Loading...
HomeMy WebLinkAboutBID - 5762 PUMPING PLANT RENOVATION AT CITY PARKAdministrative Services Purchasing Division CITY OF FORT COLLINS City of Fort Collins INVITATION TO BID BID #5762 PUMPING PLANT RENOVATION AT CITY PARK BID OPENING: FEBRUARY 3, 2003, 3:00 P.M. (our clock) MANDATORY PRE -BID — JANUARY 21, 2003, 10:00 A.M. Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid pro�osal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00p.m. (our clock), February 3, 2003. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 2. Come by Purchasing at 215 North Mason St., 2nd floor., Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. 215 North Mason Street - 2nd Floor - P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 - FAX (970) 221-6707 panel temperature alarm with trip time delay and manual reset; and an inverter (VFD) fault alarm with a two attempt automatic reset, a third trip lockout function with timed rollover, and manual reset. Pump shall be shutdown with the appropriate alarm whether they are operating in HAND or AUTO mode. G. A HAND -OFF -AUTO selector switch shall be provided for each pump. A TEST - OFF -AUTO selector switch shall be provided to allow the VFD to be run without a motor load connected. A DISABLE -ENABLE selector switch shall be provided for the low system pressure and high flow rate alarms to prevent these alarms from shutting down the station. An alarm RESET push button shall be provided. H. Primary and secondary fuses in puller equipped fuse holders shall be provided for the control power transformer. Adjustable, ambient temperature compensated, bimetallic, inverse time, U.L. class 10 thermal overload relays shall be provided for each motor. 2.06 PROGRAMMABLE CONTROLLER A. Provide a programmable controller to control all functions of the station. Relays may be used for interface purposes only. B. The programmable controller shall include a non-volatile memory (no battery needed) that prevents loss of program or field adjustable settings during power failures; an EEPROM cartridge that allows program changes via cartridge replacement; a protected data area that retains field adjustable settings while the program cartridge is changed; POWER, RUN, BATTERY, ERROR, and 1!0 status lights; availability of rack mounted RS-422 or RS-232C communications modules; dry contact, 2 amp rated, outputs (Triac outputs shall not be accepted.); and a duty -rated design for locations where electro-magnetic noise, voltage spikes, high temperature, humidity, and mechanical shock exist. 2.07 OPERATOR INTERFACE: A. A NEMA-4 rated, 24 VDC powered operator interface shall be provided. 120 VAC powered interfaces are not acceptable. The interface shall include an alphanumeric keypad with audible key press feedback and a 2 line x 80 character, high visibility, backlit, LCD display. The interface shall also include 12 function keys with custom labels that clearly define frequently used functions such as, next and previous screen; increase and decrease speed; manual speed, etc. Function keys with generic labels such as F1, F2, etc., shall not be accepted. In the event that the interface fails, a signal shall be sent to the PLC, and the station will continue to run normally. The operator interface shall provide access to all appropriate system data, such as the flow rate and system pressure, set point, set point mode, inverter speed, total gallons pumped, total pump starts, manual speed control, operational settings, and alarm messages. The interface shall also provide protected access to changing all operational set points, flow rates, pressure, speed, and time delay settings 2.08 DC POWER SUPPLY: 10 A. A 115 VAC to 24 VDC power supply shall be provided to supply power to the operator interface and other 24 VDC powered devices. The use of the programmable controllers on -board power supply for this purpose is not acceptable. The power supply shall have a 2.1 amp output rating, a voltage adjustment, a run light, a built in noise filter, and built in over current protection with automatic reset. 2.09 VARIABLE FREQUENCY DRIVE (VFD): A. The variable frequency drive shall be an AC powered, IGBT power transistor based, variable -torque, pulse width modulation type inverter. The inverter shall use a high carrier frequency for low drive noise and motor sing. A digital readout shall be included that displays all adjustment settings, fault conditions, diagnostic codes, status, and speed. The inverter shall be able to be run normally without a load connected so that it may be tested. A set of high speed, current limiting fuses and MOV's shall be provided to protect the inverter from faults. B. Provide a separate drive for each vertical turbine pump (two are required, one 20 hp, and one 60 hp). 