Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
21-178
Resolution No. 21-178 RESOLUTION AUTHORIZING EXECUTION OF A PURCHASE AGREEMENT WITH DAHME MECHANICAL INDUSTRIES, INC. FOR CRITICAL PUMP, VALVE AND CARBON DIOXIDE UPGRADES AT THE LEO NELSON RIVERSIDE AND AIRLITE WATER TREATMENT PLANTS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute a Purchase Agreement on behalf of the City of Elgin with Dahme Mechanical Industries,Inc.,for critical pump,valve and carbon dioxide upgrades at the Leo Nelson Riverside and Airlite Water Treatment Plants,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: December 1, 2021 Adopted: December 1, 2021 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk PURCHASE AGREEMENT This Agreement is hereby made and entered into this 1st day of December , 2021, by and between the City of Elgin,Illinois,a municipal corporation(herein referred to as the"City") and DAHME MECHANICAL INDUSTRIES, INC., an Illinois corporation(herein referred to as "DAHME"). NOW THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. PURCHASE. City shall purchase and DAHME shall sell the goods and services described by its proposal for critical pump, valve, and CO2 Upgrades at the City's Leo Nelson Riverside Water Treatment Plant and Airlite Water Treatment Plant,prepared by DAHME and consisting of thirteen(13)pages,dated November 1,2021,attached hereto and made a part hereof as Attachment A. 2. TERMS. This agreement shall be subject to the terms and conditions contained herein and as provided by Attachment A. 3. CONFLICT. In the event of any conflict between any of the terms and provisions of this purchase agreement and Attachment A hereto,the terms and provisions of this purchase agreement shall supersede and control. 4. LAW/VENUE. This agreement is subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this agreement shall be the Circuit Court of Kane County, Illinois, without jury. DAHME hereby irrevocably consents to the jurisdiction of the Circuit Court of Kane County, Illinois for the enforcement of any rights,the resolution of any disputes and/or for the purposes of any lawsuit brought pursuant to this agreement or the subject matter hereof; and DAHME agrees that service by first class U.S. mail to Dahme Mechanical Industries, 610 S. Arthur Avenue, Arlington Heights, Illinois, 60005 shall constitute effective service. 5. NO MODIFICATION. There shall be no modification of this agreement, except in writing and executed with the same formalities as the original. 6. MERGER. This agreement embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this agreement shall supersede all previous communications,representations,or agreements,either verbal,written or implied between the parties hereto. 7. INTEREST. DAHME hereby waives any and all claims or rights to interest on money claimed to be due pursuant to this agreement, and waives any and all such rights to interest to which it may otherwise be entitled, pursuant to law, including,but not limited to, pursuant to the Local Government Prompt Payment Act(50 ILCS 505/1,et seq.)as amended or the Illinois Interest Act (815 ILCS 205/1 et seq.) as amended. The provisions of this paragraph shall survive any expiration,completion, and/or termination of this agreement. 8. SEVERABILITY. The terms of this agreement shall be severable. In the event any of the terms or the provisions of this agreement are deemed to be void or otherwise unenforceable for any reason,the remainder of this agreement shall remain in full force and effect. 