Document 6526570

Transcription

Document 6526570
IFB-DRAINAGE IMPROVEMENTS
BID # ADI-38-0509
ADDENDUM # 1
BID OPENING
MAY 20, 2009 AT 4:00 p.m.
City of Brownsville
Purchasing Department
ADDENDUM NO. 1
INVITATION FOR BIDS FOR
DRAINAGE IMPROVEMENTS
BID # ADI-38-0509
BROWNSVILLE/SOUTH PADRE ISLAND
INTERNATIONAL AIRPORT
Prepared For:
City of Brownsville, Texas
Prepared By:
HNTB Corporation
Overland Park, Kansas
THIS ADDENDUM SHALL BE ATTACHED TO THE CONTRACTOR’S BID PROPOSAL
ADDENDUM NO. 1 contains 10 pages including this cover sheet.
Page 1 of 4
IFB-DRAINAGE IMPROVEMENTS
BID # ADI-38-0509
ADDENDUM # 1
BID OPENING
MAY 20, 2009 AT 4:00 p.m.
ADDENDA: The undersigned hereby acknowledges receipt of the following addenda to the Plans and
Specifications, all of the provisions and requirements of which Addenda have been taken into consideration in
the preparation of the foregoing proposal.
THE CONTRACT DOCUMENTS FOR THE ABOVE-TITLED PROJECT ARE HEREBY AMENDED OR
REVISED AS FOLLOWS:
I.
II.
III.
SPECIFICATIONS
A.
Section Invitation for Bids, page IFB-1, paragraph 1, “May 13, 2009” to “May 20, 2009”
B.
Section 1, page 1, Change Bid Opening Date: “May 13, 2009” to “May 20, 2009”
C.
Section 1, page 5, paragraph 1, Change bid opening shall be held on “May 13, 2009” to
“May 20, 2009”
D.
Section 1, page 5, Mark Envelope information, Change Bid Opening Date: “May 13,
2009” to “May 20, 2009”
E.
Replace Spec Section D-770 with new Spec Section D-770 that is attached.
F.
Add the following paragraph to spec section L-130 3.6 Warranty. The engine generator
shall include a parts and labor warranty for 24 months from final acceptance of the
project.
G.
Add the following paragraph to spec section L-131 3.7 Warranty. The automatic transfer
switch shall include a parts and labor warranty for 24 months from the final acceptance of
the project.
PLANS
A.
Sheet B2-2, See Attached.
B.
Sheet B2-3, See Attached.
C.
Sheet B2-6, Add “See Note 1” to outlet pipe for existing sump pump.
D.
Sheet B2-6, Note 1, change “ductile iron” to “steel”
E.
Sheet B2-6, The vertical steel shaft that houses the new pump is part of this work and is
included in the bid item for the pump.
CLARIFICATIONS
A.
The contractor shall be responsible for final design of the foundation and canopy for the
generator and the engine driven pump. The design criteria is listed on Sheets B2-9 and
B2-11. The concrete shall meet the specifications of P-610.
Page 2 of 4
IFB-DRAINAGE IMPROVEMENTS
BID # ADI-38-0509
ADDENDUM # 1
BID OPENING
MAY 20, 2009 AT 4:00 p.m.
B.
The 12” Suction and 12” Discharge pipes shall be made of PVC.
C.
The weatherproof enclosure is a factory designed enclosure made specifically for the
electric generator and engine driven pump that allows for the equipment to be installed
outdoors. Requirements for the enclosure are as stated in the specifications.
Submitted,
(Name of Bidder)
(Signature)
(Name & Title)
Date
Page 3 of 4
IFB-DRAINAGE IMPROVEMENTS
BID # ADI-38-0509
ADDENDUM # 1
BID OPENING
MAY 20, 2009 AT 4:00 p.m.
