HomeMy WebLinkAboutVII(B) Approval And Authorization To Award Bid #B01-02 For Control Panel For Lift Station #7 To Sta-Con Inc Agenda 11-07-2000
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" Item VII B
MAYOR•COMMISSIONER
\ Ocoee S.SCOTT VANDERGRIFT
• a CITY OF OCOEE COMMISSIONERS fo '1
4EllqDANNY HOWELL
Q 150 N.LAKESHORE DRIVE SCOTT ANDERSON
OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON
yj�\ :1/„.1 (407)656-2322 NANCY J.PARKER
� Of G000�
CITY MANAGER
ELLIS SHAPIRO
STAFF REPORT
TO: The Honorable Mayor and City Commissioners
FROM: Joyce Tolbert, Buy- i
DATE: October 30, 2000
RE: BO1-02; Purchase of Control Panel for Lift Station #7
ISSUE
Should the City Commission select Sta-con,Inc. to provide the control panel for Lift Station#7?
BACKGROUND & DISCUSSION:
On September 19, 2000, the City Commission awarded J&H Waterstop the piping portion only
for Lift Station#7 in the amount of$25,000.00. The installation of the control panel was listed as
a separate bid item, but was overbudget at $82,000.00. Therefore, staff advertised for the
purchase of a control panel with the City's staff electrician performing the installation.
The bid was advertised on October 1, 2000 and publicly opened on October 19, 2000. Responses
were received from the following companies:
1) Sta-con Inc. $ 22,921.00
2) Southern Technologies $ 36,860.00
Attached are copies of the above responses along with the bid tabulation sheet, for your review.
The bids were reviewed by the Utilities Department and Finance Department. Staff recommends
awarding this bid to Sta-con Inc., per the attached memo from Rosanne Gavrilovic, Engineer I.
STAFF RECOMMENDATION
It respectfully is recommended that the City Commission award Bid #B01-02 to Sta-con Inc.,
and authorize Staff to proceed with the procurement of this equipment.
CJ�
Pow1r
Prctect f wi3".::s W tee i#';SIr::COS
"CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER
Ocoee S.SCOTT VANDERGRIFT
O yII itatc:s_ CITY OF OCOEE COMMISSIONERS
DANNY
o. 150 N.LAKESHORE DRIVE
vLL
o SCOTT ANDERSON
OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON
�`"yi. ' ?� (407)905-3100 NANCY J.PARKER
4.4) ``Of GOP CITY MANAGER
ELLIS SHAPIRO
MEMORANDUM
DATE: October 26, 2000
TO: Joyce Tolbert, Buyer
FROM: Rosanne M. Gavrilovic, Engineer I ,
THROUGH: James W. Shira, P.E., City Engineer/Utilities Director
SUBJECT: Purchase of Control Panel for Lift Station#7
In following with the City Commission's ruling of September 19, 2000, the Engineering
Department advertised a bid for strictly the purchase and delivery of the control panel for Lift
Station# 7.
As stated in the previous staff report for the Lift Station#7 Rehabilitation, the total amount
budgeted in the Wastewater R&R fund is $80,000.00. The amount remaining for the control
panel after re-building of the existing pumps at the lift station($17,282.95) and the accepted bid
for the piping from J&H Waterstop, Inc. ($25,000.00) is $37,717.05.
The bids submitted were reviewed for completeness and it is the Engineering Department's
recommendation that the control panel be purchased from Sta-Con, Inc. in the amount of
$22,921.00. The control panel will then be installed by Alan Pozar, city staff electrician.
poiW
BID TABULATION FOR:
BID #01-02
Purchase of Control Panel for Lift Station #7
10/19/00 11:00 A.M.
Atlantic •
Env
.„;714,-.4.p; ti,she I -gm
",d.' , •
Addendum No. 1 P/0
(1)Signed Original
(13)Copies
List of Subcontractors
References/Experience
Summary of Litigation
Delivery
90
Calendar Days
OIL) .