9. COMPLIANCE WITH LAW. Notwithstanding any other provision of this agreement it is expressly agreed and understood that in connection with the performance of this agreement, DAHME shall comply with all applicable, federal, state, city and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, DAHME hereby certifies,represents,and warrants to the City that all of DAHME's employees and/or agents who will be providing products and/or services with respect to this agreement shall be legally authorized to work in the United States. DAHME shall also at its expense secure all permits and licenses,pay all charges and fees,and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this agreement. The City shall have the right to audit any records in the possession or control of DAHME to determine DAHME's compliance with the provisions of this section. In the event the City proceeds with such an audit,DAHME shall make available to the City,DAHME's relevant records at no cost to the City. City shall pay any and all costs associated with any such audit. 10. PAYMENT. City shall make payments on the basis of DAHME's Applications for Payment, in conformance with the City of Elgin's accounts payable schedule. All payments shall be based on the progress of the Work. 11. DELIVERY. DAHME shall complete all work, including but not limited to the delivery and installation of all goods and equipment within one(1)year from a notice to proceed. 12. LIMITATION OF DAMAGES. In no event shall City be liable for any monetary damages in excess of the purchase price contemplated by this agreement. In no event shall City be liable for any consequential, special,or punitive damages resulting from loss of profit. 13. EXECUTION. This agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement,any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. 2 14. TRANSFER OF TITLE/RISK. Transfer of title and risk of loss shall pass to the City upon delivery of the goods. All transportation and delivery shall be at DAHME's sole expense. 15. INDEMNIFICATION. To the fullest extent permitted by law, DAHME agrees to and shall indemnify, defend and hold harmless the City, its officers, employees, boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of DAHME or DAHME's officers,employees,agents or subcontractors in the performance of this agreement, including but not limited to, all goods delivered or services or work performed hereunder. In the event of any action against the City, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the City's choosing. 16. RELATIONSHIP BETWEEN THE PARTIES. This Agreement shall not be construed so as to create a joint venture,partnership, employment or other agency relationship between the parties hereto. 17. LIMITATION OF ACTIONS. DAHME shall not be entitled to, and hereby waives,any and all rights that it might have to file suit or bring any cause of action or claim for damages against the City of Elgin and/or its affiliates, officers, employees, agents, attorneys, boards and commissions of any nature whatsoever and in whatsoever forum after two (2)years from the date of this Agreement. 18. INSURANCE REQUIREMENTS. DAHME shall obtain, furnish, and maintain in full force and effect during the entire term of this Agreement, at its sole cost,the insurance coverages outlined herein. All of said insurance shall be written by, and secured from,companies approved to do business and issue insurance in the State of Illinois and must be rated "A-" or better, in accordance with the latest edition of Best's Insurance Guide, published by A.M. Best Company, Inc. or its equivalent. The comprehensive general liability insurance shall be endorsed to include independent contractors, contractual liability, personal injury, products/completed operations liability, broad form property damage,and cross liability and severability of interest provisions. Policies provided hereunder shall not contain XCU exclusions relating to explosion, collapse and underground property damage. All liability insurance shall be written on an occurrence basis. Automobile liability insurance should include coverage for all owned,non-owned,hired and leased vehicles. All insurance policies shall be written in the name of DAHME and such insurance shall