The Colorado Department of Transportation is soliciting for a contractor to provide services for upgrading pump controls, electrical service, and underground electrical, repair, water pipe in pit as needed which includes, cement and excavating for pad #1 and #2 at Fay’s Crossing.
Fays Crossing Pump/Lift Station Summary
Fays Crossing is a live wet pump station inside a 20 ft deep vault, approximately 8 ft wide and 15 ft long and has a large volume of water flowing into it from two big springs. This water flow never stops and work listed in Deliverable #1 below will need to be done in person inside the vault, in and around the water. The pumps in place keep this water, as well as any storm water flow evacuated to keep this road area from flooding and closing.
- Contract Description
This Contract is for upgrading all Controls, all electrical service and power, replacing all conduit, 3 new pumps at Fays Crossing, (Provided by CDOT) and other deliverables as specified below.
- Deliverables
Contractor shall provide the following goods/services for the project:
#DeliverableEstimated Delivery Date 6/30/25
1.SYSTEM CONTROLS
a. Replace Pump Control System, upgrade power distribution and panel
b. Install new conduit
c. Install and program new pumps with Wago PLC, with a monitoring system alert via notifications by cell phone and email of water and pump status
d. Install new guide rails and new float system
e. Repair leaking discharge piping where needed on all discharges
f. Other deliverables as described below
2.RESPONSE TIME
Contractor shall have 25-minute response time to the Fays Crossing location if:
a. Existing pump(s) fail during the contract/construction period
b. Any other failures that arise during construction
c. Other deliverables as described below
3.ELECTRICAL UTILITY REQUIREMENTS
a. Upgrade electric service to meter and distribution panel, stub up for standby Generator
b. Other deliverables as described below
4. Contractor Responsibilities
Contractor shall provide the following services and/or goods under this contract:
-
- Deliverable #1 - SYSTEM CONTROL: Replace controls, electrical power panels/subpanels and conduit, install 3 pumps and program pumps at Fays Crossing
- Systems Controls:
Shall be provided by the Contractor and shall be Wago Programmable Logic Controller (PLC), including a touch screen Human Machine Interface (HMI) with remote accessibility. The system shall be able to display pit level. Level sensing shall be accomplished with an ultra-sonic contactless sensor. System shall identify an alarm for the following: when the pump needs to be ran, when the pump is running if there is a seal leak, a pump failure, the motor is over temperature, and the water level is high.
-
-
-
- The new controls shall be installed in a new waterproof lockable control cabinet enclosure. CDOT will provide the unit control enclosure. Contractor shall modify cabinet in accordance with the specifications for the job. Contractor shall remove the existing cabinet and return to CDOT.
- Contractor shall pour a concrete pad for the system control panel/generator pad. Pad should be sufficient to support the weight of both the system panel and standby generator. Electrical stub ups should be installed to allow wiring to the future generator at a later point, (post contract.)
- Contractor shall prep electrical panel and system control panel to be ready for future standby generator hook up.
- Internet service (for remote accessibility) shall be provided to the site of work and shall be included in the cost of the work.
- Controls shall be able to text cell phones and email at least five contacts for said mentioned various alarms. Remote access shall allow users to update contact information easily and monitor the system.
- Upon written request by CDOT, the Contractor shall schedule and provide formal training session(s) with CDOT Staff within 15 days of said request to be completed prior to the contract expiration date. The Contractor shall also provide an operations manual at the first training.
- Contractor shall provide internet hardware (i.e. modem, software, etc.) and provide internet service during testing, installation, and for work done prior to acceptance of project work. CDOT will determine internet provider. After acceptance, the internet monthly bill shall be the responsibility of CDOT.
- Electrical:
- The current electrical service, which is three Phase 60 Hz 460 volts, shall remain.
- The Contractor shall upgrade the power distribution system from the service meter to include a new lockable panel and breakers sized to electrical code standards, for the new pumps and hardware.
- Contractor shall provide new motor starters and new contactors.
- Contractor shall provide pump power leads with new lockable weatherproof junction box enclosure with terminal blocks and strain relief for the power cords and controls.
