HomeMy WebLinkAboutPR 19305: PURCHASE OF VARIOUS PUMPS FROM PUMP & POWER EQUIPMENT LLC City of4 P.R. No. 19305
2/3/16 jt
ort rthu��
Texas
INTEROFFICE MEMORANDUM
UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION
Date: February 3, 2016
To: Brian McDougal, City Manager
From: Jimmie Johnson, Ph.D., Director of Utility Operations;(
RE: Proposed Resolution No. 19305
Nature of the Request:
These pumps will replace existing units at the Hwy 365 and Montrose Lift Station. Water
Utilities has standardized Gorman Rupp pumps for self-priming applications. We were able to
obtain only one quote (attached) for these pumps, and since Pump & Power Equipment LLC
is the only authorized municipal/governmental distributor for Texas, it should be considered a
sole source for this equipment.
Item & Description Price
Gorman Rupp Self Priming T-Series Pump Packages Model T8C60Sc-B/F (2)
Gorman Rupp Self Priming T Series Pump Packages Model T10C6OSC-B/F(1) $ 61, 04.00
Triplex Nema 4X SS Control Panel 60hp/460/3/60, w/VFD's $ 62,244.00
Gorman Rupp Self Priming T Series Pump Packages Model T8C60Sc-B/F $ 43,352.00
Gorman Rupp Self Priming T Series Pump Packages Model T10C6OSC-B/F $ 62,244.00
$229,444.00
Staff Analysis, Considerations:
City staff will install & operate these pumps.
Recommendation:
I recommend the City Council approve Proposed Resolution No. 19305 authorizing the
purchase of various Sanitary Sewer Pumps from Pump & Power Equipment LLC, of
Houston, Texas, with a projected budgetary impact of$229,444.00. a
Budget Considerations:
This equipment was budgeted in O&M Account Nos. 410-1255-532.92-00 and
410-1256-532.92-00.
P. R. No. 19305
02/3/16 jt
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF
VARIOUS PUMPS FOR THE UTILITY OPERATIONS
DEPARTMENT FROM PUMP & POWER EQUIPMENT
LLC, OF HOUSTON, TEXAS, WITH A PROJECTED
BUDGETARY IMPACT OF $229,444.00. FUNDS ARE
AVAILABLE IN ACCOUNT NOS. 410-1255-532.92-00
AND 410-1256-532.92-00.
WHEREAS, the Utility Operations Department routinely uses various types of pumps to
convey sewage through our collection system to our Wastewater Treatment Plants throughout the
City; and,
WHEREAS, we have solicited a quote for such equipment, as delineated in our
Purchasing Policy; and,
WHEREAS, Pump & Power Equipment is the only authorized municipal/governmental
distributor for Texas and should be considered a sole source for this equipment, which meets our
requirements.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF PORT ARTHUR:
THAT, the City Council hereby authorizes the purchase of various Sanitary Sewer
Pumps from Pump & Power Equipment, of Houston, Texas, with a projected budgetary impact
of$229,444.00; and,
THAT, an authorized representative of Pump & Power Equipment shall sign this
resolution agreeing to the terms of the purchase; and,
THAT a copy of the caption of this resolution be spread upon the minutes of the City
Council.
P. R. No. 19305
2/3/16
Page 2 of 2
READ, ADOPTED AND APPROVED THIS day of , 2016 at
a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor
Councilmembers:
NOES:
Debris Prince
Mayor
ATTEST: APPROVED FOR ADMINISTRATION:
Sherri Bellard Brian McDougal
City Secretary City Manager
APPROVED AS TO FORM:
> , i
Valecia Tizeno Clifton Williams, CPPB
City Attorney Acting Purchasing Manager
4111.
Dr. Jill•uie Johnson, PhD
Director of Utility Operations
P. R. No. 19305
2/3/16 jj
Page 3 of 3
APPROVED AS TO THE AVAILABILITY
OF FUNDS:
lo.(4e/(r.
Jerry Dale, CPA, GFOA r,\5h6
Interim Director of Finance
Account No.: 410-1255-532.92-00 &
410-1256-532.92-00
AGREED TO:
Pump&Power Equipment
P. R. No. 19305
EXHIBIT "A"
(Quote)
:: ----
Pump & Power Equipment, LLC
Po. Box 450270 Houston Texas 77245
EXGEPTIGNAL QI.IALITT SINCE 1958 Phone: 713-783-8530 Fax: 713-783-1221
Pump & Power Equipment www.pumppower.com
WWW.PIIMPPOWER.COM• 713-783-6530
January 21, 2016
City of Port Arthur
Project: Hwy 365 &Montrose Liftstation Pump Addition
Attn: Charles Shajari/Danny Luna
Quote Number: BD010616Arev2
Thank you for the opportunity to submit our proposal for your equipment needs.
Pump &Power Equipment(PPE) appreciates your confidence in us to supply the best equipment and service
available in the industry today.
Hwy 365 L/S
Duty Condition: 1300GPM @ 50' TDH
Two (2) Gorman Rupp Self Priming T Series Pump Packages Model T8C6OSC-B/F. Cast Iron
Construction. Vertical V-Belt Driven w/ a 60hp 1750 rpm 230/460v TEFC Motor. Mounted on a fabricated
Galvanized Base w/belts sheaves & guards. w/ERADICATORTM SOLIDS MANAGEMENT SYSTEM
One (1) Gorman Rupp Self Priming T Series Pump Packages Model T10C6OSC-B/F. Cast lion
Construction. Vertical V-Belt Driven w/ a 60hp 1750 rpm 230/460v TEFC Motor. Mounted on a fabricated
Galvanized Base w/belts sheaves & guards. w/ERADICATORTM SOLIDS MANAGEMENT SYSTEM
Net Price: $ 61,604.00
Hwy 365 L/S Controls:
One (1) Triplex Nema 4X SS Control Panel 60hp/460/3/60, w/VFD's,line reactors, ACs and larger
enclosures Transducers, float, cable holder& anchor chain kit.
Net Price: $ 62,244.00
Terms are net 30,upon approved credit. No taxes are included.Prices firm for 30 days only.Note:Retainers are not considered as part of the terms of the
quotation.PPE will furnish Insurance Certificate upon request.The above quotation is subject to PPE's standard conditions of sale and any parties acceptance
to purchase items&cost noted hereby signify that they have read and understand those conditions and agree to them.These said terms&conditions shall
have absolute overriding authority of any agreement between PPE & other parties, unless specifically noted otherwise by PPE in writing. No verbal or
handwritten changes to this proposal shall be acceptable,unless revised written proposal provided.This quote is not a Bill of Sale.
P.O.Box 450270,Houston,TX 77245 Tel:713-783-8530 Fax:713-783-1221
Montrose IIS Option
Duty Condition: 1860GPM @ 70' TDH
One (1) Gorman Rupp Self Priming T Series Pump Packages Model T8C6OSC-B/F. Cast Iron
Construction. Vertical V-Belt Driven w/ a 60hp 1750 rpm 230/460v TEFC Motor. Mounted on a fabricated
Galvanized Base w/belts sheaves &guards. w/ERADICATORTM SOLIDS MANAGEMENT SYSTEM
One (1) Gorman Rupp Self Priming T Series Pump Packages Model T10C6OSC-B/F. Cast Iron
Construction. Vertical V-Belt Driven w/ a 60hp 1750 rpm 230/460v 1'EFC Motor. Mounted on a fabricated
Galvanized Base w/belts sheaves & guards. w/ERADICATORTM SOLIDS MANAGEMENT SYSTEM
Net Price: $ 43,352.00
Montrose L/S Controls:
One (1) Triplex Control Panel 60hp/460/3/60, w/VFD's, line reactors, ACs and larger enclosures
Transducers, float, cable holder& anchor chain kit.