ACKNOWLEDGEMENT OF RECEIPT
Please fax this page upon receipt
Please fill in the request information below as acknowledgment that you
have received Addendum # 2 IFB# ATR-68-0607 noted above. If your firm
is interested in participating, this sheet must be completed and returned or
faxed to:
Mr. Roberto C. Luna, Jr.
Purchasing Coordinator
City of Brownsville – P.O. Box 911
City Hall 1001 E. Elizabeth St. 1st Floor, Suite 101
Brownsville, Texas 78520
Phone: (956) 548-6081 Fax: (956) 546-2711
Email: [email protected]
Name of Firm:_______________________________________________
Address: ___________________________________________________
City, State __________________________________________________
Telephone Number: _____________
Fax Number: ________________
Email: ___________________________________
(_____) YES, Our Company does have an interest in responding.
(_____) NO, Our Company does not have an interest in responding.
Name: (Print) ________________________________
Title: _______________________________________
Signature: ___________________________________
Date: _______________________________________
Page 4 of 4
Brownsville/South Padre Island International Airport
ADI-38-0509
Drainage Improvements
ITEM D-770 SUBMERSIBLE PUMP
DESCRIPTION
This item shall consist of purchase and installation of submersible pump at the designated location shown on the
plans. Work involving the installation of the submersible pump, cast iron pipe, guide rail, couplings, connections,
and all electrical work will be considered subsidiary to this item. The Contractor shall submit detailed electrical
connection shop drawings to the Engineer for review and approval prior to commencement of any pump installation
work. The detailed electrical shop drawings shall include circuit and conduit routing and connections required to
place the submersible pumps in service.
MANUFACTURERS
ITT Flygt or approved equal.
MATERIALS OF CONSTRUCTION
Detention pond lift station submersible pump shall be Flygt pump and assembly model number LL-3300 or
approved equal.
REQUIREMENTS
Furnish and install one submersible non-clog wastewater pump. The pump shall be equipped with 60 HP,
submersible electric motor connected for operation on 460 volts, 3 phase, 60 hertz, 3 wire service, with 50 feet of
submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be sized according
to NEC and ICEA standards and have P-MSHA Approval. The pump shall be capable of delivering 7800 GPM
at15.5’ TDH. An additional point on the same curve shall be 5750 GPM at 30 feet total head. Shut off head shall be
58 feet (minimum). Each pump shall be fitted with15 feet of lifting chain or stainless steel cable. The working load
of the lifting system shall be 50% greater than the pump unit weight.
PUMP CONSTRUCTION
Major pump components shall be of gray cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow
holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel construction. All metal
surfaces coming into contact with the pump, other than stainless steel or brass, shall be protected by a factory
applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior
of the pump.
Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where
watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the
result of controlled compression of rubber O-rings in two planes and O-ring contact of four sides without the
requirement of a specific torque limit.
Rectangular cross sectioned gaskets requiring specific torque limits to achieve compression shall not be considered
as adequate or equal. No secondary sealing compounds, elliptical O-rings, grease or other devices shall be used.
COOLING SYSTEM
Motors are sufficiently cooled by the surrounding environment or pumped media. A water jacket is not required.
CABLE PROTECTION AND SUSPENSION
Engineer approved cable protection and suspension system shall be provided on all Installations with in-tube cable
runs over 10 feet in length.
CABLE ENTRY SEAL
The cable entry seal design shall preclude specific torque requirements to insure a watertight and submersible seal.
The cable entry shall consist of a single cylindrical elastomer grommet, flanked by washers, all having a close
tolerance fit against the cable outside diameter and the entry inside diameter and compressed by the body
D-770 1 of 4
Brownsville/South Padre Island International Airport
ADI-38-0509
Drainage Improvements
containing a strain relief function, separate from the function of sealing the cable. The assembly shall provide ease
of changing the cable when necessary using the same entry seal. The cable entry junction chamber and motor shall
be separated by a stator lead sealing gland or terminal board, which shall isolate the interior from foreign material
gaining access through the pump top. Epoxies, silicones, or other secondary sealing systems shall not be considered
acceptable.