2.10 COOLING UNIT: A. An air -conditioner shall be provided to cool the inside of the control panel. The cooling unit shall be mounted outside the control panel on the side nearest the VFD with the cool air exhaust vent located below the VFD and the hot air intake vent located above the VFD. Mounting the cooling unit on the rear of the control panel with its intake and exhaust ports blocking the sub -panel is not acceptable. An air deflector shall be placed inside the control panel above the exhaust port to ensure proper air circulation throughout the panel and to the VFD heat sink fans. The cooling unit enclosure shall be air and water tight with a gasketed mounting flange to maintain a NEMA 4 rating on the control panel. The cooling unit enclosure shall be steel with a baked on, epoxy coating. An adjustable thermostat shall be located directly above the VFD heat sinks. The cooling unit shall run whenever the temperature exceeds the thermostat setting. 2.11 FULL FUNCTION VARIABLE SPEED POWER STRUCTURE: A. A full function VFD motor control power structure shall be provided. The VFD may be used to start each main motor successively or to start the first main motor only. Automatic alternation and pump failure sequence shifting of the main pumps shall be provided by this power structure. Each main pump shall have VFD contactors that are mechanically and electrically interlocked with their respective Line contactors. A VFD line side contactor shall be provided for safe transferring of the VFD between main motors, to disconnect the drive from the line during periods of no use for lightning protection, and to serve as an automatic disconnect when an atmospheric lightning detection system is being used with the pump station. 11 2.12 MAIN DISCONNECT: A. A main disconnect switch shall be provided. The disconnect shall have a NEMA 4 rated, through -the -door, rotary operated, disconnect handle. Refer to the data sheet for fuse type and ratings. 2.13 MOTOR FUSES: A. Motor fuses shall be provided in each motor circuit for fault protection and motor isolation. Motor fuses shall be dual element, time delay, class R rejection type. Fuses shall be provided for each motor circuit for fault protection. The fuses shall be installed in fuse holders equipped with rejection type clips. 2.14 FLOW SENSOR: A. A paddlewheel flow sensor shall be located in the discharge manifold meter run. It shall be rated for a maximum of 400 psig and it shall be accurate to plus or minus 1 percent of full scale. The body shall be made of brass and bronze and the impeller shall be glass reinforced nylon. The sensor shall be 24 VDC powered with a maximum voltage of 34 VDC. The internal electronic package shall included short circuit and reverse polarity protection; and a noise filter for RF and transient protection. The sensor shall provide a direct digital input to the programmable controller for maximum accuracy . The use of signal converters or analog signals for flow rate, is not acceptable. B. Provide a 6-inch diameter pipe of adequate length to accurately control the pumps. This section of pipe must be installed within the existing pump house. Provide three (3) 1-inch diameter threaded outlets, with plugs, downstream of the flow sensor. These outlets are provided for future fertilizer injection points. C. Provide a NEMA 4X digital flow meter readout compatible with flow sensor for monitoring the flow rate, totalizing gallons used, and for shifting the flow sequencing set point range. The display shall be a black character, LCD type. Adjustable settings for pipe diameter and pulse output shall be provided. The totalizer shall be capable of counting to 2 billion gallons and it must be resetable. Both settings and the gallons total shall be held in non-volatile memory (no battery required) and protected by a user defined password with a hidden override key 2.15 FLOW SENSOR OUTPUT INTERFACE: A. Provide interface package (optical isolator) for access of square wave signal of pump system flow sensor for the connection to a future fertigation and/or irrigation central control system. The pump manufacturer shall provide the interface in order that the manufacturer's warranty is not voided due to connection of external systems. 2.16 PRESSURE TRANSDUCER: A. A digital pressure transducer shall be provided to accurately read system pressure for input into the programmable controller. The pressure range shall be 12 0-200 psig, the proof pressure rating shall be 400 psig, and burst pressure rating shall be 2000 psig. All wetted parts shall be stainless steel. The transducer shall be bulkhead mounted inside the control panel with the water connection remaining outside. 