RESOLUTION NO. 1500 PASSED by the City Council this 11 th day

RESOLUTION NO. 1500
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BONNEY LAKE,
PIERCE COUNTY, WASHINGTON, AUTHORlZING THE A WARD OF THE LIFT
STATION 17 PUMPS AND MOTORS REPLACEMENT PROJECT TO WHITNEY
EQUIPMENT COMPANY, INC.
The City Council of the City of Bonney Lake, Washington, does hereby resolve that the
Mayor is authorized to sign the contract attached hereto and incorporated herein by this
reference.
PASSED by the City Council this 11 th day of October 2005.
ATTEST:
APPROVED AS TO FORM:
•
i
I
SECTION 00250
CONTRACT
This Contract, made and entered into by and between the City of Bonney Lake, hereinafter called
the OWNER; and
of
2/ZZz.
W ... i.,....., EI" E�u, e Met.)T CO� pAA'i I INC.
301'h J)Ao,,,e Sf) S01-rE ItO
5crrHEu..,WMij.'�6!I�
hereinafter called the CONTRACTOR;
Q80l.1
WITNESSETH:
The CONTRACTOR., in consideration of the sum to be paid him by the OWNER and of the
covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all
the work and furnish all the materials, tools, labor, transportation,
and all appliances,
machinery, and
.
,
appurtenances to the extent of the Proposal made by the CONTRACTOR, dated the
OCTO�I!'R
:25
�
day of
,2005, all in fu1l compliance with the Contract Documents referred to herein.
The Instructions to Proposer, the signed copy of the Proposal, the Bid Bond, the fully executed
Supply and Payment Bond, the General Conditions, and the Technical Specifications, entitled "Contract
Documents for Equipment Procurement, Dry-Pit Submersible Sewage Pumps for Lift Station No. 17,"
'
dated September 2005, are hereby referred to, and by reference made a part of this Contract as fully and
cOI?pletely as if the same were fully set forth herein and are mutually cooperative therewith.
In consideration of the performance of the work as set forth in these Contract Documents, the
OWNER agrees to pay to the COI\'TRACTOR the amount bid in the Proposal and to make such payments
in the manner and at the times provided in the Contract Documents.
The CONTRACTOR agrees to complete the work within the time specified herein and to accept
as full payment hereunder the amounts computed as determined by the Con!Tact Documents and based on
the said Proposal.
The CONTRACTOR agrees to remedy all defects appearing in the work or developing in the
materials furnished and the workmanship performed under this Contract for the period of time specified
in these documents, and further agrees to indenmify and save the OWNER harmless from any costs
"
encountered in remedying such defects.
It is agreed the time limit for completion of the Contract shall be as set forth m the
CONTRACTOR's Proposal.
In the event that the CONTRACTOR shall fail to complete the work within the time limit or the
extended time limit agreed upon, as more particularly set forth in the Contract Documents, damages for
delay shall be paid to the OWNER. These damages shall be the liquidated damages as stated in the
Proposal. Saturdays, Sundays, and any other Washington State legal holidays shall be excluded in
determining days in default.
City 0/ Bonney lAke
Equipment Procurement/or lift Station No. 17
Contract Documents
00250·1
214-/6JJ-O/3 (09)
September 2005
Contract'
·
....
IN WITNESS WHEREOF, we, the parties hereto, each herewith subscribe the same on the dates
set forth below.
Title
_---..:.-+�_+_--+----
Dated the
Title
U'f!J
Via
Dated the
day of
&fow.w:
,200S
jJ8£SiD£N1
3.5-rl.dayof
Ot!Td'6.R.. , 20�
END OF SECTION
City of Bonney Lake
Equipment Procurement for Lift Sliltion No. 17
Contract Documents
00250-2
214-/6/ /·013 (09)
September 2005
Contract
"
llJ
II
�
:1
II
))
I
P.
1�
19
SECTION 00151
PROPOSAL
To:
City of Bonney Lake
19306 Bonney Lake Boulevard
P.O. Box 7380
Bonney Lake, Washington 98391-0944
__ _W=-.:-.c\\..
�\_N--=-E+y_E=-.:.-.dt.lU=-l�P_M.
l..:
_E_tJ_:\__
C_O_1\I"\--,-2_fW�Y-1)I-..1JJ
- _C_. _____
Date: ______-'=�
:.e:::.