MOTOR
The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled,
watertight chamber, NEMA B type. The stator windings shall be insulated with moisture resistant Class H
insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H
monomer-free polyester resin resulting in a winding fill factor of at least 95%. The motor shall be inverter duty
rated in accordance with NEMA MG1, Part 31. The stator shall be heat-shrink fitted into the cast iron stator housing.
The use of multiple step dip and bake-type stator insulation process is not acceptable. The use of bolts, pins or other
fastening devices requiring penetration of the stator housing is not acceptable. The motor shall be designed for
continuous duty handling pumped media of 40°C (104°F) and capable of no less than 15 evenly spaced starts per
hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C
(260°F) shall be embedded in the stator end coils to monitor the temperature of each phase winding. These thermal
switches shall be used in conjunction with and supplemental to external motor overload protection and shall be
connected to the control panel. The junction chamber containing the terminal board, shall be hermetically sealed
from the motor by an elastomer compression seal. Connection between the cable conductors and stator leads shall
be made with threaded compression type binding posts permanently affixed to a terminal board. Wire nuts or
crimping type connection devices are not acceptable. The motor and pump shall be designed and assembled by the
same manufacturer.
The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of
1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up
to 40°C (104°F) ambient and with a temperature rise not to exceed 176°F (80°C). A performance chart shall be
provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also
include data on starting and no-load characteristics.
The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach
the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chlorinated
polyethylene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of
watertight integrity to a depth of 65 feet or greater.
The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump
performance curve from shut-off through run-out.
Motor Starter
Motor starter shall be matched to the pump and provided as recommended by the pump manufacturer.
BEARINGS
The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper
bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to
compensate for axial thrust and radial forces. Single row lower bearings are not acceptable.
MECHANICAL SEAL
Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal
assemblies. The seals shall operate in an lubricant reservoir that hydrodynamically lubricates the lapped seal faces
at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain
one stationary and one positively driven rotating corrosion resistant tungsten-carbide ring. The upper, secondary
seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary corrosion
D-770 2 of 4
Brownsville/South Padre Island International Airport
ADI-38-0509
Drainage Improvements
resistant tungsten-carbide seal ring and one positively driven rotating corrosion resistant tungsten-carbide seal ring.
Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance
nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend
on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. For special
applications, other seal face materials shall be available.
The following seal types shall not be considered acceptable nor equal to the dual Independent seal specified: shaft
seals without positively driven rotating members, or conventional double mechanical seals containing either a
common single or double spring acting between the upper and lower seal faces. Cartridge type systems will not be
acceptable. No system requiring a pressure differential to offset pressure and to effect sealing shall be used.
Each pump shall be provided with an lubricant chamber for the shaft sealing system. The lubricant chamber shall be
designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plug, with
positive anti-leak seal shall be easily accessible from the outside. The seal system shall not rely upon the pumped
media for lubrication. The motor shall be able to operate dry without damage while pumping under load.
Seal lubricant shall be FDA Approved, non-toxic.
PUMP SHAFT
Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall
not be acceptable. The shaft shall be C-1038 carbon steel.
A shaft sleeve of 329 stainless steel is used to protect the shaft material.
IMPELLERS:
The impeller(s) shall be of gray cast iron, Class 35B, Factory balanced, double shrouded non-clogging design having
a long throughlet without acute turns. The impeller(s) shall be capable of handling solids, fibrous materials, heavy
sludge and other matter found in wastewater. Whenever possible, a full vaned, not vortex type, impeller shall be
used for maximum hydraulic efficiency; thus, reducing operating costs. Impeller(s) shall be keyed to the shaft,
retained with an Allen head bolt and shall be capable of passing a minimum _____ inch diameter solid. All
impellers shall be coated with an acrylic dispersion zinc phosphate primer.