2.17 LEVEL PROBES: A. The existing level probes for the well will be used. The control panel will be provided with terminals for connection to the existing probe assemblies. 2.18 POWER MONITOR: A. The main power supply in the pumping station shall be equipped with a 3 phase power monitor. It shall detect phase loss, reversal, shift, or improper sequence. It shall also detect abnormally low voltage. A voltage adjustment, normal status light, and line side fuses mounted in puller equipped fuse holders, shall be provided. 2.19 LIGHTNING ARRESTOR: A. The main power supply in the pumping station shall be equipped with a 3 phase, 600 volt rated, watertight, silicon oxide varistor type, lightning arrestor. It shall have a current rating of no less than 100,000 amps, a sparkover voltage rating of 1000, and a clamping voltage of 2,400 volts at 20,000 amps (NEMA standard 8x20 USEC. wave). It shall be mounted near the main disconnect device inside the control panel. 2.20 Auxiliary Electrical Power Circuits: A. Provide a separately mounted transformer to provide a 120 Volt, single phase circuit for pump station lighting and incidental use. In addition, provide a 480 V, 3 phase circuit for connection to existing electrical circuit supplying power to the pump house heater and pond aeration system. B. The primary and secondary circuit breakers shall be all located within a NEMA- 3R enclosure. The primary circuit breaker shall be connected to the incoming power line so that the auxiliary power supply can remain on independently of the pumping station. 2.21 Motors: A. As a bid alternate, provide and install new electric motors for the vertical turbine pumps. One 20 hp and one 60 HP motor will be required. B. Each pump motor shall be 1800-RPM nominal, squirrel cage induction vertical hollow shaft type with a WP-1 enclosure and a 1.15 service factor. The temperature rise of the motor shall be to NEMA Standard MG-1-12.42 for Class B or Class F insulation. C. For 40 HP motor or greater, furnish "Premium Efficiency" US Electric motors Type RUS that are rated for continuous inverter duty with variable frequency 13 drive and are designated NEMA MGI-31. For less than 40 HP motors, furnish "High Efficiency / Energy Efficient" US Electric motors Type AUE that are rated for continuous inverter duty with variable frequency drive. D. Furnish motors of proper size to drive the pump at any point on its operation curve without exceeding motor horsepower nameplate rating. E. Furnish motor thrust bearings of ample capacity to accommodate the weight of all rotating parts plus the hydraulic thrust of the pump at shutoff conditions. Furnish motor bearings rated for a minimum service life not less than five years continuous operation at the design rating point. F. The pump shaft shall be connected to the motor by a bolted down coupling at the top of each motor. All couplings shall be equipped with non -reversing ratchets. G. Furnish motors manufactured in the U.S.A. 2.22 Pressure Maintenance Pump: A. Furnish a pressure maintenance pump, a 50 GPM, multistage, submersible type, well pump. Pump shall be equipped with a motor shroud for proper cooling of submersible motor and stainless steel suction screen. B. Furnish a pump with a Franklin submersible motor and Subtrol motor protection controls. Pump furnished shall be a Goulds, Grundfos or engineer approved equal. C. Furnish an overall pump length to within 12-inches of the bottom of the wet well. Field measure and verify depth required. 2.23 PIPING: A. Fabricated Piping: All fabricated piping shall conform to ASTM specifications A53 for Grade B welded or seamless pipe. Piping 16" and smaller shall be Schedule 40. All welding flanges shall be forged steel with slip-on or welding neck type. All welding fittings shall be seamless, conforming to ASTM Specification A234, with pressure rating not less that 150 psi. All pressurized tube fittings shall be copper or brass. B. Winterization Connection: Provide 2-inch ball valve and capped threaded nipple in pump system discharge manifold for compressed air winterization of the irrigation system. C. Discharge pipe: Provide an 6-inch steel pipe section to be connected down stream of the pump station discharge pipe to connect to the below grade, 8-inch ductile iron irrigation mainline pipe. The pipe shall have two 90 degree flanged els. Below grade steel pipe shall be wrapped with pipe tap. All below grade fittings shall be ductile iron. A 6-inch flanged x 8-inch flanged or mechanical pipe fitting shall be installed to transition from steel pipe to ductile iron mainline pipe. Provide a thrust block at the below grade el. The thrust block shall have 14 minimum area of 17 square ft. against undisturbed soil. Field verification of the mainline pipe depth will be required. Discharge pipe to existing the north facing wall of the existing building, approximately 3 to 4 feet in from the east wall. The discharge pipe orientation shall be closely coordinated with the installation of the below grade mainline pipe to the pump station. The below grade mainline pipe will be installed by others. 