Net Price: $ 62,244.00
Notes/Exceptions:
1. Installation by others.
2. Piping & Valves by others.
Unless specifically described and listed in this proposal, PPE has not included any other quantities, items,
additional labor or services. Equipment and items quoted are of Mfg standard construction and paint unless
otherwise noted Motors sent in for rebuild that are "Listed Motors" i.e. UL, FM, etc. will not be re-certified
unless specifically stated at time of repair. Any sale of goods is based on our "Standard Terms & Conditions of
Sales", copy of available upon request. Proposal is limited to only the items and quantities listed. Installation is
Not included for any items quoted unless specifically noted per each item as "Installation Labor included"per
item. Neither verbal nor handwritten changes are acceptable.Any revision to proposal will be provided in a re-
typed "revised"proposal.Any order cancellations must be in writing and all cost are responsibility of client.
The equipment quoted is FOB our Houston,Texas warehouse with freight allowed to the jobsite. Current
estimated delivery of items is running 6 to 8 weeks after receipt of order
We look forward to working with you on this and any future projects. If you have any questions or thoughts,
please do not hesitate to call.
Sincerely,
Bobby Dillard
Pump & Power Equipment
Account Manager
bdillard @pumppower.com
Terms are net 30,upon approved credit. No taxes are included. Prices firm for 30 days only.Note:Retainers are not considered as part of the terms of the
quotation.PPE will furnish Insurance Certificate upon request.The above quotation is subject to PPE's standard conditions of sale and any parties acceptance
to purchase items&cost noted hereby signify that they have read and understand those conditions and agree to them.These said terms&conditions shall
have absolute& overriding authority of any agreement between PPE& other parties, unless specifically noted otherwise by PPE in writing. No verbal or
handwritten changes to this proposal shall be acceptable, unless revised written proposal provided.This quote is not a Bill of Sale. Customer must supply
written notice of any order cancellation and is solely responsible for All cost associated with any order cancellation requested.
P.O.Box 450270,Houston,TX 77245 Tel:713-783-8530 Fax:713-783-1221
Page 2 of 2
EXHIBIT "B"
(Gorman Rupp Letter)
GORMAN-RUPP
PUMPS
February 02, 2016
To: Whom It May Concern
Subject: Distributor for Municipal Engineered Systems Water and Wastewater Market
Dear Sir or Madam:
The Gorman-Rupp Company is a world leader in the production of pumps and engineered equipment for diversified
markets. Our marketing strategy has been to establish a network of factory authorized distributorships trained to apply
equipment unique to specific hydraulic applications. Some examples of these are construction, petroleum, industrial,
water and wastewater. Our distributors are specialists and very knowledgeable within their defined market area and
dedicated to helping you select and maintain the proper equipment for your application.
Please be advised Pump& Power Equipment, LP is the sole authorized distributor for Municipal Water and Wastewater
Pumps, Lift Stations and parts for the following counties in the State of Texas:
Angelina, Aransas, Atascosa, Austin, Bandera, Bastrop, Bee, Bell, Bexar, Blanco, Brazoria, Brazos, Brooks, Burleson,
Burnet, Caldwell, Calhoun, Cameron, Chambers, Colorado, Comal, Coryell, De Witt, Dimmit, Duval, Edwards, Fayette,
Fort Bend, Frio, Galveston, Gillespie, Goliad, Gonzales, Grimes, Guadalupe, Hardin, Harris, Hays, Hidalgo, Houston,
Jackson,Jasper, Jefferson, Jim Hogg, Jim Wells, Karnes, Kendall, Kenedy, Kerr, Kinney, Kleberg, La Salle, Lampasas,
Lavaca, Lee, Leon, Liberty, Live Oak, Llano, Madison, Matagorda, Maverick, McMullen, Medina, Milam, Montgomery,
Nacogdoches, Newton, Nueces, Orange, Polk, Real, Refugio, Robertson, Sabine, San Augustine, San Jacinto, San
Patricio, San Saba, Starr, Travis, Trinity, Tyler, Uvalde, Val Verde, Victoria, Walker, Waller, Washington, Webb,
Wharton, Willacy, Williamson, Wilson, Zapata, Zavala
Pump & Power Equipment, LP is responsible for supplying all Gorman-Rupp pumps and Gorman-Rupp parts used in
municipal water and wastewater lift stations or treatment plants, including individual units installed in municipal collection
systems.
Pump& Power Equipment, LP
5285 Schurmier Road
Houston, TX 77048
Telephone: 713.783.8530
We thank you for your interest in Gorman-Rupp products and look forward to working with you in any upcoming projects.
Sincerely,
�.GiaGLli /.G��
. aron Blank
Market Manager—Engineered Systems
AB: bj
GORMAN-RUPP PUMPS
P.O. Box 1217 Mansfield.Ohio 44901-1217 Phone:419-755-1011 Fax:419-755-1251 grsales@gormanrupp.com www.GRpumps.com
LSC-V-200
LSC-V-300
VARIABLE SPEED
PUMP CONTROL
SPECIFICATION
for
STANDARD SPECIFICATION
Produced by: EG Controls
11790 Phillips Hwy.
Jacksonville, FL 32256-1642
Sold by: Pump & Power Equipment
5285 Schurmier Rd.
Houston, Tx 77048
Date Prepared : January 21, 2016
1
LSC-V-200
Table of Contents
1. GENERAL 4
1.1 Scope 4
1.2 Codes And Standards 4
2. OPERATIONAL CHARACTERISTICS 5
2.1 Design Data 5
A. Sequence Of Operation 5
2.2 Primary System Operation 6
2.3 Back-Up System and Redundancy. 6
3. EQUIPMENT DESCRIPTION 6
3.1 Circuit Breakers 6
3.2 Motor Control (Starters, Contactors) 6
3.3 Alarm Horn & Beacon 7
3.4 Relays 7
3.5 Intrinsic Safe Relay(ISR) for Float Back-Up System 7
3.6 Seal Failure Relays Error!
Bookmark not defined.
3.7 Over Temperature Sensing Relays 7
3.8 Dry Contacts 7
3.9 Phase Monitor Relay 7
3.10 Convenience Receptacle 8
3.11 Heater with Thermostat 8
3.12 Control Circuit Transformer 8
3.13 Surge Protection 8
3.14 Pump Controller 8
3.15 Graphical Operational Screens 9
3.15.1 Menu Screen: 9
3.15.2 Main Screen. 10
3.15.3 Pump Status Screen's: 10
3.15.4 Pump Alternation Set Up Screen. 10
3.15.5 Help Screen 10
3.15.6 Test Screen 10
3.15.7 Alarm History Screen's 11
3.15.8 Seal Fail Enable Screen Error!
Bookmark not defined.
3.15.9 Trend Screen's 11
3.15.10 Pump Set-UP Screens 11
3.15.11 Flow Set-Up Screen 11
3.15.12 Timer Set-Up Screen 12
2
LSC-V-200
3.15.13 PLC Time Set-Up Screen's 12
3.15.14 Alarm Set-Up Screen 12
3.15.15 Engineer Set-Up Screen 13
3.15.16 Screen Set-Up Screen 13
3.15.17 Power Fail And Restore Screen 13
3.16 Data Logging 15
3.17 Primary Level Sensor 15
3.18 Back-Up Level Sensor 15
A. Float Sensor 15
3.19 Enclosure 16
4. QUALITY ASSURANCE 16
4.1 Manufacturer's Experience 16
4.2 Manufacturer's Quality Control 17
4.3 Manufacturer's Approval 17
4.4 UL Approvals 17
5. SUBMITTAL REQUIREMENTS 17
5.1 Base-Bid Approval 17
5.2 Substitutions 18
5.3 Shop Drawings 18
5.4 Record Documents 18
6. WARRANTIES 19
6.1 Components 19
7. EQUIPMENT IDENTIFICATION 19
8. EXECUTION 19
8.1 Field Installation And Start-Up 19
8.1.1 THE CONTRACTOR 19
8.1.2 THE OWNER 19
8.1.3 THE MANUFACTURER 19
3
LSC-V-200
1 . GENERAL
1 .1 Scope
This document examines the specifications for a Pump Control System used to control
and monitor the performance of variable speed pumps that will be used to control the
wetwell level at a Lift Station Facility in the Port Arthur, TX.
