ADDENDUM NO. 2 To the Contract Documents for the City of Stockton, California

Size: px
Start display at page:

Download "ADDENDUM NO. 2 To the Contract Documents for the City of Stockton, California"

Transcription

1

2 To the Contract Documents for the City of Stockton, California Water Well 25 & 26 Diesel Engine Conversion to Electric Motor Project No. M14020 November 14, 2013 RESPONSES TO PRE-BID QUESTIONS Question Section Liability and Insurance Requirements - Exhibit B - Additional Insurance Requirements (ii) Builders Risk/Course of Construction. Is the All Risk coverage to include Earthquake and Flood Coverage? In regards to the Commercial General Liability Insurance Additional Insured Endorsements CG Is it acceptable to the Owner to use an equivalent ISO form CGD373 for the Additional Insured Endorsements? I could not attend the pre-bid meeting, how can I arrange to visit the sites? What is the make and model of the pumps that the new electric motors are to be fitted to? Is there a preferred make of electric motor for the pumps? Has the City contacted PG&E and is there an engineering package yet? Is the contractor to pay for PG&E fees? What is the available down time of the two well sites, do they have to be done at the same time? Do you have a desired electric motor make? There is no motor specification section. What RPM motor is required to suit the existing pumps? The Diesel motor currently drives the pump through an angle drive that probably has a gear reduction. There may not be an electric motor with a suitable PRM speed for the existing pumps. Will the rabbit on the pump top plate be acceptable to the rabbit on a new electrical motor? City Response City does not require Earthquake & Flood City will accept a CGD373 Site visits can be coordinated by contacting Somporn Boonsalat at or by somporn.boonsalat@stocktongov.com Well 25 Manufacture: Peerless Pump Model: 14HXB 4 STAGE V4400C-E Well 26 Manufacture: Byron Jackson Model: 15MQH 3 STAGE DTW See Addendum 2 City's Electrical consultant has contacted PG&E and has applied for service for both Well Sites. Payment to PG&E shall be made through Bid Item number 12. If PG&E fees exceed Bid Item 12 amount, additional cost shall be paid by the City of Stockton. The two well sites are currently not in service. The well sites do not have to be done at the same time. See Addendum 2 Pump RPM for Well 25 is Pump RPM for Well 26 is No, please provide a custom adaptor plate. Addendum No. 2 Page 1 of 8

3 Question Is the temporary generator required to be furnished with fuel? Is there testing required for the temporary generator, if so factory or onsite? What is the Project's Funding Source? On the Bid Forms, Demobilization is listed as a lump sum, is the Total Price the total lump sum price? Plans specify that wall openings must be secured. How you would like it secured? This project is highly specialized and requires just a few experienced workers to execute the work. Also, the project value is skewed by very high material cost and specialized programming for SCADA. Can an exemption be granted in accordance with City of Stockton Contract Code Section K.2. Exceptions? Insurance requirements call for admitted papers, are California approved papers acceptable? I have Navigators Insurance with an AM Best A rating. The City has additional insured endorsement requirement, would the insurers equivalent paperwork be acceptable? The insurance calls for $2 mil/$4mil coverage single policy. Can these liability coverage s be met through an umbrella policy? City Response No temporary generator is required as part of the project. No temporary generator is required as part of the project. The project has been budgeted for as part of the City s Capital Improvement Program and is paid from the City s Enterprise Fund. The Total Price should be the total lump sum price for demobilization of both well sites. Secure openings with new security louvers as indicated on the plans. Scope of work is not of a highly specialized nature; Contractor shall comply with the Contract Documents. Navigators Insurance is acceptable. City would need to review bidder s insurance equivalent endorsement. City will accept umbrella coverage. Addendum No. 2

4 BID DOCUMENTS, PROJECT PLANS ITEM NUMBER 1 Replace Sheet CP of Water Well 25 Site Plan With Attachment 1 New sheet CP of Water Well 25 Site Plan ITEM NUMBER 2 Replace Sheet CP of Water Well 26 Site Plan With Attachment 2 New sheet CP Water Well 26 Site Plan ITEM NUMBER 3 Specification Section Measurement and Payment, Bid Items Add Bid Item 12 Bid Item 12 - Bid Item 12 includes all associated PG&E fees, and coordination with PG&E to furnish and install the Transformer Pad as shown on the Drawings and as described in the Specifications, and following paragraphs described below: At Well 25, the existing restroom building service meter will need to be upgraded at the same time. The Electrical Contractor shall remove and replace the existing meter/main on the side of the building with a new 100 amp, 480 volt, 3 phase 4 wire meter main (NEMA 3R). Ground this meter to the existing grounding and to a new 5/8 X10 ground rod with #8 CU. Directly below the meter, provide a 75 KVA 480 volt to 120/208 volt, 3 phase, 4 wire total enclosed transformer. Ground the transformer with a 5/8 X10 ground road and #4 wire. Provide a 1.5 C-3#2+1#8 ground primary and 2.5 C-4#3/0+1#4 ground from the transformer to a new 200a3p enclosed, lockable circuit breaker. Then back feed and reconnect the existing equipment inside the restroom building. At Well 26, PG&E will provide a new transformer to the east end of the well 26 yard parcel along the back side of the screening wall. The electrical contractor shall provide a transformer pad and barrier posts per PG&E standards. The primary will come from an existing primary conduit stub in the street. The Contractor shall provide (2) 5 conduits from the new service to the transformer Addendum No. 2