be primary and noncontributory with any insurance or self-insurance program afforded to the City of Elgin. Comprehensive Liability General Aggregate $2 Million Products Completed Operations Aggregate $2 Million Personal Injury and Advertising Limit $1 Million Each Occurrence $1 Million 3 Automobile Liability Combined Single Limit $1 Million Umbrella Liability Each Occurrence $5 Million General Aggregate $5 Million Workers'Compensation Statutory As required by state law Employer's Liability $1,000,000 Each Accident $1,000,000 Each Emp for Disease $1,000,000 Policy Limit for Disease DAHME may purchase and maintain excess liability insurance in the umbrella form in order to satisfy the limits of liability required in accordance with the requirements set forth above. Comprehensive liability and umbrella policies shall name the City as additional insured. The workers' compensation policy shall include a waiver of subrogation in favor of the City. DAHME shall bear the risk of loss and damage to any property of DAHME and any property for which it is responsible or in its care, custody,or control,wherever located. Any insurance provided for such property shall be solely at DAHME's expense. Prior to the commencement of any work under this Agreement,DAHME shall furnish Certificates of Insurance acceptable to the City and conforming to the insurance coverage required herein. The policy cancellation notification provision will provide the City with at least thirty(30)days written notice in the event of cancellation or material change. 19. TIME IS OF THE ESSENCE. Time is of the essence of this Agreement. 20. PREVAILING WAGE. This Agreement calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01, et seq., as amended. The Prevailing Wage Act requires contractors and subcontractors to pay laborers, workers, and mechanics performing services on public works projects no less than the current "prevailing rate of wages" (hourly cash wages plus amount for fringe benefits) in the county where the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on its website at http://labor.illinois.gov/. The Illinois Department of Labor revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of Labor's website for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor's website. All contractors and subcontractors rendering services under this Agreement must comply with all requirements of the Prevailing Wage Act, including but not limited to, all wage requirements and notice and record keeping duties. 21. AUTHORITY. The person signing this Agreement on behalf of DAHME represents and warrants that s/he has the authority to commit DAHME to this Agreement,and has been authorized to execute this Agreement on its behalf. 4 IN WITNESS WHEREOF, the City of Elgin and Dahme Mechanical Industries, Inc.,have caused this contract to be executed by their duly authorized representatives this 1st day of December , 2021. DAHME MECHANICAL INDUSTRIES, INC. CIT LGIN Kris Komorn Print Nam Ric and G. Kozal, Cit ana _..4-<--- Signat e Attest: hefelSei Corporate Secretary City Cl Title F:\Legal Dept\Agreement\Purchase Agreement-Dahme Mechanical-1 1-10-21.docx 5 ATTACHMENT A n..,r'•rr MECHANICAL INDUSTRIES. INC. 610 S.ARTHUR AVE. ARLINGTON HEIGHTS, IL 60005 847-253-0341 FAX 847-253-9501 November 1,2021 City of Elgin Water Utilities 150 Dexter Ct. Elgin,IL 60120 Attn: Eric Weiss,Water Director RE: Critical Pump,Valve,and CO2 Upgrades at Riverside and Airlite WTPs Sir- Pursuant to your inquiry regarding the above subject,we are pleased to offer our proposal for your consideration. Dahme Mechanical Industries,Inc.will provide the following scope of work: Riverside WIT 1. Install only(2)24"EMO BFV at Filter 1 &3 influent lines 2. Replace/retighten linkseals at Filters 1-3 influent lines 3. Provide valve and drain tap at 42"filter influent line at south end of piping gallery 4. Remove and replace