Loading...
HomeMy WebLinkAbout03/16/2021 Motion to accept bid for replacement of the motor control center at Booster Pumping Station #5 for an amount not to exceed $134,450.80Item Cover Page wubject Motion to accept bid for replacement of the motor control center at Booster Pumping Station #5 for an amount not to exceed $134,,450.80. Meeting March 16, • A• MEETING OF THE MOUNT PROSPECT SOA. Fiscal true •get Source Water . tet• ry CONSENT AGENDA Type Consent Information In the current budget, funds are available to replace the motor control center (MCC) at Booster ! ! Station #4 located at 112 East!i . ! multipleAn MCC is an assembly to control electric motors that power water system booster pumps and other electrical equipment in a booster pumping station. It consists of • ! sections sharing a commonpower !(supply).Each • contains a combination starter ,, which in turn consists of a motor starter, circuit breaker., and a mainpower disconnect. The Village owns and maintainsEach • . ! in one of (5) water distribution system booster pumping stations. The current MCC at Booster pumping station #5 is a Cutler -Hammer Freedom 2100. The motor control center operates three (3) high service pumps, the lighting panel transformer, the facility's main disconnect,, a vault panel transformer, two heaters, a recirculating pump, and an exhaust fan. Also included is a Cutler -Hammer series 2100 Motor Control Center sub -panel that operates the deep well at this site. The MCC at Booster Pumping Station #5 was last replaced in March of 1999. Pictures of the existing MCC are attached. 1 The life expectancy of MCCs is 15-20 years. At 22 years of service, this unit has exceeded it anticipated service life. In addition, major components have begun to During -' past three years, ! variable 1, drives (VFD) The planned improvements include a base bid and pricing for optional work. The base !' includes procurement and complete !!• of 1' specified replacement MCC including soft starter motors,, relays, cabinet enclosure, and electrical work required for a functional system. The optional work includes providing arc flash study of newly installed equipment. To secure !' qualified contractor • work, Village hired Stanley Consultants., Inc. of Chicago., Illinois in 2020 to prepare plans., specifications and bid documents necessary to secure competitive bids. Copies of these documents and plans are attached. Bid Results The bid documents were sent to three (3) area firms who have experience in motor control replacement projects. In addition, the bid was publicly advertised on the Village's website utilizing DemandStar bid services. Due to file size, a copy of the bid document is posted on the Village's Transparency and Fact Check portal; link to ! • (Booster Pu! Station No.• • • •l Center Replace Project• ! document ). On Monday, February 22, 2021, a non -mandatory pre-bid meeting was held. Three (3) contractors attended. On March 1, 2021 the bids were publicly opened and read as required by Village Code. The following five (5) firms submitted bids (ranked from lowest dollars). Contractor Base Bid (MCC 5) Alternate Total Linear Electric $111,151 $11,077 $122,228 Airport Electric $124,156 $5,532 $129,688 AMS Mechanical $122,500 $8,360 $130,860 Newcastle Electric $120,500 $10,500 $131,000 Leyden Electric $169,950 $15,000 $184,950 The Engineers estimate for this project was $160,000. The bidders submitted a bid bond in the amount of 10% of their total bid as required by the contract documents. The bids were checked for accuracy. There 2 were no errors. The bidders submitted all required documents and correctly signed their bid and bid bond. Discussion Linear Electric, Inc. of Orland Park, Illinois (Linear) submitted the lowest cost, responsive bid. A copy of the firms bid submittal is attached. Linear Electric's clients include municipalities and private companies. The