Loading...
RES 1997-2116 - PO to Midlands Electrical Contracting for motor and gear boxesr OMAHA,Ne a RECEIVED Public Works Department , 7P-t"-C.f, � Omaha/Douglas Civic Center CPI19 Farnam Street,Suite 601 ®A'�tc �!.e =" July 29, 1997 97 JUL.� �. l$ PM „�, Omaha,Nebraska 68183-0601 Oy c• ro• r n . o - (402)444-0601 CITY " Telefax(402)444-5248 �4TFD FEW) r s"'r' Q�� �� " 'KA Don W.Elliott,P.E. City of Omaha Public Works Director Hal Daub,Mayor Honorable President and Members of the City Council, Transmitted herewith is a Bid Tabulation and a Resolution authorizing the Purchasing Agent to issue a purchase order to Midlands Electrical Contracting on the bid for motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant. The following bids were received on June 25, 1997. Contractor Total Bid MIDLANDS ELECTRICAL CONTRACTING $29,890.00 (LOW BID) Babel Mechanical $34,877.00 A copy of the bid documents is on file and available for inspection and review in the City Clerk's Office. The contractor has on file a current Annual Contract Compliance Report Form(CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment.Plant from the Missouri River Wastewater Treatment Plant Maintenance Organization 1472, Fund 541. The Public Works Department recommends the acceptance of the bid from Midlands Electrical Contracting, in the amount of$29,890.00,being the lowest and best bid received, and requests your consideration and approval of this Resolution. s ectfully jitmitte4k Referre City,Co it for Consideration: 5 Don W. Elliott, P. ." / plate Mayor's Office/ it ate Director .. eyed: Appr t\ /6" 7 • 77/5-"z517,00- Louis A. D'Ercole ate George L. Davis, Jr. Date Finance Director 7 Human Relations Director I1-M-97 P:\Pw1\4274.MAF o o /� D • Q) :Z7 Ti N O C O W rn -I r O c • ' n Z o �; -1 0 Z "t C} 0 o o 3 a' n D O I- --4 �. SW n c -, <' o- * o -I D N cu 3 m C 0 0) Z E En . = o o0 0 0 m -' E. 7) p - ., 3 a) r C o m m K O m Z 01 OU :i7 '..t1.--%____> ct , , 0 Z ......„4„ . . _,_ ., - ,:.7._, .., ,--„, .....,... 70 C *-74\. N _.., _ z 0 .7„,_ --4_,_, .,... . m — . c. . _..7- , W aCtSK 70 .c.> E.,:7-1 - .,__12?-,- -4: i ,,k-_._ _ ..„_,,..,---.,..- , 1 .v... v ___ ,, (._.7 - , c _ z m � , , 70 • n = m 71c . z 0 � m 1 C = Z_ m A .. ...ix,:. 400 ' _ Finance De�MAHA,^'� Department � .6 � � P �' Purchasing Division t .� CieIP Omaha/Douglas Civic Center j "t 1819 Farnam Street,Suite 1003 ® ' r � o. - �►� - _ •� Omaha,Nebraska 68183-1003 Ao� �-4. (402)444-5400 7r'n FEBRVr Fax(402)444-5423 City of Omaha P.M.Burke Hal Daub,Mayor Purchasing Agent June 13, 1997 NOTICE TO BIDDERS REQUEST FOR BID ON MOTORS & GEAR BOXES MISSOURI RIVER WASTEWATER TREATMENT PLANT Closing date: June 25, 1997 ADDENDUM NO. 1: Changes to specifications PART I - GENERAL - add the following paragraph "The Contractor shall be responsible for obtaining all applicable permits prior to starting construction. A copy of the permit shall be submitted to the City's project manager upon receipt by the Contractor. Any permit issued by the City of Omaha will be a no cost item to the Contractor." DWG. 1 of 2, delete note 3, "Modify Forward-Off-Reverse...". ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING/H�S ADDENDUM WITH YOUR BID. 7j Ay • II/Z Pi. M.\ urke i City Purchasing Agent PMB:vv Name of Firm Signed By Title f CITY OF OMAHA REQUEST FOR BID AND BID SHEET ON MOTORS &GEAR BOXES FROM: P.M.Burke MISSOURI RIVER WASTEWATER Published June 11, 1997 City Purchasing Agent TREATMENT PLANT 1003 Omaha-Douglas Civic Center NOT AN ORDER Page 1 1819 Farnam Street Omaha,Nebraska 68183-0011 BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT OF 5% IF THE TOTAL AMOUNT FOR THE ITEMS OFFERED IS$20,000 OR MORE Bid Closing Date June 25, 1997 11:00 A.M. IMPORTANT 4.If Federal Excise Tax applies,show amount of same and deduct. Exemption certificates will be furnished. Do not include tax in bid. 1. Bid must be in the office of the CITY CLERK, LC-1, OMAHA-DOUGLAS CIVIC CENTER, 1819 Farnam Street,Omaha,NE 68183-0011 by the 5.BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES. closing date and time indicated,in sealed envelope marked BID ON 6.When submitting bid on items listed,bidder may on a separate sheet, MOTORS&GEAR BOXES-MISSOURI RIVER PLANT make suggestions covering reduction in costs wherever this is 2. As evidence of good faith a bid bond or certified check must be possible through redesign,change of material or utilization of standard submitted with bid. FAILURE TO DO SO IS CAUSE FOR REJECTION. items or quantity change. 