High Zone Pump 4 with Aurora HSC 411 8"X 10"X 21A with 2300V motor a. Includes new concrete base b. Includes piping modifications as needed c. Includes new EMO discharge valve d. Includes wiring and integration 5. Replace HZ Pump 3 and 4 suction valves 6. Replace CO2 refrigeration and vapor heating system per Tomco2 Systems scope 7. Provide (16) 2"saddle taps and install CoE-provided probe meters at various locations and on 16"- 36"piping 8. Remove and replace Transfer Pump 6 with Christensen V1T-FFFM 24EHC (existing motor to be reused) 9. Replace existing 12"East High Zone Check Valve and 30"Low Zone Check Valves Airlite WTP 1. Remove and replace West Zone Pumps 3&5 a. Includes new concrete bases b. Includes piping modifications as needed c. Includes new EMO discharge valves d. Includes wiring and integration;existing starters are to be reused—if deemed not suitable for the increased load,new starter(s)will be provided using the project allowance 2. Remove and replace High Zone Pump 6 a. Includes new concrete base b. Includes piping modifications as needed c. Includes wiring and integration 3. Provide PM services on CO2 refrigeration and vapor heating system per Tomco2 Systems scope 4. Provide (3)2"saddle taps and install CoE-provided probe meters at various locations and on 18" piping General Clarifications: • Coordinate all construction activities and outages with CoE Operations personnel prior to commencement of work • Construction activities will require a one-year project duration from notice to proceed (IMAIU DAHaIE MECHANICAL INDUSTRIES, INC. 610 S.ARTHUR AvE. ARLINGTON HEIGHTS, IL 60005 847-253-0341 FAR 847-253-9501 General Clarifications (cont.): • Painting subcontractor and pipe labelling is included for all new carbon steel/ductile iron pipe, fittings,and appurtenances • New piping will be flanged ductile iron pipe and fittings unless dimensionally prohibitive; fabricated standard wall carbon steel piping with buttweld fittings and slip-on/weld-neck flanges will be provided in these areas • All flange hardware,pipe supports and anchors to be stainless steel • All construction debris will be disposed of in DMI-furnished dumpsters • We will provide our own temporary restroom facilities • All piping connections will be tested with current operating pressures and any leaks will be addressed prior to demobilizing • Disinfection will be performed by swabbing;any additional disinfection methods will need to be provided by COE • One-year labor and material warranty is included for DMI-provided items • CoE insurance requirements and performance and payment bonds are included Exclusions: 1. Dahme Mechanical Industries,Inc.shall not be held liable for any job site safety or job site maintenance of any type upon completion of our work. 2. All agreements contingent upon strikes,accidents or delays beyond our control. 3. All work not included or specifically described above. 4. Any additional items not included in our trade agreements or clearly stated above are expressly excluded. All material is guaranteed as listed above and specified above.The project limits and specifications as listed above and as discussed between Dahme Mechanical Industries,Inc. (Contractor)and the City of Elgin Water Department (Owner)adequately describe the work to be performed.If additional work is found to be necessary and/or beneficial to satisfactorily complete the work,it shall be brought to the attention of the Owner in writing.If the Owner determines the additional work is necessary,then the additional work shall be paid for on a cost-plus basis to include per-hour labor,tools and equipment,materials,and 15%mark-up inclusive of overhead,bond,insurance,and profit.The Contractor will include a Owner-directed Allowance (below) in this cost proposal for additional work items or Owner-directed project enhancements.Only additional work as described immediately above