The purpose of this section is to specify a complete Pump Control System as follows:
The control system shall be comprised of a standard off the shelf microprocessor with
user friendly developed standard PLC and Graphical software. The controller shall have a
bright color display with active text and active graphics, and operate with any type of
compatable analog level transmitter. The controller shall be 100% digital. Control
adjustments shall be accomplished through color soft touch screen graphical entry points
(potentiometers or other analog adjustments shall not be acceptable). The controller shall
allow for setpoint changes from the color soft touch screen graphical interface. All of the
above shall be accomplished from the microprocessor display without special codes. An
integral float backup program, shall be initiated in case of a primary level transmitter
failure. Pump alternation sequencing, shall operate in both primary and float back up
operation. Pump run times shall be displayed. Station inflow, in gallons per minute, shall
be calculated and displayed. All operator adjustable setpoints and feature selections shall
be accessible through user friendly color soft touch screen graphical displays. All digital
outputs from the controller shall be normally open relay contacts rated for 120 vac. The
unit shall meet all the requirements described in the section of this specification labeled "
Components "- Pump Controller.
The manufacturer of the control system shall take complete responsibility for the proper
operation and sequencing of the total pump control system.
The manufacture of the control system shall supply the variable speed drives to insure
system uniformity and computability.
The manufacturer of the system shall take single source, unit responsibility for every
component contained within the manufacturer's pump control system.
The system shall be the LSC-V-300 variable speed control system as manufactured by
EG Controls, Jacksonville, FL.
1 .2 Codes And Standards
Electrical equipment, materials and workmanship shall comply with all applicable codes,
safety and fire law regulations at the location of the work and shall conform to applicable
codes and standards of the organizations listed below.
A. Institute of Electrical and Electronic Engineers. (IEEE)
B. National Electric Code. (NEC)
C. National Electrical Manufactures Association (NEMA)
4
LSC-V-200
D. American National Standards Institute. (ANSI)
E. Underwriters Laboratories 508. (UL-508)
2. OPERATIONAL CHARACTERISTICS
Operation of the Pump Station Controller shall be as described in the following
paragraphs.
2.1 Design Data
The pump control system shall be capable of operating 3 - 60HP, 77 full load amp (FLA),
1750 RPM Pumps in a variable speed mode in order to convey sewage to the next Pump
Station without causing a sewage over-flow, regardless of system demands.
The available input power is 460 VAC, 3 phase, 3 wire, 60 HZ and is supplied from a
KVA, % impedance transformer with a {Delta} {Wye} {Wye grounded} {Other}
secondary winding configuration.
The pumping system shall be capable of operating in the duplex or triplex mode.
The system controller shall supervise all sequencing, pump combinations, non critical
annunciation, system testing, system monitoring and back-up systems, and overall
system status and control.
The complete system shall be equal to the LSC-V-300 variable speed control system as
manufactured by EG Controls, Jacksonville, Florida.
A. Sequence Of Operation
The control system shall alternate the selected pumps for each operation. Upon a call to
run signal from the controller the the lead pump shall be started and run up to it's
maximum speed and then adjust it's speed as necessary to maintain an adjustable wet
well level. Further increase in wet well level will cause the lead pump to ramp up to it's
maximum speed. If the wet well level continues to increase after the lead pump has
reached it's maximum speed, the lag pump shall be started at it's minimum speed and
both pumps shall adjust to the same speed and operate in parallel to maintain the wet
well level. Further increase in the wet well shall cause the lead pump and the lag pump to
ramp up to the maximum speed of the lag pump. Further increase in wetwell level shall
cause a high level alarm condition.
On decreasing wet well level, lag pump shall be removed from operation when the wet
well level has reached the stop pump level of the lag pump. The lead pump shall then
adjust it's speed to maintain the level in the wet well. A further decrease in the wetwell
level shall cause the lead pump to slow to it's minimum speed and run flat at it's minimum
speed until) the stop lead pump level has been reached and stopped. A further decrease
in the wetwell level shall cause a low level alarm to activate.
5
LSC-V-200
2.2 Primary System Operation
The system shall be designed to produce an outflow from the wet well, in an efficient
manner, to prevent the wetwell from overflowing.
2.3 Back-Up System and Redundancy:
a) Float Backup System
Failure of the pump controller transducer will cause the wet well level to rise to the
Standby-Float-System on level. The standby float system will lock out all other
control and start the pumps as required based on four float switches (1) for high
level float, (1) for start lag float pump, (1) for start lead float pump and (1) for stop
pumps.
• The pumps shall sequence on in a selected time delay manner.
• The pumps will sequence off only when the wet-well level reaches the
"stop" pump float level and the pumps shall then alternate.
b) Hand Off Automatic (HOA) Switch for each pump
3. EQUIPMENT DESCRIPTION
3.1 Circuit Breakers
Circuit breakers shall have a quick make and break operator mechanism.
The handle position shall indicate on, off, or tripped.
A padlock provisions shall be provided to lock the circuit breaker in the Off position.
All motor three phase short circuit protection shall have a minimum rating of 14KAIC .
Breakers shall be as manufactured by EATON.
3.2 Motor Control (Starters, Contactors)
Motor control components shall meet the following criteria:
All contactors shall be NEMA, HP rated and bear a U.L. listed label.
IEC control will not be accepted due to reduced life expectancy.
Mechanical and electrical interlocks will be provided whenever two contactors are
connected to any electrical component or motor and the possibility exists for equipment
damage or personnel injury.
A minimum of 1 N.O. and 1 N.C. auxiliary contacts shall be provided for each starter or
contactor.
Overload heaters must be of the bimetallic type and shall be ambient compensated.
6
LSC-V-200
Unit shall be manufactured by EATON Corporation.
3.3 Alarm Horn & Beacon
The panel shall have a red/amber alarm beacon and audible horn. The beacon shall be
mounted on top of the panel. The alarm beacon shall be rated 120 VAC, 40/60W, and
shall illuminate/flash and the audible alarm shall sound to indicate an alarm condition
exists.
3.4 Relays
Relays shall be of the plug-in design and have a transparent, polycarbonate dust cover to
protect the contact surfaces from airborn dust and other contaminats. All relays shall
have q minimum of 2PDT contacts and a molded nylon coil rated for continuous duty
operation on 24 and 120VAC. Relay contacts shall be rated for 10A at 300VAC with .187
quick connect terminals.
Relay sockets shall be of the (.187) eleven (11) blade design and have screw terminals
with self-lifting clamps. Terminal identification numbers shall be visible on the sockets
3.5 Intrinsic Safe Relay (ISR) for Float Back-Up System
The ISR shall be UL and FM approved and designed to interface devices in hazardous
locations with equipment in non-hazardous locations. The ISR shall operate from
120VAC and accept a minimum of four (4) inputs from a hazardous area.
3.6 Over Temperature Sensing Relays
Pump over temperature (manual reset) sensors located in the pump motor shall be
supplied for each pump. When activated, the alarm shall be displayed on the graphical
screen display.
3.7 Dry Contacts
Form "C" Dry contacts shall be supplied for power failure, high level alarm, VFD failure
and float backup enabled conditions.
3.8 Phase Monitor Relay
A three phase monitoring relay shall be connected to the incoming side of the power
input terminals. The unit shall have six LED indicators that annunciate the status of
incoming power and monitor loss of phase, phase reversal, under voltage, high voltage
and phase imbalance. It shall also include a memory that remembers the last 10 types of
faults and the order in which they occurred. A special user-friendly adjustment panel
allows the operator to make adjustments to phase imbalance, low and high voltage trip
points, individually adjustable trip and restart delays and offers a selectable restart
setting.
7
LSC-V-200
3.9 Convenience Receptacle
A GFI convience receptical shall be provided. The unit shall have polarized blades for two
(2) or three (3) wire receptacles. The unit shall require a reset after any ground fault
interruption.
3.10 Heater with Thermostat
The control panel shall be equipped with a panel heater to minimize the effects of
humidity and condensation. The heater shall include a thermostat.