2.24 VALVES: A. Air/Vacuum Release Valve: 1. Provide a continuous -acting, combination air release/vacuum valve to release excess air from the pump discharge manifold. The valve must be capable of releasing air during filling and pump operation and also open in a vacuum condition to allow air to enter the manifold when piping is drained. Valve shall have a cast iron body rated for 300 PSI, stainless steel trim and float ball, Buna N and viton seats. 2. In lieu of an air/vacuum release valve, provide an Engineer approved equal device to release air from the system. B. Drain Valves: Drains are to be provided from any possible low point in the system and are to consist of 1/4" brass angle valves unless otherwise noted. Drain piping is to be furnished so that no drain water runs out on top of the deck plate, but either under deck plate, or directly into the trench drain or wet well. They include, but are not limited to, the following: Provide drain in the pump discharge manifold between pump check valves and control valve. 2. Provide 3/4" brass hose bib in the discharge piping to function as a washdown connection and also function as a drain. C. Check Valves: Pump check valves shall be of the silent operating, non -slam type, cast iron bodied with bronze and stainless steel trim. Sealing surfaces shall utilize resilient Buna N rubber. 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. Valves shall be sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 2.5 PSI. Furnish check valves on the discharge of each pump. D. Isolation Valves: Valves shall be butterfly type with the position lever or gear hand wheels and rated at 200 psi WOG working pressure. Trim shall include stainless steel stem, bronze streamlined disc, and full faced resilient seat. Isolation valves shall be installed on the discharge side of each pump. The pump system shall also be furnished with a main station isolation valve located in the discharge manifold. 15 E. Pressure Relief Valve: Furnish pressure relief valve and bypass piping to wet well installed on the discharge. Size pressure relief valve to bypass sufficient water to avoid operating pumps at or near shut off head conditions. 2.25 GAUGES: A. Gauges and switch gauges shall be isolated from all electrical switch gear and control panels. Gauges shall be provided at appropriate locations to read inlet pressure and discharge manifold pressure. Switch gauges shall be 4" diameter vibration/pulsation dampened. Pressure gauges shall be 2.5" diameter, glycerin filled, with ANSI Class B accuracy. Install ball valves to provide total isolation of all pressure gauges. 2.26 AUTOMATIC BACKWASHING WYE-STRAINER: A. Provide an 8-inch, 125 class flanged, 200 psig rated wye-strainer. The strainer body shall be ASTM A126 cast iron and the screen shall be 304 stainless steel. The Wye -Strainer shall have a 40 mesh screen. B. Provide a 2-inch, 115 VAC, electric motor operated, ball valve for automatic blow down of the wye-strainer. The valve shall be rated for 400 psig working pressure and have a bronze body, 316 stainless steel ball with 1-1/2 inch port, and Teflon seats. The actuator shall have an 8 second cycle time, a NEMA-4 enclosure, a manual override, and a position indicator. Provide an illuminated "OFF -AUTO - MAN" strainer blowdown selector switch on the control panel that lights up whenever the blowdown valve is open. C. Filter backwash pipe shall be steel pipe inside the pump house, and transition to Class 200 PVC pipe below grade. Pipe shall discharge filter backwash into the pond just east of the pump station building. Coordinate routing of pipe with Owner's Representative. Filter must be capable of an automatic backwash cycle based on pressure differential and time interval. 2.27 STANDARDS: A. All wiring shall conform to the National Electrical Code Standards. Flexible conduit sections shall be under 5' in length to meet code. All conduit to devices shall be attached securely to avoid trip hazards. B. A wiring schematic shall be provided by the manufacturer. The schematic shall show all devices, connections and wire numbers. C. All controls and electrical equipment shall be thoroughly inspected and tested before shipment. 