14-1416 Sewage Pump Stoney Creek Pump Station

NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
Sealed proposals for: Sewage Pump – Stoney Creek Pump Station, Bid #14-1416
will be received until 2:00 p.m. Wednesday, April 16, 2014 in the Purchasing Division, New Castle County
Government Center, 87 Read’s Way, New Castle, DE 19720 (Telephone: 302-395-5250).
Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals,
and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or
sexual orientation in the consideration of this award.
INSTRUCTIONS TO BIDDERS
Bid envelopes will carry a clear notation in the lower left quadrant, “BID FOR Sewage Pump – Stoney Creek
Pump Station, Bid #14-1416. Any questions concerning the bid(s) should be directed to the Purchasing Division at
(302) 395-5250.
Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County
Purchasing website at www2.nccde.org/purchasing.
Fax bids will not be accepted.
Bid security is waived.
New Castle County reserves the right to divide the award unless stated otherwise in the specifications.
Awards, if any, will be made by the Purchasing Division to the lowest and best responsible bidder. The County
reserves the right to reject all bids and to waive minor irregularities.
NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for the above projects.
Pursuant to County Ordinance 83-172, 87-105, and Delaware State Law, no contract will be awarded to any vendor
unless before or in conjunction with the actual award of the contract to such vendor, has submitted proof satisfactory
to the County or to the awarding agency, or the designated representative of the County or the awarding agency, as
the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits
such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if
any, in which the project is located, and the United States government, in order for each of them (i) to do business
therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in
the performance of the contract.
Mailing address:
3-13-14
Purchasing Division
New Castle County Government Center
87 Read’s Way
New Castle, DE 19720
Bid 14-1416
Page 1 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
1.0
Work Included
Furnish and supply one (1) vertical, dry pit, drive shaft sewage pump complete with spare parts,
accessories, and all appurtenances complete in all respects and ready to operate, as specified herein.
2.0
General
A. Equipment
1.
All pumps of the same type and similar service shall be by a single manufacturer. Pumps shall be
made in USA.
2.
The equipment covered by these Specifications is intended to be standard pumping equipment as
manufactured by reputable manufacturers having long experience in the design of such pumping
equipment. The equipment furnished shall be designed, constructed, and erected in conformity
with the best practices and methods. These Specifications call attention to certain features, but do
not purport to cover all details entering into the design of the pumping units.
3.
All parts shall be so designed and proportioned as to have liberal strength, stability, and stiffness,
and to be specially adapted for the work to be done. Ample room and facilities shall be provided
for inspection, repair, and adjustment.
4.
Pumps shall be designed to perform satisfactorily with a reasonable service life when operated
whether continuously or intermittently in unscreened raw sewage, sludge, water, or other
applicable service.
5.
Alignment shall be carefully checked by the manufacturer. The alignment and proper operation of
pump variable speed drive combinations shall be the responsibility of the pump manufacturer.
6.
All electric motors and drives shall be of adequate size and power to attain design pump capacities
without entering into the service factor range. All motors shall be built in accordance with current
NEMA, IEEE, and ANSI Standards and shall be of nationally known manufacture. Motors shall
be made in the United States of America.
B. Data to be Submitted
Characteristic curves for the pumps shall be submitted for approval, as well as dimension prints of
equipment to be furnished. Certified pump test characteristic curves shall be furnished for approval
before delivery. The manufacturer shall furnish three copies of lubricating instructions, shop prints,
instruction manuals, including repair parts list, assembly drawings, and wiring diagrams. Operation
and maintenance manuals include the above-required information in addition to troubleshooting guides
and serial numbers.
C. Data Plates
All data plates shall be of stainless steel and suitably attached to all pumping equipment. Data plates
shall contain the manufacturer’s name, pump size, type, serial number, speed, impeller diameter, motor
size, and other pertinent data.
3-13-14
Bid 14-1416
Page 2 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
A special data plate shall be attached to the pump frame which shall contain identification of frame and
bearing numbers.
D. Testing
All pumps and appurtenant equipment furnished under this section of the Specifications shall be given
factory tests at the manufacturers’ plants to establish performance characteristic curves and data.