VOLUTE
Pump volutet(s) shall be a single-piece diffuser, concentric type, of gray cast iron, Class 35B with smooth passages
and shall employ three or more diffuser guide vanes to stabilize and direct the flow coming from the impeller.
PROTECTION
All stators shall incorporate thermal switches in series to monitor the temperature of each phase winding. At 126°C
(260°F) the thermal switches shall open, stop the motor and activate an alarm.
A leakage sensor shall be available as an option to detect water in the stator chamber. The Float Leakage Sensor
(FLS) is a small float switch used to detect the presence of water in the stator chamber. When activated, the FLS
will stop the motor and send an alarm both local and/or remote. USE OF VOLTAGE SENSITIVE SOLID STATE
SENSORS AND TRIP TEMPERATURE ABOVE 125°C (260°F) SHALL NOT BE ALLOWED.
The thermal switches and FLS shall be connected to a Mini CAS (Control and Status) monitoring unit. The Mini
CAS shall be designed to be mounted in any control panel.
Testing
Testing performed upon the pump shall include the following inspections:
a. Impeller, motor rating and electrical connections shall be checked for compliance with this specification.
b. Prior to submergence, the pump shall be run dry to establish correct rotation.
c. The pump shall be run submerged in water.
d. Motor and cable insulation shall be tested for moisture content or insulation defects.
D-770 3 of 4
Brownsville/South Padre Island International Airport
ADI-38-0509
Drainage Improvements
Start Up Service
The equipment manufacturer shall furnish the services of a qualified factory trained field service engineer at the site
to inspect the installation and instruct the owner’s personnel on the operation and maintenance of the pumping units.
After the pumps have been completely installed and wired, the contractor shall have the manufacturer do the
following:
a.
b.
c.
d.
e.
f.
Megger stator and power cables
Check seal lubrication
Check for proper rotation
Check power supply voltage
Measure motor operating load and no load current
Check level control operation and sequence
Warranty
Pump shall be covered by a parts and labor warranty for a period of 2 years.
.
MEASUREMENT AND PAYMENT
Each submersible pump and all subsidiary items shall be measured per lump sum. Payment will be based on the unit
price bid per lump sum, and shall be full compensation for furnishing all labor, materials, equipment, controls, tools,
supplies, and incidentals necessary to install the submersible pump complete and in place.
Each iron pipe to be repaired and all subsidiary items shall be measured per lump sum. Payment will be based on
the unit price bid per lump sum, and shall be full compensation for furnishing all labor, materials, equipment, tools,
supplies, and incidentals necessary for iron pipe repair.
Payment will be made under:
Item D-770-1
Submersible Pump – per lump sum
Item D-770-2
Iron Pipe Repair – per lump sum
END OF ITEM D-770
D-770 4 of 4
sPPPPPPPPPP1
2
PDGR
55529-01LEFTPEGLTPEGRTPDGL
BOCA CHICA
BLVD.
sectaPEGCTPVGRIDPEGCTPFGCTPEGCPEGLPEGRPFGCPGRIDPGRIDT1
2
PDGR
55529-01LEFTPEGLTPEGRTPDGL
DETENTION POND
x
NATURAL GROUND
3:1
TY
3:1
0.5%
VARIES
0.5%
P
TYP
E
E
E
E
E
PDGLPDGR
GRIDPGRIDT12
P
PFGC
sectbPEGCTPVGRIDPEGCTPFGCTPEGCPEGLPEGRPFGCPGRIDPGRIDT
sectupPEGCTPVGRIDPEGCTPFGCTPEGC
PDGLPDGR
PEGLPEGRPFGCPGRIDPGRIDT12
0.000000000000000100.0010000488892LEFTPEGLTPEGRT
50.0000000000000050.0000000000000050.000000000000002.351176336323975E+00691850.675035652570.000000000000000
PDGLPDGR
12
55529-01LEFTPEGLTPEGRT
LEFTPEGLTPEGRT
sectdnPEGCTPVGRIDPEGCTPFGCTPEGCPEGLPEGR
E
50.0000000000000050.0000000000000050.00000000000000291871.717789558160.0000000000000000.000000000000000100.0009999997084
TYP
ELEV. = 16.0 TYP
P
TY
20’
N
20’
TYP
TYP
PDGLPDGR
0.0000000000000000.000000000000000100.0010000488892LEFTPEGLTPEGRT
50.0000000000000050.0000000000000050.000000000000002.351176336323975E+00691784.88177370656
PDGR
PEGCTPEGCTPFGCTPEGCPEGLPEGRPFGCPGRIDPGRIDT1250.0000000000000050.0000000000000050.000000000000002.349834809472170E+00691796.285258511800.0000000000000000.000000000000000120.0009999157270LEFTPEGLTPEGRT
EXIST. CONCRETE
10.5
11.5
11.0
CHANNEL
N.T.S.
