Wet Well Mounted Sewer Pump Station

Agency: Pulaski County
State: Arkansas
Level of Government: State & Local
Category:
  • 43 - Pumps and Compressors
  • 46 - Water Purification and Sewage Treatment Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10006546796960423
Posted Date: Apr 1, 2024
Due Date: Apr 22, 2024
Solicitation No: HS-24-029
Source: Members Only
Bid Information
Type HS - Invitation to Bid
Status Issued
Number HS-24-029 (Wet Well Mounted Sewer Pump Station)
Issue Date & Time 4/1/2024 08:32:13 AM (CT)
Close Date & Time 4/22/2024 02:00:00 PM (CT)
Notes
TO: Prospective Bidders
FROM: City of Hot Springs, Purchasing Division
DATE: April 1, 2024
The City of Hot Springs is issuing its “Request for Proposals” or “Invitation to Bid” for:
Bid Number: HS-24-029
Bid Item: WET WELL MOUNTED SEWER PUMP STATION
Bid Opening Time, Date & Location: 2:00 PM CT, MONDAY, APRIL 22, 2024, 324 Malvern Ave, 71901, 2nd Floor, Room 206; PO Box 6300, 71902, City of Hot Springs, Arkansas
The complete bid packet is available online at https://arkansas.ionwave.net/Login.aspx . Interested Bidders must register at this site to submit bids electronically. This is the preferred method of submittal.
Sealed paper responses to this invitation can also be submitted to the Purchasing Division by mail or in person. Facsimile submissions are not acceptable. The sealed envelope, including express envelopes , must be identified as a sealed bid and show the item or bid number.
All responses must be submitted no later than the date and time shown above for consideration.
Thank you,
Purchasing Division
(501) 321-6830 or (501) 321-6822
purchasing@cityhs.net
Contact Information
Name Olivia Thomason Purchasing Supervisor
Address PO Box 6300
324 Malvern Ave
Hot Springs, AR 71902 USA
Phone
Fax
Email purchasing@cityhs.net

Attachment Preview

HS-24-029
Wet Well Mounted Sewer Pump Station
Issue Date: 4/1/2024
Questions Deadline: 4/15/2024 05:00 PM (CT)
Response Deadline: 4/22/2024 02:00 PM (CT)
City of Hot Springs
Contact Information
Contact: Olivia Thomason Purchasing Supervisor
Address: Finance
2nd Floor
PO Box 6300
324 Malvern Ave
Hot Springs, AR 71902
Email: purchasing@cityhs.net
Page 1 of 16 pages
Deadline: 4/22/2024 02:00 PM (CT)
HS-24-029
Event Information
Number:
HS-24-029
Title:
Wet Well Mounted Sewer Pump Station
Type:
HS - Invitation to Bid
Issue Date:
4/1/2024
Question Deadline: 4/15/2024 05:00 PM (CT)
Response Deadline: 4/22/2024 02:00 PM (CT)
Notes:
TO: Prospective Bidders
FROM: City of Hot Springs, Purchasing Division
DATE: April 1, 2024
The City of Hot Springs is issuing its “Request for Proposals” or “Invitation to Bid” for:
Bid Number: HS-24-029
Bid Item: WET WELL MOUNTED SEWER PUMP STATION
Bid Opening Time, Date & Location: 2:00 PM CT, MONDAY, APRIL 22, 2024,
324 Malvern Ave, 71901, 2nd Floor, Room 206; PO Box 6300, 71902, City of Hot
Springs, Arkansas
The complete bid packet is available online
at https://arkansas.ionwave.net/Login.aspx. Interested Bidders must register
at this site to submit bids electronically. This is the preferred method of
submittal.
Sealed paper responses to this invitation can also be submitted to the Purchasing
Division by mail or in person. Facsimile submissions are not acceptable. The sealed
envelope, including express envelopes, must be identified as a sealed bid and show
the item or bid number.
All responses must be submitted no later than the date and time shown
above for consideration.
Thank you,
Purchasing Division
(501) 321-6830 or (501) 321-6822
purchasing@cityhs.net
Page 2 of 16 pages
Billing Information
Contact: Mary Rice, Account Supervisor
Address: Finance
2nd Floor
PO Box 6300
Deadline: 4/22/2024 02:00 PM (CT)
HS-24-029
Phone:
Email:
324 Malvern Ave
Hot Springs, AR 71902
(501) 321-6882
acctpayable@cityhs.net
Bid Attachments
HS-24-029 Wet Well Mounted Sewer Pump Station.pdf
Download
Signature Page for HS-24-029 Wet Well Mounted Sewer Pump Station.
Acknowledgment - Fillable.pdf
Download
Acknowledgment of this Invitation to Bid (ITB)/Request for Proposals (RFP) shall be received by the City in order for
you to receive an Addenda (e.g., updates or changes to the bid packet).
