Loading...
Catfish Station Electrical Repairs FEMA_Public Hearing on Plans/SpecsMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Water & Resource Recovery Center Catfish Creek Station Electrical Repairs FEMA DATE: September 11, 2013 Dubuque band AI- America City IIIii! 2007 • 2012 • 2013 Water & Resource Recovery Center Manager Jonathan Brown recommends City Council approval of the plans, specifications, form of contract and estimated cost of $132,482.70 for the Catfish Creek Electrical Repairs FEMA project. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Jonathan R. Brown, Water & Resource Recovery Center Manager Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Jonathan R. Brown, W &RRC Manager SUBJECT: W &RRC Catfish Creek Station Electrical Repairs FEMA DATE: September 11, 2013 Dubuque bitell All- America City 1 I 2007 • 2012 • 2013 INTRODUCTION The purpose of this memo is to request council approval of plans, specifications, form of contract and estimated cost for the Catfish Creek Electrical Repairs FEMA. This project was originally approved at the August 19, 2013 council meeting. BACKGROUND Due to flooding in July of 2011 the Catfish Creek Pumping Station suffered serious damage to its electrical components. Short and medium term repairs were made to bring the station back into operation and the station has been operating successfully since that time. The purpose of this project is to complete the long term repairs to the system as agreed to by FEMA. DISCUSSION Final completion of this project was delayed from December 31, 2012 to November 30, 2013 due to questions concerning FEMA funding of major portions of the project. City staff requested and was granted an extension to the completion date and concerns regarding FEMA funding are no longer applicable. The project consists of converting much of the temporary work to a more permanent installation, moving electrical components to interior surfaces to allow for a future mitigation project and repairs to HVAC ductwork at the station. The estimated project cost of the work to be completed is $132,482.70 Proposed Project Schedule: Notice to Bidders Receipt of Bids Public Hearing Award of Contract August 21, 2013 September 12, 2013 September 16, 2013 October 7, 2013 BUDGET IMPACT The estimated project cost summary for the Catfish Creek Electrical Repairs FEMA is as follows: Enq. Estimate Construction Contract $132,482.70 Total Project Cost Estimate $132,482.70 The following table provides a detailed summary of the final project costs along with the associated funding distribution for FEMA and State of Iowa funding assistance for eligible reimbursable expenses, along with the City's associated cost share. Description Eng. Estimate FEMA (75%) State (10%) City (15%) Contract Repair Cost 6102073 State Funding 13,248.27 6102073 Electrical Repairs $132,482.70 $99,362.03 $13,248.27 $19,872.40 Total Est. Project Cost $132,482.70 $99,362.03 $13,248.27 $19,872.40 The estimated eligible Federal and State costs outlined above are based on the approved emergency repair costs as noted in the FEMA Damage Assessment Report and also the FEMA Exit Briefing Report. The final actual Federal and State participating reimbursement costs will not be known until the project audit is completed. The project funding summary is as follows: CIP No. Fund Descri •tion Fund Amount 6102073 FEMA Funding $ 99,362.03 6102073 State Funding 13,248.27 6102073 City — Sanitary Sewer Funds 19,872.40 Total Project Funding $ 132,482.70 ACTION REQUESTED The City Council is requested to conduct the public hearing and give final approval to the construction plans and specifications and approve the Resolution. cc: Steve Brown, Project Manager Jenny Larson, Budget Director Ken TeKippe, Finance Director 2 RESOLUTION NO. 290 -13 APPROVING THE PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE CATFISH STATION ELECTRICAL REPAIRS FEMA NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, form of contract and estimated cost for the Water & Resource Recovery Center Catfish Station Electrical Repairs FEMA, in the estimated amount of $132,482.70 are hereby approved. Passed, adopted and approved this 16th day of September, 2013. Attest: Kevi S. Firnstahl, C , City Clerk Roy D. Buol, Mayor Masterpiece on the ippi TO: Electrical Contractors FROM: Jonathan Brown, Water & Resource Recovery Center Manager DATE: July 19, 2013 RE: Catfish Station Electrical Repairs -FEMA Dub que AU C The purpose of this document is to give an understanding of the requirements of the Catfish Station Electrical Repairs -FEMA. During the rain events of July 2011 the Catfish Creek Pumping Station was flooded to a level of approximately five feet inside the building. This flooding damaged the control mechanisms for the pumping station; including but not limited to the MCCs, PLC controls, generator & switchgear and associated electrical equipment. Temporary repairs were made and the station was back in operation 24 hours after the water receded. In order to prepare the station for possible hazard mitigation we are moving forward with this project to make the temporary repairs permanent and to relocate some of the electrical equipment. The following is a list of items to fulfill FEMA requirements. Required Elements 1. 1 (ea) sheetmetal airduct (HVAC) 24in *24in and 2(ea) 24in *24in *96in 2. Lift Station Pump VFD (Variable Frequency Drive) installation (Relocation) in MCC (Motor Control Center)(3 ea) 3. 100 amp lighting panel 1(ea) 4. 15KVA Transformer (1 ea) 5. Size 1 Full Voltage Reversing (FVR) Starter bucket (1 ea) 6. 600 amp disconnect 1(ea) 7. 2 (ea) 60 amp feeder breaker 8. 10 (ea) Size 1 Full Voltage Non Reversing (FVNR) Starter Bucket 9. 3 (ea) NEMA 7 Disconnect 10. Drywell heaters 3 (ea) 11. HVAC Duckwork Cleaning One of the possible mitigation strategies is to harden the structure so that it could withstand flooding of this type. In order to do this it is required that all electrical equipment associated with operating the station needs to be moved off of any outside walls. As noted in the drawing this will require removing the damaged MCCs and relocate some of the electrical equipment. Because of the unusual aspects of this project it will be critical for any bidders to fully understand the scope of the work by visiting the station and discuss the project with city staff. The contract documents are being reviewed by City Staff and will be provided to all contractors who inquire about the project and request copies. The documents included in this packet are: 1. Notice to Bidders 2. Bid Form 3. Insurance requirements 4. Required items 5. Station Drawing — this drawing can also be provided electronically if an email address is available The work will need to be completed by November 25, 2013. FEMA will require that the City receives and provides to them itemized costs for all purchased supplies and associated installation costs. 2 NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT CATFISH STATION ELECTRICAL REPAIRS FEMA CONTRACT 1 -2013 Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising improvement as stated below must be filed before 2:00 P.M. on September 12, 2013, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Placed Sealed Proposals Will be Opened and Considered. Sealed proposals will be publicly opened, read aloud, and bids tabulated at 2:00 P.M. on September 12, 2013, at City Hall - Conference Room A, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on September 16, 2013. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work shall be commenced after Notice to Proceed has been issued and shall be fully completed in accordance with the requirements listed in the Agreement. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of five percent (5 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13th Street, Dubuque, IA 52001, and shall be marked "Sealed Bid - Catfish Station Electrical Repairs FEMA - Contract 1- 2013." Bidding Documents may be reviewed and paper copies may be obtained from the Issuing Office which is The City of Dubuque Water & Resource Recovery Center (W &RRC), 795 Julien Dubuque Drive, Dubuque IA 52003 No Bid will be received unless accompanied by a cashier's, certified or bank check or a Bid Bond equal to at least 5 percent of the maximum Bid, payable to the OWNER as a guarantee that after a Bid is accepted, Bidder will execute and file the Agreement and 100% Performance and Payment Bonds within 15 days after the Notice of Award. A Federal Davis -Bacon wage rate determination is a requirement of this project. Bidders shall comply with the President's executive Order No. 11246, Equal Employment Opportunity as amended. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which it deems advantageous. All Bids shall remain subject to acceptance for 30 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Women and Minority -owned businesses are encouraged to submit Bids for this Project. Bidders must demonstrate positive efforts to utilize women's and minority owned businesses. This procurement will be subject to regulations contained in 40 CFR 35.3145(d), and P.L. 102 -389 and 100 -590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and 12432. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. WATER & RESOURCE RECOVERY CENTER CATFISH ELECTRICAL REPAIRS FEMA The work includes converting much of the temporary work to a more permanent installation, moving electrical components to interior surfaces to allow for a future mitigation project and repairs to HVAC ductwork at the station. Pre -Bid Construction Conference. It is highly recommended that bidders visit the site to become familiar with the work required. CONTRACTOR must sign the Consent Decree certification agreement bound in this document as a condition of the Contract and prior to commencing any work for this Contract. Published in the Telegraph Herald, August 21, 2013. BID PROPOSAL FORM Catfish Station Electrical Repairs -FEMA The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of five percent (5 %) of the bid submitted; or a bid bond in the penal sum of five percent (5 %) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: Dated: Dated: PRINCIPAL: Contractor Address Individual () Partnership () Corporation ( ) City By: Signature State Zip Title Date Note: To be completed by out of State bidders. The State of does () / does not () utilize a percentage preference for in -state bidders. The amount of preference is percent. The BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the sump sum price. $ NOTE: Bids shall EXCLUDE sales tax and all other applicable taxes and fees. BID FORM To complete the Catfish Station Electrical Repairs -FEMA as described in the drawing and items required as given. ( PRINCIPAL: ) for the City of Dubuque. Contractor Individual () Partnership () Corporation ( ) By: Signature Please print name Title Dated City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Class A: Class B: Class C: Insurance Schedule B Asbestos Removal Concrete Construction Managers Decking Demolition Earthwork Electrical Elevators Fiber Optics Fire Protection Fireproofing General Contractors Chemical Spraying Deconstruction Doors, Window & Glazing Drywall Systems Fertilizer Application Finish Carpentry Acoustical Carpet Cleaning Carpet & Resilient Flooring Caulking & Sealants Filter Cleaning General Cleaning HVAC Paving & Surfacing Piles & Caissons Plumbing Reinforcement Roofing Landscaping Masonry Painting & Wall Covering Pest Control Plastering Rough Carpentry Grass Cutting Insulation Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Sheet Metal Site Utilities Special construction Steel Structural Steel Stump Grinding Tree Trimming Tuckpointing Waterproofing Power Washing Tile & Terrazzo Flooring Window Washing 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. Eg: Project # or Lease of premises at or construction of 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance in accord with their respective classification to their contractor. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7. Whenever an ISO form is referenced the current edition must be used. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, in Exhibit I. Page 1 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors April, 2013.Doc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Insurance Schedule B (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) Include endorsement indicating that coverage is primary and non- contributory . d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include an endorsement that deletes any fellow employee exclusion. f) Include additional insured endorsement for The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. Ongoing operations. g) All contractors shall include The City of Dubuque (perthe above verbiage) as an additional insured for completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Coverage B Statutory —State of Iowa Employers Liability Each Accident $100,000 Each Employee- Disease $100,000 Policy Limit - Disease $500,000 Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage B limits shall be greater if required by Umbrella Carrier. D) Umbrella Liability Umbrella liability coverage must be at least following form with the underlying policies included herein. Class A $10,000,000 (All general contractors, all construction managers, all Class A contractors for projects in excess of $10,000,000) Class A $3,000,000 (All Class A contractors, other than general contractors and construction managers, for projects less than $10,000,000) Class B $1,000,000 Class C -0- Page 2 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors April, 2013.Doc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Insurance Schedule B (continued) Exhibit I E) Pollution Liability Pollution Liability coverage shall be required if project involves any pollution exposures including abatement of hazardous materials including the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. $2,000,000 each occurrence $4,000,000 policy aggregate a) Policy to include premises and transportation coverage. b) Include additional insured as stated in Ae above. c) Include preservation of governmental immunity as stated in Ad above. Add coverage: yes no F) Railroad Protective Liability Any agreement for construction or demolition work on or within 50 feet of a railroad and effecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing for which an easement or license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: Per limits required by Railroad or Iowa DOT. An endorsement to the Commercial General Liability policy equal to ISO CG 2417 (Contractual Liability - Railroads). A copy of this endorsement shall be attached to the Certificate of Insurance. Add coverage: yes no Page 3 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors April, 2013.Doc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 4 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors April, 2013.Doc Required Elements 1. 1 (ea) sheetmetal airduct (HVAC) 24in *24in and 2(ea) 24in *24in *96in 2. Lift Station Pump VFD (Variable Frequency Drive) installation (Relocation) in MCC (Motor Control Center)(3 ea) 3. 100 amp lighting panel 1(ea) 4. 15KVA Transformer (lea) 5. Size 1 Full Voltage Reversing (FVR) Starter bucket (lea) 6. 