Skip to main content

CLOSED: Request for Proposals: Sewer Lift Station Replacement at Rusch Park Community Park

CLOSED: Request for Proposals: Sewer Lift Station Replacement at Rusch Park Community Park

Sewer Lift Station Replacement RFP Bid Packet 

Sewer Lift Station Replacement Bid Results

INVITATION FOR PROPOSALS
The Sunrise Recreation and Park District (SRPD) is seeking an experienced professional contractor to provide services for the replacement of two sanitary sewer pumps and associated electrical and control equipment. Parties interested in this project are asked to submit one (1) copy of the proposal no later than 11:00am on July 24, 2024, to:

Wayne Edmundson
Project Manager
Sunrise Recreation and Park District
7801 Auburn Blvd.
Citrus Heights, Ca 95610

SRPD reserves the right to reject any or all proposals, to waive any technicalities, informalities, and irregularities, to accept or reject all or any part of the proposal, and to be the sole judge of suitability on the proposal offer.


PROJECT BACKGROUND
The sanitary sewer lift station at Rusch Community Park experiences frequent clogging. The lift station consists of a 4-foot diameter by 6-foot-deep fiberglass wet well. It has two (2) Crane submersible grinder pumps – one duty and one backup. Each pump requires 2 horsepower and 240 volts of electrical service. The lift station has a three-float system to call on and off the pumps and send a high-water alarm.


SCOPE OF WORK
The scope of work, in general, includes the following tasks but not limited to:


To mitigate the clogging issue, SRPD would like to replace their impeller pumps with the product referenced in Appendix B. SRPD has ordered these pumps and they will be delivered directly to the project site. This transition will also require an upgrade to the power supply. The selected contractor shall be responsible for the following:


- Demo of existing electrical and lift station control panels
- Provide and install new 60-amp 230-volt single phase feed
- Provide and install (2) new variable frequency drives, associated wiring, and control panel. Specifications include:


o Single phase 230V to Three Phase 230 V conversion control panel to
include:
-NEMA 4 enclosure with inner door
-Main circuit breaker with door interlocking handle
-Motor protector VFD starters
-(2) ABB ACQ580 3 HP VFDs
-Control power transformer
-Transformer primary fuse protection
-HAND-OFF-AUTO selector switches
-Terminals for all field wiring connections
-Ventilation fans
-Surge arrestor
-3 float control (off, on, lag/high level)
-Run indicator
- Elapsed time meter
- MiniCAS seal failure relay and indicators
- Motor over temp indicators
- Alarm Light and Horn with push to silence


o Startup Assistance (1 day)


o 2 ACQ580 Water/Wastewater drive – supply voltage at 240 VAC One Phase. 9.6 Rated Output Amps (3HP), UL (NEMA) Type 1, Frame Size- R2 (installed in control panel by integrator)


o 2 Keypad Mounting Kits (installed in control panel by integrator)


o 2 Flygt MiniCAS moisture and thermal protection relays (installed in control panel by integrator)


- Upsizing of plumbing in vault from 2”-3” to fit new Flygt pumps
- Removing and replacing the existing pumps with the Flygt Non-Clog Impeller Pumps with N-Impellers (See Appendix B for product specifications). New pumps have been ordered by SRPD and will be delivered directly to the job site. (See Appendix A for plumbing site plan and Appendix B for required equipment
specifications)

See Appendix A for plumbing site plan
See Appendix B for equipment specifications

EXISTING CONDITIONS
The vendor, in undertaking the work under this contract, is to have visited the premises and to have taken into consideration all conditions which might affect the work. No consideration will be given to any claims based on lack of knowledge of existing conditions.

The mandatory Pre-Bid walk date is scheduled for June 19, 2024, at 9:00am.

DEVIATIONS
Any deviations from the scope of work indicated herein must be submitted in writing to the project manager prior to the bid due date.


CHANGE ORDERS
Change orders will not be considered once the proposed bid has been accepted.


VALID CALIFORNIA CONTRACTOR’S LICENSE – Required at time of bid submission and valid through the length of the project.


PREVAILING WAGE - Pursuant to the California Labor Code Section 1720 and following
this is a prevailing wage project.


DIR REGISTRATION - All contractors and subcontractors must register with the DIR and
meet DIR requirements before bidding on public works contracts in California.


SUBMITTALS - The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond issued by a corporate surety, acceptable to the Sunrise Recreation and Park District, for the SEWER LIFT STATION REPLACEMENT AT RUSCH COMMUNITY PARK. Each bond shall not be less than one hundred percent (100%) of that portion of the contract price. Pursuant to California Contract Code Section 22300, the contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract.


QUESTIONS - Please direct pre-bid questions in writing to:


Wayne Edmundson
Project Manager
Sunrise Recreation and Park District, by e-mail at:
wedmundson@sunriseparks.com


Deadline for questions is 11:00am on Friday July 3, 2024.


Addendums and answers to all questions will be posted on the District Website by 5:00 PM on Wednesday July 10, 2024. It is the Contractor's responsibility to check the District Website (www.sunriseparks.com) for
updates.
The Board reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in the judgment of the Board, is the lowest responsive bid of a responsible bidder.


Kevin Huntzinger
District Administrator
Sunrise Recreation and Park District

Join our mailing list