The City of Great Bend is seeking proposals for a turnkey retrofit of an existing wastewater lift station to a submersible pump system. This includes all engineering, permitting, equipment procurement, bypass pumping, installation, testing, startup, and final regulatory approvals. The contractor is responsible for continuous wastewater service during construction and must provide a minimum three-year warranty on workmanship and a two-year manufacturer warranty on pumps. Operations and maintenance manuals, including digital copies, are required prior to final acceptance. A complete spare parts package is also a condition for final acceptance. The contractor must submit two sealed hard copies of their proposal by June 5, 2026, at 1:00 PM. Bids will be evaluated based on various criteria including cost, experience, safety program, and project management capabilities. Work is anticipated in 2026, pending city council approval.
The contractor shall complete all work, including startup, commissioning, delivery of OM manuals, and final acceptance, within eight 8 months of contract execution. The proposal shall include a detailed project schedule, permitting timeline, equipment procurement schedule, construction schedule, and startup and commissioning schedule. Failure to meet the eight 8 month completion requirement may result in withholding of payment, assessment of damages as allowed by contract, or termination for default. The bid submission deadline is June 5, 2026, at 1:00 PM.
The bid evaluation criteria include payment schedule and terms. The submission of OM manuals is required prior to final acceptance and payment. Failure to provide manufacturercertified startup shall be grounds for withholding final payment. Failure to provide the required spare parts package shall constitute incomplete performance of the contract and shall be grounds for withholding final payment.
The bid notice states that there is a minimum three 3 year warranty on all workmanship from final acceptance, and a minimum two 2 year manufacturer warranty on pumps. All spare parts shall be covered under the same warranty terms as the installed equipment beginning at the date of final acceptance.
Bids will be evaluated using criteria including years in business, qualifications and experience of field sales and technical staff, professional recommendations and long-term system value, completeness and clarity of proposal, financial stability, references, Kansas municipal references, safety program quality, project management capabilities, inspection and reporting methodology, engineering staff qualifications, in-house engineering and permitting capabilities, sample contract acceptability, contract completeness, payment schedule and terms, and overall cost competitiveness.
The contractor shall be solely responsible for obtaining and maintaining Kansas Department of Health and Environment approvals, any applicable federal permits, electrical inspections, and all required regulatory approvals. All work shall meet or exceed KDHE requirements, OSHA standards, national electrical code, NFPA standards, and all applicable state and federal laws. The contractor shall maintain, at minimum, commercial general liability insurance, workers compensation insurance, and automobile liability insurance. The contractor shall provide a copy of its written safety program with their bid.
Failure to meet the eight 8 month completion requirement may result in withholding of payment, assessment of damages as allowed by contract, or termination for default. Any sanitary sewer overflow, spill, regulatory violation, or environmental damage resulting from bypass operations shall be the sole responsibility of the contractor.