5 pad and 4 conduit from the transformer pad to the edge of the property. Provide ground rods for the transformer as required by the PG&E greenbook. ITEM NUMBER 4 Specification Section Bid Schedule, Section Exhibit A, Bid Forms MUD BF-3 Exhibit A Replace Existing Bid Schedules With Attachment 3 Revised Bid Schedules ITEM NUMBER 5 Specification Section General Conditions, subsection Local Employment Add the following paragraph after the fifth paragraph The Contractor and Sub-Contractors shall be required to provide the information in tables 1, 2, & 3 with every certified payroll submittal. ITEM NUMBER 6 Technical Specifications Add Attachment 4 Motor Specification If you have any questions concerning this ADDENDUM, please contact Somporn Boonsalat, Associate Civil Engineer, at (209) or somporn.boonsalat@stocktongov.com or Ali Gharegozloo, Principal Civil Engineer, at (209) or ali.gharegozloo@stocktongov.com. Addendum No. 2

6 Attachment 1 New sheet CP of Water Well 25 Site Plan Addendum No. 2

7

8 Attachment 2 New sheet CP of Water Well 26 Site Plan Addendum No. 2

9

10 Attachment 3 Revised Bid Schedules Addendum No. 2

11 SECTION LIST OF BID ITEMS WATER WELL 25 & 26 DIESEL ENGINE CONVERSION TO ELECTRIC MOTOR Project No. M14020 Item # Description Est. Quantity Unit 1 Mobilization 2 LS 2 PG&E Transformer & Pad 2 Each 3 Remove/Dispose of existing Diesel Engine and ancillary equipment 2 LS HP Motor 2 Each 5 MCC 2 Each 6 Electrical Conduit 2600 LF 7 Remove 33KW Propane Generator 1 LS 8 Remove heat exchanger & install 12-inch Spool 2 Each 9 Training 1 LS 10 O&M/Record Drawings 2 LS 11 Demobilization 2 LS Unit Price Total Price 12 Contingency 1 LS 30,000 TOTAL BID: The sum of Items 1 through 12 ***END OF SECTION*** Bid Schedule

12 EXHIBIT A WATER WELL 25 & 26 DIESEL ENGINE CONVERSION TO ELECTRIC MOTOR Project No. M14020 Item # Description Est. Quantity Unit 1 Mobilization 2 LS 2 PG&E Transformer & Pad 2 Each 3 Remove/Dispose of existing Diesel Engine and ancillary equipment 2 LS HP Motor 2 Each 5 MCC 2 Each 6 Electrical Conduit 2600 LF 7 Remove 33KW Propane Generator 1 LS 8 Remove heat exchanger & install 12-inch Spool 2 Each 9 Training 1 LS 10 O&M/Record Drawings 2 LS 11 Demobilization 2 LS Unit Price Total Price 12 Contingency 1 LS 30,000 TOTAL BID: The sum of Items 1 through 12 Construction Contract

13 EXHIBIT A CITY OF STOCKTON MUNICIPAL UTILITIES DEPARTMENT Water Well 25 & 26 Diesel Engine Conversion To Electric Motor Project No. M14020 Each bidder shall bid each item. Failure to bid an item shall cause the bid to be considered non-responsive, and it will be rejected. All applicable sales taxes, state and/or federal taxes, and any other special taxes, patent rights, or royalties are included in the prices quoted in this proposal. All bid items listed below are an estimated quantity. This shall be the responsibility of the Contractor to make their own estimate based on what are shown and called for in the contract Plans and Specifications. Item # Description Est. Quantity 1 Mobilization 2 LS 2 PG&E Transformer & Pad 2 Each 3 Remove/Dispose of existing Diesel Engine and ancillary equipment 2 LS HP Motor 2 Each 5 MCC 2 Each 6 Electrical Conduit 2600 LF 7 Remove 33KW Propane Generator 1 LS 8 Remove heat exchanger & install 12-inch Spool 2 Each 9 Training 1 LS 10 O&M/Record Drawings 2 LS 11 Demobilization 2 LS 12 Contingency 1 LS 30,000 TOTAL BID: The sum of Items 1 through 12 Unit Unit Price Total Price Total Bid - Words Firm Name Bidder s Signature MUD-BF-3