....: P
'_
.. T...c=
___ £::..:""'
____e::;...
_" =_
e �1__
_=_ __2._8_1.1__2
....:0
:.. _0_S___ _____ _
Proposer:
_
_
Proposer's person to contact for additional information on this Proposal:
..:....:.. _W�_· _C�A�P.....:.:
__-=w�\:.\:......: \ _=__\.:. A:o.ItJ\-=-S....:
_
o:... :..tJ ____________
Name: __
_
____=_
Address:_---',z
=-.:...
' =2=:L=2.�-=3=O==-�_1>
...__'_',· v"_"c:_=_=_ S=f+J --,S",-,u=ti=t!=-'=---.:. I O=------B=o1t-,
-= :..:==-..:c
e.
:..:...!C ll+) --"W-L�
=.
sb
'-!.
.L: . _Q
.::..- -=B=-.o--=2.=-=-=
'
_
'+
-:...2:...
.= S::.-.:: _
- &f..:.B...: =.s:"=-.-_q-=-lf.-=--q-=-:. q� _______________
Telephone: ____
I,
I
I
m
m
I
g
I
I
0
11
'i
BIDDER'S DECLARATION AND UNDERSTANDING
The undersigned, hereinafter called the Proposer, declares that the only persons or parties interested in the
Proposal are those named herein, that this Proposal is, in all respects, fair and without fraud, that it is
made without collusion with any official of the OWNER, and that the Proposal is made without any
connection or collusion with any person submitting another Proposal on this Contract.
TIle Proposer further declares that he has carefully examined the Contract Documents and that this
Proposal is made according to the provisions and lll1der the tenns of the Contract Documents, which
documents are hereby made a part of this ProposaL
NONDISCRIMINATION CERTIFICATION
Proposer certifies that Proposer has not discriminated against minority, women, or emerging small
business enterprises in obtaining any required subcontracts.
CONTRACT EXECUTION AND BONDS
The Proposer agrees that if this Proposal is accepted, it will, within 7 calendar days 'after Notice of
Award, sign the Contract in the form annexed hereto, and will at that time deliver to the OWNER the
required bonds and certificates of insurance, and will, to the extent of its Proposal, furnish all labor,
machinery, tools, apparatus, and other means to do the work and furnish all the materials necessary to
complete the work as specified in the Contract Documents.
City oj Bonney lAke
Equipment Procurement Jar Lift Station No, J 7
Contract Documents
00151-1
214·1611-013 (09)
September 2005
Proposal
·)
11
.�
a
I
I
I
a
'0
I
CONTRACT COMPLETION TIME
The Proposer agrees to deliver the items of equipment, complete in all respects, following contract award,
to the Bonney Lake Public Works yard. All four pumps and accessories shall be delivered to the site no
later than January 28, 2006. Manufacturer's services and anticipated schedule are defined in the Summary
of Work.
LIQUIDA TED DAMAGES
The Proposer agrees that the damages for delay sustained by the OWNER by reason of the Proposer's
failure to timely perform its obligations under this Contract are difficult, if not impossible, to ascertain.
The Proposer also agrees that liquidated damages in the amount of
$500
per day is reasonable in light of
the anticipated or actual harm that may be caused by the delay, the difficulties of proof of loss, and the
inconvenience or non feasibility of otherwise obtaining an adequate remedy for delay. Such liquidated
damages shall not be the exclusive remedy of the OWNER, but shall be in addition to any other remedies
OWNER may have for breach of this Contract and shall be in addition to any actual provable damages,
other than for delay, sustained by OWNER by reason of a breach of this Contract by the Proposer.
Saturdays, Sundays and any other Washington legal holidays shall be excluded in determining days in
default.
ADDENDA
The Proposer hereby acknowledges that he has received Addenda No. �,
,
__
,
__
__
,
,
__
__,
to these Specifications. (Proposer insert number of each Addendum received).
iI·
I'
I
'�
I
U
B
SALES AND USE TAXES
Separately itemize the tax in the space provided under Lump Sum Bid hereinafter.
LUMP SUM BID
The Proposer agrees to accept as full payment for furnishing and delivering four immersible sewage
pumps complete, as specified in these Contract Documents, and detailed Specifications, the following
lump sum, including 8.8 percent sales tax, of:
� IIUNMIIJ fig 7MsuSIIAl6
and __
..:...M
...,:D=--
__
_
£'t;Kr 1/IHt/1JA6D
Dollars
_________
Cents
(Amount written in words has precedence)
Sales Tax Included in Lump Sum
i!J: s."r7
$,_---=
CJ
:.e!!.