3. Right is reserved to accept or reject any or all bids in their entirety and 7.If you do not desire to bid,return sheets with reasons for declining. the bidders shall have the right to appeal any decision to the City Failure to do so will indicate your desire to be removed from our Council. Right is also reserved to accept or reject any part of your bid mailing list. If you desire a copy of tabulation check[ ]. unless otherwise indicated by you. Please do not call for this information. Quote your lowest price,best delivery and terms,F.O.B.delivery point on the items(s)listed below: QUANTITY DESCRIPTION UNIT PRICE EXTENSION The City of Omaha is requesting bids to furnish all materials, labor and equipment to perform the scope of work required as indicated on the attached four pages of specifications and two drawings attached. Work to be performed in the North Inlet of the Missouri River Wastewater Treatment Plant located at 5600 South 10th Street, Omaha, Nebraska. TOTAL LUMP SUM BID $ INSURANCE The successful contractor shall provide a certificate of insurance indicating adequate workmen's compensation, public liability in an amount not less than$300,000 for injuries including accidental death to any person and subject to the same limit for each person in an amount not less than $500,000 where more than one person is involved in any one accident; and property damage insurance All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human Relations Department the Annual Contract Compliance Report(Form CC-1).This report shall be in effect for 12 months from the date received by the Human Relations Department.Any questions regarding the Contract Compliance Ordinance should be directed to Contract Compliance Officers Rita Vlademar at(402)444-5067 or Tony Acosta at(402)444-5053;however,please refer any questions regarding the REQUEST FOR BID or SPECIFICATIONS directly to the Purchasing Department(402)444-5400 or as shown on bid. (Please Print Legibly or Type) Payment Terms % Firm Incorporated in Delivery(or completion) Name Signature calendar days following award Title Phone Fax Address HP-8B (94) Street/P.O.Box City State Zip CITY,OF OMAHA REQUEST FOR BIDS ON MOTORS &GEAR BOXES - MISSOURI RIVER WASTEWATER TREATMENT PLANT NOT AN ORDER Page 2 QUANTITY DESCRIPTION UNIT PRICE EXTENSION in an amount not less than $300,000, and the City of Omaha as an additional insured. PERFORMANCE BOND The contractor shall provide a performance bond equal to his bid within ten (10) calendar days from award of the contract. NOTE: REQUIREMENT FOR BID BOND The surety company issuing either the bid bond and/or the performance bond should be licensed by the State of Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. Questions regarding this project may be directed to Sharon Miller at(402)444-3911, extension 204. SIGN ALL COPIES Firm By Title PH-8C (91) CONTINUATION SHEET °tAAHA,N�,g City of Omaha - Public Works � rrtiZAW °r _,_,. -- SPECIFICATION FOR: TWO-SPEED MOTORS AND GEARBOXES FOR NORTH ,fD FEBR"�h INLET BARSGREENS;MISSOURI RIVER WWTP PART I-GENERAL The successful bidder shall furnish all materials, labor and equipment necessary to remove two existing 3-hp motors, gearboxes, and starters used to operate the AquaGuard barscreens in the North Inlet and replace with two new 7.5-hp two-speed,reversible motors,gearboxes, and starters;including any necessary rewiring. This work also requires installation of two selector switches and pulling 12-#14 wires from the Barscreen Building to the Grit Building. All work shall be at the following address: Missouri River Wastewater Treatment Plant 5600 South 10th Street Omaha,NE 68107 Refer to attached drawing sheets for location and electrical details. Bidders are responsible to field verify all quantities and dimensions prior to bidding. 1.1 SCOPE A. Remove existing motor, gearbox, and starter units. Owner will keep motors and starters. Contractor shall dispose of gearbox. B. Provide new motor,gearbox,and starter units. C. Reinstall existing overload protection on new units. D. Provide necessary wires for automatic two-speed operation. Owner will connect to RTU and SLC systems. E. Provide selector switch for 2-speed operation of each unit. Provide wiring and labeling necessary. F. Provide electrical material such as conduit, wiring, circuit breakers, etc., as required for operation of equipment. Contractor shall dispose of any removed materials. G. Clean site after construction to existing condition. 