These must be certified by the manufacturer’s register Professional Engineer and submitted to the
Engineer for approval before delivery. All pumping equipment shall satisfactorily pass field tests
before acceptance of the equipment.
E. Special Tools
All special tools necessary for the maintenance and operation of the pumps shall be furnished with the
pumps. Each pump shall be provided with an individual set of special tools.
F.
Spare Parts
Spare parts shall be furnished in accordance with the sub-section hereinafter described.
G. Painting
Painting of all equipment and appurtenances specified herein shall be in accordance with these
Specifications.
3.0
Raw Sewage Pumps
A. General
Pump construction shall be a vertical, bottom suction, solids handling centrifugal pump complete
(without motor and extended drive shaft). The pump shall be designed to pump unscreened raw
sewage containing solids and stringy material without clogging and shall operate at stepless variable
speed from 65% to 100% full speed without excessive vibration or noise.
B. Pump Construction
1) Casing: Pump casing shall be of the one-piece volute type with an integral discharge nozzle. Twin
or double volute casings will not be accepted. The casing shall be made of close-grained cast iron
conforming to ASTM A278 Class 30 nominal .75” thickness and ribbed to provide accurate
alignment and prevent excessive deflection. The casing shall be designed to permit the removal of
the rotating assembly without disturbing the suction or discharge connections and provided with a
large handhole to permit inspection and cleaning of the pump interior. The handhole cover shall
be bolted, and its inner contour shall match the contour of the casing. Three lifting eyes minimum
shall be furnished to facilitate handling. Each casing shall be hydrostatically tested to 200 psi
minimum and provided with vent, drain and gauge connections.
2) Suction Head: Suctions heads shall be provided as part of the pumps, of the same material as the
casing, designed to provide equal flow distribution to the impeller eye. Suction head shall be
provided with minimum 6” diameter handhole to permit inspection and cleaning. The handhole
cover shall be bolted, and its inner contour shall match the contour of the interior. Bottom of
suction head shall provide a 12” ANSI 125 pound bolt circle.
3-13-14
Bid 14-1416
Page 3 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
3) Nozzle Sizes: Integral pump nozzle sizes shall be minimum 12” discharge and 12” suction.
Minimum nozzle sizes shall not be attached by addition of standard ACIP reducing/increasing
fittings.
4) Impeller: The impeller shall be single stage, end suction mixed flow enclosed-type with a
minimum of two vanes. Impeller shall be “non-clog”, as defined by H.I., designed to minimize
clogging and capable of passing a 4.25” diameter non-compressable sphere without deformation.
Impeller shall be ASTM A278 Class 30 cast iron machined and polished to remove projections
that might encourage cavitations. The impeller shall be dynamically balanced and shall be secured
with a locking assembly and cover, design of which shall prevent the impeller from being
loosened by torque from forward or reverse direction.
5) Wear Rings: Removable wear rings of unlike hardened stainless steel shall be furnished on the
impeller and suction, with wearing surfaces normal to the axis of rotation. Rings shall be fastened
by recessed stainless steel screws. Rings shall be designed to provide a minimum of .25” wear.
Impeller ring shall be ASTM A743 GR CA 15, 325-350 BHN and, and casing ring shall be AISI
440A 400-450 BHN.
6) Shafts and Sleeves: Pump shaft shall be ASTM A567, GR 1045, produced from minimum 500
RMS bar, finished to minimum 125 RMS on all contact areas and minimum 63 RMS under
bearings and sleeves. Minimum shaft diameters shall be 4.98” between bearings, 4” under sleeve,
5” under line bearing, 4.75” under thrust bearing, and 4.12” at impeller. Shaft to impeller
connection shall be straight, not tapered. Shafts shall be protected by an ASTM A743 GR CA 40
sleeves 450-500 BHN. Sleeve shall be keyed to shaft and sealed to prevent leakage between
sleeve and shaft.