3.11 Control Circuit Transformer
Nominal control voltage not to exceed 120V.
Control power transformers (CPT) shall be mounted inside the enclosure.
Overcurrent protection shall be supplied on both the line and load sides. Line protection
for all step-down transformers shall be provided.
Transformers to be sized for a minimum of 25% extra capacity under full load conditions.
One secondary line shall be grounded for operator safety.
Transformers shall be manufactured by Eaton.
3.12 Surge Protection
Line-to-line and line-to-ground protection shall be provided. This protection shall exceed
the requirements of ANSI / IEEE standard 062.1-1984 section 8.6.1. and 8.7.3 by a
factor of at least 300%.
Voltage clamping time shall be less than 5 nanoseconds with a maximum surge current
of 30,000A RMS at a clamping voltage 552VAC.
Clamping voltage levels shall be specifically sized for the applied system voltage as well
as the winding and grounding configuration of the supply transformer. These voltage
levels will be chosen to assure minimizing system voltage excursion.
One surge arrestor shall be supplied at the incoming service to the control panel.
3.13 Pump Controller
1. The pump controller shall utilize a microprocessor with a graphical screen display to
program and alternate up to three (3) pumps in a variable speed mode with high level
alarm. All operator adjustable setpoints and features shall be accessable from the face of
the microprocessor through the use of user friendly graphical screen displays.
8
LSC-V-200
2. Accurate measurement of the liquid level in the sump shall be made by a compatable
analog level transmitter. The transmitter range shall be entered through the graphical
screen display.
3. The controller shall automatically alternate up to three (3) pumps in the automatic
operation mode. The alternation scheme shall include the capability of selecting either
pump 1, 2 or 3 in the lead position without alternation.
4. A lag pump start time delay shall be provided to prevent simultanious pump starts on
power up or the restoring of power after a power outage. The lag pump time delay shall
be adjustable from a graphical screen display.
5. The controller shall be capable of calculating inflows and shall dynamically display the
flows in gallons per minute(GPM). Inflow shall be calculated at 15 second intervals.
6. The controller shall measure and display the run time hours for pumps 1, 2 & 3. The
timers shall be re-settable, if desired, from the graphical display screen.
7. The following standard alarm conditions shall be provided on the graphical screen display
covered more fully in section: 3.15 of this specification.
1) Main Screen Text Alarm Alert
2) Pump 1 VFD Fail
3) Pump 2 VFD Fail
4) Pump 3 VFD Fail
5) Pump 1 Overtemp
6) Pump 2 Overtemp
7) Pump 3 Overtemp
8) High Level Alarm
9) Float Backup Enabled
8. The controller shall be the LSC-V-300 variable speed controller as manufactured by EG
Controls, Inc., of Jacksonville, Florida.
3.14 Graphical Operational Screens
The controller, color soft touch Graphical Interface (GUI), shall contain the following screens:
3.14.1 Menu Screen:
The Menu Screen shall be comprised of informational and operating screens
and set-up and data entry screens. The menu buttons on the screen shall be
clearly defined an easy to locate. Touching the selected buttons shall call up
the screen selected for display.
9
LSC-V-200
3.14.2 Main Screen:
The Main Screen shall provide an overview of the pump control systems
operational status by graphically depecting the wetwell level with wetwell
transmitter range, lead and lag pump status and configuration, lead and lag
pump start and stop set points, pump 1 and pump 2 percent speed bargraphs,
alarms present indication and other digital readouts and display buttons as
required to present a clear view of the pump stations operational status.
3.14.3 Pump Status Screens:
The Pump Status Screen shall be designed to give you an up-to-date status of
each pump in your pump control system. Each pump status screen shall use
icons, vertical and horizontal bargraphs, digital readouts and display buttons to
provide wet well level, wet well transmitter range, pump speed, HOA status,
pump configuration, pump run status, pump status, fail reset button, pump lock
out button, alarm text, pump run hours, total pump starts, pump starts per hour,
pump hours reset pushbutton, pump starts reset pushbutton and station
outflow in GPM. In an alarmed condition the pump status screen shall depict,
through the use of pop up windows, five alarm conditions, start fail alarm, seal
fail alarm, overtemp alarm, overload alarm and excessive pump starts per hour
alarm.
3.14.4 Pump Alternation Set Up Screen:
The Pump Alternation Set Up Screen shall allow for automatic alternation
selection or manual line up selection. If manual line up selection is selected
lead pump selection shall be available and shall be selectable from the
alternation screen. Selection for Last On First Off (LOFO) or First On First Off
(FOFO) shall be provided and shall be selectable from the screen. If automatic
alternation is selected alternate at pumps off, alternate at specific time of day
,allow for a minimum of two times, alternate every X number of hours shall all
be selectable from the alternation screen.
3.14.5 Help Screen
Help Screens shall be selectively provided through out the graphical interface
to assist the operators in properly utilizing a particular operational screen.
3.14.6 Test Screen
A system test screen that provides wetwell level simulation for the testing of the
pumps and system alarms shall be provided. The system test screen shall
display and update the simulated wetwell level, the actual wetwell level, pump
line up, pump run status, pump configuration, pump speed and all alarm
conditions.
10
LSC-V-200
3.14.7 Alarm History Screens
An alarm history screen shall be provided. The alarm history screen shall
record and display the alarm entry number, the alarm idenification number,
alarm message and alarm confirmation. The screen shall display the last eight
(8) recorded alarms.
3.14.8 Trend Screens
A Trend Screen shall be provided. The trend screen shall be comprised of two
(2) real time trend screens. Each trend screen shall shall represent a 60 minute
time segement. The screens shall be as follows:
1. Pump Performance Trend Screen: The pump performance
trend screen shall provide for the comparision and evaluation of a
station pump's individual performance. When the trend is iniated
it shall display the calculated pump discharge flow for the pump
that is currently running. Only one pump shall be allowed to trend
at any given time. Individual pump performance trends shall be
retreivable up too a 30 day period.
2. Wet Well Trend Screen: The wet well trend screen shall provide
for the comparsion and evaluation of a stations over all
performance. The wet well trend screen shall trend the wet well
inflow and the wet well outflow. The timing and operation of the
screen shall be the same as the pump performance screen.
3.14.9 Pump Set-UP Screens
A Pump Set-Up Screen shall be provided. The pump set-up screen shall allow
for the establishment of operator set points for the pumps start level, stop level
and maximum starts per hour that each pump may have before an alarm is
activated. The set points entry shall be accomplished directly from the pump
set-up screen.
3.14.10 Flow Set-Up Screen
A Flow Set-Up Screen shall be provided. The flow set-up screen shall allow the
operator to select the configuration of the wet well and specify the demensions
of the wet well appropriate for the chosen configuration. The information shall
be utlized as a part of the flow algorythem used to calculate the stations flow.
A flow bargraph tend minimum set point and a flow bargraph maximum set
point, shall be provided on the screen These set points shall establish the
minimum and maximum flow values that shall be displayed.
11
LSC-V-200
3.14.11 Timer Set-Up Screen
A Timer Set-Up Screen shall be provided. The timer set-up screen shall at a
minimum provide for the following timer adjustments from the set-up screen:
1. Pump #1 time to wait for run feedback in seconds
2. Pump #2 time to wait for run feedback in seconds
3. Pump #3 time to wait for run feedback in seconds
4. Lead pump start delay after lead start level is reached in seconds
5. Lag 1 pump start delay after lag1 start level is reached in seconds
6. Lag 2 pump start delay after lag2 start level is reached in seconds
7. Delay between lead, lag1 and lag2 pumps called to run in
seconds
8. High level alarm delay in seconds
9. High level alarm reset delay in seconds
10. Low level alarm delay in seconds
11. Low level alarm reset delay in seconds
12. Level transmitter failure delay in seconds
13. Level transmitter failure reset delay in seconds
14. Pump #1 overtemp alarm delay in seconds
15. Pump #2 overtemp alarm delay in seconds
16. Pump #3 overtemp alarm delay in seconds
17. Phase fail alarm delay in seconds
18. Simulation auto cancel time duration in seconds
3.14.12 PLC Time Set-Up Screen's
A PLC Time Set-Up Screen shall be provided. The PLC time set-up screen
shall allow the operator to specify the the time and date and communicate the
information to the PLC. The time shall be provided in hours, minutes and
seconds and shall be entered through appropriate box's that shall be provided
on the screen. All three values shall be required to be entered into the PLC.