.. ;;;1
=--..-...C -:..
$_--=�__"a:...=�"+,=8_00 _2!-_ _
(Lump Sum)
H
____
�
.�
"a
'---n
hI
-,'
City ofBonney lAke
. Equipment Procurement for Lift Stmion No.1 7
Contract Documents
00/51-2
214-/6J /"()J3 (09)
September 2005
Proposal
m
I
-I
�
I
I
BIDDER
The name of the Proposer submitting this Proposal is
___________________
-:r�N=C.
_--'W!LL!\\�\'_.l1'2N�E�yf-..!:E�Q�ullL\��L.!M�f..
.lIo<..!:!
N�iT! '---�- ���()C,.!:..!.!::t.JI/�, r--=:
2'2.2.'2.
30�
D,,:LVE.
Sf)
Su',-\e
\\0,
L-'
______
doing business at
5o�e\\
City
Street
State
Zip
which is the address to which all communications concerned with this Proposal and with the Contract
shall be sent.
IN WITNESS hereto the undersigned has set its hand this
ze"t\..
day of
Se.pnf"''iE.&'
,200S"
I
I
-
Title
-
END OF SECTION
J
1
1
-I
'I
1
I
1
-J
1
--
":\
City of Bonney Lake
Equipment Procurementfor lift Station No_
Contract Documents
J7
00151·3
214·1611·013 (09)
September 2005
Proposal
Whitney Equipment Company, Inc.
is proud to present
The Submittal for
CITY OF BONNEY LAKE
EQUIPMENT PROCUREMENT
DRY-PIT SUBMERSIBLE SEWAGE PUMPS FOR
LIFT STATION NO. 17
SECTION 11310
DRY-PIT SUBMERSIBLE SEWAGE PUMPS
City of Bonney Lake
Parametrix
OWNER:
ENGINEER:
September 28,
2005
BONNEY LAKE DRY-PIT SUBMERSmLE
SEWAGE PUMPS FOR LIFT STATION NO. 17
I
BILL OF MATERIAL
DIVISION 11310
DRY-PIT SUBMERsmLE SEWAGE PUMPS
Lift Station No. 17
4ea
FLYGT MODEI� NT 3202X
-
456
70 HP Dry Pit Submersible Pumps wi
70 HP Explosion Proof Submersible Motors, 460 Volt, 3 Phase
50'
AWG 1/3-2-1 GC Power Cables
Steel Pump Stand,
6" x 10" Cast Iron Inlet Elbow wi 1" Drain Cock,
FLS Moisture Sensors,
Mini-Cas 120 Sensor Relay Units,
Factory Hydrostatic Pump Performance Tests,
Factory Vibration Testing and,
Spare Parts and Special Tools per Paragraph 1.06.
5ea
Days of Manufacturers Startup and Training Services per Section 01010.
II
WHITNEY EQUIPMENT COMPANY, INC.
21222 30th Drive SE, Suite 110 Bothell, Wash. 98021
Phone: (425) 486-9499
Fax: (425) 485-7409
Bonney Lake, Wash.
Parametrix
Equipment Procurement
Lift Station No. 17
i iRevisION>{' !'lB;y?: ' fOArre'
o
Be
.•.•.
9/28/05
l EsbRIPftt ONi
;X" ! ,Il
•..
;::>:;; t/ • •.
Original Submittal
,
..• .. :i
...
', i;NO'l'ES; /;
i :
Dry Pit Submersible Pumps
•.;· ..