7) Stuffing Box: Stuffing box shall be split type for easy access, cast integrally with the backhead,
designed for five rings of packing and Teflon lantern ring or mechanical seal without requiring
modification. Stuffing box shall be readily accessible to facilitate re-packing. Stuffing box shall
be tapped for necessary flush and drain connections which are to be provided by the Contractor.
Stuffing box shall be furnished with a Teflon lantern ring, bronze split gland, stainless steel
bolting, and sufficient packing to re-pack each pump twice.
8) Bearings: Bearings shall be opposed tapered roller, mounted in a removable cast iron bearing
frame. Bearings shall be arranged to eliminate all radial play and designed for a minimum L-10
life of 500,000 hours at 65% of Best Efficiency Point in accordance with AFBMA. Calculations
substantiating same shall be submitted. Bearings shall be grease lubricated and provided with
tapped openings for the addition of lubricant and draining. Seals shall be provided in the bearing
covers to prevent the entrance of contaminants. Bearing frame shall provide for the axial
adjustment of the wearing rings by the use of adjusting shims in the bearing frame assembly.
Integral jacking screws shall be provided to separate the frame and head to access the shims.
Pumps shall be furnished with shims in place.
9) Factory Testing: All pumps shall be tested in accordance with the latest standards of the
Hydraulic Institute using calibrated shop drivers and instrumentation. Pressure shall be measured
3-13-14
Bid 14-1416
Page 4 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
by calibrated gage and manometer only. Tests shall be run at job full load speed and runout
conditions specified shall be demonstrated. Tests shall also be run at various conditions as
required to demonstrate conformance with each pumping condition specified. Tests of this
equipment shall be performed on an open well. All instrumentation shall have been calibrated
within the time frame specified by H.I. ANSI/H.I. shall govern acceptable tolerances. One pump
of each size and rating shall be witness-tested by a registered Professional Engineer provided by
the pump manufacturer.
10) Rotation: The pumps shall be arranged to rotate in the clockwise direction.
11) Data Plates: All data plates shall be of stainless steel suitably attached to the pump. Data plates
shall contain the manufacturer’s name, pump size and type, serial number, speed, impeller
diameter, capacity and head rating, and other pertinent data. A special data plate shall be attached
to the pump frame which shall contain identification of the frame and bearing numbers. All
machine bolts, nuts, and cap screws shall be of the hex head type. Hardware (or parts) requiring
special tools or wrenches shall not be used.
12) Vibration Limitation: The limits of vibration as set forth in the Standards of the Hydraulic
Institute shall govern.
C. Pump Design Requirements
1) Raw sewage pumps must meet the following conditions:
Location:
Stoney Creek Pumping Station
Service:
Draw raw sewage from pump station wet well and convey it through a
force main to a gravity sewer
Type:
Dry pit, vertical, centrifugal with intermediate shafting
Impeller:
Enclosed, non-clog design
Shut Off Head:
118 feet at 865 RPM
Discharge Capacity:
4000 GPM @ 102’ and 865 RPM
6250 GPM @ 85’ and 865 RPM
Pump Efficiency:
77% (4000 GPM and 865 RPM)
83% (6250 GPM and 865 RPM)
2) Each pump shall also be capable of operating at a reduced speed to pump 3470 GPM against 48’
total dynamic head on a continuous basis without any adverse impact on the pump, shaft, or
motor. The minimum pump efficiency shall be 81% at the pump speed required to pump 3470
GPM.
3) Note: The maximum power draw (brake horsepower) shall be less than 170 BHP over the entire
pump operating range (200 horsepower motors shall be provided).
4) Maximum Net Positive Suction Head required @ 6250 GPM = 20’ maximum.
3-13-14
Bid 14-1416
Page 5 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
D.
Pump Dimensions
1) Pump shall be a drop in replacement to match existing pipe configuration. Pumps which require
pipe modifications can be considered, however the piping modifications necessary must be
completely identified within the bid by listing necessary components and drawings detailing the
modifications.
2)
The current pump
a) Aurora Model 612A, 12x12x22A
b) Catalog sheet with dimensions is shown below
Catalog sheet is provided for reference, only. The bidder is required to verify dimensions
prior to bid. Access to the Stoney Creek Pump Station can be arranged by contacting the
Chief of Plant Operations: Phone (302) 395-5710; E-mail [email protected].