The date shall be provide in year, month and day of the month and shall be
entered through appropriate box's that shall be provided on the screen. All
three values shall be required to be entered into the PLC.
3.14.13 Alarm Set-Up Screen
An Alarm Set-Up Screen shall be provided. The alarm set-up screen shall
provide for the setting of the level setpoints for the following conditions:
1. High level alarm in feet
2. Low level alarm in feet
3. Level transmitter failure in feet
Entry boxes shall be provided on the screen for the alarm setpoint and for the
alarm re-set point.
12
LSC-V-200
3.14.14 Engineer Set-Up Screen
An Engineering Set-Up Screen shall be provided. The Engineering set-up
screen shall provide for the scaling in engineering units of the level transmitter.
Entry box's shall be provided on the screen for the level transmitter's low and
high range perameters.
3.14.15 Screen Set-Up Screen
An Screen Set-Up Screen shall be provided. The screen set-up screen shall
allow for the contrast adjustment of the graphical interface screen to insure
maximum viewability.
3.14.16 Power Fail And Restore Screen
A Power fail and Restore Screen shall be provided. The power fail and restore
screen shall display the time power failed and the time power was restored
during a power outage.
3.15 Pump Controller Hardware
A Programmable Logic Controller with the required memory and functional capacity to
perform the specified sequence of operation with the scheduled input and output
points required in this specification shall be provided.
3.15.1 Hardware Ratings:
The hardware ratings shall be as follows
A. Operating Temperature 0 to +50°C (32 to 122°F)
B. Storage Temperature -20 to +60°C (-4 to 140°F)
C. Relative humidity (RH) 10% to 95% (non-condensing)
D. Voltage range 20.4 to 28.8VDC <10% ripple
E. Power consumption npn inputs 240mA @ 24VDC
pnp inputs 215mA @ 24VDC
Backlight 10mA @ 24VDC
Ethernet card 35mA @ 24VDC
Relay Outputs (ea.) 8mA @ 24VDC
3.15.2 System Configuration:
The Programmable Logic Controller shall include an integrated processor,
embedded I/O, color touchscreen panel and 5 sealed membrane function keys. The
PLC shall allow for expansion input/output modules and communication modules.
A. System Ratings shall be as follows:
1. Input / Output Capacity capable of supporting up to 256 I/O points (8 I/O
modules maximum)
13
LSC-V-200
2. Scan Rate of 20ps per 1kb ladder logic
3. Adjustable white LED backlight TFT LCD display
4. Up to 1024 displays
5. 320x240 pixel resolution
6. 3.5" viewing area resistive, analog touchscreen
7. 5 programmable function keys, metal dome, sealed membrane switch
B. Programming shall be ladder logic format
C. Programming software shall be downloadable from the manufacturers website at
no cost and shall support the following features:
1. Remote access
2. Micro SD Card backup/ upload/ logging
3. Data logging
4. OPC Server compliant
5. DDE format read/ write
3.15.3 System Processor:
Processor shall be as follows:
a. Memory: 1MB Application, 512k Fonts, 3MB Images.
b. Data Logging memory: Any standard formatted Micro SD
c. Real Time Clock
d. Battery backup (7 years typical at 25°C)
e. Replaceable, coin type, Lithium battery (CR2450)
3.15.4 Base Features:
Base Features shall be as follows:
a. Input voltage 24VDC
b. (18) digital inputs rated 24VDC (2 configurable as analog current/ voltage)
c. 15 Relay Outputs rated 5 amp at 250VAC/ 30VDC
d. 4 analog Inputs
e. 4 analog outputs
f. Comm Port 1: RS232/ RS485 (up to 32 nodes)
g. Comm Port 2: Optional RS232/RS485, Ethernet or CANbus
3.15.5 Communication Interfaces:
1. Comm Port 1
a. RS232 baud rates between 300 to 115200 bps
b. RS485 up to 32 nodes/ 1200m (4000') maximum
2. Comm Port 2 (Optional)
c. Ethernet TCP/IP
d. Profibus
e. CANbus (supports CANopen, UniCAN, Can Layer 2)
14
LSC-V-200
f. Extreme temperature (Ethernet and CANbus) models available
3.16 Data Logging
The control system shall perform two (2) data logging functions.
1. wet well inflow inflow shall be data logged at one minute intervals. Each value
shall be time /date stamped and be in delimited format for direct import into
Microsoft Excel, Microsoft NotePad, WordPad and Word. Storage duration
shall be for a minimum of 226 days.
2. All alarm logging shall be to an alarm file. Each alarm shall have plain text
descriptors, time/date stamps, and be in delimited format for direct import into
Microsoft Excel, Microsoft NotePad, WordPad and Word. Storage duration
shall be for a minimum of 226 days.
Data shall be stored on a 128 MB flash driveThe flash drive shall be removable for direct
transfer to a PC via a USB port.
3.17 Primary Level Sensor
The Submersible Pressure Transducer shall be specifically designed to meet rigorous
environments encountered in level measurement applications. It shall provide repeatable,
precision depth measurements under the most adverse conditions.
This transducer shall incorporate an isolated diaphragm sensor which is specifically
designed for use with hostile fluids and gasses. The sensor will utilize a silicon pressure
cell that has been fitted into a stainless steel housing with an integral, compliant stainless
steel barrier diaphragm. The sensor assembly shall be housed in a rugged 316 SS case
that provides for a variety of pressure inputs as well as electrical output connections.
It shall have a static accuracy of +/- 1% FSO BFSL:
Construction shall be Welded 316 SS construction.
It shall be Datalogger compatible.
The transducer will be fully temperature compensated.
The Submersible Pressure Transducer shall be manufactured by Keller PSI.
3.18 Back-Up Level Sensor
A. Float Sensor
The backup float sensor shall have the following physical characteristics:
15
LSC-V-200
• All time delays and other components inherent in this system shall be
incorporated within the pump controller.
• The system shall require 4 floats (to be supplied and installed by the Contractor
at wet-well levels as determined by the Consulting Engineer).
• The float system shall be powered by 24 VDC.
• Manual reset from float to analog transmitter shall be accomplished through the
graphical screen display.
3.19 Enclosure
The graphical screen display and HOA switches shall be mounted on the inner door of
the enclosure.
The enclosure shall be NEMA 4X SS with drip shield which is designed to house
electrical and electronic equipment. The enclosure shall be of the type for use outdoors
to protect the enclosed equipment against falling rain and the formation of ice on the
enclosure.
The material used for construction shall be cold roll steel, with a minimum thickness of 14
gage. All seams shall be continuously welded and the welds will be ground to present an
attractive appearance. Body stiffeners shall be welded into the enclosure to further insure
a rigid construction. The integrity of the door seal shall be assured by using an oil-
resistant gasket, bonded to the inside of the doors with an oil-resistant adhesive, and
held in place by steel retaining strips. The door seal shall be made complete by using a
three point latching mechanism, operated by an oil-tight, key-locking handle.
The Enclosure shall be supplied with a painted cold rolled steel floor stand kit.
Enclosure shall be as manufactured by Hoffman Enclosures or approved equal.
4. QUALITY ASSURANCE
4.1 Manufacturer's Experience
The manufacturer of the control system shall be certified by Underwriters Laboratories
(UL) as being a UL 508 listed systems panel manufacture certified to install a serialized
label for quality control and insurance liability considerations.
The manufacturer of the control system must submit documentation verifying at least 10
years of experience in manufacturing constant speed control systems of a similar size
and scope.
The manufacturer of the control system must submit to the Consulting Engineer
documentation proving experience in successfully designing and manufacturing at least
10 similar systems of a similar scope.