1
QUANTITY
4
20
CABLE SEAL
GROMMET TYPE
2
TAG NUMBERS
SEWAGE PUMPS 1-4
21
CABLE SIZE
1/3-2-1 GC/PUMP
3
MODEL NUMBER
NT-3202X - 456
22
SEAL-INNER
TUNGSTEN-CARBIDE
4
RATED CAPACITY A
1050 GPM @ 138 FT
23
SEAL-OUTER
TUNGSTEN-CARBIDE
5
SHUTOFF
205'
24
WEIGHT
1390 LBS
6
DISCHARGE SIZE
6"
25
INLET ELBOW
6" x 10" CAST IRON
7
IMPELLER TYPE
NON-CLOG BACKSWEPT
26
PUMP STAND
FABRICATED STEEL
8
HORSEPOWER
70 HP
27
ELBOW DRAIN
1 DRAIN COCK
9
MOTOR SPEED
1775 RPM
28
MOISTURE SENSORS
FLYGT FLS
10
MOTOR ELECTRICALS
460v, 3 PH, 60 HZ
29
RELAY UNITS
FLYGT MINI-CAS 120
11
INSULATION
CLAssH
30
12
SERVICE FACTOR
1.15
31
13
PUMP BODY
CAST IRON 358
32
14
MOTOR RATING
INVERTER DUTY
33
15
PUMP SHAFT
420 SrAINLESS STEEL
34
16
SYSTEM RATING
FM RATED Ex PROOF
35
17
SPARES AND SPECIAL TOOLS PER PARAGRAPH 1.06
"
36
FACTORY PERFORMANCE TESTING
18
37
FACTORY VIBRATION TESTING
19
38
1
NT-3202
Performance Specification
REQUIREMENTS
Furnish and install 4 dry pit non-clog wastewater pump(s). Each pump shall be equipped with 70 HP, inverter duty
electric motor connected for operation on 460 yolts, 3 phase, 60 hertz, 7 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 supplied with a steel inlet stand and mating
cast iron 6 inch x 10 inch intake elbow. The pump centerline discharge shall be 6 inch diameter. The pump shall be
capable of delivering 1050 GPM at 138' TDH. Shut off head shall be 205 feet (minimum).
PUMP DESIGN
The pump(s) shall be perman antly connected to the intake/stand with integral 6 inch x 10 inch inlet elbow and 6
inch centerline discharge connection. The unit shalI be mounted in a dry well.
PUMP CONSTRUCTION
M�or pump components shall be of grey cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow
holes or other irregularities. All exposed nuts or bolts shall be AlSI type 304 stainless steel or brass construction.
All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a
factory applied spray coating of alkyd primer with anacrylic dispersion zinc phosphate primer with apolyester 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 D-rings. Fittings will be the
result of controlled compression of rubber D-rings in two planes and D-ring contact of four sides without the
requirement of a specific torque limit.
COOLING SYSTEM (Cooling Jacket Equipped)
Each unit shall be provided with an integral motor cooling system. A motor cooling jacket shall encircle the stator
housing, providing for dissipation of motor heat regardless of the type of pump installation. An impeller, integral to
the to the cooling system and driven by the pump shaft, shall provide the necessary circulation of the cooling liquid
through the jacket. The cooling liquid shall pass about the stator housing in the closed loop system in turbulent flow
providing for superior heat transfer. The cooling system shall have one fill port and one drain port integral to the
cooling jacket. The cooling system shall provide for continuous pump operation in liquid or ambient temperatures
of up to 104°F. (40°C) Operational restrictions at temperatures below 104°F are not acceptable. Fans, blowers or
auxilIary cooling systems that are mounted external to the pump motor are not acceptable.
MOTOR
The pump motor shall be a NEMA B design, induction type with a squirrel-cage rotor, shell (ype design, housed in
an air-filled, watertight chamber. 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 MGl , Part 31. The stator shall be heat shrinked into the cast iron stator housing. The use
of multiple step dip and bake-type stator insulation process is not acceptable.
The use of pins, bolts, screws or
other fastening devices used to locate or hold the stator and that penetrate the stator housing are not acceptable. The
motor shall be designed for continuous duty handling pumped media of 40°C. (104°F) The motor shall be capable
of withstanding at least 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of
aluminum. Three thermal switches shall be embedded in the stator end coils, one per phase winding, to monitor the
stator temperature. These thermal switches shaH be used in conjuriction with and supplemental to external motor
overload protection and shall be connected to the control panel.
The junction chamber shall be sealed off from the stator housing and shall contain a terminal board for connection
of power and pilot sensor cables using threaded compression type terminals. The use of wire nuts or crimp-type
connectors is not acceptable. The motor and pump shall be produced by the same manufacturer.
The motor 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 (l04°F) ambient and shall have a NEMA Class B maximum operating temperature rise of 80°C. A motor
performance chart shall be provided upon request exhibiting curves for motor torque, current, power factor,
input/output kW and efficiency. This chart shall also include data on motor starting and no-load characteristics.
The motor horsepower shall be sufficient so that the pump is non-overloading throughout the entire pump
performan ce curve from shut-off to run-out.