will be eligible for payment under the Owner-directed Allowance. Riverside WTP construction tasks: $690,000.00 Airlite WTP construction tasks: $568,000.00 Owner-directed Allowance: $75,000.00 Total Project Cost $1,563,000.00 This proposal may be withdrawn by us if not accepted within 60 days. Thank you- Kris Komorn Dahme Mechanical Industries,Inc. kkomorn@dahmemechanical.com RIVERSIDE HIGH SERVICE PUMP NO. 4 + P E N TA I R customer Pump Performance Datasheet Project name Encompass 2.0-21.4.0 Item number : Default Size :411 -8x10x21A Service Stages : 1 Quantity : 1 Based on curve number : 14-8x10x21A-1775 Rev 7/19/13 Quote number Date last saved :28 Oct 2021 1:24 PM Operating Conditions Liquid Flow,rated :2,800.0 USgpm Liquid type :Water Head,rated(requested) :270.0 ft Additional liquid description . Head,rated(actual) :271.6 ft Solids diameter,max :0.00 in Suction pressure,rated/max :0.00/0.00 psi.g Solids size limit : 1.13 in NPSH available :Ample Solids concentration,by volume :0.00% Site Supply Frequency :60 Hz Temperature :68.00 deg F Performance Fluid density : 1.000/1.000 SG Speed criteria :Synchronous Viscosity 1.00 cP Speed : 1775 rpm Vapor pressure,rated :0.34 psi.a Impeller dia. : 17.63 in Material Impeller diameter,maximum :21.00 in Material selected :Standard Impeller diameter,minimum : 16.00 in Pressure Data Efficiency :80.67% Maximum working pressure : 143.8 psi.g NPSH required/margin required : 18.31 /0.00 ft Maximum allowable working pressure :250.0 psi.g nq(imp.eye flow)/S(imp.eye flow) :23/211 Metric units Maximum allowable suction pressure :250.0 psi.g Minimum Continuous Stable Flow :836.2 USgpm Hydrostatic test pressure : 175.3 psi.g Head max. :332.3 ft Driver&Power Data(@Max density) Head rise to shutoff :21.35% Driver sizing specification :Max Power Flow,best eff.point :2,840.3 USgpm Margin over specification :0.00% Flow ratio,rated/BEP :98.58% Service factor : 1.00 Diameter ratio(rated/max) :83.93% Power,hydraulic 191 hp Head ratio(rated dia/max dia) :62.25% Power,rated 237 hp Cq/Ch/Ce/Cn [ANSI/HI 9.6.7-2010] : 1.00/1.00/1.00/1.00 Power,maximum :246 hp Selection status :Acceptable Motor rating 300 hp/224 kW Curve efficiencies are typical.For guaranteed values,contact factory 320 a . 240 Power N 160 0 80 a_ 0 600 -Minimum Continuous Stable Flow 540 -Max allowable flow 21.00 in 66 72 Preferred operating region 77 480 80 420 82 = 360 17.63 in 80 77 300 as a) I 240 72 16.00 in 180 6 120 60 0 40 NPSH3 M I 20 cn 0- 0 Z 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 5,000 Flow- USgpm AURORA PUMP PHONE:+1-630-859-7000-FAX: + P E N TA I R 800 AIRPORT ROAD• NORTH AURORA,ILLINOIS 60542 WWW.AURORAPUMP.COM + PENTAIR Encompass 2.0 -21.3.1 General Arrangement Drawing Pump Data Pump series 410 Power series 6B Model 411 Discharge size 8.00 in Size 8x10x21A Suction size 10.00 in Flow 2,800.0 USgpm Impeller diameter 17.63 in Head 270.0 ft Pressure rating 250.0 psi RPM 1775 rpm Temperature rating 68.00 deg F Rotation Right Connection suc/disc 250#/250# Paint Standard Base type Steel Base Liquid type Water Coupling type Rubber-in-shear Motor Data COUPLING GUARD Horsepower 1 250 hp - - Phase 3 Efficiency(%) 95.4 C APPROX. P - - YY I X Hertz 60 Hz Rating premium \ 1 w -� Volts 460 Enclosure ODP RPM 1800 rpm Manufacturer US Motors a�Q . Frame 445T DISCHARGE Pump Materials of Construction ■1-=1:1441■II Pumpmaterial Bronze fitted Shaft Stainless steel,416 — ;�� �+ -- )l ,, �� 1" - ° '• �( ow, Casing Cast iron,ASTM A48 Shaft sleeve Stainless steel,AISI 316 Z Casing wear ringStainless Steel,AISI 416 Gland �� om ` e, �- ' D Impeller Alpha nickel aluminum brdila�ing type Mechanical Impeller wear r none Sealing material �—� Wriik L SUCTION �jki� ' Flush lines 1/4"Stainless Steel(316)Tubing,from volute to stuffing boxes 1 1 HG • Estimated Weights i Pump 1,350.0 lb 1--HP, -I---HP, 1 1/2 (38}� -i[ -1 1/2 (38J Driver 1,200.0lb HH FOUNDATION HOLES HY— i4 Base type 450.0 lb HP Coupling 110.0 lb HP Total I 3,196.1 lb Additional Options RIGHT-HAND ROTATION Scotchkote bonded casing CP S W X Z HY YY D C HA HB HE HG HH HP HP1 HP2 38.00 9.50 21.87 18.00 9.50 11.00 21.00 18.50 40.00 22.00 84.00 19.00 4.00 0.75 N/A 1.00 1.00 - Notes: Quote Information All dimensions are in inches. Customer Metropolitan Industries,Inc. Dimensions may vary±1/2"(13mm)due to normal manufacturing tolerances. Customer quote 1483150 Discharge and suction flanges-ANSI Standard flat face. Job name Riverside Market Municipal 401 PENTAIR I Quote item 1081 Quote date 08 Sep 2021 AIRLITE WEST ZONE PUMP NO. 3 ►► P E N TA I R Customer Pump Performance Datasheet Project name : Default Encompass 2.0-21.1.2 Item number :001 Size :410-6x8x20 Service Stages : 1 Quantity : 1 Based on curve number : 14-6x8x20-1775 Rev 7/19/13 Quote number :321083 Date last saved :29 Apr 2021 8:47 AM Operating Conditions Liquid Flow,rated : 1,600.0 USgpm Liquid type :Water Differential head/pressure,rated(requested) :270.0 ft Additional liquid description . Differential head/pressure,rated(actual) :270.8 ft Solids diameter,max :0.00 in Suction pressure,rated/max :0.00/0.00 psi.g Solids diameter limit :0.81 in NPSH available,rated :Ample Solids concentration,by volume :0.00% Site Supply Frequency :60 Hz Temperature,max :68.00 deg F Performance Fluid density,rated/max : 1.000/1.000 SG Speed criteria :Synchronous Viscosity,rated : 1.00 cP Speed,rated : 1775 rpm Vapor pressure,rated :0.34 psi.a Impeller diameter,rated : 16.94 in Material Impeller diameter,maximum : 19.50 in Material selected :Standard Impeller diameter,minimum : 14.50 in Pressure Data Efficiency :78.32% Maximum working pressure : 130.1 psi.g NPSH required/margin required : 10.24/0.00 ft Maximum allowable working pressure :250.0 psi.g nq(imp.eye flow)/S(imp.eye flow) :22/212 Metric units Maximum allowable suction pressure :250.0 psi.g Minimum Continuous Stable Flow :758.7 USgpm Hydrostatic test pressure : 175.3 psi.g Head,maximum,rated diameter :300.5 ft Driver&Power Data(@Max density) Head rise to shutoff 10.94% Driver sizing specification :Max Power Flow,best eff.point :2,102.7 USgpm Margin over specification 0.00 Flow ratio,rated/BEP :76.09% Service factor 1.00 Diameter ratio(rated/max) :86.86% Power,hydraulic 109 hp Head ratio(rated dia/max dia) :70.41 % Power,rated : 139 hp Cq/Ch/Ce/Cn [ANSI/HI 9.6.7-2010] : 1.00/1.00/1.00/1.00 Power,maximum,rated diameter 161 hp Selection status Acceptable Minimum recommended motor rating :200 hp/149 kW Curve efficiencies are typical.For guaranteed values,contact factory 200 t150 Power `5 100 p_ a 50 0 500 -Minimum Continuous Stable Flow 450 -Max allowable flow 19.50 in Preferred operating region 400 6470 75 79 1 82 350 16.94 in 8281= 300 79 N250irave„„,,,, 75 N= 200 614.50in - 150 ��� 100 50 0 , 30 NPSH3 M i 15 a Z 0 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 Flow-USgpm METROPOLITAN INDUSTRIES,INC. PHONE: •FAX: 41 P E N TA I R ROMEOVIL E,,IILL 60446-1343 ►✓ PENTAIR Encompass 2.0-21.1.2 General Arrangement Drawing Pump Data Pump series 410 Power series 5 Model 411 Discharge size 6.00 in Size 6x8x20 Suction size 8.00 in Flow 2,450.0 USgpm Impeller diameter ' 17.88 in Head 240.0 ft Pressure rating 250.0 psi RPM 1775 rpm Temperature rating 68.00 deg F Rotation Right Connection sue/disc 125#/125# Paint Standard Base type Steel Drip Rim Base Liquid type Water Coupling type Rubber-in-shear Motor Data COUPu\- u__: Horsepower 200 hp - - C 4PPROX. \ C P YYz Phase Hertz 3 Efficiency(%) 95 60 Hz Rating premium w -I r Volts 460 Enclosure ODP - 1TF 4 I RPM 1800 rpm Manufacturer US Motors ,„..----1-" • Frame 445T /Of A" 'X DISCHARGE Pump Materials of Construction lip `y ■`_� '" _,■II = Pump material Bronze fitted Shaft Stainless steel,416 III i ' ' I, �I ■■ III I ., `�.� Casing Cast iron,ASTM A48 Shaft sleeve Stainless steel,AISI 316 S Z Casing wear rn tainless Steel,AISI 416 Gland - ��� goo L ' Impeller Alpha nickel aluminum lxBading type Mechanical Impeller wear r!{lone Sealing materialFlush lines 1/4"Stainless Steel(31E)Tubing,from volute to stuffing boxes •1��O--- `, c SL:TION jilt _i HG Estimated Weights II _I1" O •• HI( Pump 875.0 lb HH f:Ol1NDATpH --1 HP _1 I 1 HA �T7 Driver 1,400.0 lb HOLD SIZE[4] HY I HP HE HP Base type 444.0 lb HF 1/2 NPT DRAIN Coupling 110.0 lb HB CONNECTION [2] Total 2,899.1 lb Additional Options RIGHT-HAND PDTATION Scotchkote bonded casing D S W X Z CP HY C YY HA HB HE HF HG HH HK HP 14.75 8.00 18.00 15.75 8.00 32.00 7.50 40.00 18.00 22.00 74.50 29.13 72.88 4.50 1.13 2.00 0.81 - Notes: Quote Information All dimensions are in inches. Customer METROPOLITAN INDUSTRIES,INC. Dimensions may vary±1/2"(13mm)due to normal manufacturing tolerances. Customer quote 1386921 Discharge and suction flanges-ANSI Standard flat face. Job name Airlite Market Municipal PENTAIR I Quote item 001 0.0kQuote date 29 Apr 2021 AIRLITE WEST ZONE PUMP NO. 5 P E N TA I R customer ►►► Pump Performance Datasheet Project name : Default Encompass 2.0-21.1.2 Item number :001 Size :410-6x8x20 Service Stages 1 Quantity :1 Based on curve number : 14-6x8x20-1775 Rev 7/19/13 Quote number :321083 Date last saved :29 Apr 2021 8:59 AM Operating Conditions Liquid Flow,rated :2,450.0 USgpm Liquid type :Water Differential head/pressure,rated(requested) :240.0 ft Additional liquid description . Differential head/pressure,rated(actual) :240.7 ft Solids diameter,max :0.00 in Suction pressure,rated/max :0.00/0.00 psi.g Solids diameter limit :0.81 in NPSH available,rated :Ample Solids concentration,by volume :0.00% Site Supply Frequency :60 Hz Temperature,max :68.00 deg F Performance Fluid density,rated/max : 1.000/1.000 SG Speed criteria :Synchronous Viscosity,rated 1.00 cP Speed,rated : 1775 rpm Vapor pressure,rated :0.34 psi.a Impeller diameter,rated : 17.88 in Material Impeller diameter,maximum : 19.50 in Material selected :Standard Impeller diameter,minimum : 14.50 in Pressure Data Efficiency :81.24% Maximum working pressure : 146.6 psi.g NPSH required/margin required : 16.36/0.00 ft Maximum allowable working pressure :250.0 psi.g nq(imp.eye flow)/S(imp.eye flow) :22/212 Metric units Maximum allowable suction pressure :250.0 psi.g Minimum Continuous Stable Flow :826.5 USgpm Hydrostatic test pressure : 155.8 psi.g Head,maximum,rated diameter :338.7 ft Driver&Power Data(©Max density) Head rise to shutoff :40.07% Flow,best eff.point :2,210.1 USgpm Driver sizing specification :Max Power Flow ratio,rated/BEP : 110.85% Margin over specification 0.00% Service factor : 1.00 Diameter ratio(rated/max) :91.67% Power,hydraulic 148 hp Head ratio(rated dia/max dia) :72.91 % Power,rated 183 hp Cq/Ch/Ce/Cn [ANSI/HI 9.6.7-2010] : 1.00/1.00/1.00/1.00 Power,maximum,rated diameter 195 hp Selection status Acceptable Minimum recommended motor rating :200 hp/149 kW Curve efficiencies are typical.For guaranteed values,contact factory 240 t 180 Power 43 120 0 60 a 0 500 Minimum Continuous Stable Flow 450 -Max allowable flow 19.50 in Preferred operating region64 400 0 75 79 81 82 350 82 4= 300 17.88 in 81 I a) 250 / 70 a) 11111 -- 79 75 I 200 I�� 14.50 in 1 150 100 50 0 4= 40 �;� NPSH3 2 20 V) o- 0 - Z 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 Flow-USgpm METROPOLITAN INDUSTRIES,INC. PHONE: FAX: ► P E N TA I R ROMEOVILLE,,IILL 60446-1343 1�✓✓� PENTAIR Encompass2.O-21.1.2 General Arrangement Drawing Pump Data Pump series 410 Power series 5 Model 411 Discharge size 6.00 in Size 6x8x20 Suction size 8.00 in Flow 2,450.0 USgpm Impeller diameter 17.88 in Head 240.0 ft Pressure rating 250.0 psi RPM 1775 rpm Temperature rating 68.00 deg F Rotation Right Connection suc/disc 125#/125# Paint Standard Base type Steel Drip Rim Base Liquid type Water Coupling type Rubber-in-shear Motor Data CouPLAC ;UA:D Horsepower 200 hp - - Phase - 3 Efficiency(%) 95 C APPROX - CP - YY x Hertz 60Hz Rating premium w I Volts 460 Enclosure ODP F a RPM 1800 rpm Manufacturer US Motors �� Frame 445T r D l r.H A R r:- Pump Materials of Construetlon _ illi 1 I ♦'�y1li == -=_ I2II /�/N� Pump material Bronze fitted Shaft Stainless steel,416 u1 , I ANIL _� �� II `� .