The manufacturer of the control system must carry blanket liability insurance of at least
$2 million.
16
LSC-V-200
4.2 Manufacturer's Quality Control
The complete control system, shall be functionally tested at the manufacturers facility and
certified as a complete system to assure proper operation per specification in order to
minimize costly field changes.
All components must be mounted with stainless steel hardware.
4.3 Manufacturer's Approval
Manufacturers listed in this specification do not constitute approval. All controls must
have the capabilities and functions as outlined in the following paragraphs.
4.4 UL Approvals
All components that make up the system shall meet UL (Underwritters Labatories)
standards and bear a UL label. The system enclosure shall also bear the UL label
certifying that the system meets all UL requirements.
5. SUBMITTAL REQUIREMENTS
NOTE: Non adherence to the request for information below, shall be cause for the
submittals to be disapproved.
5.1 Base-Bid Approval
The base bid control system shall be the LSC system as manufactured by EG Controls,
Inc., Jacksonville, Florida as provided by Pump & Power Equipment Houston, Tx.. All
bidding contractors shall base their bids on the base bid control system. Alternative
deductive systems will be considered only after contract award and must be specified
with any applicable deducts at bid time in order to receive consideration. Bidder must
submit, along with their bid package, appropriate cut sheets, circuit drawings, display
screen print-outs, and detailed bill of materials for any alternative control systems.
Acceptance of an alternative system is subject to approval of its quality and conformance
with established standards. The contractor shall reimburse the engineer for any
additional expenses to review the system and pay additional costs associated with use of
the alternative system.
17
LSC-V-200
5.2 Substitutions
The Engineer will consider proposals for substitution of materials, equipment, methods,
and services only when such proposals are accompanied by full and complete technical
data and all other information required by the Engineer for the proposed substitution.
Substitution of materials, equipment, methods, and/or services is not allowed unless such
substitution has been specifically approved by the Engineer.
Where the phrase "Or Equal", "Pre-approved", or "Pre-approved equal" occurs in the
specification, do not assume that any materials, equipment, methods, or services will be
approved as equal unless the item has been specifically pre-approved by the Engineer.
5.3 Shop Drawings
All drawings are to be of "computer generated" class, 81/2" X 11"in size, and bound.
All equipment and materials shall be new and shall be specifically designed for the
function herein.
Approval for fabrication and installation will be made only after submittal and review of all
shop Contract Documents. The minimum information required for approval shall include
four (4) sets of the following.
Computer generated, 3-line electrical diagram of the power and control system.
Complete electrical schematics detailing every wire and connection within the system
as well as all field connections.
Bill of material and product data sheets on all high voltage components (>120VAC),
drives, switches, and other critical/important components.
Detailed drawings of the enclosure (size, construction, entry/ exit, and mounting).
Exploded detail of every face plate, light, switch or meter mounted on the exterior of
the enclosure.
5.4 Record Documents
The following documents shall be provided:
"AS-BUILT" DRAWINGS: 4 sets of"Shop Drawings" are to be supplied and marked in
colored ink as depicting "As-built" conditions. These are to include any field
modifications made by the authorized start-up personnel during installation, start-up,
or testing.
Original copy of the final Q.C. report.
Operation and Maintenance Manuals: the control system manufacturer shall supply a
complete and detailed operation and maintenance manual prepared for this system.
18
LSC-V-200
6. WARRANTIES
NOTE: All guarantees implied or stated by the control system manufacturer shall be passed
in full force to the owner. The manufacturer of the control system shall warrant all
components in the system for unit responsibility purposes.
6.1 Components
As a minimum, all components in the specified control system shall carry a
comprehensive, parts only, twelve (12) month guarantee against defects in workmanship
and material from the date of final inspection and acceptance, not to exceed 18 months
from the date of shipment from the manufacturer's facility.
7. EQUIPMENT IDENTIFICATION
All electrical equipment shall be identified in accordance with these specifications.
All identification labels, both within the enclosure and external, shall be laser-screened
laminated mylar.
All control wiring shall be numbered on each termination.
Screw-in type, engraved nameplates or laser-screened laminated mylar shall be provided
to identify all individually mounted push buttons, rocker switches, lights, meters,
disconnect switches, circuit breakers, motor starters, transformers, relays, fuses, phase
monitors, surge arrestors, and any other equipment for which identification is required for
eventual service or replacement. This includes the appropriate equipment within the
cabinet. Embossed tape is not acceptable.
8. EXECUTION
8.1 Field Installation And Start-Up
8.1.1 THE CONTRACTOR
The Contractor shall include in his bid the services of a trained representative for
whatever period of time, assuming 1 trip, is required to inspect, start-up, test the control
system, and instruct plant personnel in the proper maintenance and operation of such
equipment.
8.1.2 THE OWNER
The owner of this equipment shall supply any personnel to assist the start-up crew which
are required to oversee or perform actual work if so required by labor/credit contracts.
This cost shall be born by the Contractor.
8.1.3 THE MANUFACTURER
Prior to final approval, the manufacturer shall submit a letter certifying that the installation
has been tested, and functions as per the plans and specifications.
19
SUPER T SERIES® 10"
HORIZONTAL SELF-PRIMING CENTRIFUGAL PUMP
EQUIPPED WITH ERADICATORTM SOLIDS MANAGEMENT SYSTEM
PART 1 - GENERAL
1.01 PERFORMANCE CRITERIA
A. The pump manufacturer must be ISO 9001:2008 revision certified, with scope of
registration including design control and service after sales activities.
B. The pump manufacturer must be registered to the ISO 14001 Environmental
Management System standard and as such is committed to minimizing the impact of its
activities on the environment and promoting environmental sustainability by the use of
best management practices, technological advances, promoting environmental
awareness and continual improvement.
C. Pumps must be designed to handle raw, unscreened, domestic sanitary sewage. Pumps
shall have 10" suction connection, and 10" discharge connection. Each pump shall be
selected to perform under following operating conditions:
1. Capacity (GPM)
2. Total Dynamic Head (FT)
3. Total Dynamic Suction Lift (FT)
4. Maximum Repriming Lift (FT)
5. Minimum TDH (FT)
6. Maximum TDH (FT)
7. Maximum Static Suction Lift (FT)
8. Total Discharge Static Head (FT)
9. Minimum Submergence Depth (FT)
D. Pump Performance Certifications
1. ERADICATOR — Solids Management System designed for management of sanitary
wipes, plastic bags, feathers, hair, sludge, and all other types of stringy solids.
2. Solids Handling Capability
a. All internal passages, impeller vanes, and recirculation ports shall pass a 3"
spherical solid. Smaller internal passages that create a maintenance nuisance or
interfere with priming and pump performance shall not be permitted. Upon
request from the engineer, manufacturer's certified drawings showing size and
location of the recirculation port(s) shall be submitted for approval.
E. Reprime Performance
1. Consideration shall be given to the sanitary sewage service anticipated, in which
debris is expected to lodge between the suction check valve and its seat, resulting in
the loss of the pump suction leg, and siphoning of liquid from the pump casing to the
approximate center line of the impeller. Such occurrence shall be considered normal,
Super T Series®10"Pump Equipped with EradicatorT""Solids Management System PS-6812
Revised. 7/15
Page 1 of 8
and the pump must be capable of automatic, unattended operation with an air
release line installed.
2. During unattended operation, the pump shall retain adequate liquid in the casing to
insure automatic repriming while operating at its rated speed in a completely open
system. The need for a suction check valve or external priming device shall not be
required.