HEARINGS
The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently
grease lubricated with high teperature grease. The upper bearing shall be a single ball type bearing to handle radial
loads. The lower bearing shall be a two row angular contact ball bearing to handle the thrust and radial forces. The
minimum LlO bearing life shall be 50,(X)O hours at any usable portion of the pump curve.
MECHANICAL SEAL
Each pump shall be provided with a positively driven dual, tandem mechanical shaft seal system consisting of two
seal sets, each having an independent spring. The lower, primary seal unit, located between the pump and the seal
chamber, shall contain one stationary and one positively driven rotating tungsten-carbide ring.
The upper,
secondary seal, located between the seal chamber and the seal inspection chamber, shall contain one stationary and
one positively driven rotating corrosion resistant tungsten-carbide ring.
All seal rings shall be individual solid
sintered rings. Each seal interface shall be held in place by its own spring system. The seals shall not depend upon
direction of rotation for sealing. Mounting of the lower seal on the impeller hub is not acceptable. 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 are not acceptable. The seal springs shall be
isolated from the pumped media tp prevent materials from packing around them, limiting their performance.
Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be
designed to prevent overfilling and shall provide capacity for lubricant expansion. The seal lubricant chamber shall
have one drain and one inspection plug that are accessible from the exterior of the pump unit. The seal system shall
not rely upon the pumped media for lubrication.
The area about the exterior of the lower mechanical seal in the cast iron housing shall have cast in an integral
concentric spiral groove. This groove shall protect the seals by causing abrasive particulate entering the seal cavity
to be forced out away from the seal due to centifugal action.
A separate seal leakage chamber shall be provided so that any leakage that may occur past the upper secondary
mechanical seal, will be captured prior to entry into the motor stator housing.. Such seal leakage shall not
contaminate the motor lower bearing. The leakage chamber shall be equipped with a float type switch that will
signal if the chamber should reach 50% capacity.
PUMP SHAFT
Pump and motor shaft shall be a single piece unit. The pump shaft is an extension of the motor shaft. Shafts using
mechanical couplings shall not be acceptable. The shaft shall be AISI type 431 stainless steel. Shaft sleeves will
not be acceptable
IMPELLER
The impeller shall be of gray cast iron, ASTM A-48 Class 358, dynamically balanced, semi-open, multivane, back
swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically
upon each rotation as they pass across a spiral groove located on the volute suction. The screw-shaped leading
edges of the impeller shall be hardened to Rc 45 and shall be capable of handling solids, fibrous material, heavy
sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an
inducing effect for the handling of up to 5% sludge and rag-laden wastewater. The impeller to volute clearance shall
be readily adjustable by the rneans of a single trirn screw. The impellers shall be locked to the shaft, held by an
irnpeller bolt and shall be coated with alkyd resin prirner.
VOLUTE/SUCTION COVER
Pump volute shall be a single-piece grey cast iron, ASTM A-45, Class 358, non-concentric design with smooth
passages large enough to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as
specified. The volute shall have an integral spiral-shaped sharp-edged groove that is cast into the suction cover. The
spiral groove shall provide the sharp edge across which each impeller vane leading edge shall cross during rotation
so to remain unobstructed. The internal volute bottorn shall provide effective sealing between the mUlti-vane semi­
open impeller and the volute.
PROTECTION
Each pump rnotor stator shall incorporate three thermal switches, one per stator phase winding and be connected in
series, to monitor the ternperature of the motor. Should the thermal switches open, the motor shall stop and activate
an alarm. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber
reaches 50% chamber capacity, signaling the need to schedule an inspection.
The thermal switches and float switch 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.
-
.
TYPE
PROD UCT
PERFORMANCE CURVE
DATE
PROJECT
BOJ.Jt.)E
2005-09-20
111-l0AD
0.88
9�:�
POWER FACTOR
%
EFFICIENC Y
I
LAKE
314·LOAD
1/2·LOAD
0.84
93.0
0.75
92.5
%
I
L. S . ..
%
Mo_ T OR
D_ A_T_A __--'-___-'--_r---'"___-l CURRENT ...
_
r-:-::
.,...
RATED
INLET/OUTLET
COMMENTS
SPEED ......
81 6·Inc h
TOT.MOM.OF
IMP . THROUGHLET INERllA ...
NO. OF
BLADES
2
63-456-00-4050
hp
70
����
ISSUE
CURVE NO
17
RATED
POWER .....