contractor has not performed work for the Village of Mount Prospect in the past. Reference --'- checks indicate I Linear completed work for other municipalities and companies. Linear Electric has replaced Motor Control Centers at multiple manufacturing plants including Valvoline Oil and Schulze & Burch Biscuit. Notably, Linear Electric was the primary electrician for a $15,,000,000 Water Treatment Plant for.! of Park Forest.addition, Village's consultant for this project, Stanley Consultants., has worked with the firm on water system projects of this scale and scope. Stanley Consultants is confident Linear can successfully complete this project. Staff is confidenti i specified the bid priceindicated. It is recommended that a 10%• ! •- project awar• to ,21low for! conflictsncy would bring the project award total to $134,450-80 (the $111,,151 base bid plus the $11,077 Aternate bid plus the 10% contingency of $12.,222.80). Alternatives 1. Accept the lowest , responsive bid center at Booster Pumping i#5- 2. Action i i ill . R��X-10161- Staff recommends that the Vill!- Board accept the lowestr from Linear Electric, Inc. of Orland Park,• replace the motor• • - Booster ! Station #5 fornot • exceed amount of •• 1 1 ATTACH M E NTS: MCC 5 Location map. pdf Existing motor control center.pdf 3 Linear Electric bid. pdf Linear Electric References.pdf Booster Pumping Station number 5 existing Motor Control Center -*WI'd Form Page ) I BID FORM im Booster Purn St0 , I on No., 5 Motor Controi Center, Re,placement P 400000001 ec Village of Mount Prospect Department of Public Works FROM Linear Electric, Inc. (hereinafter called "Bidder") TOS Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") U16 filk The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — Booster Pump Station No. 5 Motor Control Center Replacement project Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. 30 7 Blicl F`Iril.")r�in Page 21, The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below. - Addendum Addendum Acknowledgement by Bidder or Date No. —Date Authorized Re resentative Acknowledged N/A Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Bid Form Page 3 Upon award the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of 31 8 credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within hu�ndred ei*gb1,y, 080), consecufi*ve calendar days after the Notice to Proceed with fin,iall com]Aefion� ith!hereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): X Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) BID SHEET(S) — Booster Pump Station No.5 Motor Control Center Replacement Project Respectfully submitted-, Name of Firn)/Bipder� Linear Electric, Inc. r (Si ature) ...... .... ......... Title: Vice President Date: 3/1/2021 Contact Information: Official Address: 15346 S. Toth our 0r1anAR.a,Ek, I a.1L.60462, Telephone:, 708-687-8850 Ern a i I ,- Linear@linearelec.com ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS(Pages 42-53 ) ALONG WITH THE AFFIDAVIT-- BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPEXILLAGE OF MOUNT PROSPECT 32 9 11.00KNIMIRM.1- III go Company/Firm Name.- JJn -or NeCtric, I13co Address: 15346 S. 70th Court, Orland Park, IL 60462 As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, Robert Fimbianti being first duly sworn on oath, deposes and states that he or she .................. ........... is Vice President (sole owner, partner, joint ventured, President, Secretary, etc.) of Linear Electric, Inc. and has the authority to make all (Name of Company) Linear Electric, Inc. certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section 11 ffilld ain and R*a * a i, Rota The undersigned further states that Linear Electric, Inc. (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILLS 5/33E-3, 33E-4. Section III Dr,ua Free WorkOl e The undersigned further states that Linear Electric, Inc. (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILLS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 1 LCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. Bid Certification 1� ........... 