14 Attachment 4 Motor Specification Addendum No. 2

15 SECTION MOTORS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. This specification provides guidelines for design and manufacture of low voltage vertical hollow shaft squirrel cage induction motors. 2. The project includes a 200 horsepower, 480 volt, 3 phase, 3 wire motor run at a constant speed without VFD. 3. Work governed by these specifications includes manufacture, testing and delivery of equipment constructed in accordance with the requirements presented herein. B. Related Sections: 1. Section Submittal Procedures. 2. Section Electrical Requirements. 3. Section Volt Motor Control Centers. 4. Section Motor Starters REFERENCES A. All equipment shall be fabricated, assembled and tested in accordance with the most current applicable standards as defined by the following institutions: 1. Institute of Electrical and Electronic Engineers (IEEE). 2. National Electrical Manufacturers Association (NEMA). 3. Anti-Friction Bearing Manufacturers Association (AFBMA). 4. American National Standards Institute (ANSI). 5. National Electrical Code (NEC). 6. Underwriter s Laboratories (UL) SUBMITTALS A. Shop Drawings: Submit in accordance with Section B. Manufacturer's installation instructions WARRANTY A. Submit manufacturer's standard warranty. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Motors shall be Emerson Holloshaft, US Mototrs, or equal 1. All motors must be manufactured in North America

16 2. All Motors larger than 150 HP must be manufactured in the USA. 3. All motors must be manufactured by the same manufacturer DESIGN REQUIREMENTS A. General 1. Motors shall be capable of withstanding all normal forces which may be imposed upon them during the course of normal operation, including starting and normal stops. 2. Motors shall be suitable for across-the-line starting and shall be able to start and accelerate the connected load to full load speed with 90% of rated voltage at the motor terminals. 3. Motors shall be capable of continuous operation at full load and rated frequency with a voltage variation of +10%. 4. Motors shall be capable of continuous operation at full load and rated voltage with a frequency variation of +5%. 5. Motors shall be capable of continuous operation with a combined voltage and frequency variation of no greater than 10% with the frequency variation no greater than 5%. 6. Motor installation in hostile environments subject to dust, moisture and/or corrosive atmospheric conditions shall have all parts given protective treatment such as Emerson s CORRO-DUTY or equal. B. Motors shall be suitable for operation under the following conditions of service, unless otherwise specified: 1. Continuous operation at 480 volts, three-phase, 60 hertz system 2. Motors shall be designed to operate at rated load in a maximum ambient temperature of 40 C at a maximum altitude of 3,300 feet. 3. The location of installation will be indoors C. Enclosure: 1. Motors shall be furnished with one of the following enclosure types based on the location of installation and the specific requirements for each motor. 2. Weather Protected, Type I (WP-I) 3. Openings on all Weather Protected designs shall be covered with metal guard screens having a mesh size no larger than 5/8 inch square. 4. When specified, Weather Protected Type II designs shall be furnished with removable, cleanable and reusable air filters over intake air openings. 5. Enclosures shall be of aluminum, fabricated steel or cast iron construction in accordance with the manufacturer s standard design. Canopy caps shall be of plastic, aluminum, cast iron, or sheet metal and shall be easily removable for maintenance purposes. 6. TEFC motors installed in locations where moisture may collect shall be furnished with drain openings and plugs. In the case of Explosion-proof motors, drains and breathers shall be furnished and shall be of the type approved by U.L. D. Stator Construction: 1. Stator laminations shall be of fully processed steel. Each lamination surface shall be given the necessary treatment so as to have core plate type C-5 insulation. 2. Insulation system shall be Class F or better