600 amp disconnect 1(ea) 7. 2 (ea) 60 amp feeded breaker 8. 10 (ea) Size 1 Full Voltage Non Reversing (FVNR) Starter Bucket 9. 3 (ea) NEMA 7 Disconnect 10. Dr ell heaters 3 (ea) 11. HVAC Duckwork Cleaning x x x x x x x x x x x x x x X X X X s SERVICE ENTRANCE TERMINAL BOX. LIGHTING PANEL TRANSFORMER AND TRANSFORMER PRIMARY DISCONNECT BELOW X X X WETWELL HVAC DUCT NEW LIGHTING PANEL 00 LIFT STATION CONTROL PANEL PUMP NO. 1 VFD PUMP NO. 2 VFD HVAC DUCT EXISTING LIGHTING PANEL SUMP PUMP FLOAT SWITCH BYPASS SELECTOR SWITCH X CONTROL PANEL uFr PUMPS CONTROL PANEL ELECTRICAL FIRST FLOOR PLAN N 0 1' 2' 4' EXISTING MCC 800A MCC DISCONNECT GRATED FLOOR OPENING HEATER ELEVATOR ELEVATOR WP,GFI X PUMP NO. 3 VFD X X X GROUND GRID - \ X X UTILITY METER SERVICE ENTRANCE RATED ATS 3 4" C. SERVICE ENTRANCE MASTS WATER SHUTOFF TVSS EF /SF STARTERS (6) PANEL 0 X X GENERAL NOTES: 1. ALL NEW CONDUIT SHALL BE GALVANIZED RIGID STEEL OR RIGID ALUMINUM, 3/4" MINIMUM SIZE. ANY NEW FLEXIBLE CONDUIT SHALL BE LIQUID —TIGHT FLEXIBLE METAL CONDUIT. ANY NEW BOXES SHALL BE CAST TYPE, CROUSE —HINDS FD SERIES, OR EQUAL. ALL NEW WIRING SHALL BE INSULATION TYPE THHN/THWN, #12 AWG MINIMUM. 2. CONTRACTOR SHALL COORDINATE ALL OUTAGES WITH OWNER A MINIMUM OF 72 HOURS IN ADVANCE OF DESIRED OUTAGE. A MINIMUM OF ONE LIFT PUMP MUST BE OPERATIONAL AT ALL TIMES. PROVIDE TEMPORARY POWER, CONTROLS, WIRING, ETC. AS REQUIRED. 3. CONTRACTOR IS REQUIRED TO VISIT THE SITE PRIOR TO SUBMITTING A BID ON THIS PROJECT. 4. REMOVE ALL EXISTING ELECTRICAL EQUIPMENT AND MATERIALS ASSOCIATED WITH THE ITEMS BEING REMOVED. KEY NOTES: 0 REMOVE EXISTING MCC IN ITS ENTIRETY INCLUDING ALL ABANDONED CONDUIT AND WIRING. ALL EXISTING LIGHTING PANEL CIRCUITS (14 -20/1 AND 2 -20/2) SHALL BE EXTENDED TO NEW UGHTING PANEL. PROVIDE NEW JUNCTION BOX WITH TERMINAL BLOCKS AT CEILING AS REQUIRED FOR EXTENDING EXISTING CIRCUITS. ALL CIRCUITS SHALL BE LABELED IN THE JUNCTION BOX AS WELL AS AT THE NEW LIGHTING PANEL. PROVIDE NEW CONDUIT AND WIRING AS REQUIRED. REMOVE EXISTING TRANSFORMER PRIMARY DISCONNECT, TRANSFORMER, CONDUIT AND WIRING FROM SERVICE ENTRANCE TERMINAL BOX TO DISCONNECT AND FROM DISCONNECT TO TRANSFORMER, AND SO CORD FROM LIGHTING PANEL TRANSFORMER TO EXISTING LIGHTING PANEL IN MCC. 40 PROVIDE NEW 120/240V, SINGLE PHASE, 3 WIRE, 100A MAIN CIRCUIT BREAKER, 30 CIRCUIT UGHTING PANEL WITH 14 -20/1 AND 2 -20/2 BOLT —ON CIRCUIT BREAKERS AS MANUFACTURED BY CUTLER HAMMER, TYPE PRL 1A, OR EQUAL. CIRCUIT BREAKERS IN EXISTING UGHTING PANEL (CUTLER HAMMER PRL 1) MAY BE REUSED IN NEW PANELBOARD. PROVIDE STAND —OFFS TO ALLOW LIGHTING PANEL TO BE MOUNTED IN FRONT OF EXISTING CONDUITS IN THIS AREA. EXISTING PUMP CABLE IS RUN UP THROUGH ASSOCIATED ABANDONED VFD CABINET IN EXISTING MCC, OVERHEAD (NOT IN CONDUIT) TO WALL MOUNTED VFD. PULL BACK EXISTING PUMP CABLE AND REROUTE EXISTING VFD CONDUIT IN DRYWELL BELOW FIRST FLOOR OVER TO LOCATION OF WALL MOUNTED VFD. REROUTED CONDUIT SHALL BE RUN IN DRYWELL AND NOT ON FIRST FLOOR. REINSTALL EXISTING PUMP CABLE IN NEW CONDUIT TO EXISTING WALL MOUNTED VFD. 0 THE EF /SF STARTERS PANEL, ASSOCIATED MAIN DISCONNECT, HEATER DISCONNECTS, AND ELEVATOR DISCONNECT ARE ALL MOUNTED ON A PLYWOOD BACKBOARD. ALL EXISTING COMPONENTS, INCLUDING BACKBOARD, SHALL BE RELOCATED UP JUST BELOW THE CEIUNG IN THIS ROOM. THE EXISTING LOAD CONDUCTORS (18 — #12) FROM THE 6 EF /SF STARTERS ARE CURRENTLY ROUTED BACK INTO THE MCC AND SPLICED INTO THE LOAD CONDUCTORS THAT WERE ORIGINALLY WIRED TO THE MCC STARTER BUCKETS. REROUTE EXISTING CONDUIT AND WIRING SUCH THAT THESE CONDUCTORS DO NOT GO THROUGH THE EXISTING MCC. PROVIDE NEW CONDUIT, WIRING. AND JUNCTION BOXES AS REQUIRED. 