3. Pump must reprime vertical ft. at the specified speed and impeller diameter.
Reprime lift is defined as the static height of the pump suction above the liquid, while
operating with only one-half of the liquid remaining in the pump casing. The pump
must reprime and deliver full capacity within five minutes after the pump is energized
in the reprime condition. Reprime performance must be confirmed with the following
test set-up:
a. A check valve to be installed down stream from the pump discharge flange. The
check valve size shall be equal (or greater than) the pump discharge diameter.
b. A length of air release pipe shall be installed between pump and the discharge
check valve. This line shall be open to atmosphere at all times duplicating the air
displacement rate anticipated at a typical pump station fitted with an air release
valve.
c. The pump suction check valve shall be removed. No restrictions in the pump or
suction piping will prevent the siphon drop of the suction leg. Suction pipe
configuration for reprime test shall incorporate a 2 feet minimum horizontal run, a
90° elbow and vertical run at the specified lift. Pipe size shall be equal to the
pump suction diameter.
d. Impeller clearances shall be set as recommended in the pump service manual.
e. Repeatability of performance shall be demonstrated by testing five consecutive
reprime cycles. Full pump capacity (flow) shall be achieved within five minutes
during each cycle.
f. Liquid to be used for reprime test shall be water.
g. Upon request from the engineer, certified reprime performance test results,
prepared by the manufacturer, and certified by a registered professional
engineer, shall be submitted for approval prior to shipment.
'`(Optional Certified Pump Performance Test)
F. Certified Pump Performance Test
1. Tests shall be conducted in accordance with Hydraulic Institute Standards 14.6.3.4
Acceptance Grade 2B at the specified head, capacity, rated speed and horsepower.
The performance tests will validate the correct performance of the equipment at the
design head, capacity and speed.
2. For pumps utilizing up to (13 HP) motors; but larger than (1.3 HP), tests shall be
conducted in accordance with Hydraulic Institute Standards 14.6.3.4.1, as the
specified head, capacity, rated speed and horsepower.
Super T Series®10"Pump Equipped with Eradicators"Solids Management System PS-6812
Revised: 7/15
Page 2 of 8
G. Manufacturer's Warranty
1. The pump manufacturer shall warrant the pump equipment to be of quality
construction, free of defects in material and workmanship. A written warranty shall
include specific details described below.
2. All equipment, apparatus, and parts furnished shall be warranted for sixty (60)
months, excepting only those items that are normally consumed in service, such as
oils, grease, packing, gaskets, 0-rings, etc. The pump manufacturer shall be solely
responsible for warranty of the pump equipment and all components.
3. Components failing to perform as specified by the engineer, or as represented by the
manufacturer, or as proven defective in service during the warranty period, shall be
replaced, repaired, or satisfactorily modified by the manufacturer.
4. It is not intended that the pump manufacturer assume liability for consequential
damages or contingent liabilities arising from failure of any vendor supplied product
or part which fails to properly operate, however caused. Consequential damages
resulting from defects in design, or delays in delivery are also beyond the
manufacturer's scope of liability.
1. This limited warranty shall be valid only when installation is made and use and
maintenance is performed in accordance with manufacturer recommendations. The
warranty shall become effective on the date of acceptance by the purchaser or the
purchaser's authorized agent, or sixty (60) days after installation, or ninety (90) days
after shipment from the factory, whichever occurs first.
PART 2 - PRODUCT
2.01 MANUFACTURER
A. The specifications and project drawings depict equipment and materials manufactured
by The Gorman-Rupp Company which are deemed most suitable for the service
anticipated. It is not intended, however, to eliminate other products of equal quality and
performance. The contractor shall prepare his bid based on the specified equipment for
purposes of determining low bid. Award of a contract shall constitute an obligation to
furnish the specified equipment and materials.
B. In order to unify responsibility for proper operation, it is the intent of these Specifications
that all system components be furnished by a single supplier (unitary source) and that
source shall be the pump manufacturer. The pumps must be of standard catalog
design, totally warranted by the manufacturer. Under no circumstances will a system
consisting of parts compiled and assembled by a manufacturer's representative or
distributor be accepted.
C. Manufacturer must show proof of original product design and testing. Products violating
intellectual property regulations shall not be allowed, as they may violate international
law and expose the user or engineer to unintended liabilities. "Reverse-engineered"
products fabricated to substantially duplicate the design of original product shall not be
allowed, as they may contain substantial differences in tolerances and material
applications addressed in the original design, which may contribute to product failure.
Super T Series®10"Pump Equipped with EradicatorTM Solids Management System PS-6812
Revised: 7/15
Page 3 of 8
H. The term "pump manufacturer" shall be defined as the entity which designs, machines,
assembles, hydraulically tests and warranties the final product. Any entity that does not
meet this definition will not be considered a "pump manufacturer and is not an
acceptable supplier. For quality control reasons and future pump and parts availability,
all major castings of the pump shall be sourced and machined in North America.
D. After execution of the contract, the contractor may offer substitutions to the specified
equipment for consideration. The equipment proposed for substitution must be superior
in construction and performance to that specified in the contract, and the higher quality
must be demonstrated by a list of current users of the proposed equipment in similar
installations.
E. In event the contractor obtains engineer's approval for equipment substitution, the
contractor shall, at his own expense, make all resulting changes to the enclosures,
buildings, piping or electrical systems as required to accommodate the proposed
equipment. Revised detail drawings illustrating the substituted equipment shall be
submitted to the engineer prior to acceptance.
F. It will be assumed that if the cost to the contractor is less for the proposed substitution,
then the contract price shall be reduced by an amount equal to the savings.
2.02 PUMP DESIGN
A. Pumps shall be horizontal, self-priming centrifugal type, designed specifically for
handling raw, unscreened, domestic sanitary sewage. Pump solids handling capability
and performance criteria shall be in accordance with requirements listed under PART 1 -
GENERAL of this section.
B. The pump manufacturer must be ISO 9001:2008 revision certified, with scope of
registration including design control and service after sales activities.
C. Materials and Construction Features
1. Pump casing shall be cast iron Class 30 with integral volute scroll. Casing shall
incorporate following features:
a. Mounting feet sized to prevent tipping or binding when pump is completely
disassembled for maintenance.
b. Fill port cover plate, 3 1/2" diameter, shall be opened after loosening a hand
nut/clamp bar assembly. In consideration for safety, a clamp bar screw must
provide slow release of pressure, and the clamp bar shall be retained by detente
lugs. A Teflon gasket shall prevent adhesion of the fill port cover to the casing.
c. Casing drain plug shall be at least 1 1/4" NPT to insure complete and rapid
draining.
d. Liquid volume and recirculation port design shall be consistent with performance
criteria listed under PART 1 - GENERAL of this section.
2. Suction Head shall be Class 30 cast iron. Its design must incorporate following
maintenance features:
Super T Series®10"Pump Equipped with Eradicator.'Solids Management System PS-6812
Revised: 7/15
Page 4 of 8
a. The suction head will be secured to the pump casing by using hex head cap
screws and lock washers. Access to the impeller and mechanical seal shall be
accomplished by removing the suction head.
b. Removal of any blockages in the impeller shall be accomplished by removing the
suction head, or through a cleanout cover on the suction head. In consideration
of safety, two clamp bar screws must provide slow release of pressure on two
clamp bars securing the cleanout cover. A Teflon gasket shall prevent adhesion
of the cleanout cover to the suction head casing.
c. Removal of the suction check valve shall be accomplished through the
removable cleanout cover on the suction head.
d. In consideration for safety, a pressure relief valve shall be supplied in the suction
head. The relief valve shall open at 75-200 PSI.
e. Aggressive Self-Cleaning Wear Plate
1) A replaceable wear plate shall be self-cleaning design ensuring that debris is
cleared away and does not collect on the impeller vanes.
2) The nature of the conveyed medium poses significant challenges to the
continuous operation of the pump. Of particular concern is the clogging of
the impeller by debris in the pumped medium including but not limited to long
rags, fibers, and like debris which are able to wrap around the impeller vanes,
stick to the center of the vanes or hub, or lodge within the spaces between
the impeller and the housing.
3) The aggressive self-cleaning wear plate shall have integral laser cut notches
and grooves in combination with a "tooth" designed to disturb and dislodge
any solids which might otherwise remain on the impeller in dynamic
operation. Wearplate is designed to constantly and effectively clear the eye
of the impeller without the use of blades or cutters.