'o rIT"I Page 2 33 10 AFFIDAVIT — BID CERTIFICATION FORM Section IV Tax Payment The undersigned further states that Linear EIggiri 1.ng is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Section V Sexual Harassn'tPohicy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that Linear Electric, Inc. has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned cert 1 that all information contained in this Affidavit is true and correct. Signed by:Title. Vice President W W . ............................ W ... .. ......... . . . . . . . . . . . . . . . ... .. ... . Signature Name Printed: 34 11 BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount Of 12,222.80 , being ten percent (10%) of the total amount bid by Linear Electric, Inc. the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THISI ist DAY OF Naxch 2021, Im', SEAL (if corporation) Linear Electric ,Inc. Bidder: . ............... Robert Fimbianti/Vice President Bidder's Agent and Agent's Title nt Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of Illinois 35 12 SUMMARY OF PRICE CONTRACT PRICE (the sum of extensions of the Schedule of Prices — BASE BID), One Hundred Eleven Thousand One Hundred Fifty One Dollars and Zero tents (In writing) (In writing) 111,151 Dollars and 0.00 Cents .... . . .... . .(In figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE BID): Eleven Thousand Seventy Seven (In writing) 11X7 Dollars and. Zero Cents (In writing) Dollars and 0-00 (In figure) (In figure) CONTRACT PRICE (the sum of extensions of the Schedule of Prices —TOTAL BID): Dne Hundred Twen two thousand two hundred. twee ei ht Dollars and Zero (In writing) (In writing) 122,228 Dollars and 0.00 (In figure) (In figure) MW 36 13 THE CINCINNATI INSURANCE COMPANY CONTRACTOR (Name, legal status and address): Linear Electric, Inc. 15346 S. 70th Court Orland Park, IL 60462 OWNER (Name, legal status and address): Mount Prospect Public Works Department 1700 W. Central Road Mount Prospect, IL 60056 BOND AMOUNT: Ten Percent of Accompanying Bid (10% of Bid) SURETY (Name, legal status and principal place of business): THE CINCINNATI INSURANCE COMPANY 6200 S. GILMORE ROAD FAIRFIELD, OHIO 45014-5141 This document has important legal consequences, Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT (Name, location or address, and Project number, if any): Booster Pump Station No. 5 Motor Project Number, if any: Control Center Replacement Th,e Contriactor and, Sur ety, are bou.to, l the 0 Nivner in the amountset tlalb above, for the paym en,t, of" which the', A � Contractor and Surety, bind themselves, their heirs, executo, rs,,, admini'sarators1l successors, and', assit, lls,joititly and, severally, as provided, herein. Th,e, conditions ofthisBond are sucli that Ifthe Owner acceptstheKdof t'he' Contractor ��tthin thetime specificdin the bid downents, or within, such time perillod a, s may bo.,,*,, aVved to by theOwnerajitd ontractor,,, and the C` 'tractor e1t1w.-.-r (1) enters into a, cotitract, witti(the Owti,cr in accordance with the tej,-iris of'�su�;ch bi , mid,&6,ves such bond", or�l Wixfis asniay be specifitedithe, bidding or Contract Documents, with a SU rety, dmitted in t1w, JUrisdittitroftile Proilect,arid otherwise ecce ptable to the Owner, for the faithful perfbnn,ance of such, Contract tzn(d for 'the pronipt payi�nent of labor and material furnished in the prosecution illelweof*y oi- (2) pa sto the, Owi,,ier the difference, n(,t to exceed the amount of this Bond, between the amount l specified in said �id ar0such larger amount for whIch'the Owner may in gy(Vd faith contract with another pail;T toporf ormt'lic work covered lyy said bid, then 61s, ob, ligation shall be null and void, othei-wise to remain force acrd