2.28 PAINTING: A. Painting of the entire control panel shall consist of a multi -step coating system which includes metal preparation, rust inhibitive prime coat, and a two part polyurathane finish having a total dry film thickness of not less that 4 mils. Pump station components shall be painted the manufacturer's standard color. All 16 electrical enclosures, tank, and accessory panels shall be painted to a minimum thickness of 3 mils and baked at 160-180 F. B. Painting of field fabricated pipe will be required. Use an epoxy based paint to coat all exterior pipe and fitting surfaces. Prepare the surface to be painted as recommended by the paint manufacturer. Paint color to be as approved by Owner's Representative. PART 3: EXECUTION 3.01 INSPECTIONS AND REVIEWS: A. Site Inspections: 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. 3.02 CONTROL PANEL INSTALLATION: A. Provide technical start up procedures by the pump station manufacturer including: Station start up and pressurization and pressure, flow, and programming adjustments 2. Monitoring of park irrigation cycle when possible. Technician will instruct operations personnel as to the operation, adjustment and maintenance of the pump station. 3. Provide one day of training to City staff on the operation and maintenance of the pump control system. 3.03 DISCHARGE MANIFOLD PIPE AND COMPONENTS INSTALLATION: A. Install improvements as outlined in approved shop drawings. B. Provide scaled shop drawing of proposed discharge manifold with all components specified for review and approval prior to construction. 3.04 OPERATION AND MAINTENANCE MANUALS: Operation and maintenance manuals shall be furnished at time of start up. A. Tools and Spare Parts: Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, test equipment, and any other items indicated. 17 B. Other Materials: Install other materials or equipment to be part of the pumping system, even though such items may not have been referenced in these specifications. 3.05 PROJECT RECORD (AS -BUILT) DRAWINGS: A. The contractor is responsible for documenting changes to the design. Maintain on site and separate from the documents used for construction, one complete set of contract documents as Project documents. Keep documents current. Do not permanently cover work until as -built information is recorded. B. Record pumping system alterations. Record work which is installed differently than shown on the construction drawings. C. Prior to Final Review, obtain from the Owner's Representative a reproducible mylar copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.06 MAINTENANCE: A. Upon completion of Final Review, maintain system for a duration of 30 calendar days. Make periodic examinations and adjustments to irrigation system components as necessary. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, and for performing necessary minor maintenance. 3.07 CLEANUP: A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. B. Contractor shall clean all surfaces and touch up scratches with factory paint to match original. END OF SECTION 18 Attachment A The following information is provided for information only. All information provided shall be field verified by inspection and pump testing. A complete review of the existing pump station is required prior to development of shop drawings. The following information is attached. • Pump curve for existing 20 HP pump Pump curve for existing 60 HP pump • Shop drawing of existing pump station. 19 No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our e 7 days after the bid openin 4as BO'Neill II, CPPO, FNIGP orof Purchasing and Risk Management N < a w OLL a:Z a:LL W O I� U zaz QIM r x Z ¢ I O W < N Z W y LL< U U r cn O W< W< Z N¢ N LL¢ W O¢ O < O_ p p O J LLQ J d Q Q `°r3r-<¢-w a r O W �- LL m> w ¢ U W m O Z _� Z a LL U lO c O C O O i 10 <_ i 10 W 10 p i 10 IZ i>S 1 r : 1 rl I r I I I IW Ir iQ ' 1 I I 'Z Ir ;cn 1G I I IQ IW Ir iO Ip I r 11 r r ! r r 1 - 1 - 1 I r 1 I I I I 1 1 1 1 1 1 I I ' I I 1 Ir r �nw■m/■n/� - .. >o - A ® rr��■�wu�■ut®Co m■■■■■u�aso■u�� �/an■■■ Im■�_ ns ® 1 e■■m�. ��r<�. ■■m■uu m■■�/lu■e� n■�•■m■■ Ne �■An■■u�■■/n■aw�� nw■ - - nmmuu■■mrwnsn■u��.�m■nwuuuamu w■/■n■■n■mr_� u■r.- ra■■ mn■■m■■■■�a vmwnm■��■■n ■■um.aan■■�.n/w/�■aa/moa�e�aom■/a/i �.■ •• rt■■■■■■■umaum■aa■■■am■a■■u■■�mv■■■■■ai�■n■ • ■m��m■u■■■iluu • rtn■u■/■■u■o■��n■■■■�■mo■ �q■n■■nm■ul unm®un■u■■■.�■■■■■■■� Inm �■m■■■■■N■mil■■■■■/m■■BY■■■■B�\■■■■ml1■m �/■■■■■■■/u■ntY■■m■mm■�nn■■u■■d�■■■O■11■■N - - m■■■u■■mmsumm■■o■wmoo■mm■a■m�mn I■■■■H■■■■■■■f ■■mm■■■■■n■un■auuNum■■■u►ry I■■■■ NEu�/■■w■n■■■�N��■n■��u����■HII�\� • ■ • _ N/®■N■■■N//■p■■N■■0■■■ IIA■■NNN/q■N■NNrNI■N w■■■�NN■I■NN 1■W■N■■I N■NN�NN•■N�� NI■N W �NNNi�lNN �I,�NNN•N■NNN■NI■N • ' �l■N�N�■■NIN■NN �■■■■v�N■Nu■NaNNUN■®■■■N ■NN■NN■N� ■NN ■��NN�N�N■N��NN NNIN•N�N■■gNNN■N��N■■ O� M■ saa �rs��� ��� .M - ■■■■NNN■N�®Nt►.NN�N�■■■N� N�■■ ■N�■�som■NNme1NNN■■■N■N■■p Im■ ■■■N�N■mNNN►H��ON■�■■N■■W�N■®NI■■ - ■W■■■N■�®■■�1A®w�NNNN■N■■■■� I■N■ NNONNNm■NNN■Y�NN�■■N■■■N�IN■■ NN•mN■■■■m■■■ VN■NN■■N�■■■NO•I■N■ ■N■Nt■uN■®N■ �N>e■�NNNN�■a�l■N■ ■N■■N■NNo■m■ 1N�NNN•■N�_IN■■ _ ; IT c, NuNm■oe�a�Ntw �� �iN�N ■� ssNN■■�■N�i■i� ' �■■�■■■■I�N��■■■■�■N�I■N■ - N®■■u■E7■ NI■■ - - .. N■■NN■■eo■o■u�rasN■■N■®NwN■N■■�sn�>�■ ��®� so■■mo■�■■■s� NN . ■Nm■N■®N■■■tN�N1��� ■mN■ ��N■�� �■■N�N■■Ni�'7NN N■�■N�■N■■■NNNu�� ® co �®� N■NNNra�■■ �■ 9 ■ e ■u�Nit�Nt■�■■NNN■■ ■■CNN®■t�N�i�!