1.2 SUBMITTALS Contractor shall submit for approval prior to installation: • manufacturer's catalog data on all pieces of equipment • manufacturer's catalog data on all materials • manufacturer's recommendations for delivery,storage,and installation • shop drawings on motor, gearbox, and starter which show at a minimum dimensional data, component data, connection diagrams, types of materials and finish, material and equipment schedule,voltage requirement,and nameplate 1 WO 701443 5/28/97 Contractor shall submit upon project completion: • 2 copies of operation and maintenance(O&M)manuals for installed equipment • manufacturer representative written field report certifying that equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress and has been satisfactorily operated under full load conditions 1.3 SYSTEM DESCRIPTION The motors will operate in forward or reverse speed by use of the existing FORWARD-OFF- REVERSE switches located inside the Barscreen Building. The motors will operate in high or low speed by use of the newly installed selector switches located at the north exterior face of the Barscreen Building. Contractor shall provide wires between the SLC at the Barscreen Building and the RTU in the Grit Building. Owner will connect wiring to SLC and RTU systems for future automation. PART 2-MATERIALS 2.1 MOTORS A. Replace existing motors. New motors shall be a two-speed US Electric Motor, 7.5-hp, 3-phase, 60-hz, 1800/900 rpm, 480 volts, constant torque, 1 winding, 1.15 service factor, cast iron construction, explosion proof Class I Group D, Class II F & G, T3B temperature code, minimum 86.5% efficiency or equal. 2.2 GEARBOXES A. Replace existing gearboxes. New gearboxes shall be Ailing-Lander gearboxes,unit#14MCTD-RU-256TC flange,gear ratio 375:1,shaft size 3.25",or equal. B. Existing overload protection is Murray Tork Trol and Murray Tork Alarm,pin hub 35-2, type A. Reinstall on new motor/gearbox units after installation. C. No modifications to the barscreen units will be allowed in order to fit new equipment. 2.3 STARTERS A. Replace existing reversing starters. New reversing starters shall be Allen-Bradley,Catalog Number 505- BOD,NEMA size 1,open type without enclosure with separate control 120 volt coil to replace existing.' B. Replace existing circuit breakers. New circuit breakers shall be General Electric,model number TI-1ED136020,20A hi-break. 2.4 NAMEPLATES A. Equipment nameplates shall be plastic laminate nominal 1/16 inch thick with holes for screw mounting. B. Lettering shall be nominal 3/16 inch high,unless otherwise indicated. C. Lettering shall be engraved through top surface into contrasting color core. Colors shall be black for the top surface and white for the core,unless otherwise indicated. D. Screws shall be stainless steel,self-tapping. 2 WO 701443 5/28/97 2.5 ELECTRICAL AND CONTROLS A. The Grit and Barscreen Buildings are classified as Class 1 Division 1. In such areas,ensure enclosures, devices,wiring system and installation details comply with the classified area requirements as defined by NEC and NEMA. B. All new electrical materials,including conduit and conduit fittings,shall be marked as UL or ETL listed. New materials shall match existing. C. Existing conduit may be used when available and space requirements in conduit comply with NEC. D. Contractor shall route 12-#14 red THHN wires through new and existing conduit from SLC panel at the Barscreen Building to RTU panel at the Grit Building. Owner will provide finial connections. Contractor shall label end of wires"2-speed motor"in both panels. 