effect. be, Surety, hereby waives notice ofan agreement between the Owner and Contractor to extend, the time inwhich tlie: Owner may accept, th,,­e bid. Waiver of notice by the Surety shall not apply to any , I'll I I I I I � 'beyond the time for acceptance of bids specifl ' extension exceedingsixty (60) day's, in the a� ',', re ed in the bid 1141" 1 obtain the Surety's consent for an extension beyond the sixty (60) &x;ttmentsl and the Owner rd (.."ontractor s, I I days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has t-)eeti,,,furt,,ii"she,d,to,tom ply with a statutory or ather, legal requirement is the location oft1w%, 4 * Projectlan'y rovisloin statutory orlegal bcdeerneddelleted herefrom ag' Provisions confbri, ni ng to, such statutory or other leg",l requirements shzil I be deen�i,ed ,incorporated, herel, n - When, so fin, ishcd, the intent Is th, t thl s Bond shal, 1, be, construe�dl as a statutory bond, arid, not as a common law bond. (Title) Robert H. Walker, Attorney-in-fact . ................. The Company cKecuting this bond vouches that this document conforms to American Institute of Architects Docurnew, A310, 2_0 io Edition. S -2000 -AIA (11/10) PUBLIC Wd I r a goo -1- 41 k 1 !11!i - Fairfield, Ohio PO)VER OF ATTORNEY KNOWALLMN BYniESE PRESENTS: Oniat THE CDZCDWAT' NSURANMCOMPANN� a corporation, organized under the laws of theState of' Ohio, and ha.vm'g, its principat office in the City of FairAald, Ohio, does, hereby constitute andappoint I Robert Ho Walker; George F. Manikas, Jr*; Doug O'Neill and/or Brandie Catlin "RESOLVED, that the President or any Vice President be hereby authorized, and empow ered,to appoint Attorneys -in - Fact of the Company to execute any and all bonds, policies, undertalcings, or other like mi'strumentis on behialf of the Corporation, mid, may authorize any officer orany such Attorney -in -Fact to affix the corporate seal; and may with or without, cause modify or revoke any such, appointment or authority. Any such writings so executed by such Attorneys -in - ,Fact shall be b'w'ding upon, the Company as if they bad been duly executed and acknowledged by the regularly elected officers of the Company,," This Power ofAttorney is signed and, sealed by ftwshnile �under and by the authority of the follo"Wing Resolution adopted by the Board ofDi MOCtors of tho'Cornpany at a mecting duly, callod, and held, on, the 7d, day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the sea] of the Company may be affixed b *I y ,fac"Istmile on, am Power of attorn, ey granted, and the sipature of the Secretary or Assistant Secretary and 'the seal of the Company m,ay be a�ffi,xed by -facs"Amile to any certificate of any such power and, any such power of certificate bead'ing ,such faesuinile signatme and seal, shall bevallid, and binding onthe Company. Any such power, soox=ted and w i , ta id,certified by certificate,, so executed and seated shall, with respect to anybond or undertaking to wh ch it is at cliedv, continue to be valid and binding on the Company." IN NVITNESS WHEREOF, THE CINCINNATI INSURANCE COWANY has caused these presents to be sealed with its.corporate seal, duly attested by its Vice President this 101` day of May, 2012. AA I THE CTNCrWATI INSURANCE COUTANY CON E SEAL Vice President STATE OF OfHO ss: COUNTY OF BUTLER On this 10' day of May, 2012, before me came the'above-named Vice President of TBE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instaunent is the corporate seat of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction, of said corporation. 