TOTAL LUMP SUM BID 6&00 °°
g 9 fi 01 '
Sent By: City of Ocoee; 4076567835; Oct-17-00 9:24AM; Page 3/16
— "I /, - Addendum No. (l)One , B01-02
n?1
DES
, 00/0u0
f Or
Joyce Tolbert
Buyer
All respondents shall acknowledge this addendum by completing this section below and attaching
to the front of your bid.
Respondent: 5j� -C.-e4), /WO ,
Signature:
(*.•,-----
Street Address:7 —SS— r' 4/ 4./4ye 467,c- e. ji n/e.
City, State, Zip Code:4s000,3 ', A.2 5Z. 703
Name and Title;&e, .44/7 f fe-m,E T-,,,,Li4 'e4)44,�,
Telephone Number:547 99F9-�� 6,'6) Federal ED. # .19- /53/61Z
1
2525 South Orange Blossom Trail Tel: (407) 298-5940
µ Apopka, Florida 32703 Fax: (407) 298-2227
- INCORPORATED www.stacon.com
stacon@gdi.net
October 19, 2000
City of Ocoee, Finance Department
Attention: Joyce Tolbert, Buyer
150 N Lakeshore Drive
Ocoee, FL 34761-2258
Subject: Invitation to Bid #B01-02
Dear Ms. Tolbert:
Thank you for the opportunity to quote on the above project.
Our bid meets all aspects of the specification, as well as those required in the
addendum, which delineated the control panel standards of the City. A copy of
our Material List is attached to verify the components we intend to furnish. This
bid is for equipment only; installation will be by others. F.O.B. Apopka with freight
allowed to Ocoee, FL, lift station site located at Richmond Street north of SR 50,
or any other location within to City as determined at the time of delivery. Terms
are net thirty days from invoice date.
Sta-Con has elected to furnish the panel with a main circuit breaker of sufficient
size for three 88 HP pumps, but has provided mounting holes and space for
power components (motor circuit breaker and soft start components) for the third
pump, which may be purchased at a later date. It is our concern that these
devices if installed at this time may deteriorate or corrode over an extended time
period if they are not operated on a regular basis.
A telephone dialer is provided per the City's standard. Our standard dialer is the
ANTX DiaLog Elite, but others may be substituted per your request.
In compliance with page 4, para A, the ownership of the corporation is shared by
the immediate family of James E. Gallagher, founder and present CEO of the
company.
Very truly,
Sta-Con, Inc.
ir„-ne; apur/i-•- /eting Manager
sw.eriretitigumer
n.paoa
Ulu :333;
Control Panel Material List 10i18/00
Tel.(407)298-5940
Fax(407)298-2227
TO: City of Ocoee ATTN: Purchasing QUOTE NO.: Q5051 1 PUMP MODEL:
HP: 88 VOLTAGE: 480 PHASE: 3 WIRE: 4 NO PUMPS/MOTORS: TRIPLEX PUMP FLA:
JOB NAME: BID#BO1-02 LIFT STATION#7
ENCLOSURE _BREAKERS a
NEMA 1 AUX CONTACTS(NON STD) FLOAT TEST SWITCH
X NEMA 3R 72X72X16 HOFF X CONTROL X GRD.FAULT RECEPT.
_NEMA 4 —EMERGENCY —GRD.FAULT SYSTEM
NEMA 4X —EXTRA CB SINGLE POLE GRD.MONITOR RELAYS
NEMA 7 FUSIBLE DISCONNECT X HEATER/THERMOSTAT 100W
—
—NEMA 9 GEN RECEPTACLE —INDUSTRIAL RELAYS
—NEMA 12 HANDLES INSULATION
—
—BOX IN BOX X HEAVY DUTY INTRINSIC BARRIER
MCC LIGHTING PANEL _INTRINSIC RELAYS
X MAIN —JUNCTION BOX
X MCP LEVEL GAUGE
X MOTOR X LEVEL LIGHTS
_OTHER MINI CAS
POWER TERMINALS MODULE(1PH)
_ —
MATERIAL —Q FRAME MOISTURE PL
—
ALUMINUM X RECEPTACLE NEMA 4 H-A,SPRING RET.