10.0
10.0
B2-5
EXISTING MALSR
N
TYPICAL SECTION - DETENTION POND
A
POWER & CONTROL
STATION SHED
EXISTING
11
.0
DETENTION
POND
.5
10
RUNWAY
N
SAFETY
AREA
EXISTING
F
FUEL FARM
EXISTING 7’ X 7’
BOX CULVERT
N
108
100
EXISTING
NORTHING
EASTING
ELEV.
100
91323.5943
2349893.4188
11.00
101
90758..7762
2349872.4079
13.60
102
90717..4460
2349911.1194
13.70
103
90693..3194
2350727.2657
11.15
104
90675..4731
2350768.2324
11.20
X
.
1
M
A
EL=10.18
ASPHALT PERIMETER
%
11
.0
ROAD TO REMAIN
.5
POINT
EXISTING
0
POND CONTROL POINT TABLE
3:
IOWA AVE.
SWALE
EXISTING
CONCRETE
CHANNEL
11
TO REMAIN
106
90518.6739
2351033.3558
12.00
107
90858.6163
2351004.3817
12.15
108
91331.2199
2350539.8459
11.65
L
12
N
2351399.5855
.0
17.00
IO
’
T
0
%
3:1
MAX.
0
C
2
U
R
T
%
.5
.0
N
107
O
R
O
13
(F
.0
101
RW 13
S
C
0
.5
.0
12
11
12
N
N
R=10’
.5
90870.7182
O
0
RW 13
)
Y
0
.5
12.00
.5
2351000.9097
11
90489.1736
N
105
%
.5
13
.5
102
1
3:1
R=40’
MAX.
103
104
R=60’
EXISTING CONCRETE ROAD TO BE REMOVED.
THIS WORK SHALL BE INCIDENTAL TO P-152-1,
EXISTING
UNCLASSIFIED EXCAVATION.
ASPHALT PERIMETER
R=85’
ROAD TO REMAIN
106
11.5
EL=11.00
A
105
-5
2
B
R=110’
EL=10.90
EXISTING SLUICE
GATE STRUCTURE
100
100
200
EXISTING SWALE
1
Concrete Road Removal
5/5/09
LJB
LMH
EAH
DRAINAGE IMPROVEMENTS
7450 West 130th Street
BROWNSVILLE /
Date: April 2009
ISSUED FOR BID
Overland Park, KS 66213
SOUTH PADRE ISLAND
Phone 913.491.9333
Design
Fax 913.491.4865
INTERNATIONAL AIRPORT
Firm Registration Number 420
Date
By
Chkd.
App’d.
NORTHWEST DETENTION POND
EXPANSION LAYOUT
SHEET
Drawn
Checked
Approved
0
Revision
Feet
No.
S
\\ovpw00\jo
J:\33157\DS-0
J:\33157\
05-MAY-2
lheinauer
Suite 400
File Name:
ADI-38-0509
B2-5
x
x
PUMP STATION
x
N