Argomenti trattati
The City and County of Honolulu’s Department of Environmental Services has issued a purchase requirement for a comprehensive set of pump materials intended to modernize and sustain operations at its wastewater treatment locations. This announcement describes the exact items sought, grouped by function, and clarifies the expectations for supply, delivery and contractor responsibilities. The procurement ensures essential parts are available to support ongoing maintenance and reliable system performance at municipal wastewater plants.
The successful contractor will be expected to furnish, stage and deliver equipment consistent with the stated specifications and quantities, including approved manufacturer parts or acceptable substitutes. Emphasis is on corrosion-resistant materials and components that meet the operational demands of wastewater service lines and pump systems. Suppliers should be prepared to demonstrate product equivalence and provide documentation for material grades and pressure ratings when requested.
Scope of supply and group breakdown
The solicitation divides requirements into logical groups to simplify bidding and fulfillment. Group A covers instrumentation pieces such as diaphragm seals and pressure gauges where accuracy and chemical resistance are critical. Group B focuses on stainless steel valves and fittings in various sizes and pressure classes, specified as 316SS where applicable. Subsequent groups address mechanical supports, sealing elements, ductile iron fittings and flexible couplings required to integrate components into existing piping systems.
Instrumentation (Group A)
Items requested under Group A include thirty units of diaphragm seal equivalent to Ashcroft 50-101-SS-04T-XCK, thirty units of pressure gauge equivalent to Ashcroft 45-1009SL-04L-XCK-300#, and thirty units of 1/2″ 316SS snubber. These components are intended to protect sensing instruments from process media and pressure spikes while providing reliable readings for control systems. Suppliers may propose approved substitutes provided they match or exceed the specified materials, pressure ratings and compatibility with wastewater environments.
Valves and piping components (Group B)
Group B lists a broad set of stainless steel valves, unions, tees, bends and pipe sections. Required quantities include thirty 1/4″ 316SS ball valves (1000#), sixty 1/2″ 316SS ball valves (1000#), fifteen 3/4″ 316SS ball valves (1000#), thirty 1/2″ unions, thirty 1/2″ x 1/2″ x 1/2″ tees, 106 units of 1/2″ 90-degree bends, fifty units of 3/4″ 90-degree bends, eleven 10-foot lengths of 1/2″ 316SS pipe, eight 10-foot lengths of 3/4″ 316SS pipe and one 10-foot length of 8-inch Schedule 40 316SS pipe. The solicitation also calls for additional fittings and flanges as detailed in the full bid documents.
Supports, gaskets and specialty fittings
A dedicated section covers pipe supports and sealing elements designed to interface with larger process piping. The request includes adjustable flange/spool pipe supports capable of handling pipe ranges between 6-inch and 24-inch at an approximate installed height of 36 inches. Group D specifies red rubber gaskets across sizes from 4-inch to 24-inch, while Group E calls for various ductile iron fittings with prime coating and P401 lining for internal corrosion protection. These items are specified to ensure mechanical integrity and long-term resistance to wastewater conditions.
Restrained couplings and approved hardware (Group F)
The solicitation requires restrained flexible couplings in multiple sizes, specifically identifying Romac Alpha hardware with stainless steel components and epoxy coating or approved equivalents. These couplings provide flexibility and restraint at connections where thermal movement, vibration or minor misalignment occur. Contractors must supply couplings suitable for the pressure classes and pipe materials in use and may submit manufacturer data sheets demonstrating compliance with performance requirements.
Delivery timeline and place of performance
All materials must be delivered within 120 calendar days from issuance of the Notice to Proceed. Deliveries are to be made to the Honouliuli Wastewater Treatment Plant storeroom warehouse at 91-2060 Franklin D. Roosevelt Avenue, Building 3, Ewa Beach, HI, 96706. The city expects staged shipments coordinated with its storeroom personnel to permit inventory acceptance and inspection. Suppliers should plan for offloading capacity and any required coordination with site security or access procedures.
Bidding prerequisites and compliance
Prospective bidders must be registered as Compliant on the State of Hawaii Compliance Express System or provide equivalent tax clearances and certificates from relevant state departments prior to award. The procurement also requires vendors to submit evidence of product conformance, material certifications and manufacturer warranties when applicable. Failure to meet the compliance prerequisites or to demonstrate acceptable substitutes may disqualify a proposal.
Administrative and technical expectations
In addition to registration and documentation, bidders should be prepared to respond to clarification requests and to supply any test reports or traceability records the city requests during evaluation. The contract will outline inspection, acceptance and warranty provisions, and suppliers are urged to review the full solicitation package for all terms, additional fittings and flange details, and any site-specific delivery instructions.