17 3. When specified, motors to be rated for variable frequency drive applications shall meet NEMA MG-1, Section IV, Part 31 dated 2006 and shall be U.S. Motors Inverter Grade insulation system or equal. The insulation system shall be warranted for a minimum of 3 years operation on VFD power. 4. Unless otherwise specified, temperature rise shall not exceed the limits defined by NEMA for Class B insulation systems while operating at nameplate horsepower, frequency and voltage. E. Rotor Construction: 1. Rotors shall be of cast or fabricated aluminum in accordance with manufacturer s standard design practices. F. Bearings: 1. Bearings supplied shall be of type and size sufficient to satisfy thrust loading requirements for each motor in accordance with manufacturer s standard design. Bearings shall be rated for an in-service L-10 life of 8,800 hours. 2. Thrust bearings shall be deep-groove ball, angular contact ball or spherical roller type. Bearings mounted back-to-back or in tandem are acceptable and may be furnished when required according to manufacturer s standard design. 3. Motors shall be of High thrust design and shall be supplied with angular contact ball bearings whenever possible and in accordance with manufacturer s standard design. 4. Where thrust requirements restrict the use of angular contact bearings, spherical roller bearings shall be furnished. 5. Spherical roller bearings shall be spring loaded to keep the lower bearing race in contact and prevent bearing damage during starting and momentary upthrust conditions. G. Guide Bearing: 1. Guide bearings shall be deep-groove ball type. 2. Guide bearings may be stacked when necessary according to manufacturer s standard design to accommodate specified upthrust conditions. 3. Guide bearings or bearing assemblies shall be provided with sufficient means for preventing the leakage of lubricant or entrance of foreign matter along the shaft. H. Lubrication: 1. Grease lubricated bearings shall be furnished with provisions for in-service positive lubrication. A drain shall be provided to guard against over lubrication. I. Noise Level: 1. Sound pressure levels shall be measured according to NEMA MG1 / ANSI and shall not exceed 90 decibels as measured on the A-Weighted Scale at a distance of five (5) feet from any motor surface under no load, free field conditions. J. Name Plate: 1. Motor nameplates shall be of stainless steel and shall be securely fastened to the motor frame with pins of a like material. 2. The following information shall be contained on the motor nameplate as a minimum: a. Rated Horsepower

18 b. Full Load Speed c. Frequency d. NEMA KVA Code and Design Letter (when applicable) e. Rated Voltage f. Manufacturer s Serial Number g. Service Factor h. Insulation Class i. Maximum Ambient j. Full Load Current at Nameplate Voltage k. Frame Size Designation K. Terminal Boxes: 1. Terminal boxes shall be of aluminum, stamped steel, fabricated steel or cast iron construction to be compatible with the motor enclosure specified and when possible, shall be diagonally split and capable of rotation in 90 increments. Boxes not suitable for rotation must be capable of top entry. 2. On non-hazardous motors, the area in which the main terminal box is connected with the motor frame shall be fully gasketed in order to prevent entrance of foreign matter into the motor and to provide support for the stator leads where they pass through the motor frame. 3. A properly sized grounding terminal shall be mounted in the main terminal box when specified. L. Accessories: 1. Non-Reverse Ratchet 2. When specified, motors shall be furnished with a non-reverse ratchet. Nonreverse ratchets shall be Emerson s Ball-O-Matic ratchets or equal. M. Testing: 1. When specified, motors shall be given a short commercial test in accordance with NEMA MG When specified, one (1) motor shall be given a complete initial test in accordance with IEEE 112 method B and shall include the following items: a. Current Balance b. High Potential Test c. Winding Resistance d. Locked Rotor Current e. No Load Running Current f. Full Load Heat Run g. Full Load Percent Slip h. Efficiency at 100%, 75% and 50% Load i. Power Factor at 100%, 75% and 50% Load 3. When specified, noise test shall be performed in accordance with NEMA MG1 / ANSI S Five (5) copies of certified test reports shall be submitted to the purchaser upon completion of all required tests. 5. Purchaser reserves the right to witness any or all of the tests specified to be performed. Prices for this shall be included as a separate item in the seller s quotation. N. Submittal Data: 1. Required with Proposal

19 a. Preliminary Dimension Print and Frame Size b. Approximate Motor Weight c. Complete Motor Nameplate Information d. Motor Performance Data, including the following: 1) Efficiencies at 100%, 75% and 50% of full load. 2) Power factor at 100%, 75% and 50% of full load. 3) Locked Rotor Current 4) Full Load Current 5) Starting Torque 6) Full Load Torque 7) Breakdown Torque e. Complete Description of Testing Facilities. f. Job site Storage Requirements. Required within six (6) weeks of Purchase Order Award g. Certified Dimension Prints 2. Recommended Spare Parts List with current pricing a. Required with motor upon shipment b. Operation and Maintenance Manuals c. Connection Diagrams d. Test Reports as Specified PART 3 EXECUTION 3.01 INSTALLATION 3.02 APPLICATION A. Supply circuit breaker trip elements and starter overload trip elements to meet above normal ambient temperatures where such conditions are anticipated (subject to ENGINEER's acceptance) DEMONSTRATION A. Demonstrate operation of equipment PROTECTION A. Protect products until acceptance by OWNER. END OF SECTION