S TARTING
ENT . ..
HT
NT3202.180
615
A
80
A
1775
-rpm
IMPELLER DIAMETER
326
mm
2
cc
w
;:
o
CL 40
.-
-
-::;:::::.
���
D UTY·POINT
i
I
FLOW(USgpmI
1184
1590
B.E.P
138
119
� �R[hP)
63.2 ( 58.8)
70.5 ( 65.5)
,
I
I
......
I
......
160
o
«
w
:c
�I(p
+
i
HEAD[f
I'......
.......
ilS'� ,
......
I"1Ifl'
120
lUi
/
80
�
�
J...
....;..
�-
//
�
;,f
40
�
/
o/
400
o
NPSHre", NPSH3%
n.
+
800
min. operational margin
Performance with clear water and ambient temp 40°C
i
.......
---
�
�
�
�
'"
1200
�
:)
0
0
15.9
20.6
(73.1)
0..
-I<
NPSHre
�
z
�
[ft]
I
....
"
u:
u.
w
0..
�
>
NPSHre[lt)
I
-
-r-
w
I
�
....
�
I
40
/
,
r---; :-<...
-...
�
,
,
�
' ......
.......
....
..
...
'.ti
�
�
1600
2000
2400
FLOW
....�
.
CURVE
u:
u.
l.U
�
CJl
l.U
00
50
I
"7
r-
V/
/
�o��/
J
r-.....'
'-....
u:
I
I
t
<C
J:
� CJl
0 -I<
::l
0..
LL
W
...J
...J
EFF. ['1'0)
65. (70.3)
67.
�,
... - -... -
I
�I-"'" l'
/" �V'
//
I
�
�
,..
I
I
t
�
r--:�
::
IIJfI.';NP
I
,
[ft]
200
,
lip
I
!
I
-cf
_.,'"
,..... -
ffi
f(
-
60
1
POLES
VOLTAGE
FREO.
4
60 Hz
460 V
kgm2 fG
==
-:: :-::: E-:-:
:--�-'--,R
::-:--=:
Y PE
AT:-:IO --l.... --i
AR
T::"-:-':
0.44
80
s:
10
010
[hpJ
a:
w
REV
STATOR
�
::J
cc
W
3::
�
ro...
EFF.
[%]
70
30 60
50
20 40
30
10 20
10
o
"
�
[USgpm]
N-3202
Section 3
Impeller/Motor/Nominal Sizes
PUMP - f-IMPELLER
MODEL
CODE
-e..e
MT
_1341 MT
€i4a MT..e4a M+
•
N-3202
30
C§6HT)
....58 tlf
..-.tee rlf
-462 �+
MT
=
Standard
NP
I
!iP RATIN�S
NS
I(NT) I
NZ
60
60
60
60
45, 60
45,60
45, 60
35.45,60 35,45,60 35.45.60 35,45,60
35.45,60 35,45,60 35.45.60 35,45,60
70
70
70
70
60,70
60,70
®
70
70
70
60,70
60,70
45,60,70 45,60,70 45,60,70 45,60,70
=
VAC
Supersedes:
D1
02
D3 D4
8"
8'
8' 12"
en
6"
6n 10'
-
45, 60
HT
Issued: 7/03
High Head
�
�4eO
...&76-
NT-3202
Outline Dimensions
Section 4
R
THD
(Tx)
Issued: 7/03
1"
Supersedes:
DIA
HOLE(6x)
INLET
(4x)
STAND
M16 THO
VIEW
[rJ
-
IYI
POWER
CABLE
K
DIA
SID CLASS 125
J
i'
C .I. FLANGE
NOM. SIZE
ANCHOR BOLT (6x)
2- PROJECnON
_f
PINS TO ANCHOR
PEDESTALS
NOM.
SIZE
WEIGHT(LBS.)
VERSlON
(K x L)
TOTAL W/SiANO
1390
HT
-....... 6 x10
1480
r
F
MIN
LOlA
ONDTE:
PUMP CAN BE ROTATED ABOUT
ITS CENTERLINE TO (4x) POSIllONS
RELA nVE TO THE INLET ELBOW.
INCREMENTS A RE 90'.