0 THERE IS AN EXISTING TWO POSITION SELECTOR SWITCH IN THE TOP MOST HALF SPACE FACTOR OF THIS MCC SECTION THAT IS TO BYPASS THE SUMP PUMP FLOAT SWITCH AND RUN THE PUMP. RELOCATE EXISTING SELECTOR SWITCH AND ASSOCIATED CONTROLS TO NEW WALL MOUNTED JUNCTION BOX NEAR CEILING IN THIS AREA. PROVIDE NEW CONDUIT AND WIRING SUCH THAT WIRING IS NOT RUN IN THE MCC. 0 PROVIDE NEW 60 AMP FUSED DISCONNECT WITH 60 AMP FUSES IN THIS AREA FOR FEED TO NEW UGHTING PANEL TRANSFORMER. PROVIDE NEW 25 KVA, 480V TO 120/240V, SINGLE PHASE. 3 WIRE TRANSFORMER IN THIS AREA TO FEED NEW LIGHTING PANEL. PROVIDE 3 — #6 AND #10 GROUND IN 3/4" CONDUIT FROM EXISTING LUGS IN SERVICE ENTRANCE TERMINAL BOX TO DISCONNECT AND FROM DISCONNECT TO TRANSFORMER. PROVIDE 3 — #3 AND #8 GROUND IN 1 1/4" CONDUIT FROM TRANSFORMER TO NEW UGHTING PANEL. W C G REVISIONS O z r CV M W W W J J J H H I- It It It CATFISH LIFT STATION CITY OF DUBUQUE DUBUQUE, IOWA JOB NO. 1.154 -039 PROJECT MGR. CM STRAND ASSOCIATES® SHEET File: S:\ MAD\ 1100 -- 1199 \1154 \039 \Acad \Drawings \CE1.1.dwg Time: Feb 05, 2013 — 11:55am CITY OF DUBUQUE, IOWA OFFICIAL NOTICE NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT,` AND ' ESTIMATED COST FOR THE CITY OF DUBUQUE CATFISH STATION ELECTRICAL REPAIRS FEMA • NOTICE IS HEREBY GIVEN: The City Coun- cil of the City of Dubu- que, Iowa will hold a public tearing on the proposed plans, speci- fications, from of con - tract, and estimated cost for the Water & Resource Recovery Center Catfish Station Electrical Repairs FEMA, in accordance with the provisions of Chapter 26, Code of Io- wa, at 6:30 p.m., on the 16th day of September, 2013, in the historic Federal Building Coun- cil Chambers (second floor), 350 west 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Proj- ect is as follows: The work includes 1 converting temporary electrical installations for the operation of the Catfish Creek Pumping Station to a more per - manent installation, moving electrical corn- ponents to interior sur- faces to allow for a fu- ture mitigation project and repairs to HVAC ductwork at the sta- tion. Any visual or hearing - impaired persons 1 needing special assis- tance or persons with special accessibility needs should contact the City Clerk's office at (563) .589 -4120 or TDD at (583) .690 -6678 at least 48 hours prior to the meeting. Published by the or- der of the City Council 'given on the 19th day of August, 2013, Kevin S. Firnstahl, CMC, City Clerk 1t 9/6 STATE OF IOWA {SS: DUBUQUE COUNTY CERTIFICATION OF PUBLICATION I, Kathy Hefel - Goetzinger, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: September 6, 2013, and for which the charge is $22.31. gg. Subscribed to before me, a . otary Public and for Dubuque County, Iowa, this 7,0 day o , 20 /3 . y/2, otary Public in and for Dubuque County, Iowa. MARY K. WESTERMEYER ' Commission Number 154885 I o NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT CATFISH STATION ELECTRICAL REPAIRS FEMA CONTRACT 12013 Time and Place for +ling Sealed Propos- als. Sealed bids for the work comprising .Im- provement as stated below must be filed be- fore 2:00 P.M. on Sep - tember 12, 2013, in the Office of the City Clerk, City Hall First Floor, 50 West 13th Street, Du- buque, Iowa. Time and Placed Sealed Proposals Will be Opened' and Considered. Sealed proposals will be pub - licly opened, read aloud, and bids tabu lated at 2:00 P.M. o September 12, 2013, a City Hall Conferenc Room A, 50 West 13t Street, Dubuque, Iowa for consideration b the City Council (Coun cii) at its meeting on September 16, 2013 The City of Dubuque Iowa, reserves the right to reject any and ' all bids. Time for Com- mencement and Completion of Work. Work shall be com- menced after Notice to Proceed has been is- sued and shall be fully completed in accord- ance with the require- ments listed . in the Agreement. Bid Security. Each bidder shall accoiripa- ny its bid with a bid se- curity as security that the successful bidder will