Grinder Pump Systems (FY24 Commodities)
Mississippi > City of Brandon
Sealed Bid: 59294968
Listing Information/Advertisement:


INVITATION TO BID 
Sealed bids will be received by the City of Brandon, Mississippi, until 10:50 a.m. local time, on October 10, 2023, in the office of the City Clerk, 1000 Municipal Drive, Brandon, Mississippi, 39042. 
 
Bids will be taken for the following:
 
GRINDER PUMP SYSTEMS
Materials, Installation, and/or Repairs
 
Provide materials, installation, and/or repairs for grinder pump systems.  Installations to be completed according to manufacture recommendations, the requirements of the City of Brandon’s system specifications, and MDEQ requirements.  All force mains will be installed with a tracer wire.  Repairs will be on an as needed basis. Repair costs will be on a case-by-case basis. Additional miscellaneous parts not listed on the price list will be paid for according to the cost of the part on an as needed basis. Additional equipment required for extensive repairs not listed in the price list will be approved on a case-by-case basis.
 
SPECIFICATIONS
 
Wastewater grinder pumping stations shall be electrically operated and shall be wet pit, totally submersible type capable of achieving long term stable operation against widely fluctuating changes in TDH conditions.
The station shall include a minimum of one sewage grinder pump with lift-out sealing flanges, internal piping with check valve and gate valve, and lifting chain. All electrical connections to be made in the control panel. The station shall include a NEMA 4X electrical panel with an outside alarm light and audible alarm.
Grinder pumping stations and accessories shall be of the following or equal; Pentair Hydromatic HV200 Series; Hyd-0-Grind as manufactured by F. E. Meyers Co.; E/One by Environment One Corporation. All new systems must have an approved submittal before any installation begins.
Electrical service requires a double pole breaker 30 AMP 230 Volt dedicated circuit.
Three liquid level sensors for a simplex unit shall be furnished and installed with the pumping unit to control "pump off," “pump on," and "high water alarm” operations. An additional sensor and control alternator shall be provided and installed for the lead and lag pump operation for a duplex unit. Level sensors shall be as recommended by the manufacturer.
The station shall be equipped with a wall mounted (exterior wall of house) or pedestal mounted electrical control panel in a NEMA 4X, weather tight, non-corrosive fiberglass enclosure with a dead front outer door with a locking hasp or handle.
The panel shall be provided with proper overload protection, lightning protection, circuit breaker, electrical terminals, and all other electrical control equipment required for a complete installation. The electrical panel shall be UL listed/CSA approved. The entire electrical installation shall be in strict compliance with requirements of the National Electrical Code.
The exterior of the control panel shall be equipped with a red flashing high water alarm light, a motor seal failure light, and audible high-water alarm. The high-water alarm light shall glow dim always except under alarm condition. The audible alarm shall produce 85 db at 10 feet distance. Under alarm conditions, the light shall glow brightly and flash. The alarm light shall consist of a weather-proof bracket fixture with a red globe.
The motor seal failure sensor shall consist of an electrode probe, a sensing unit, and a flashing amber light mounted on the interior surface of the control panel. The electrode probe shall be factory-installed in a sealed chamber so that if any water enters the chamber through the lower seal, the electrode will be energized, and a signal will be transmitted to the sensing unit at the control panel and activate the amber alarm light.
The pump station discharge piping shall include a self-cleaning ball-type check valve, hydraulically sealed discharge flange, and a gate valve with handle extension, as illustrated by the installation drawings included herewith. The sealing flange shall permit lifting the pump from the wet pit without mechanical unfastening.
Sealing shall be produced by a heavy rubber diaphragm, which shall seal to the discharge flange. The size of the discharge pipe shown on the attached drawings is the minimum size allowed. Larger pipe sizes may be recommended and/or required by the pump manufacturer.
Pump basins shall be of non-corrosive fiberglass construction. The basins shall be a minimum of 24 inches in diameter for a simplex installation (48 inches for a duplex) and 60 inches in depth unless otherwise approved by the City.
The entire grinder pump installation, including pump, valves, discharge piping, electrical controls, and accessories shall be subjected to an operational test by the homeowner or his representative and the pumping unit installation contractor in the presence of a representative of the City. The test shall be conducted before the system is put into service. A set of as-built drawings must be provided at the completion of the project. 
Described work shall be considered a lump sum grinder pump system installation.  The cost for a complete system shall include all labor, equipment, and materials. The cost of the system shall include 25 feet of power supply line. The installation of any force main or check valves required shall be paid for according to the listed pricing as bid.
 
 
 
DESCRIPTION                                        UNIT            UNIT PRICE
 
Complete System Installed
     (Labor, Equipment, & Materials)            LS                ____________
Grinder Pump (Materials Only)                 EA               ____________
Fiberglass Basin – 24 X 60 (Materials Only)  EA               ____________
Control Panel (Materials Only)                 EA               ____________
Floats (Materials Only)                            EA               ____________          
Service Call (3-Hour)                                     LS                ____________
Hourly Repair (Crew & Tools)                       HR               ____________
Power supply Line                                 LF                ____________                    
Service Line                                          LF                ____________
Check Valve and Box                              EA               ____________                  
1-1/4” Force Main                                 LF                ____________                       
1-1/2” Force Main                                 LF                ____________
2” Force Main                                      LF                ____________                 
2-1/2” Force Main                                 LF                ____________
3” Force Main                                       LF                ____________
1-1/4” Uncased Bore                              LF                ____________
1-1/2” Uncased Bore                              LF                ____________
2” Uncased Bore                                   LF                ____________
2-1/2” Uncased Bore                              LF                ____________
3” Uncased Bore                                   LF                ____________ 
                    
 
Pricing will remain in effect from award date through September 30, 2024.
 
The Bid must be received in a sealed envelope, which is marked in the lower left-hand corner with “Bid Number 2023-21” and the NAME OF ITEM on which bid is being made and the DATE OF OPENING. Electronic bids can be submitted at www.centralbidding.com and any questions relating to the electronic process should be directed to Central Bidding at 225-810-4814.
 
 
The City reserves the right to reject any or all bids, to accept any bid deemed to be in the best interest of the City, and to waive informalities.
 
By:       Butch Lee, Mayor
            Angela Bean, City Clerk
 
Publication Dates:       9/20/23
                                    9/27/23

SUBMITTAL INFORMATION
Creator Username: COBJS
Bidding Privacy: Bid encryption
Started: 20-Sep-2023 12:00:00 AM CDT
Ends: 10-Oct-2023 10:50:00 AM CDT ( Expired )
History: 134 Views
Event Status: Expired since 10-Oct-2023 10:50:00 AM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::