FIBERGLASS TRANSFORMER X NEMA 4 HOA
X 304 STAINLESS -WALKING BEAM SYSTEM X NEMA 4 LIGHTS
_316 STAINLESS —O&M MANUAL
STEEL —ON/OFF SWITCH
SPECIAL PAINT _CONTROL SYSTEM —OVERLOAD PL
— OVERLOAD RESETS
BUBBLER X PHASE MONITOR
MODIFICATIONS —DIGITAL PUMP CONT. X POWER ON LIGHT
X AIR VENTS W/FAN DUPLEXOR —
PUMP FAIL PL
—
—ALARM CAGE X FLOAT SYSTEM (5) PUSH TO TEST
CAST ALUM.HANDLE/3 PT LATCH PLC X REMOTE ALARM TERM
—
CGB X TRIPLEXOR ^RESETS
—
X DEAD FRONT SCI X RUN LIGHTS
—
X DOOR STOP —SIMPLEXOR —SERVICE ENT.LABEL
X DRIP SHIELD —START/STOP PB'S SUB-MEGS
X LATCH(3 PT) —TRANSDUCER X SURGE ARRESTOR
—LEGS —TRANSDUCER-ADDIT CABLE SURGE CAPACITOR
—PARTITION —ULTRASONIC X THERMAL PL
SKIRTS _ X THERMAL TERMINALS
ST STEEL LEGEND SCREWS _WARRICK CONTROLLER TIME CLOCK
—SUN SHIELD X TIME DELAY RELAYS
WINDOW OPTIONS -TIMER,REPEAT CYCLE
AIR CONDITIONER ®AC/W/TANK `TOGGLE HOA
ACCUMULATOR X TRANS.LIGHTS
—
AIR COMPRESSOR X TRANSFORMER
X ALARM HORN X TRANSFORMER 24 VAC
MOTOR STARTERS X ALARM LIGHT X TROUBLE LIGHTISWITCH
_AMBIENT OVERLOADS X ALARM SILENCE X UL
AUX CONTACTS ALARM TEST —VOLTMETER
X IEC STARTERS BYPASS X ALTERNATOR
—
—NEMA FVNR AMMETER W/CTS OTHER
RVAT X AWG#14 WIRING —
X SOLID STATE —BEARING PL
_SOLID STATE OVERLOADS _BREAKER TRIP PL
—TWO SPEED —COUNTERS
VFD DC ALARM/BAT BACK UP
—
VFD-LINE FUSES X DIALER ANTX 4 CH/ X THIRD PUMP POWER
VFD-LINE REACTORS DIM GLOW LIGHTS COMPONENTS DELETED
_Y-DELTA X ELAPSED TIME METERS X INCLUDES FIVE
ETM SIMULTANEOUS — NON-MERCURY FLOATS
—
Sta-Con Incorporated
Schedule: Weeks: PRICE $22,921
Estimated Production Time from release of order Drawings: TWO-THREE FROM Gene La pure
Shipment: EIGHT 10/18/00
Generally excluded from the above quoted prices are the following:Motors-Internal motor sensing devices-
Mounting hardware-Field disconnects and junctions boxes-remote operator devices-Field installation or wiring-
Any field devices unless explicitly listed
Quotes are valid for 90 days from the date of the quote
Quoted price includes 3 copies of submittal package
Please refer to the above quote number on all inquiries.
Sent By: City of Ocoee; 4076567835; Oct-17-00 9:23AM; Page 2/18
October 17. 2000
ADDENDUM NO. : ONE (1)
CITY OF OCOEE
BID NO. 01-02
PURCHASE OF CONTROL PANEL FOR LIFT STATION 47
This addendum shall modify and become a part of the original Bid Document for the
Purchase of Control Panel fir Lifi Station #7 Rehabilitation. This addendum is a result
of the attached questions from Ski-con, Inc..faxed on October 13, 2000.