E. Spare Parts
1)
2)
3)
4)
5)
6)
7)
8)
9)
3-13-14
Gaskets – all gaskets – casing, flanges, etc.
O-Rings – all O-rings – casing, packing glands, etc.
Impeller wear ring – hardened
Volute wear ring – hardened
Inboard bearing
Outboard bearing
Shaft sleeve
Impeller
Split packing gland
Bid 14-1416
Qty (1) each
Qty (1) each
Qty (1)
Qty (1)
Qty (1)
Qty (1)
Qty (1)
Qty (1)
Qty (1)
Page 6 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
3-13-14
Bid 14-1416
Page 7 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
BASIS OF AWARD
The Division of Purchasing shall award this contract to the lowest responsible and responsive bidder(s) who best
meets the terms and conditions of the bid. The award will be made on the basis of price, product evaluation, and
prior history of service capability.
The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make multiple awards,
partial awards, award by types, award by sections, item by item, or lump sum total, whichever may be most
advantageous to New Castle County. There is no guarantee that New Castle County will grant to any awardee any
request for services and/or products.
Pursuant to County Code, New Castle County reserves the right to purchase goods, contractual, and professional
services from other governments and cooperative purchasing agreements when it is determined by the Office of
Administrative Services to be in the best interest of the County.
ADDITIONS
New Castle County may require other services, products, and/or equipment not specifically listed, including but not
limited to, additional pumps, pump parts, pump and motor assemblies, pump accessories, etc. Vendor may be given
the opportunity to provide a quote. Should New Castle County deem the quote to be non-competitive, New Castle
County reserves the right to seek proposals from other vendors.
INSURANCE
Workers’ Compensation & Employer’s Liability Insurance
Vendor shall purchase and keep in force and effect workers’ compensation insurance that will provide the
applicable statutory benefits for all of the vendor’s employees who may or do suffer covered injuries or
diseases while involved in the performance of their work for the Vendor; and, even if permitted to do so by
statute, Vendor shall not reject any worker’s compensation insurance option that, in the absence of such a
rejection, would be applicable to any of the said employees. The policy providing the workers’
compensation insurance shall include: (1) broad form all-states coverage; (2) an endorsement that
specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its
officials or employees.
Vendor shall also purchase employers’ liability insurance with minimum limits of $1,000,000 for each
bodily injury or disease occurrence, and $1,000,000 aggregate for all bodily injuries by diseases within the
coverage period regardless of the number of employees who may sustain bodily injury by disease or
accident.
Automobile and General Liability Insurance
Vendor shall purchase: (1) motor vehicle liability coverage, covering any and all claims for bodily injury
and property damage that arise out of Vendor’s performance of work for New Castle County. (2) Such
insurance shall have liability limits of at least $1,000,000 per occurrence, and $2,000,000 annual aggregate,
3-13-14
Bid 14-1416
Page 8 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
(3) comprehensive general liability with coverage for the following liability “hazards” as defined in the
policy forms or endorsement thereto: (A) premises and operations; (B) completed operations; (C)
contingent liability for the operations of subcontractors involved in the performance of the work; and (D)
contractual liability. Limits of coverage shall be at least $1,000,000 per occurrence and $2,000,000 annual
aggregate.
( ) Professional Liability Insurance (applicable if checked)
Each vendor of professional services for whom this provision is applicable shall provide professional
liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate.
All insurance required under this contract except workers’ compensation, employers liability, and
professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle
County, its officials and employees as additional insureds.
Each vendor of professional services for whom this provision is applicable shall provide professional
liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate.
All insurance required under this contract except workers’ compensation, employers liability, and
professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle
County, its officials and employees as additional insureds.
Each policy shall provide an endorsement that specifically waives any subrogation rights the insurer would
otherwise have against New Castle County, its officials or employees.