- Contractor shall provide termination points which are able to be easily disconnected and reconnected for future maintenance and replacement. No control or power splices will be allowed in the vault.
- Contractor shall provide all power cables which are long enough to be non-spliced from pump to termination J-Box Nema/cabinet/termination box.
- Contractor shall provide necessary hardware and equipment to ensure there is a protection relay for every pump.
- Contractor shall provide seal leak protection for all three pumps.
- Pumps:
- All pumps will be provided by CDOT and are currently in CDOT’s possession.
- The Contractor shall install three new pumps (two main and one auxiliary).
- The Contractor installation shall include the replacement of all new guide rails and associated hardware (CDOT will provide the 120’ of stainless-steel guide rails and hardware for all pumps.)
- The Contractor shall be responsible for installation and the complete set up of the pumps (including electrical, system control, plumbing, etc.).
- Contractor shall return all old pumps to CDOT before contract expiration.
- The two main pumps shall be High Flow Sulzer ABS 10-inch submersible with 70 hp premium efficient motors, with closed loop cooling jackets (pumps will be provided by CDOT).
- Pumps shall be able to handle 3.5" x 4.7" solids passage.
- The motor shall be suitable for 3 phase 60 Hz 460v operation.
- CDOT will provide one auxiliary low flow pump, Sulzer ABS 4-inch submersible with 10 hp premium efficient motor.
-
- The pump shall be able to handle 3.15" solids passage.
- The motor shall be suitable for 3 phase 60 hz 460v power with a power cable long enough to be non-spliced from the pump to the termination cabinet.
- Contractor shall provide pump motor controls for all three pumps.
-
- Pump motors shall be speed controlled by VFD’s (Variable Frequency Drive) to reduce power consumption and maximize water level control during different influent flows, storm water events, and an increase or decrease of ground water.
- Vault:
- Contractor shall repair or replace all leaking discharge pipes within the vault.
- Contractor shall supply new water level floats and associated hardware for all the pumps and shall install them in accordance with system controls to alternate main pumps and auxiliary pumps to prevent the pumps from being overworked at start up.
- Contractor shall install one new access entry vault door provided by CDOT.
- Contractor shall construct a small cement/concrete retaining wall next to the vault, to support the dirt bank and deflect dirt away from the vault area. The wall will be at a minimum, 3 feet tall, 8 inches thick, 19 feet long, with wing wall deflection on each end for overall approximate length of 25 feet. Wall will include stub ups for electrical termination of all pumps with a Nema 4x Sealed Junction box mounted to the wall, to allow for ease of future maintenance of pump. removal/repair or replacement. An added drain hole will be added at this time into the vault for surface water drainage. See attached CAD drawing estimate for specifications/further details/and site drawing.
- Contractor shall remove all four internal rebar trash grates to allow better water flow into the vault, and install a surface curb/gutter level grate or screen for both north and south bound directions.
- Contractor shall be responsible for always maintaining at least one working pump to ensure the pit is pumped continuously from the award of project until acceptance of the project by CDOT.
- Location of the Work: 275 South Santa Fe Drive, MP .07, Hwy 50C, Pueblo CO, 81004
- Progress reports to be made weekly by contractor to CDOT Supervisor James Buford via email.
- Contingencies (if any)
- DELIVERABLE #2 - RESPONSE TIME:
- Contractor shall have 25-minute or less response time to the Fays Crossing location for the entire duration of the project.
- Response time is due to the continuous spring water flowing into the vault that does not stop and will flood and close the road if pumps fail. The contractor is required to have a 25 or less minute response time to the Fays Crossing location on Sante Fe Drive in Pueblo during the contract/construction period up until the final day/completion and is signed off on by CDOT.
- DELIVERABLE #3 – ELECTRIC UTILITIES REQUIREMENTS:
- Contractor shall upgrade all electric service to the meter and distribution panel, including a stub up for a future standby generator from control panel in accordance with State Electrical code.
- Contractor shall coordinate with utility company, Black Hills Energy, and contract for upgraded electric service to meter and new pole to bring service into compliance with current electrical code. Contractor shall install distribution panel and conduit and connect power from the meter to the distribution panel.