\■N■��� � •��■■u■■■ua�auo■a■N Nn N■N■N■■�so■NN■o■■■uN�i►■t ®� ' ■NN■N■■Q�■■NN■N■■N■�'v■■■■■■NN>0 NI■ - ■■■NNN■Nr ri�N■�■Y■NN■■► ■u■�N■■NNN■Nwl■■N■■NN■�■N■�\■■■�I I■N �NNN■■■■■■■11■■�■N■�NNN�� 1■■■ ■■N■■NN■■■N■■■N�uN■N6•■N■�NNaw�■I �m ■■■N■uN�NN�N��NNN■�NH►`N I■N - CITY OF FORT COLLINS BID PROPOSAL BID #5762 BID OPENING: FEBRUARY 3, 2003, 3:00 p.m. (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR PUMPING PLANT RENOVATION AT CITY PARK PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS AND DRAWINGS: The City of Fort Collins Parks Department is requesting bids for retrofitting an existing pumping station with a variable speed drive system. Work at City Park must be completed 60 days after receiving notice to proceed. The successful bidder must enter into the attached services agreement and supply proof of insurance "Exhibit B" as requested. Any technical questions should be directed to Eileen Scholl, Project Manager at (970) 566-1342. Any Purchasing questions should be directed to John Stephen, CPPB, Senior Buyer at (970) 221-6775. A Mandatory pre -bid meeting will be held at City Park, 1500 W. Mulberry, Fort Collins on January 21, 2003 at 10:00 am. Meet at the City Park Pool located at intersection of Bryan and City Park Drive. BID SCHEDULE Supply all materials and labor required including installation for retrofitting an existing pumping station with a variable speed drive system. LUMP SUM Add alternate $ Provision and installation of new premium efficiency motors for vertical turbine pumps. FIRM NAME: (Are you a corporation, DBA, Partnership, LLC, or PC) ADDRESS: TELEPHONE # BY: Signature FAX # Printed 9 Qualifications of Bidder A. Qualified bidder will have been doing business under the present business name for the past three consecutive years. B. Qualified bidder will supply with bid 5 references pertaining to retrofitting existing vertical turbine pumping plants to variable speed drive. C. Qualified bidder shall have sufficient manpower and equipment to accomplish said work in the required time. D. The Owner may make such investigation as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data as is reasonably required for this purpose. The Owner reserves the right to disqualify any bid if the evidence resulting from the Owners investigation shows, in the opinion of the Owner, that the bidder is not properly qualified to prosecute the work described herein. PUMP CONTROL SYSTEM SPECIFICATIONS SECTION 02815- PUMP CONTROL SYSTEM PART 1: GENERAL 1.01 SCOPE: It is the intention of this specification to describe a variable speed control system and other improvements for the existing landscape irrigation pump station located at City Park in Fort Collins, Colorado. This is to be accomplished by replacing the existing control system with a new a prefabricated pump control panel, manifold piping, and other appurtenances. The existing pumps are to remain in place. A new steel discharge manifold with wye- strainer shall be provided. A new submersible pressure maintenance pump will also be added as part of this scope of work. The existing pump station consists of a 20 hp vertical turbine pump, and a 60 hp vertical turbine pump. The existing pump station was designed to provide a flow of 675 gpm at a discharge pressure of 140 psi. The pump curves are provided as an attachment to these specifications. The existing pump station was installed in 1978. Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the pump system improvements, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees as required by local utilities. B. Removal and salvage of the existing pump station control panel 4 C. Provision of prefabricated pump control panel. D. Removal and salvage of the existing discharge manifold within the pump house including the isolation valves and check valves at the discharge of each turbine pump, manifold pipe, manifold filter screen, pressure relief valves, 6-inch pump control valve, and other miscellaneous pressure gauges, switches, etc. E. Installation and connection of electrical power supply to the new control panel and vertical turbine pumps, new pressure maintenance pump, 120V lighting circuit, and 480V circuit for the pump house electric heater and pond aeration system. F. Provision and installation of new pressure relief valve, flow sensor, pressure transducer, discharge manifold, isolation valves, check valves, conduit, and wiring as required. G. Provision and installation of submersible sustaining pump. H. Provision and installation of new premium efficiency motors for vertical turbine pumps (Add Alternate). Start-up, testing, and demonstration of the performance of the system. J. Maintenance period. 