444,1111111 IA & low, MARK J. HgLLER,, Attorney at Law IN NOTARY PUBLIC - STATE OF OHIO My commission has no expiration o date. Section 147.03 O.R.C. 1, the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY, hereby certify that the above is a true and correct copy of the Original Power of Attomey issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. I GMN under my hand and seal of said Company at Fairfield, Ohio. this I St. day of March 1()2 1 10 COKFORATE SEAL BN -1005 (5/12) Assistant Secretary 15 Acknowledgement of Corporate Surety STATE OF ILLINOIS Ss COUNTY OF WILL On this - day of MO�A6A"*", — 2%02.1 before me personally appeared Robert H. Walker . to me known, who, being by me duly sworn, did depose and say: that —he— resides at Lockport, IL that he is/ are the Attorney-in-fact of C41� the corporation described in and which executed and annexed instrument; that he know(s) the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation; that he signed the same name(s) thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. (Notary Public in and for the Above County and State) My Commission Expires 03/31/22 16 L/NEAR ELECTRIC INC. CONTRACTORS •ENGINEERS Gentlemen, Linear Electric Inc. has attached the single specified Eaton quote with their exceptions to this project. Thank you for the opportunity to quote this project and if I can be of any further assistance, please do not hesitate to call. Respectfully submitted, Jack O'Connell Project Manager/Estimat] 15346 S. 70TH COURT a ORLAND PARK, IL 60462 v (708) 687-8850 a FAX (708) 687-992 linear@ linearelec.com I ih IF mail[, Im Village of Mt Prospect Booster Station #,5 MCC Replacement Neg# CG830205Xl,Kl Daniyal lbrar • 18 UMTON Powering ihairwss Worldreide Detail Bill of Material .......................... Project Name: Village of Mt Prospect Booster Negotiation No: CG830205X1 KI Station #5 MCC Replacement General Order No: Alternate No: 0000 Item MY Product Description No. 1 EESS Services EESS Short Circuit and Coordination Studies: Arc Flash Hazard Analysis, Arc Flash Labels - Standard, PE Review / Stamp Required - Illinois ***See Approval Drawings for Clarifications and Exceptions' TBD TBD Designation Study Qty List of Materials 1 ESS Study-BidManager 1 2 Weeks Lead Time for Data Request Submittal 1 4-6 Weeks Lead Time for Study Completion 1 Quoted by Bid Manager 1 PE Review Stamp Required (Illinois) 1 Arc Flash study 1 Arc Flash Labels - Standard Item Qty Product Description No. EESS SAT ***See Approval Drawings for Comments and Clarifications"* Start-up Contact: Contractor TBD TBD Estimated Start-up Date: A Coordination Study does not exist. Designation Start-up Qty List of Materials 1 EESS Office: Chicago, IL, quote as of 2/25/20212:48:55 PM 1 Jobsite: , Mount Prospect, Illinois 60056 1 Drive Time: 0.46 Hours 1 1 Test Equipment Setup Locations 1 Freedom MCC 19 Detail Bill of Material FMT N Project Name: Village of Mt Prospect Booster Negotiation No: CG830205XI KI pb'wenng Bine; s W0461vide General Order No: Station #5 MCC Replacement Alternate No: 0000 Item MY Product Description No. Motor Control 60 Hz, Class 2B wiring, 480V 3 -Phase Service, 65,000 Centers Bracing, Short Circuit Rating, Bottom Incoming, NEMA 1 Gasketed 21" Front Mt Only enclosure, 800A Copper Main Horizontal Bus, No Neutral, Main Breaker. Used X -Space: 59, Blank X -Space: 13, Future X -Space: 0, MCC Lead Time Code: B. Designation MCC Station #5 Qty List of Materials 1 NGH Main Bkr (800A trip), Lugs: 4-#4/0-500Kcmil 1 IT Soft Start 5811 Non -Communicating, 105 Amp, Standard Duty, [HMCP] 1 IT Soft Start 5811 Non -Communicating, 720 Amp, Standard Duty, [TM Ckt Brk], Bottom Cable Exit 1 DG1 VFD, Variable torque, 140 FLA, 480V, HMCP 1 DG1 VFD, Variable torque, 105 FLA, 480V, HMCP 1 HFDE Bkr (150A trip) 1 HFDTwin Bkr (20A /30A trip) 4 #16awg, MTW Control Wire 4 Terminal Block - Latching Pull -Apart, Std. 4 Wiremarkers at Each End 2 IT Soft Start 120V Interface & 1 OOVA CPT 2 1 Unit PB, 10250T, (Closed) 2 Pilot Light -10250T - LED (Run) 2 Pilot Light -10250T - LED (Stopped) 1 RMS 310+ LSIG Trip w/ GF 1 HFDE 100-225 LSI 4 2 Pos. Sel. Sw., 10250T (Local -Remote) 2 DeviceNet communication card 6 Mini Elapsed Time Meter 4 Pilot Light -10250T - LED (Mise} 2 Blank Device Panel 4 Pilot Light -10250T - LED (Overload Trip) 2 Pilot Light -10250T - LED (Off, Stopped) 2 Pilot Light -10250T - LED (On, Run, Fast, Forward) 2 Output Reactor (Included) 4 3 Pos. Sel. Sw., 10250T (Hand -Off -Auto) 4 2 Unit PB, 10250T (Start/Stop) 2 Speed Pot 1000 Ohm 1 15 Kva 1 ph, 440480V 1120-240V High Efficiency Xfmr, 70A Pri., 80A Sec. Bkr. 1 120KA, SPD Standard + Surge Counter Features Package, with Circuit Breaker 2 12" Door 3 18" Door 5 Handlemech extension for top units 1 800A Vertical Bus (Tin-plated cu) 5 600A Vertical Bus (Tin-plated cu) 20 -Detail Bill of Material I Project Name: Village of Mt Prospect Booster Negotiation No: CG830205X1 KI Station #5 MCC Replacement General Order No: Alternate No: 0000 MY List of Materials 1 2B Wiring 6 Labyrinth, Isolated/Insulated vertical bus barrier with shutters 6 300A Horiz. Cu Gnd Bus, 1/4" x 1" Bar 6 65KA Bus Bracing 6 Tin Plated horizontal bus 6 800A 50Deg C, Copper Frnt Mtd 21" NEMA I Gasketed a FIATON Powefing &&iaeorm'Vide Notes: Detail Bill of Material Project Name: Village of Mt Prospect Booster Negotiation Na. CG830205X1 KI Station #5 MCC Replacement General Order No: Alternate No: 0000 1. Exception taken to 18 pulse drives, Harmonic analysislstudies and IEEE 519. 2. VFDs priced in the MCC are configured as Eaton's DG1 Variable Torque drives 3. Eaton's DGS" VFDs are provided standard with a 5% DC link choke with input surge protection in lieu of line reactors. A 3% load reactor is provided as standard with the DGI drives. No additional bypass are priced in this quote. 4. No schematics were available for review. Control devices for VFDs and RVSS have been configured per MCC specs. 5. Quote is for the bill of material listed above only and does not include additional items 6. DeviceNet communication protocol has not been configured for the MCC. 7. VFDs have been configured with a DeviceNet Card. RVSS have not been configured to communicate with DeviceNet protocol. 8. No PLC has been priced in this quote. 9. No concrete pad has been priced in this quote. To be provided by the contractor. 10. Vertical wireways in the MCC will have 32 sq -inch cross sectional area. Eaton Selling Policy 25-000 applies. All orders must be released for manufacture within 90 days of date of order entry. If approval drawings are required, drawings must be returned approved for release within 60 days of mailing. If drawings are not returned accordingly, and/or if shipment is delayed for any reason, the price of the order will increase by 1.0% per month or fraction thereof for the time the shipment is delayed. Seller shall not be responsible for any failure to perform, or delay in performance of, its obligations resulting from the COVID-19 pandemic or any future epidemic, and Buyer shall not be entitled to any damages resulting thereof. 0� CONTRACTOR'S QUALIFICATION FORM The contents of this questionnaire are confidential and used solely to determine the subcontractor's qualifications. - Linear Electric, Inc. COMPANY NAME. 013A N/A Business Address: 15346 S. 70th Court City: Orland Park State: I Zip. 60462 Company Website: linearelec.comTel . - 708-687-8850 - 708-687-9920 Fax. Field Contact Name Jack O'Connell Field Contact Email Address Jacko@linearelec.com Phone Number 708-937-2306 Accounting Contact Laura Gora Accounting Contact Email Address Linear@Iinearelec.com Phone Number 708-687-8850 COMPANY PROFILE -.." . ............... . . . . --- . ... . ....... ............ . .............. . .... . -- . ....... Type of work Electrical Contracting Trades usually self Electrical performed: performed: --------------- - - ------------- --------- - -------------- Years in business under present name: 35 % of work performed by own forces. 