The following are responses to the questions from Sta-con, Inc.:
1. The main circuit breaker shall be sized for three(3)88 hp motors.
2. There will be no emergency breaker.
3. There is no generator receptacle.
4. The panel will be float regulated.
5. The enclosure will be outdoors and shall be NEMA 3R stainless steel.
6. Triplex controller, (see the attached standard City specification).
7. There shall be 3 standard alarms: phase monitoring, high water level and lag
pump run
8. H-O-A switches shall be Square D type.
9. There will be a thermal relay only.
10. Misc. Requirements shall be as follows:
duplex receptacles
6 alarm silencing switch
phase monitor
Also included for clarification are the City's specifications.
1
Sent By: City of Ocoee; 4076567835; Oct-17-00 9:24AM; Page 4/16
1J-'6CJYJYJ 11-ul 1 H-LUN 1NL. 407 298 2227 P.01/01
FACSIMILE COMMUNIQUE
FROM: Gene Lapura
STA-CON, INC.
2525 SOUTH ORANGEBLOSSOM TRAIL
APOPKA, FL 32703
PHONE: 407 298 5940 (ext.16)—FAX; 407 298 2227
Date: October 13, 2000
To: City of Ocoee, Finance Depatment
Attn: Joyce Tolbert, Buyer
Subject: Clarification of invitation to Bid#801-02
This communqu,conslrte of__ONE_age.
Dear Ms. Tolbert,
In reviewing the above RFB, we have some concerns as to what the City's minimum
requirements may be to comply to the control panel functions, as related to the system
operation, The specification as presented does not indicate if any of the following is
required:
1. Main Circuit Breaker
2. Emergency Circuit Breaker
3. Generator Receptacle
4. Control Function
a. Float Regulation
b. Bubbler Control
c. PLC Controller
d. Manual Control
e. Ultrasonic Control
f. Pressure Control
5. NEMA Classification of Enclosure (used inside or outside)
6. Automatic Alternating Requirements
7. Alarm Devices
8. H-O-A Switches
9. Thermal & Moisture Relays
10. Miscellaneous Requirements, Duplex Receptacles, Alarm Silencing Switch,
Indicating P/Ls, Telemetry Terminals, Phase Monitor, etc.
The enclosure size specified (72"X72"X14") is not a standard size, please clarify if these
dimensions are correct and if there is any leeway in determining the overall size to meet
the component requirements.
Thank you in advance for addressing these matters.
Gene Lapura
•
TnTc4L P.I11
I .
I15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
I NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#:
/VDT 4 /'ue.41 16"
I
1
Il (Attach additional sheets if necessary)
i
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
`j fully-equipped organization capable, technically and financially, of performing the
(� pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
11 16. SUMMARY OF LITIGATION:
[I Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or
against the respondent in the past five (5) years which is related to the services that the
respondent provides in the regular course of business. The summary shall state the nature
U of the litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
II War- ✓4/,Z /c4e66
11
11
(11
01
II
1 12
POWF
aPncteci Ocoee' 'Nater i ese:irces
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
,4!z f��o./en 4 't 0�-6 A/a Tf'i°6• op 4c//.emu
do•-el a, /J4,0G6.s- ;f3o ST. itlo/,/i09DC6-5: 3'yi!-Ave- FF•
dmi of fr.' "tsaa •/415 5.4o.4741te6.'1. St/ 337/5 •L'hy GtlicC
/7T- -Y 7/.4 -4C//AT—ro dot •35.0r/rAfE f4, az//gua, Zj O - / ✓Mecca
g?a L .C'4e--6s44/A c •/G/c ,moo dTX9/4o vim, erifiler.or76,Ale 7Sz'9- ed,e4cesti
CPrya//9/4o.,49 • f o. /z 9, Apo/fed. ,c 327c'c( -&tt6 E 471,$
11 T77 Maims Cy°,°i f- Z2-5-AJ.cr-(J.3 e/icyf®,s(Y . #4L,rt'1.fo JJ S/ PQJ 70/tpusex
Have you any similar work in progress at this time? Yes fr No . Length of time in
business Ac. ,'Z5.