3. Rotating assembly, which includes impeller, shaft, mechanical shaft seal, lip seals,
bearings, sealplate and bearing housing, must be removable as a single unit without
disturbing the pump casing or piping. Design shall incorporate following features:
a. Seal plate and bearing housing shall be cast iron Class 30. Separate oil filled
cavities, vented to atmosphere, shall be provided for shaft seal and bearings.
Cavities must be cooled by the liquid pumped. Three lip seals will prevent
leakage of oil.
1) The bearing cavity shall have an oil level sight gauge and fill plug check
valve. The clear sight gauge shall provide easy monitoring of the bearing
cavity oil level and condition of oil without removal of the fill plug check valve.
The check valve shall vent the cavity but prevent introduction of moist air to
the bearings.
2) The seal cavity shall have an oil level sight gauge and fill/vent plug. The clear
sight gauge shall provide easy monitoring of the seal cavity oil level and
condition of oil without removal of the fill/vent plug.
Super T Series®10"Pump Equipped with EradicatorTM Solids Management System PS-6812
Revised: 7/15
Page 5 of 8
3) Double lip seal shall provide an atmospheric path providing positive
protection of bearings, with capability for external drainage monitoring.
b. Impeller shall be ductile iron, two-vane, semi-open, non-clog, with integral pump
out vanes on the back shroud. Impeller shall thread onto the pump shaft and be
secured with a lock screw and conical washer.
c. Impeller shaft shall be AISI 17-4 pH stainless steel.
d. Bearings shall be anti-friction ball type of proper size and design to withstand all
radial and thrust loads expected during normal operation. Bearings shall be oil
lubricated from a dedicated reservoir. Pump designs which use the same oil to
lubricate the bearings and shaft seal shall not be acceptable.
e. Shaft seal shall be cartridge oil lubricated mechanical type. The stationary and
rotating seal faces shall be tungsten titanium carbide alloy. Each mating surface
shall be lapped to within three light bands flatness (35 millionths of an inch), as
measured by an optical flat under monochromatic light. The stationary seal seat
shall be double floating by virtue of a dual 0-ring design; an external 0-ring
secures the stationary seat to the seal plate, and an internal 0-ring holds the
faces in alignment during periods of mechanical or hydraulic shock (loads which
cause shaft deflection, vibration, and axial/radial movement). Elastomers shall be
viton; cage and spring to be stainless steel. Seal shall be oil lubricated from a
dedicated reservoir. The same oil shall not lubricate both shaft seal and shaft
bearings. Seal shall be warranted in accordance with requirements listed under
PART 1 - GENERAL of this section.
f. Pusher bolt capability to assist in removal of rotating assembly. Pusher bolt
threaded holes shall be sized to accept same cap screws as used for retaining
rotating assembly.
4. Adjustment of the impeller face clearance (distance between impeller and wear
plate) shall be accomplished by external means.
a. Clearances shall be maintained by using external shims between the casing ring
of the rotation assembly and the pump casing itself. Shims will be of various
sizes to allow precise adjustment of this clearance. The clearance can be
measured by removing the cleanout cover on the suction head.
b. Clearance adjustment which requires movement of the shaft only, thereby
adversely affecting seal working length or impeller back clearance, shall not be
acceptable.
5. Suction check valve shall be molded Neoprene with integral steel and nylon
reinforcement. A blow-out center shall protect pump casing from hydraulic shock or
excessive pressure. Removal or installation of the check valve must be
accomplished through the cleanout cover on the suction head without disturbing the
suction piping. Sole function of check valve shall be to save energy by eliminating
need to reprime after each pumping cycle. Pumps requiring a suction check valve to
assist reprime will not be acceptable.
6. Removal of the rotating assembly will be accomplished through the front or the back
of the pump casing.
Super T Series®10"Pump Equipped with EradicatorTM Solids Management System PS-6812
Revised: 7/15
Page 6 of 8
*(Optional Accessory for CONTINUOUS VANE IMPELLER WITH ERADICATORTM SOLIDS
MANAGEMENT SYSTEM.
7. Continuous Vane Impeller with EradicatorTM Solids Management System
a. The nature of the conveyed medium poses significant challenges to the
continuous operation of the pump. Of particular concern is the clogging of the
impeller by debris in the pumped medium including but not limited to long rags,
fibers, and like debris which are able to wrap around the impeller vanes, stick to
the center of the vanes or hub, or lodge within the spaces between the impeller
and the housing.
b. The pump impeller shall be a continuous vane extending from one edge of the
impeller through the central portion of the impeller to the other edge. The impeller
height shall increase continuously from the outer radius of to the central region of
the impeller.
c. The matching aggressive self-cleaning wear plate shall have integral laser cut
notches and grooves in combination with a "tooth" designed to disturb and
dislodge any solids which might otherwise remain on the impeller in dynamic
operation. Wear plate is designed to constantly and effectively clear the impeller
without the use of blades or cutters.
*(Optional Accessory for VOLUTE CASING HEATER)
8. Volute Casing Heater:
a. Pump shall be provided with a thermostat mounted to the exterior of the volute
casing, and a watt 115 volt electric heater inserted into the interior of the
volute by means of a dedicated port. The heater shall be energized at 43+/-3
degrees F to provide heat to the casing and eliminate the possibility of freezing.
Heater probes that must be installed through a pump drain port shall not be
acceptable. Heater probes that must be installed through a pump drain port shall
not be acceptable.
D. Serviceability
1. The pump manufacturer shall demonstrate to the engineer's satisfaction that
consideration has been given to reducing maintenance costs.
2. No special tools shall be required for replacement of any components within the
pump.
PART 3 - EXECUTION
3.01 EXAMINATION
A. Contractor shall off-load equipment at installation site using equipment of sufficient size
and design to prevent injury or damage. Immediately after off-loading, contractor shall
inspect complete pump and appurtenances for shipping damage or missing parts. Any
damage or discrepancy shall be noted in written claim with shipper prior to accepting
delivery. Validate all pump serial numbers and parts lists with shipping documentation.
Super T Series®10"Pump Equipped with EradicatorTM'Solids Management System PS-6812
Revised: 7/15
Page 7 of 8
Notify the manufacturer's representative of any unacceptable conditions noted with
shipper.
3.02 INSTALLATION
A. Install, level, align, and lubricate pump(s) as indicated on project drawings. Installation
must be in accordance with written instructions supplied by the manufacturer at time of
delivery.
B. Suction pipe connections are vacuum tight. Fasteners at all pipe connections must be
tight. Install pipe with supports and thrust blocks to prevent strain and vibration on pump
piping. Install and secure all service lines (level control, air release valve or pump drain
lines) as required in wet well.
C. Check motor and control data plates for compatibility to site voltage. Install and test the
station ground prior to connecting line voltage to control panel.
D. Prior to applying electrical power to any motors or control equipment, check all wiring for
tight connection. Verify that protective devices (fuses and circuit breakers) conform to
project design documents. Manually operate circuit breakers and switches to ensure
operation without binding. Open all circuit breakers and disconnects before connecting
utility power. Verify line voltage, phase sequence and ground before actual start-up.
E. After all anchor bolts, piping and control connections are installed, completely fill the
grout dam in the pump station base with non-shrink grout.
3.03 FIELD QUALITY CONTROL
A. Operational Test
1. Prior to acceptance by owner, an operational test of all pumps, drives, and control
systems shall be conducted to determine if the installed equipment meets the
purpose and intent of the specifications. Tests shall demonstrate that all equipment
is electrically, mechanically, structurally, and otherwise acceptable, it is safe and in
optimum working condition, and conforms to the specified operating characteristics.
2. After construction debris and foreign material has been removed form the wet well,
contractor shall supply clear water volume adequate to operate station through
several pumping cycles. Observe and record operation of pumps, suction and
discharge gage readings, ampere draw, pump controls, and liquid level controls.
Check calibration of all instrumentation equipment, test manual control devices, and
automatic control systems. Be alert to any undue noise, vibration or other operational
problems.
Super T Series®10"Pump Equipped with EradicatorTM Solids Management System PS-6812
Revised: 7/15
Page 8 of 8