75-80 % Years performing work specialty, 35 Value of work now under contract: $ 1.8 Million . ..... ... ... Average annual value of work 8.3 Million Value of work in place last year: $ 10 Million completed during the past 3 years: ................................................................................................................................ ................................................................................. . . . . . .............. ................................ Contract expiration Do you accept Site Yes 0Union Affiliations: IBEW dates: 6/1/204& Labor Agreements? No [a . . . . ................... . ....... Are you in Yes W Is firm a minority Yes LJ If Yes, what compliance with No Q business enterprise? No 21 classification? Small Business EEO requirements? . . . . . . ........................... Total number of permanent staff employed includes the following: 32 Management 1 Project Managers 3 Superintendents 1 Unskilled Labor 1 6-. Engineers/Arch, Project Engineers i Foremen 8 Skilled Craftsmen 12 . . . . ...... -,", .. .......... . . . ................... .. .. .. .......... Draftsmen Estimators 3 Other (specify) Office �-] �*,N Bonding RAM Insurance Agent's George Manakis-RAM Inc. Agent's 815-893-8280 Agency: Name: Tel: Bonding Single Total Bonding Value of Surety Cincinnati Insurance Bonding 6 Million Capacity 15 Million Work Now 3.3 Million Company: Limit: (Aggregate): Bonded: . ......... Rev 8/17 Page I of 3 23 INSURANC," Insurance Agency: Corkill Insurance Insurance Selective Insurance Company: I QUALIFICATION FORM Agent's Name: Brent Kramer I Workman's Compensation Experience Modifier for past three (3) years: BANK ANDREIT REFERENCES Bank Contact Name: First Midwest Person: Nick Yerkes . ........ - — — - -- -- ----------- - - - — — - ----------- - Is Company rated with Yes ... s No Dun & Bradstreet? If Yes, what is D & B rating? Agent's Tel630-777-2147 -, 79,79,78 Tel 708-576-7191 Has your (1) Failed to complete a (2) Been involved in bankruptcy (3) Are there any pending judgements, Company: contract? Yes LJ No Ld or reorganization? Yes L3 No W claims or suits against your Company? Yes Ll No La . .. . . ................. . . . ...................... . .. . ...... . ............................... L____7 . . ....... . ........ . ..... ..... . ....... ­._­ . . ........ If answer to any of the three preceding questions is Yes, submit detailed explanation on separate sheet. REFERENCES: PLEASE FILL OUT COMPLETELY. CM'S OR GC'S your company has worked for within the past three years. (List 2 other than those shown below) Verify Contact Person's Telpphone and Fax Numbers Are Current Before SubmiW9R,­__,_ . .................... . . . . . . ................m CM/GC Tel: 708-754-0252 Contact FChicago eigts Construction Perso Dan Bergin No. 1 HhCF�Person: Email'T, CHCCO2@ameritech.net www CM/GC Contact Tel: 773-785-3055 Raffin Construction No. 2 Person: Rich Raffin St. Email: rlrQraffinconstruction.com SIGNIFICANT PROJECTS COMPLETED WITHIN THE PAST THREE YEARS (LIST 3) VeYN.,..mmm.Contact Person's Tele, hone and Email Are, Current Before Submittin . Project Chicago Hts, IL Your $ Scheduled No. 1 Chicago Heights Mid Location: Subcontract $ 3,898,133.00 Completion 8/2020 Fc i Amount: ate. contracting Village of Chicago Hts Contact Dan Petrarca Tel: 1708-479-2999 Agency: Person: Email: ;dmp@,grii,l,icons,tructi' -com . . ........... . . .................. . . . . :7,Your $ Scheduled Project Chicago, IL UIC-Dentistry In,frastj Location: Subcontract $ 41459,615.00 Completion 08/19 No. 2 Amount: Date: .... . ......... .......... ... . . ...... -e Contracting Capital Dev. Board Contact Andrea Bauer Ti:312-814-4443 Agency, Person: LEmail- Andrea-Bauer@illinois-gov ................. Your $ Scheduled Project Chicago, IL No. 3 UIC-Surgical lnnovat� Location. Subcontract $ 705,232.52 Completion 12/20 .. . .. . .. ......... Amount:Date: Contracting Univ. of Illinois Contact Pamela Hill Tel: 312-413-1905 Agency: Person- Emai[: pamelajh@uic.edu Rev 8/17 Page 2 of 3 M-1 4 1 I JOR SUPPLIERS, (LIST 2) Veri , ContactPerson*s.I".J p, Supplier Helsel Jepperson Supplier No. 1: ' OrT Supplier Sunrise N20 o.2 - QUALIFICATION FORM and Fax Numbers Are Current Before Submittinj, Contact Tel: Joe Helsel Person. Fax: Contact Tel: Peggy Brushenko Person: Fax: 708-756-5600 fax 756-5673 630-543-1111 fax 543-1678 Have you had any OSHA fines within the last 3 years? Yes L3 No 0 . . .... . .... _­ ............... ­­­­­­_....