enter into a con- tract for the work bid Upon and will furnish after the award of con- tract a corporate sure- ty bond, acceptable to the governmental enti- ty, for the faithful per- formance of the con- tract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of five percent (5 %) of the amount of I the contract and shall be in the form of a cashier's check or cer- tified check drawn on a state chartered or fed- erally chartered bank, or a certified share draft drawn on a state chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satis- factory to the govern- mental entity. The bid bond shall contain no conditions excepted as provided In this sec- tion. Contract Docu- ments. Bids are to be addressed to the City of Dubuque, Iowa, 50 West 13th Street, Du- • buque, IA 52001, and shall be marked "Sealed Bid Catfish Station Electrical Re- pairs 2013." FEMA Contract 1 Bidding Documents may be reviewed and paper copies may be obtained from the Issu- ing Office which is The City of Dubuque Water t & Resource Recovery I Center (W &RRC), 795 I Julien Dubuque Drive, t Dubuque IA 52003 No Bid will be re- t ceived unless accom- panied by a cashier's, t certified or bank check h or a Bid Bond equal to t at least 5 percent of s the maximum Bid, pay- w able to the OWNER as - a guarantee that ate n a Bid is accepted, Bid t der will execute an e file the Agreement an h 100% Performance an Payment Bonds withi y15 days after y No - tice of Award. A Federal Davis Bacon wage rate determina , tion is a requirement o this project. Bidders shall comply with the President's executive Order No. 11246, Equal Employment Opportu- nity as amended. The City of Dubuque reserves the right to reject any or all Bids, to waive any technicality, and to accept any Bid which It deems advan- tageous. All Bids shall remain subject to ac- ceptance for 30 days after the time set for receiving Bids. Contract award shall be made based on the lowest responsive and responsible Bidder. Women and Minority owned businesses are encouraged to submit Bids for this Project. Bidders must demon- strate positive efforts to utilize women's and minority .owned busi- nesses. This procure- ment will be subject to regulations contained in 40 CFR 35.3145(0), and P.L. 102 389 and 100 590. In addition, Bidder shall comply with Executive Orders 11625, 12138, and I 12432. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to prod- ucts and provisions grown and coal pro- duced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under lowa'stat- utes. Sales Tax. The bidder should not include , sales tax in its bid. A sales tax . exemption certificate will be avail- able for all material purchased for incorpo- ration in the project. ' General . Nature of Public improvement. WATER & RESOURCE RECOVERY CENTER CATFISH ELECTRICAL REPAIRS FEMA The work includes converting much of the temporary work to a more permanent in- stallation, moving elec- rical components to nterior surfaces.to sl- ow for a future mitiga- ion project and repairs to HVAC ductwork at he station. Pre Bid Construe- ion Conference. It Is ighly recommended hat bidders visit the ite to become familiar ith the work required. CONTRACTOR must r sign the Consent De- - cree certification d agreement bound in d this document as a d condition of the Con- n tract and prior to commencing any work for this Con- tract. Published in the Tele- f graph Herald, August 21, 2013. It 8/21 STATE OF IOWA {SS: DUBUQUE COUNTY CERTIFICATION OF PUBLICATION I, Suzanne Pike, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: August 21, 2013, and for which the charge is $65.78. Svi-v-z Subscribed to before me, a Notary Public in and for Dubuque County, Iowa, this �3 day of , 20 /3 . Notary Public in and for Dubuque County, Iowa. MARY K. WESTERMIsYFR Commission Number 154685 Cv^e;M: Ra. i 9. z Wit: -,