1.02 SUBMITTALS: A. Deliver four (4) copies of all submittal to the Owner's Representative within 15 days from the Notice to Proceed. B. Materials List: Include pipe, fittings, pumps and motors, control system components, and electrical equipment. Quantities of materials need not be included. C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. D. Shoo Drawings: Submit shop drawings of proposed pump system improvements. Show products required for proper installation, their relative locations, and critical dimensions. Submit technical data sheets, electrical schematics, sequence of operation, UL listing authorization form. The shop drawings shall show the system layout, elevation view, and critical dimensions for the pump system, building, wet well, etc. Pump system manufacturer is responsible for layout and design of the pump system supplied, and any special coordination issues that affect the critical dimensions, layout, or orientation of the pump system improvements. 5 1.03 RULES AND REGULATIONS: A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. 1.04 TESTING: A. Notify the Owner's Representative three days in advance of testing. B. On completion of assembly, hydrostatically test all piping at the maximum pump shutoff head. C. Contractor shall bump manual motor starter controls to prove correct rotation and secure local inspection/approval. D. Control and safety shut off devices shall be tested and verified operational. E. Flow and discharge pressure shall be verified with specified values. 1.05 REVIEWS: The purpose of on -site reviews by the Owner's Representative is to observe the Contractor's interpretation of the construction documents and to address questions with regards to the pump installation. A. Scheduled reviews such as those for testing should be scheduled with the Owner's Representative as required by these specifications. B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the pumping system installation and Record (As -Built) Drawings. 1.06 GUARANTEENVARRANTY AND REPLACEMENT: The purpose of this guarantee/warranty is to insure that the Owner receives materials of prime quality, installed and maintained in a thorough and careful manner. A. The manufacturer shall warrant the new pump control panel and VFD drive to be free of defects and product malfunctions for a period of one year from date of start up or eighteen months after shipment, whichever occurs first. B. Failures caused by lighting strikes, power surges, vandalism, flooding, operator abuse, or acts of God are excluded from warranty coverage. 6 C. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owner's Representative. D. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. PART 2: MATERIALS 2.01 QUALITY: A. Materials used in the system shall be new and without flaws or defects of any type, and shall be the best of their class and kind. 2.02 MANUFACTURER REQUIREMENTS: A. All pump station components shall be supplied by and be the responsibility of one manufacturer, even though others manufactured some components. B. Provide a factory -trained technician to supervise the installation of the pump station, pumps, and motors. In addition to the time required for installation supervision, the technician shall provide a minimum of 1 day of training for the Owner's staff in the operation, maintenance, and programming of the pumping system. C. Acceptable Manufacturers: 1. FLOWTRONEX PSI Ltd., 10717 Harry Lines Blvd., Dallas, Texas 75220, (214) 357-1320. Local Representative: Jay Folk, Arapahoe Pumping Systems, P.O. Box 3482, Littleton, Colorado 80161. 2. SYNCHROFLO, 6700 Best Friend Rd., Norcross, Georgia, 30071, (770) 447-4443. Local Representative: John Maclntyre, Munro Supply, 1271 Elmwood Court, Broomfield, Colorado 80020, (303) 439-2600. 3. WATERTRONICS, 525 Industrial Drive, Hartland, Wisconsin 53029, (800)356-6686, (414)367-5000, F: (414) 367-5551. Local Representative: Torry Roesch, Watertronics,7574 Jellison Court, Arvada, CO 80005 (720) 898-0540 4. METRON, INC., 1505 West 3rd. Avenue, Denver, Colorado 80223, 303- 592-2903, F: 534-1947. 