­ .......... Have you had jobsite fatalities within the last 5 years? VAS Q NO 0 WIN" (if answer to either is Yes, you must submit on a separate sheet the details describing the circumstances surrounding each incident) ......... ....... .................mmmm.................................................. . . .......... . ..................................................................................................................... -- ->>-r. ....... . . ............. . . . . . ...... ­-, . . . . ................ ­................ . . . . . ................ .............................. Are your Field Competent Person's Certifications up to date.? Yes 0 No Q . ............................ . . ................................................. . . ............................................... COMPANY EXPERIENCE ........ . experience Does your Company haveexperience with any of the following facilities? Restaurant Yes 60 No Ll Retail Yes 0 No L3 Fueling Stations Yes Z1 No L3 Airport Facilities Yes 0 No L3 Renovation Yes 21 No Ll Multi -Story 5+ Yes 0 No L3 Have you worked in occupied facilities? Please give details: GEOGRAPHICAL AREA - Outside of Greater Chic�jqland Area 1 .1— . . .... - — — — — - - ---------------- - - 0_ ------------ Would your company perform work in the following areas? NW Indiana Yes 60 No Q Chicago Metro Area Yes E3 No D Southern Wisconsin Yes C3 No W Other? Please specify State or Area: CONTRACTOR LICENSING - Must include "Certificate of Good Standina" if wona in Illinois I HEREBY CERTIFY THAT THE PRECEDING INFORMATION IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE Signature: . ...... . .. .. . ........... Print Name and Title: Laura Gora, Contracts Administrator Type of Firm. - 60 Corporation L3 LLC LI Partnership Ll Sole Proprietorship Rev 8/17 Page 3 of 3 25 Pro' ect Valvoline -MCC Replacement Chicago State University Replace Inoperable Boilers Schulze & Burch Biscuit MCC Replacement Village of Park Forest New Water Treatment Plant Past Projects Contract Amount $166,563.00 $91,214.00 Multiple contracts Contact and Phone Jason Hutchinson Plant Manager (708) 579-2652 Mark Wagner Stan -ley a - - (773) 714-2029 Rich Bashqawi Director of Engineering 773-650-6751 $190979000.00 Dave Vavrek Chief Water Plant Operator (708) 829-7677 University of Illinois at Chicago $4,459,615.00 801 S. Paulina Chicago, IL Dentistry Infrastructure Upgrade Governors State University EF Wing Renovation $393759000.00 New Residence Hall $391679485.00 Library Renovation $6189816.00 Moraine Valley Community Col. $2,218,335.00 New Student Union Capital Development Board Andrea Bauer 312-814-4443 Tracy Sullivan (708)534-4056 Diane Papenhause IHC Construction (847) 841-7724 26 Moraine Valley Community Col. $1,040,634.73 Diane Papenhause Southwest Center IHC Construction (847) 841-7724 IBEW Local 9 $963,000.00 Wight & Company Phases II & III 2500 N. Frontage Road Darien, IL 60561 Mary Judge University of Illinois At Chicago $705,232.00 Pamela Hill ER & Triage Renovation 312-413-1905 Chicago Heights Middle School $398989133.00 New Middle School University Of Illinois at Chicago $39528,986.00 MSB Labs & Surgical Innovation Center IDOT Naperville Maintenance Yard University Of Illinois at Chicago Student Center East Fire Alarm Dan Bergin 708-754-0252 Doug Boldt 312-413-1905 $229,969.00 Allison White Capital Development Board 312-814-6881 $1,705,041.00 Branko Bogicevic 312-355-5661 27