Bank or other financial references: ���'�` ` ��� L� � ���,`t
(Attach additional sheets if necessary)
I
I
II
Pow 13
Protect Ocoee'ss Water Resources
r •
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
•
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONS/BID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
5T--G67.1), ,/mac. c/o? ZAP 5-9
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
4 O7 Z-9FZ2z7
FAX(INCLUDE AREA CODE
C E(Ne. — kQ
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
AUTHORIZED SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
NAME/TITLE(PLEASE PRINT)
SADDRESS
ri,oPen, f Z
CITY STATE ZIP
FEDERAL ID# :� 1 `t y= l 1, �-.
Individual X Corporation Partnership Other(Specify)
Sworn to and subscribed before me this I day of 0r 4Z O; ,20£(3 .
Personally Known Ia or
Produced Identification
Notary Public- State of FICI
(Type of Identification) County of OCQ nc,
° .kaeCk
Signature of Notary Public
H.LEN:s1 M.aLPSEWITZ -+ca
Prince j}t$ykiti-dclYp.°;0,:`e s
com end ame otIN6W9Fablic
t F,,s,,o,;n Known (I oiha-i.D.
POW 14
Protect O oee 5 Watai RcMrces
SPECIFICATIONS/BID SHEET
BO1-02, PURCHASE OF CONTROL PANEL FOR LIFT STATION#7
Purchase of a 3-phase, 480 volt, Triplex 88 Hp capability (2 existing and 1 future pump) control
panel with surge protection, Soft Starts and Bypass Contactors. The enclosure shall be
72"x72"x14" stainless steel and include a thermostat with fan control.
The bid price shall include the delivery to Lift Station#7, by arrangement only and a one(1) year
manufacturer's warranty.
Total Lump Sum Bid: $ 2.2, q 2 /_ . o-o
raisrititY.7 c17 TilevSAA/? iUMJE Dollars and /tJo Cents
Delivery: within 64 calendar days from the issuance of City Purchase Order.
PO 15
Protect Gcoee's%lei Resources ."'
SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SPECIFICATIONSBID
SHEET"ARE ACCURATE AND WITHOUT COLLUSION.
Southern Technologies, Inc. 407-339-1882
COMPANY NAME TELEPHONE(INCLUDE AREA CODE)
407-834-0250
FAX(INCLUDE AREA CODE)
RogerH@southerntechnologies.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
AUT 0 D SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Ro er H an, President
NAME/TITLE (PLEASE PRINT)
790 Big Tree Drive
STREET ADDRESS
Longwood, Fl 32750
CITY STATE ZIP
FEDERAL ID# 59-1721100
Individual X Corporation Partnership Other(Specify)
Sworn to and subscribed before me this /� `day of 66/MQ/1- , 20 no.
Personally Known or
Produced Identification X
Attie/IA.. (V-i') /
/-/l5d- "' T'" r�� Notary Public tate of _.�eu0�,
(Type of Identification) County of Ae/rift
/71/2. e/Y
S Notary Public,Slla�e o t-ionda
Iry comm. exp.May 11, 2003
PrintaP,rfflre r���7r
commissioned name of Notary Public
�' r; 14
15. LIST OF SUBCONTRACTORS:
SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY
NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE #:
NONE
(Attach additional sheets if necessary)
The respondent certifies that the respondent has investigated each
subcontractor/temporary worker agency listed and has received and has in the
respondent's files evidence that each subcontractor/temporary worker agency maintains a
fully-equipped organization capable, technically and financially, of performing the
pertinent work and that the subcontractor/temporary agency has done similar work in a
satisfactory manner.
16. SUMMARY OF LITIGATION:
Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against
the respondent in the past five (5) years which is related to the services that the respondent
provides in the regular course of business. The summary shall state the nature of the
litigation, claim, or contact dispute, a brief description of the case, the outcome or
projected outcome, and the monetary amounts involved. If none, please so state.
None
�. y 12
• _
.P.
17. REFERENCES/EXPERIENCE OF RESPONDENT WITH
SIMILAR WORK
The Respondent. shall complete the following blanks regarding experience with similar
type of work. Respondent must demonstrate ability to perform services of similar
complexity, nature, and size of this project within past three years.
DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS
(INCLUDE CONTACT):
See attached list
•
Have you any similar work in progress at this time? Yes . No . Length of time in
business 23 years
Bank or other financial references:
Regions Bank, PO Box 6060, Longwood, Fl 32750
Contact Beverly 407-695-0425'
(Attach additional sheets if necessary) •
•
POINT! 13
SPECIFICATIONS/BID SHEET
B01-02, PURCHASE OF CONTROL PANEL FOR LIFT STATION #7
Purchase of a 3-phase, 480 volt, Triplex 88 Hp capability (2 existing and 1 future pump) control
panel with surge protection, Soft Starts and Bypass Contactors. The enclosure shall be
72"x72"x14" stainless steel and include a thermostat with fan control.
The bid price shall include the delivery to Lift Station #7, by arrangement only and a one (1) year
manufacturer's warranty.
Total Lump Sum Bid: $ • $36,860. 00
Thirty—six thousand eight himar s;xry--Dollars and no Cents
Delivery: within 90 calendar days from the issuance of City Purchase Order.
Past Performance
• Contracting Agency
Department of the Army
St. Louis District Corps of Engineers
St. Louis, Missouri
• Original Contract Amount
$ 268,380.00
• Contract Number
DACW43-98-C-0426
• Date of award
1998
• Location
Install Pump Station Automation at Carlyle Lake, Carlyle, Illinois
• Contact
Jay Fowler
Tel: 314-899-2600
Corps of Engineers
801 Lake Road
Carlyle, IL 62231
• Description
The work provided for includes furnishing all plant, labor, materials, and equipment required
for the removal and disposal of the existing lubricators and the installation of new automatic
lubrication systems for each pump in the Saddle No. 2 Pump Station, and the Keysport Levee
Pump Station; removal and disposal of existing ventilation equipment and the installation of
new ventilation systems at each location; construct power and control systems including
removal of existing switchgear, installation of new service entrance, furnish and install new
motor control center, furnish and install 120VAC panelboard, Connect new equipment to
existing grounding system, furnish and install lightning protection system,provide electrical
power and control connections to each of the three new automatic lubricators, fabrication and
installation of the ventilation control system including connection to roof ventilators and two
electric actuated louvers, Installation of control systems and programming of PLC for each
pump site; start-up calibration and testing.
Past Performance
• Contracting Agency
Department of the Army
St. Louis District Corps of Engineers
St. Louis, Missouri
• Original Contract Amount
$ 338,954.00
• Contract Number
DACA43-99-C-0424
• Date of Award
June 1999
• Location
Boulder Sewage Treatment Plant Replacement
Carlyle Lake, Kaskaskia River
Clinton County, Illinois
• Contact
Jay Fowler
Tel: 314-899-2600
• Description
The work consists of removing the existing sewage treatment plant and constructing a new
sewage treatment plant at the boulder recreation area at Carlyle Lake. The work includes
demolition, earthwork, sewage treatment system, bituminous concrete paving, chain link
fence, establishment of turf, concrete,pre-engineered metal building, plumbing, and
electrical work and equipment. Contractor shall furnish and install a complete automatic
extended aeration type sewage treatment plant with all necessary equipment for efficient
operation. The system shall be comprised of an aerated equalization basin, aerobic sludge
digestor, aeration tanks, clarifiers, chlorine contact tanks, gravity teritiary filters,
dechlorination, and sludge drying bed.
Past Performance
* Contracting Agency
Winthrop Univeristy
307 Tillman Hall
Rock Hill, SC 29733
* Original Contract Amount
$25 . 700 . 00
* Contract Number
* PO P100298
Date of Award
7/24/00
* Location
Facilities Management
Winthrop University
10 Water Street
Rock Hill , SC 29732
* Contact
Teresia C . Sexton
803 -323 -2143
* Description
Provide labor, materials and equipment to install new
flame safe guard system for existing 3 burner #2
boiler.