2.03 GENERAL REQUIREMENTS: A. Furnish a prefabricated VFD pump control panel for the existing submersible well pump as shown on the drawings and details. B. The panel shall be completely wired and electrically tested before shipment to the job site. 7 C. The power supply to the panel shall be the existing 480 V, 3 phase power supply to the existing pump station control panel. The control panel manufacturer shall verify the existing service is compatible with the new control panel as specified. D. All components shall be supplied by and be the responsibility of one manufacturer, even though some components were manufactured by others. E. Operation: a. During non -irrigation times, the pressure maintenance pump (PM) will cycle on and off as required to maintain irrigation system pressure. 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 (20 hp pump) and will gradually ramp the pressure up to desired irrigation pressure. b. 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 second VFD driven pump (60 hp pump) will be started, and the 20 hp pump retired. As flow continues to increase, the first VFD driven pump (20 hp pump) be started resulting in both VFD driven pumps to be operating. C. 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. d. 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, the VFD pump shall be turned off. e. The pump station shall be programmed to provide a discharge pressure of 100 psi, at a flow of 675 gpm. Note the maximum flow available at a discharge pressure of 100 psi in shop drawings to be submitted for review and approval. 2.04 ELECTRICAL CONTROL PANEL ASSEMBLY A. The control panel enclosure shall have a NEMA-3R rating. All external or door mounted operating devices shall be dust and weatherproof. All internal components shall be mounted on a removable back panel. All wiring involving internal power and control components shall be completed within this enclosure. No external cable trays or wiring thruways shall be permitted. No water line connections shall be permitted anywhere inside the enclosure. s B. All wiring shall be 600 VAC rated, THW or THWN, stranded copper wire installed according to National Electrical Code standards. All wiring from the control panel to the motors shall be sized according to NEC requirements based on motor full load current. A grounding cable sized to NEC requirements shall be included in the liquid -tight conduit from each motor to the control panel. No splices shall be permitted between the motor starters and the motor connection boxes, except to the submersible pump motor. All control wiring carrying more than 24 volts, shall be 16 gauge minimum with wire numbers at all termination points. The wiring to all devices outside the control panel shall be contained in metal lined, liquid -tight conduit. C. All secondary control components shall be powered with 120 VAC or 24 VDC. Panel face indicating lights shall be transformer type using 6 volt bulbs. All control relays shall be plug in type for easy replacement. D. The complete control panel assembly shall be U.L. Listed as an industrial control panel to ensure operator safety. The pumping station manufacturer's serial numbered U.L. label shall appear inside the enclosure and all applicable components used to construct the assembly shall be U.L. Listed or Recognized. 2.05 CONTROL FEATURES A. A pressure start time delay, a stop time delay, on and off flow sequencing set points, and a minimum run timer with automatic and manual time out shall be provided. A 100 percent speed start time delay shall be provided. B. Automatic bypass of the PC shall be provided to permit operation of pumps in the HAND position if the PC fails. C. An auto -pressurizing mode with adjustable settings that gradually restores system pressure with the VFD shall be provided to protect the irrigation piping at station startup and after extended station shut downs. D. An energy saving mode with adjustable settings that reduces the system pressure at low flow rates where friction losses in the irrigation system are lower. E. A panel face indicator package shall be provided. The package shall include a general alarm indicating light, a running light (integral to the selector switches) for each pump and the inverter, and a non-resettable, weather proof, elapsed time meter for each motor with a 99999.9 hour range and a 0.1 hour resolution. F. An alarm package shall be provided which includes a low system pressure alarm with trip time delay and manual reset; a high system pressure alarm with trip time delay and manual reset; a low level alarm with trip time delay and manual reset; a high flow rate alarm with trip time delay and manual reset; an irregular power alarm with trip time delay, with manual and delayed automatic reset; individual motor overload alarms with manual reset; individual motor contactor fault alarms with manual reset; pressure transmitter failure alarm with manual reset; high IJ