2.6 SELECTOR SWITCHES A. Contractor shall install two selector switches in the existing enclosure located on the north exterior face of the Barscreen Building. B. Selector switches shall be Allen-Bradley 800H JR2, 120V AC/DC,NEMA 4/4X or equivalent. C. The switches shall be labeled underneath as"FILTER SCREEN 1 SPEED"and"FILTER SCREEN 2 SPEED". One selection of the switch shall be labeled"LOW"and the other selection labeled"HIGH". Label material,font,and coloring shall match existing. PART 3-EXECUTION 3.1 INSTALLATION A: Install all equipment according to manufacturer's recommendations. B. Contractor shall complete all work on one barscreen unit before starting work on the other barscreen unit. 3.2 NOTICE FOR EQUIPMENT OPERATION A. Contractor shall give 7 calendar days notice to Owner prior to taking a barscreen unit off-line. B. Contractor shall give 3 calendar days notice to Owner prior to returning service to completed barscreen unit and deactivating service to other barscreen unit. 3.3 EQUIPMENT START-UP AND TESTING A. Contractor shall secure services of experienced,competent,and authorized representative(s)of equipment manufacturer of each item of equipment to visit site of work and inspect,check,adjust,and approve equipment installation. B. Manufacturer's representative shall be present during startup of equipment. If repair is necessary, • representative shall remain until problem is corrected and equipment installation and operation are satisfactory to Owner. 3 WO 701443 5/28/97 4. SITE INSPECTION Bidders are encouraged to inspect the project site and verify dimension and quantities that are estimated. Any questions pertaining to the project shall be directed to Sharon Miller,Project Engineer at(402)444-3911 x 204. 5. SAFETY The Barscreen and Grit Buildings are classified as a class I,'division I hazardous area. Contractor will be working over top of barscreens. Slip, trip, fall hazards may exist from grit material on the floor, walkways, or stairs. Contractor shall be responsible for all safety related aspects of this project in accordance with local, state and federal regulations. Contractor shall provide own lockout/tagout procedures for equipment. Owner.will NOT provide any safety or other equipment to Contractor or his/her representative(s). 6. CONTRACT TIME All items within the scope of this project shall be completed within 75 calendar days from notice to proceed unless otherwise agreed upon in writing with the Owner. 7. BOND AND INSURANCE A. The successful bidder shall provide Performance Bond equal to bid amount within ten (10) days from notice of award. B. The successful bidder shall furnish a certificate of public liability insurance to indemnify the public for injuries sustained by reason of carrying on the work and shall carry workperson's compensation insurance in accordance with the statutory requirements of the State of Nebraska. The City of Omaha shall be named as additional insured with the Contractor. Coverage shall be in the following minimum amounts: Bodily Injury $300,000 each person $500,000 each occurrence Properly Damage $300,000 each occurrence • 8. WARRANTY Contractor shall provide one(1)year warranty on all materials and labor. 9. REFERENCES All construction shall be in accordance with "City of Omaha Standard Specifications for Public Works Construction, 1989 Edition"unless specifically noted. • WO 701443 5/28/97 9 'C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebr July 29, 19 97 RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS,bids were received on June 25, 1997, for motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant; and, WHEREAS,Midlands Electrical Contracting submitted a bid of$29,800.00, being the lowest and best bid received for motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of$29,800.00 from Midlands Electrical Contracting for motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant, a copy of the bid documents is attached and by this reference made a part hereof, being the lowest and best bid received,be accepted and the purchase order be issued. BE IT FURTHER RESOLVED: THAT, the Purchasing Agent be authorized to issue a purchase order to Midlands Electrical Contracting for motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant. BE IT ALSO FURTHER RESOLVED: THAT,the Finance Department is authorized to pay the cost of motor and gear boxes for the north inlet of the Missouri River Wastewater Treatment Plant from the Missouri River Wastewater Treatment Plant Maintenance Organization 1472,Fund 541. APPROVED AS TO FO : P:\PW1\4275.MAF • __,Z7//�/%�0, 6j SSIS AA CITY ATTORNEY DATE By. - -- • mber Adopted.:...juL 2 9 1997 7 D ityC k Approved.. Mayor \ 101 CD Cr L \AI f � y oO CD CD I ,--. c 48 .• acp a `� CD -co (D r-r, g O C7 7ci `O 9t R PA' CD K O CCDD - CAD 1 • 1 ' s .\ ... t.-... • . \ . \ • .,.. . . . . 1. . • c) ko x c a C) m rn M '' . . C!i �--' .CS