Each policy shall be endorsed to require the insurer to give New Castle County at least thirty (30) days’
advance written notice of the insurer’s intention to cancel, refuse to renew, or otherwise terminate the
policy, suspend or terminate any coverage under the policy, or reduce any policy limits, increase any policy
deductibles, or otherwise modify or alter any terms or conditions of the policy or renewal issued by the
same insurer.
Each policy shall be written by a carrier licensed by the State of Delaware to do insurance business of the
type involved in the State of Delaware, and which has, and maintains for the life of this contract, at least an
“A” rating from the A.M. Best Agency with “Stable” outlook.
Any change in this rating or outlook must be related to New Castle County by the Vendor or insurance
carrier as soon as possible upon learning of same; and the Vendor shall use due diligence with its insurance
broker or carrier to keep track of same.
All insurance required under this contract except workers’ compensation, employer’s liability and
professional liability shall expressly provide that such insurance shall be primary insurance; and any similar
insurance in the name of Vendor shall be excess and non-contributing.
Deductibles for insurance provided under this contract shall not exceed five percent (5%) of policy limits.
3-13-14
Bid 14-1416
Page 9 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
INDEMNITY
Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and all claims,
demands, suits, judgments, costs and expenses asserted by a person or persons, including agents, employees, or
volunteers or vendor, by reason of death or injury to persons, or loss or damage to property, resulting from
operations hereunder, or sustained in or upon the premises of the County.
MSDS
If required by State or Federal regulations, the successful vendor must provide the M.S.D.S. sheets to the Risk
Management Division and to the requesting department.
NOTE
It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity
to participate in the performance of contracts in the capacity of prime vendor
FUNDING OUT
The continuation of this contract is contingent upon funding appropriated by County Council.
FORM OF PROPOSAL
Please quote delivered prices on the attached pricing page only. Proposal must be signed by an official of the firm.
DELIVERY
F.O.B. New Castle County
Special Services – Warehouse
100 Churchman’s Road
New Castle, DE 19720
Submittals required to New Castle County within two weeks of receipt of purchase order. Delivery required within
90 days after approval of submittals. Start-up testing and training will be coordinated with New Castle County
Operations.
3-13-14
Bid 14-1416
Page 10 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
SUPPLIER DIVERSITY
New Castle County encourages supplier diversity among firms. Please provide information on your firm’s effort to
encourage supplier diversity in your workforce and in the selection of sub-contractors.
DELAWARE LABOR
New Castle County encourages the use of Delaware Labor.
MINORITY
Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals,
and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or
sexual orientation in the consideration of this award.
3-13-14
Bid 14-1416
Page 11 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
FORM OF PROPOSAL SUMMARY
BASE BID :
$_____________________
Includes: Pump, suction head and all appurtenances and spare parts
Excludes: Motor, drive shaft and suction elbow
Do dimensions exactly match existing pumps
YES_______
NO_______
Were exceptions taken to the specification requirements?
YES ______
NO ______
If “YES”, please provide necessary documentation for review and approval.
Name of Company
Address
Telephone No.
Fax No.
Signature
Federal Tax I.D. No.
Printed Name
3-13-14
Email (REQUIRED)
Bid 14-1416
Date
Page 12 of 13
NEW CASTLE COUNTY
Purchasing Division
87 Read’s Way
New Castle, DE 19720
(302) 395-5250
SEWAGE PUMP – STONEY CREEK
PUMP STATION
Bid #14-1416
NEW CASTLE COUNTY, DELAWARE
PROCUREMENT AFFIDAVIT
AUTHORIZED REPRESENTATIVE
I HEREBY AFFIRM THAT:
I am the (title) ______________________________________, and I am duly authorized to represent and
bind (business) ______________________________________ (the “Business”), and that I possess the legal
authority to make this Affidavit on behalf of myself and the Business for which I am acting.
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers,
directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing
contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain
Federal financial and non-financial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O.
12549, E.O. 12689, 48 CFR 9.404, and each agency’s codification of the Common Rule for non-procurement
suspension and debarment.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE
CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE,
INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY.
Date: _________________
By:___________________________
Name:
Title
(Authorized Representative and Affiant)
3-13-14
Bid 14-1416
Page 13 of 13