Due Date:
September 30, 2025
Institution Name:
DNR353116 Mohican State Park DNRASH
RFP Title:
Mohican State Park - Installation of Submersible Solids Handling Pump - Hydromatic HPS4SCP023243
Description
Needed Supply and Service: Lift Station PumpOrdering Location and Address: Mohican State Park, 3116 State Route 3, Loudonville, OH 44842Project Background:We are requesting bids for a new lift station pump with installation at Mohican State Park. SpecificationsPump: Hydromatic HPS4SCP023243 with a 35-foot cord. Substitutions not permitted. The supplier is responsible for all materials needed for the service, permits (if applicable), and site clean-up.Product specifications include items such as: Submersible Solids Handling Pump - HPS SeriesPump: Hydromatic HPS4SCP023243 Impeller: 6.13” Discharge: Shall be 4” ANSI flange Motor: Shall be 23HP 460V 60HZ 3phase, oil filler design. Power Cord: Shall be epoxy potted and equipped with a minimum of 35’ of power cord. Pump Operating Characteristics: Each pump shall be verified for performance. Pump shall operate at following conditions: 0270GPM at 98TDH Hydromatic® HPS series solids handling submersible sewage pump(s) as specified herein. Pump to be equipped with stainless steel nameplate, stating the unit is accepted for use in Standard Location or NEC® class 1, division 1, groups C, D hazardous locations with third party, Factory Mutual, approval. The pump shall be non-overloading throughout operation without employing service factor. The performance curve submitted for approval shall state in addition to head and capacity performance, the pump efficiency, and reflect motor service factor.Construction:Castings – Cord Cap / Motor Housing / Bearing Housing / Seal Plate shall be ASTM A48 Class 30 Cast Iron. Shaft shall be 416 Stainless Steel. Impeller - ASTM B-584-836 440SST. Chopper Liner - ASTM B-584-836 440SST Fasteners / Hardware shall be 300 series Stainless Steel. Elastomers – O-Rings / Mechanical Seals / Cord Grip Grommets shall be Nitrile with optional Fluoropolymer Elastomer. Cartridge Seal shall be Carbon / Silicon Carbide. Power Cable shall be type SOOW or W while Control Cable shall be SOOW. Lifting Bail shall be welded or forged 300 Series Stainless. Electrical Power Cord:The power cord will be SOOW or W, oil and water resistant 600v, 90C, UL® and CSA® approved and applied per NEC ampacities ratings at the cables rated temperature for intermittent / continuous duty. The pump shall be double protected with a compression fitting and an epoxy potted area that seals each conductor at the power cord entry to the pump. The power cable entry into the cord cap assembly shall first be made with a compression fitting. The leads shall be terminated within the epoxy and mechanically crimped to Teflon leads. This area of the cord cap shall then be filled with an epoxy compound potting. This assembly will prevent water contamination from gaining entry even in the event of wicking or capillary action. The power cord leads shall be connected to the motor leads with a terminal block or extra heavy connectors. The cord cap assembly where bolted to the motor housing shall be sealed with a Nitrile O-ring on a beveled edge to assure proper sealing. Wiring connection shall be done through a terminal block eliminating wire nuts or use of heavy duty crimp connectors.MOTOR:With exception of 208V models, motors shall meet premium efficiency in accordance with IEC 60034-30, level IE3, and NEMA MG1 . The motors are submerged in non-toxic, oil filled, cool running design providing significantly reduced operating temperatures. Pump designs requiring a secondary cooling apparatus shall be deemed unapproved and not equal. Air filled pump designs shall not be considered equal or approved. Motor will be of the squirrel-cage induction design, NEMA type A or B for 3 Phase . The copper stator windings shall be insulated with moisture resistant Class H insulation materials, rated for 180˚C (356˚F) . The service factor shall be 1.15 for all models excluding the highest HP per frame size, which will be at 1.0. The motor shall have a voltage tolerance of +/- 10% from nominal, and a phase to phase voltage imbalance tolerance of 1%. The rotor bars and short circuit rings shall be made of cast aluminum. The maximum continuous temperature of the pumped liquid shall be 40˚C (104˚F). Each of the three phases will have a UL/FM approved thermostat or thermistor. The winding operating temperature at rated horsepower and service factor will be a maximum of 130˚C @ 40˚C ambient. The motor shall be capable of handling up to 15 evenly spaced starts per hour without overheating . The rotors will have high efficiency laminated steel with die cast bars and shorting rings. The stators will have high efficiency laminated steel (if required to meet premium efficiency), with inverter duty rated, Class H magnet wire & insulation materials. Each of the three phases will have a UL/FM approved thermostat or thermistor set for 130˚C +/-5. BEARINGS: The upper bearing shall be a heavy-duty radial single row ball bearing while the lower bearing shall be a double row heavy-duty angular contact ball bearing of the thrust limiting design. Minimum of 50,000 hours per ISO 281 bearing life for radial and thrust bearings at BEP. Bearing shall be lubricated for life from the factory and will be accomplished through the non-toxic, low viscous, dielectric oil in the frame. Pump designs requiring periodic scheduled bearing service shall not be considered equal or approved. Single row or sleeve lower bearings shall not be acceptable.Park Contact: All work to be coordinated with the park manager on days/times of delivery and installation. Mohican State Park, 3116 State Route 3, Loudonville, OH 44842. Contact Jenny Roar, Park Manager, 419-296-6528, jennifer.roar@dnr.ohio.gov Completion Date: deadline of September 30, 2025.Evaluation. The contract will be awarded to the lowest responsive and responsible bidder as determined by the State.Contract Award. The contract will be awarded to the lowest responsive and responsible bidder by low lot total. Low lot total will be determined by multiplying the unit cost by the estimated usage listed in the bid and then adding each of the totals together to arrive at a total for all items. Failure to bid all items may result in the bidder being deemed not responsive.Site Visit & Point of ContactPrior to submitting a bid response, offerors are encouraged to visit the park. Please contact Jenny Roar, Park Manager, at 419-296-6528 or jennifer.roar@dnr.ohio.gov.Once a contract is awarded, failure of the bidder to have requested a site visit to become familiar with the facility and requirements of the bid will be insufficient reason to support any request to be released from the contract
This Request for Proposal (RFP) is issued by the University of Alabama to solicit proposals from qualified vendors, contractors, or service providers to provide [insert general scope of services or products, e.g., "campus-wide Wi-Fi infrastructure upgrade," "architectural design services for a new academic building," or "food service management for university dining facilities"].
The objective of this RFP is to identify a responsive and responsible proposer who demonstrates the technical capability, experience, financial stability, and cost-effectiveness necessary to fulfill the University's requirements in alignment with its institutional goals, policies, and timelines.
This Request for Proposal (RFP) is issued by the University of Alabama to solicit proposals from q