ALL DIMENSIONS IN INCHES
NOM. SIZE
VERSION
KxL
6 x10
HT
DIMENSIONAL
A B C D E F
H J K L M
18� i7i lsi 13i lsi '17i Si 47 55� 6 10 10�
182 19i 20i 142 lsi lsi 7 48� 56! 8 12 loi
CHART
N P R S T
12* llt M20171l 4
14 12* M20171i1 12
V W x y Z
22i 23i 45' 9� 11 U
14 22i 23i IS' g� 13i
U
14
N·3202
Section 6
Issued: 6/03
Electrical Data
Supersedes:
Motor Data
RATED
FULL
LOCKED
LOCKED
LOCKED ROTOR
RATED
INPUT
VOLTS
LOAD
ROTOR
ROTOR
CODE LETTER
POWER
NOM.
AMPS
AMPS
K.VA
KVAlHP
kW
15 9
138
38 9
376
370
575
68
55
1125
9 45
465
385
200
230
460
575
166
153
72
58
975
955
420
340
337
37 9
334
338
200
180
1 60
80
63
1215
1175
615
410
420
468
48 9
408
OUTPUT
POWER
HP
(kW)
"
S8
(Hi)
3
200
SQ
70
(@S)
(52)
3
3
230
460
�
4P
7
PUMP
MOTOR
POLES/RPM
H
G
G
49
4/1775
49
6/1170
56
4!1775
H
383
G
H
F
G
G
H
H
G
EFFICIENCY
POWER FACTOR
LOAD
50% LOAD
100% LOAD
75'10 LOAD
50% LOAD
100% LOAD
i9 {4 pOl&)
91.5
92.5
92.0
0.89
0.86
0.79
fiQ (6 j!1lJ.j
90.5
91.0
91
.0
0.B6
0.83
0.74
70 (4-pole)
92.5
93.0
92.5
0.88
0.84
0.75
HP
7rf'/o
Cable Data
HP
VOLTS
**200
.0 (' �'!RJ
88 (8 polu)
*"230
2 65
460
185
360
575
585
**200
255
**230
460
575
"",.. 70 (4 polo)
MAX. LENGTH FT.
**200
**230
�
575
CABLE SIZE!
NOMINAL DIA.
235
305
610
(IN ONE CABLE)
94 21 1 1
4/3-2-1-GC
33.Bmm (1.33',)
* Note 2
9421 10
1/3-2-1-GC
* Note 1
942111
* Note 2
94 2110
4/3-2-1-GC
33.Bmm (1.33")
1/3-2-1-GC
41.7 (1.64")
*
*
Note 1
970
" See Electrical Data Notes
PART
N UMBER
N o te 1
1/3-2-1-GC
41.7 (1.64,,)
41.7 (1. 64")
170
365
570
CONDUCTORS
.* Requires 2 cables
942111
Flygt
Electrical Data
Introduction:
This section provides the eleCtrical data necessary for the selection of Flygt submersible wastewater
pumps. Each page is divided into two categories: Motor Data and Cable Data.
Motor Data:
Electrical motor data is clearly listed for each horsepower available per pump model. Thls information
is provided for the proper sizing of starters, breakers, other control components and generators.
Overall wire to water efficiency can be determined by multiplying the motor efficiency by the hydraulic
efficiency. The overall wire to water efficiency shows the total cost of operation for the motor and pump
system.
Cable Data:
Submersible cable "SUBCAB" data is listed for each horsepower available per pump model.
Conductor size and maximum length available as well as cable part numbers are supplied. The
number, gauge, type and purpose of each conductor provide necessary information for connecting
the motor cable to the control panel.
Notes are explained below:
Note 1:
(3)
1 AWG Power (PWR)
(2) 10 AWG Control (CNTl)
(1) 4 AWG Ground (GNO)
AWG Ground Check (GC)
(1)
8
(3)
Note 2:
4 AWG Power (PWR)
(2) 10 AWG Control (CNTl)
(1) 6 AWG Ground (GNO)
(1) 10 AWG Ground Check (GC)
Note 3:
6 AWG Power
(PWR)
(2) 10 AWG Control (CNTl)
(3)
(1) 8 AWG Ground (GNO)
(1) 10 AWG Ground Check (GC)
(3)
Note 4:
8 AWG (PWR)
(2) 10 AWG (CTAl)
(1) 8 AWG (GNO)
(1) 10 AWG (GC)
IEC CABLE CODE:
�c:> Size of conductor in square millimeters.
"G" indicates that one of the conductors is a ground wire (green/yellow).
"X" indicates no ground wire in cable.
Total number of conductors in cable.
'---
