. Material: 2324 duplex stainless steel, turned, ground, and polished. B. Strength: Able to withstand minimum 1.5 times maximum operating torque and other loads. C. Deflection: Maximum 0.002 inches at the face of the seal box under operating conditions. 2.07 MECHANICAL SEAL A. Mechanical seal assembly shall be a heavy duty cartridge type design to include a replaceable shaft sleeve. B. The seal shall contain multiple balance springs that are externally mounted from the process fluid, and seal faces shall be Carbon/Silicon Carbide. C. The seal shall be John Crane Type SB1 or equivalent heavy duty cartridge type with readily accessible repair or replacement kits 2.08 BEARING UNIT A. The bearing unit is to be sealed by use of INPRO VBX, or equal, isolators to protect the bearings and lubricating oil from external contamination. A bulls-eye sight glass will be

provided to monitor the oil level. In addition the bearing housing will be supplied with a constant level oiler with stainless steel guard. The bearings are to be shoulder mounted to the shaft and fixed in the bearing housing to eliminate any axial shaft movement. Each bearing housing is to be drilled to accept optional temperature and vibration probes for use in predictive maintenance. B. The radial bearing (inboard) is to be a cylindrical roller design with a minimum L 10 life of 100,000 hours. The axial (thrust) bearing will consist of two 40 angular contact bearings mounted back-to-back to provide a minimum of 100,000 hours L 10 life. 2.09 BASEPLATE ASSEMBLY A. The baseplate shall be a 4-point tube steel base for use with right-hand motor mounting. The tube structure will be galvanized to prevent long-term corrosion. The structure will have a 4-point mounting layout with foundation screws for anchoring the assembly. The base assembly shall completely house the pump and motor within its layout and include an OSHA guard to enclose the belts & pulleys. 2.10 BELT DRIVE ARRANGEMENT A. The drive arrangement shall include suitable v-belts and sheaves to produce necessary pump speed using a fixed speed motor. 2.11 MOTOR A. Motors: Features as specified and as scheduled: 1. Provide motors that are rated suitable for continuous operation in ambient temperature at project site conditions. 2. Manufacturer: One of the following or equal: a. Siemens b. General Electric c. Toshiba International Corp., Industrial Div. 3. Horsepower: a. As scheduled. b. Listed motor horsepower is the minimum to be supplied. Increase motor horsepower if required to prevent motor overload while operating at any point on the supplied pump operating head-flow curve, including runout. 4. The motor shall be capable of continuous operation. 5. Provide Thermostats for temperature protection. 6. Provide Bearing Isolators for bearing protection. 7. Provide Grounded Shaft for protection against bearing currents. 8. Severe Duty rated motors: a. Squirrel cage induction motor, TEFC Premium Efficient. b. NEMA Design B with 1.15 SF. c. Class B Temperature Rise, Class F Insulation. d. Designed for 40 C Ambient Temperature. e. Severe Duty Cast Iron Frame, End Brackets, Fan Cover, and Conduit Box. f. UL Listed for NEMA MG 1, Part 31 300 HP and Below. Page 6

2.12 SOURCE QUALITY CONTROL A. Witnessing: Source or factory testing shall be witnessed by the ENGINEER or OWNER when scheduled; provide advanced notice of source testing as specified. B. Equipment performance test: Test level as scheduled; test as specified. C. Driver test: Test driver as part of pump test. PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. Witnessing: All field testing shall be witnessed by the ENGINEER; provide advanced notice of field testing as specified. B. Inspection and checkout: As specified. C. Equipment performance test: Test level as scheduled; test as specified. D. Operational testing: As specified: Temperature, noise, and vibration testing specified within the general equipment performance and pump performance test sections is not required for wet pit installations. 3.02 MANUFACTURER'S FIELD SERVICES A. Require manufacturer to inspect system before initial start-up and certify that system has been correctly installed and prepared for start-up as specified. B. Training: Minimum 8 hours onsite training and classroom review of pump component specifics, routing maintenance, and operational procedures. 3.03 GENERAL DESCRIPTION A. Identification Pump Name Digester Recirculation Pump Equipment Number Quantity 1 Location B. Operating Conditions: The WORK of this Section shall be suitable for long term operation under the following conditions: Duty Drive Ambient environment Continuous Fixed Speed Outdoors, Humid, Corrosive. Ambient temp, deg.f 40-110 Ambient relative humidity % 0-100 Page 7

Fluid service Water with 2% Sludge Fluid temp, deg.f 40-110 Fluid ph range 6.8-7.4 Fluid specific gravity.9-1.1 Fluid viscosity, cp 5.0 Project site elevation 56 Feet ASL 3.04 PUMP SCHEDULE Tag Numbers General Characteristics: Service 2% Sludge Quantity 1 Minimum Pumped Fluid Degrees 40 Fahrenheit Normal Pumped Fluid Degrees Fahrenheit 100 Max. Pumped Fluid Degrees Fahrenheit 110 Installation Configuration Pump Characteristics: Horizontal End Suction Back Pullout Impeller Type Open Speed Control Fixed Maximum Pump Speed, RPM 750 Rated Design Point: (at Maximum rpm) Flow, gpm 6,120 Head, Feet 13.5 Minimum Hydraulic Efficiency, Percent 77 Maximum Active Input Horsepower 28 Other Conditions: Minimum Suction Static Head, Feet 23.5 Maximum Suction Static Head, Feet 27.0 Page 8

Motor Characteristics: Quantity 1 Horsepower Rating, HP 40 Maximum Driver Speed, RPM 1,200 Inverter Rated Voltage/Phases/hertz 460/3/60 Service Factor 1.15 Motor Efficiency (At 100 Percent Load) Minimum Enclosure Type NEMA Design Type Insulation Class 120V Space Heaters Thermostat Protection Test Witnessing Performance Test Vibration Test Level Noise Test Level Performance Test Level Vibration Test Level Noise Test Level Source Quality Control Testing: Field Quality Control Testing: No 94% TEFC, Severe Duty B F YES YES Witnessed Certified Performance Curve N/A N/A 1 Field Test; Min 4 Duty Points HI STD HI STD Page 9