Terms and Conditions of Bidding.pdf
Download
Bidder shall read the Terms and Conditions of Bidding for HS-24-029 Wet Well Mounted Sewer Pump Station.
Terms and Conditions of Purchase.pdf
Download
Bidder shall read the Terms and Conditions of Purchase for HS-24-029 Wet Well Mounted Sewer Pump Station.
Smith & Loveless Drawing.pdf
Download
Smith & Loveless Drawing
Requested Attachments
Warranty
(Attachment required)
Please upload a copy of product warranty certificate.
Certificate of Liability Insurance
(Attachment required)
Bidder shall upload a copy of their certificate.
DBE, WBE, or MBE Certification
Please upload a copy of the letter or certificate.
Additional Attachments
Please upload any additional documents.
Bid Attributes
1 NOTICE TO BIDDERS
FAILURE TO FOLLOW INSTRUCTIONS AND REQUIREMENTS OF THIS INVITATION TO BID (ITB) MAY BE CAUSE
FOR REJECTION OF BID.
PLEASE CHECK BID PACKET, BID AMOUNT CALCULATIONS, AND BID CONTAINER PRIOR TO SUBMISSION.
CORRECTIONS TO BID DOCUMENTS WILL NOT BE ALLOWED AFTER BIDS ARE OPENED.
2 Terms and Conditions of Bidding for HS-24-029 Wet Well Mounted Sewer Pump Station
Bidder acknowledges the Terms and Conditions of Bidding found in the Attachments Tab.
Bidder Acknowledges
(Required: Check if applicable)
Page 3 of 16 pages
Deadline: 4/22/2024 02:00 PM (CT)
HS-24-029
3 Terms and Conditions of Purchase for HS-24-029 Wet Well Mounted Sewer Pump Station
Bidder acknowledges the Terms and Conditions of Purchase found in the Attachments Tab.
Bidder Acknowledges
(Optional: Check if applicable)
4 SPECIFICATIONS
The City of Hot Springs, Arkansas, on behalf of the Engineering and Utilities Department, is accepting bids to
purchase one (1) Wet Well Mounted Sewer Pump Station with two (2) non-clog series pump sets for the Hot Springs
3 Lift Station located at 2344 Higdon Ferry Road. The Vendor shall furnish and setup a factory-built automatic
pumping station (all appurtenances, controls, etc.) manufactured by Smith and Loveless, Inc., Lenexa, Kansas, or
approved equivalent. The station shall be completed with all needed equipment, factory-installed on a welded steel
base with a fiberglass cover. Bidders can find the Smith and Loveless Drawing in the Attachment Tab. The following
specifications describe the minimum requirements.
The principal items of equipment shall include four vertical, close-coupled, motor-driven, vacuum primed, non-clog
pumps, valves, internal piping, central control panel with circuit breakers, motor starters, and automatic pumping
level controls, heater, ventilating blower, priming pumps with WaveStart™ pump prime detection system and
appurtenances, and all internal wiring.
The equipment bid shall be of a new, current design production model and available to the commercial market. The
bid shall include one (1) copy of the standard items manufacturer’s published specifications furnished unless
otherwise noted and warranty. The City reserves the right to review the manufacturer’s specifications and to choose
the materials deemed to be in the City’s best interest. Any and all freight charges, demurrage, fuel surcharges, or
special handing charges shall be price separately. Order will be accompanied by a City Purchase Order. The
equipment shall comply with all state and federal safety requirements. Any deviations to these specifications shall
be explained. The City of Hot Springs reserves the right to award within the budget available for the project.
1. Operating Conditions
Two (2) pumps running in parallel shall be capable of delivering 650 GPM of raw water or wastewater against
a total dynamic head of 150 ft. The minimum acceptable pump efficiency at this condition shall be 77 %. Due
to the energy conservation requirements, the minimum efficiency will be enforced. The maximum allowable
speed shall be 1,760 RPM. The minimum rated horsepower of each pump motor shall be 20 HP. The actual
static suction lift, measured from the station baseplate to the “off” level in the wet well, shall be 20 ft minimum.
The pump station utilizes Smith & Loveless Model 4C3B Pumps.
All openings and passages shall be large enough to permit the passage of a sphere 3'' in diameter.
The pump motors shall not be overloaded beyond their nameplate rating, at the design conditions, nor at any
head in their respective operating range.
2. Construction
The station shall be constructed in one (1) complete factory-built assembly. It shall be sized to rest on the top
of the wet well as detailed in the attached drawings. The supporting floor plate shall be a minimum of 1” thick
steel with reinforcing, as required, to prevent deflection, and ensure rigid support.
The pump station shall be enclosed by a two-piece hinged fiberglass cover. The cover shall have a suitable
drip-lip around the edge and shall be provided with means to allow the pump chamber to be locked with
padlocks.