\,,, r Casing Cast iron,ASTM A48 Shaft sleeve Stainless steel,AISI 316 s Casing wear rintainless Steel,AISI 416 Gland - �r� ``411 e� LI Impeller Alpha nickel aluminum brd3�ling type Mechanical Impel "\� - 111411111 11 ' Flush wear rrt1/4" Sealing material -� !c/ 5 "TION I L Flush lines 1/4"Stainless Steel(31E)Tubing,from volute to stuffing boxes U _u' 0 • _1 i-: Estimated Weights Pump 875.0 lb 'H FcJr:CaTON HP -I I I--HA 1T—f Driver 1,400.0 lb HOLD SIZE C4: HYTI HP H_ HP Base type 444.0 lb HF .1 '/2 NPi DRAM Coupling 110.0 lb HB CONNECT'ON [2] Total 2,899.1lb Additional Options RICHT-HAND RJTATION Scotchkote bonded casing 0 S W X Z CP HY C YY HA HB HE HF HG HH HK HP 14.75 8.00 18.00 15.75 8.00 32.00 7.50 40.00 18.00 22.00 74.50 29.13 72.88 4.50 1.13 2.00 0.81 - Notes: Quote Information All dimensions are in inches. Customer METROPOLITAN INDUSTRIES,INC. Dimensions may vary±1/2"(13mm)due to normal manufacturing tolerances. Customer quote 1386921 Discharge and suction flanges-ANSI Standard flat face. Job name Airlite Market Municipal PENTAIR Quote item 001 Quote date 29 Apr 2021 AIRLITE WEST ZONE PUMP NO. 6 1' P E N TA i R Customer Pump Performance Datasheet Project name Encompass 2.0-21.2.4 Item number :Default Size :411-8x10x15A Service Stages .1 Quantity :1 Based on curve number .14-8x10x15A-1775 Rev 11/15/12 Quote number . Date last saved :27 Jul 2021 12:56 PM Operating Conditions Liquid Flow,rated 2,779.0 USgpm Liquid type :Water Differential head/pressure,rated(requested) :145.0 ft Additional liquid description . Differential head/pressure,rated(actual) :145.7 ft Solids diameter,max :0.00 in Suction pressure,rated/max .0.00/0.00 psi.g Solids diameter limit :0.94 in NPSH available,rated :Ample Solids concentration,by volume :0.00% Site Supply Frequency :60 Hz Temperature,max :68.00 deg F Performance Fluid density,rated/max :1.000/1.000 SG Speed criteria :Synchronous Viscosity,rated :1.00 cP Speed,rated :1775 rpm Vapor pressure,rated :0.34 psi.a Impeller diameter,rated :14.81 in Material - - Impeller diameter,maximum :15.00 in Material selected :Standard Impeller diameter,minimum :10.00 in Pressure Data Efficiency :84.96% Maximum working pressure :90.48 psi.g NPSH required/margin required :21.39/0.00 ft Maximum allowable working pressure :250.0 psi.g nq(imil eye flow)/S(imp.eye flow) :44/177 Metric units Maximum allowable suction pressure :250.0 psi.g Minimum Continuous Stable Flow :940.4 USgpm Hydrostatic test pressure :125.0 psi.g Head,maximum,rated diameter :209.1 ft Driver&Power Data(@Max density) Head rise to shutoff :43.48% Driver sizing specification :Max Power Flow,best eff.point :2,873.2 USgpm Margin over specification :0.00% Flow ratio,rated/BEP :96.72% Service factor :1.00 Diameter ratio(rated/max) :98.75% Power,hydraulic :102 hp Head ratio(rated dia/max dia) :94.52% Power,rated :120 hp Cq/Ch/Ce/Cn (ANSI/HI 9.6.7-2010] :1.00/1.00 11.00/1.00 Power,maximum,rated diameter :121 hp Selection status :Acceptable Minimum recommended motor rating :125 hp/93.21 kW Curve efficiencies are typical.For guaranteed values,contact factory 160 I L120 - - - I Power r---- i a 40 - 0 250 -Minimum Continuous Stable Flow 225 16. 0 in I-_-Max allowable flow 65 71 1, Preferred operating region 200 14.81 In 83 175 -- -• 85 = 150 --t"_ .85 -- 83 125ca - - 80 -- I -- 76 100� - 75 l 10.00 in 71 50 25 - t 7 , 0 50 _1�nrsna M I 25- _ .----_. ee. I - cn z D 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 Flow-USgpm AURORA PUMP PHONE:+1-630-859-7000•FAX: P E N TA I R 800 AIRPORT ROAD• NORTH AURORA,ILLINOIS 60542 W W W.AU RORAPUM P.CO M