Each cover shall be attached with a multi-segment stainless steel hinge, constructed of seven (7) gauge
(minimum) Type 304 stainless steel with a 3/8” diameter stainless steel pin and supporting at least 75% of the
width of one (1) end. Stainless steel bolts with tamperproof heads and a full width 3/8” thick anodized
aluminum backing plate shall anchor the hinge to the fiberglass cover.
Dual high-pressure gas struts shall be provided to counteract the dead weight of the cover assembly and limit
the maximum lifting force required for opening to less than 20 lbs. The cover shall be self-latching upon
opening, with a manually operated release for closing. Duplex heavy gauge safety chains shall be provided to
prevent over-extension. All hardware and components of the cover assembly that are exposed to the weather
shall be constructed of corrosion-resistant materials.
Page 4 of 16 pages
Deadline: 4/22/2024 02:00 PM (CT)
HS-24-029
A 1/4” thick sliding aluminum manway cover located exterior to the fiberglass pump chamber shall be
provided, complete with padlocking provisions. The manway shall be an integral part of the station floor plate
and provide access to the wet well.
The pump volutes and discharge piping shall be mounted in relation to the floor plate as detailed on the
drawings. Enclosures utilized to house the valve train and/or controls, which are defined under OSHA Article
29CFR, Part 1910 as a Confined Space, shall not be acceptable.
A stanchion with a lifting arm shall be provided to lift each pump. The lifting arm shall have a hook over the
center of the motor to support a hoist (provided by others) for the removal of the motors, impellers, and
pumps from the station.
3. Welding
All steel structural members shall be joined by electric arc welding with welds of adequate section for the joint
involved.
4. Protection Against Corrosion
All structural steel and cast iron surfaces shall be factory blasted with steel grit in an environmentally
controlled booth, to remove rust, mill scale, weld slag, etc. All weld spatter and surface roughness shall be
removed by grinding. Surface preparation and cleanliness shall comply with SSPC-SP6 specifications. The
surface profile shall be 2.0 mils (0.05 mm). Sandblasting is specifically prohibited. After blast cleaning, all
surface contaminants, such as grease or oil, shall be removed before coating.
Immediately following cleaning, a single 6 mil (0.15 mm) minimum dry film thickness coating of VERSAPOX®, a
self-priming Cycloaliphatic Amine Epoxy, shall be factory applied to the cleaned components.
After curing, a 2.5 mil (0.06 mm) minimum DFT top coating of semi-gloss XTRATHANE™, a moisture-cured
Aliphatic Polyurethane protective finish, for abrasion resistance and weather protection, shall be applied to
the exterior areas, including the pumps and piping and the top and sides of the base, if carbon steel. These
coatings shall be as formulated by Smith and Loveless specifically for this type of application and service.
Stainless steel, aluminum, and other corrosion-resistant surfaces shall not be coated. Carbon steel surfaces
not otherwise protected shall be coated with a suitable non-hardening rust-preventative compound. Auxiliary
components shall be furnished with the original manufacturer’s coating.
Finish coating shall be accomplished prior to shipment of the equipment from the factory and shall comply
fully with the intent of these specifications. A touch-up kit shall be provided by the pump station manufacturer
for the repair of any mars or scratches occurring during shipping and installation. This kit shall contain
detailed instructions for use.
5. Main Pumps
The pumps shall be 4” vertical, centrifugal non-clog type of heavy cast-iron construction, specially designed
for the use of mechanical seals, and vacuum priming. In order to minimize seal wear caused by linear
movement of the shaft, the shaft bearing nearest the pump impeller shall be locked in place, so that end play
is limited to the clearance within the bearing. To minimize seal wear resulting from shaft deflection caused by
the radial thrust of the pump, the shaft from the top of the impeller to the lower bearing supporting the
impeller shall have a minimum diameter of 1-7/8” for motor frame sizes two hundred thirteen (213) through
two hundred eighty-six (286) , 2-1/8” for motor frame sizes three hundred twenty-four (324) and three
hundred twenty-six (326), and 3” for frame three hundred sixty-four (364) and larger. The dimension from the
lowest bearing to the top of the impeller shall not exceed 6”.
The oversized shaft incorporating oversized bearings and heavier bearing frame construction provides for
extended mechanical seal, bearing, and overall pump/motor life.
Since the larger shaft with the specified minimum overhang is the key to heavier, more rigid construction
throughout, no deviation from the specified shaft diameter or tolerances will be allowed.
The bearing nearest the impeller shall be designed for the combined thrust and radial load. The upper
bearing shall be free to move in a linear direction with the thermal expansion of the shaft and shall carry only
radial loads.
Page 5 of 16 pages
Deadline: 4/22/2024 02:00 PM (CT)
HS-24-029
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >