HomeMy WebLinkAbout140-84 RESOLUTION•
c
RFSOL[TPION No, 140-84
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH OLSON CONSTRUCTION
COMPANY. FOR IMPROVEMENTS TO THE CITY'S WASTEWATER
TREATMENT PLANT.
BE IT RESOLVED BY THE BOARD OF DIRECRORS OF THE CITY OF FA LLE,
ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby authorized
and directed to execute a contract with Olson Construction Company
for improvements to the City's Wastewater Treatment Plant at a total
contract price of $21,232,000.00. A copy of the contract authorized
for execution hereby is attached hereto marked Exhibit "A" and made
a part hereof.
Section 2. This resolution shall be effective upon approval
of the aforesaid contract by the Arkansas Department of Pollution
Control and Ecology.
PASSED AND APPROVED this 4th day of December , 1984.
APPROVED:
BY: \ . G�G�G"v
Mayor
\14���
�.,'1i
l\ • le
n.��y., ~'Y `p .Clerkmil 444 No.'
•
•
•
e
•
•
5
•
167
CONTRACT
THIS AGREEMENT, made and entered into on the AT. day of Dateenere
19,0, by and between
Olson Construction Company
herein called the Contractor. and the City of Fayetteville, Arkansas.
herein called the Owner:
WITNESSETH:
That the Contractor, for the consideration hereinafter fully set out,
hereby agrees with the Owner as follows:
1.
That the Contractor shall furnish all the materials, and perform
all of the work in manner and form as provided by the following
enumerated Drawings, Specifications, and Documents, which are
attached hereto and made a part hereof, as if fully contained
here:
Invitation to Bid; Instructions to Bidders; General Conditions;
Supplementary Conditions; Specifications; the Proposal and
acceptance thereof; Summary of Work and Schedule and Sequence of
Operations; and the Drawings.
Wastewater Treatment Plant Improvements Contract A
2. That the Contractor shall commence the work to be performed under
this Agreement on a date to be specified in a written order of
the Owner and shall fully complete all work hereunder within
consecutive calendar days from said date.
NG17335.A1 Contract
the Owner hereby agrees to pay to the Contractor for the
ful performance of this Agreement, subject to additions and
ns as provided in the Specifications or Proposal, in
e13i8ilmoney of the United States, the amount of:
Y�pJE MILLION, TWO HUNDRED THIRTY-TWO THOUSAND AND NO 100
'-------------------------------............ ...................
.�.- .......................
to ..
--------------------,--:.----.Do11ars ($
21;232,000.00
:$ea on the Lump Sum Price contained herein.
That on or before the 15th day of each calendar month, the Second
If 8ydulyshall
certifiedrandlapprovedsto the estimateContractor
basis
work performed
the preceding calendar month by the Contractor, LESS the
retainage provided in the General Conditions, which is to be
wihelby the Owner until all work within a articular part has
P
withheld
strictly in accordance with this Agreement and
until such work has.been accepted by the Owner.
That upon submission by the Contractor of evidence satisfactory
to the Owner that all payrolls, material bills, and other costs
incurred by the Contractor in connection with the construction of
the work have been paid in full, final payment on account of this
Agreement shall be made within 60 days after the completion by
the Contractor of all work covered by this Agreement and the
acceptance of such work by the Owner.
In the event that the Contractor shall fail to complete the work
within the time limit or the extended time limit agreed upon, as
more particularly set forth in the Contract Documents, liquidated
damages shall be paid' at the rates designated in the Proposal,
plus any monies paid by the Owner to the Engineer for additional
engineering and inspection services associated with such delays.
▪ It is further mutually agreed between the parties here▪ to that if,
at any time after the execution of this Agreement and the Surety
Bond hereto attached for its faithful performance and payment,
the Owner shall deem the Surety or Sureties upon such bond to be
unsatisfactory or if, for any reason such bond ceases to be
adequate to cover the performance of the work, the Contractor
shall, at its expense, within 5 days after the receipt of notice
from the Owner, furnish an additional bond or bonds in such form
and amount and with such Surety or Sureties as shall be
satisfactory to the Owner. In such event, no further payment to
the Contractor shall be deemed to be due under this Agreement
until such new or additional security for the faithful_..
performance of the work shall be furnished in manner and form
satisfactory to the Owner.
MG17335.A1 Contract
2
•
No additional work or extras shall be done unless the same shall
be duly authorized by appropriate action by the Owner in writing.
EN WITNESS WHEREOF, the parties hereto have,n thendne and date first above wri�tcounterparts, each of which
ax; e
'?r*shall, without proof or accounting for the other counterpart be
deemed an original Contract.
executed this
Agreement
WITNESSES:
•
ATTEST:
App ave(f
as to
o>4/
tforney for Owner
MG17335.a1
3
Olson Construction Company
Contractor
.1.,.a.--
********* ,& 4,4
Title
CITY OF FAYETTEVILLE
**eft. //,-
Title
CGntratt
•
SUPPLEMENT 1O CONTRACT
This SUPPLEMENT 1n CONTRACT made and entered into on the
s,•a�' day of QrcE,n[3F-� , 1984, by and between Olson
&Erection Company, herein called the "Contractor", and the City
: iyetteville, Arkansas, herein called the "Owner".
ggE S, on this date the Owner and the Contractor are executing
„tract "A" for improvements to the Owner's wastewater treatment
lent which contract is incorporated herein by reference thereto;
and
wgRFAS, the Contractor and the Owner desire to supplement said
• tract.
NOW, THEREFORE, the Contractor and the Owner hereby mutually
w rse as follows:
1. That 13 of the aforesaid contract is hereby supplemented
ty adding the following:
. The Owner's obligation to pay the Contractor the amount
of $21,232,000 shall be payable solely from the Owner's
sewer improvement construction fund which fund shall consist
of only (1) federal grant funds received by the Omer under
the Clean Water Act for EPA Project No. C-050366-11, and
(2) proceeds from the Owner's sale of sewer improvement
bonds.
IN WITNESS WHEREOF, the Contractor and the Owner have executed
this Supplement to Contract on the date first above written in nine
(9) counterparts, each of which shall, without proof or accounting
for the other counterpart be deemed an original supplement to contract.
OLSON CONSTRUCTION COMPANY
By:A.l�!/!4
Title: /k,,, f
WITNESS:
CITY 0 AYETTEVI .-•: ARKANSAS
BY: eedziet,
/fl
Mayor
y Clerk
APPROVED AS TO FORM:
r
a.
or Owner
•
•
CONTRACT MODIFICATION (Change Order)
Contract Modification No.. 4
Owner:
Project Name:
Contractor:
Fayetteville, Arkansas
Wastewater Treatment Plant Improvements
Olson Construction Company
Cris 62 -o//
Rai Po -8•
DATE: 7/2/85
Project No. MG18766.A2
The following modifications to the contract are hereby ordered: (Use additional pages if
required)
Add a Jones Belt Filter Press with new conveyor belt in conformance wltb the plans and
specifications contained in the request for proposals dated April 1985
proposal from Olson Construction Company dated July 1, 1985.
as modified by the
This contract modification constitutes full and mutual accord and satisfaction
for all time and all costs related to this change. By acceptance of this contract
modification, the contractor hereby agrees that the modification represents an equitable
adjustment to the contract, and further, agrees to waive all right to file any further claims
or changes arising out of or as a result of this change, or the accumulation of changes on this
Contract.
Contract Amount:
Contract Duration/Completion Date:
Belt Filter Press
Administration Bldg
Phase ISII
Phase III
*From receipt of written order
APPROVED:
FAYETTEVILLE
P.O. Drawer F
Fayetteville, Arkansas 72701
By
Date:
jd/MGDS/011
Original Previous
Contract Changes
521,232,000 ($130,816)
365 days
1/1/1987
9/1/1987
OLSON CONSTRUCTION CO.
3300 Rock
Irving,
and Road
Date:
This
Change
Revised
Contract
$286,200 521,387,384
*14 Weeks *14 Weeks
CH2M HILL
2657 Fai
Montgom
By: Algvne
Date: 7�6"M S
Fane Drive
ry, AL 36
FAYETTEVILLE, ARKANSAS
P. 0. DRAWER F
OFFICE OF CITY MANAGER
72702
May 31, 1985
FEP - 104
Mr. Myron Knudson, P.E.
Director, Water Management Division
EPA Region VI
1201 Elm Street
Interfirst Two Building
Dallas, Texas 75270
Re: 4th Quarterly Progress Report
Fayetteville, Arkansas
Docket No. VI -83-756
Dear Mr. Knudson:
•
(501) 621.7700
Per the requirements of paragraph C, page 3 of the above referenced
administrative order, this letter serves as Quarterly Progress Report
No. 6. The following has been completed during the months of March,
April, and May, 1985:
1) Olson Construction Company has continued mobilization
efforts, including construction of haul and access roads,
preparation of spoil areas, and construction of a flood
protection dike.
2) The Contractor has completed a laydown yard and storage
building and is continuing to receive and store materials.
3) The Contractor is continuing earthmoving operations in the
effluent storage reservoir area and has completed
approximately 16% of the required excavation. The slurry
trench subcontractor is currently scheduled to mobilize
early in June to start construction of the slurry trench
around the perimeter of the effluent storage reservoir.
4) Excavation for the primary influent pump station and the
chlorine contact tank has been completed. The Contractor is
continuing subgrade backfill and compaction in these areas in
preparation for the first concrete pours expected next month.
al ME.
(2)
5) The Contractor is continuing to place and compact fill
material at the site for the new treatment plant.
Approximately 20% of the required fill for this area has
been completed. The fill for the new administration building
is receiving first priority and concrete pours for the
building foundation are also planned next month.
6) The Notice to Proceed on Phase 2 of Contract A was
received by Olson Construction Company on 'May 12, 1985.
7) Change Order No. 1 incorporating the Phase 1 and Phase 2
Grant Amendments has been processed. Change Order No. 2 for
deleting mechanical seals on several pumps for a deduct of
$ 69,447 has also been processed.
8) The first study period for the Pilot Plant has been
completed and the first interim report was issued on May 15,
1985. On March 5, the Pilot Plant was switched to the
A20 mode of operation. During March, effluent nitrogen
averaged .3 mg/1 and effluent phosphorus averaged .5 mg/1.
The first study period ended April 15, and for the first
half of the month, effluent nitrogen averaged .2 mg/1 and
effluent phosphorus averaged .71 mg/1.
In summary, construction activities are now underway in several
areas, and although progress to date has been somewhat slow, a
significant improvement is anticipated during the next report
period along with improving weather conditions. We will continue
to work towards attainment of our final effluent limitations at
the earliest possible date.
BF/skb
c.c. Dennis Sandretto
Vernon Rowe
Don Bunn
Logbook
File 3430
Very truly yours,
Donald . Grim
City Manager
fot- 016
r
.NOA
FAYETTEVILLE, ARKANSAS
OFFICE OF CITY CLERK
113 W. MOUNTAIN STREET 72701
CERTIFICATE
(501) 521-7700
Attached is a copy of the Payment Bond furnished by Olson Construction
Company for construction of the City of Fayetteville's Wastewater
Treatment Plant.
F E MLLE CITYC RK
ACKNOWLEDGEMENT
State of Arkansas )
)SS
County of Washington)
Subscribed and sworn to before me, on this;g5 day of June,
1986.
My Commission Expires:
f-7 99
�iY/�I-fJ
ARY PUBLIC
a
DC0169
STATE OF ARKANSAS
Bond No. ...
Amount : $ oDd�
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS,.that we,
Olson Construction Company
as Principal and Contractor, and
UNITED STATES FIDELITY AND GUARANTY COMPANY
hereinafter called Surety, are held and firmly bound unto the
City of Fayetteville, Fayetteville, Arkansas and represented by its
Purchasing Agent, hereinafter called Owner, in the sum of TWENTY.rONE...
MILLION, TWO HUNDRED THIRTY-TWO THOUSAND AND NO/100
...... .... .. .Dollars 232:000.00 )
lawful money of the United States of America, for the payment of
which well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and
severally,. by these presents; the said sum being 100 percent of the
amount of the Contract.
WHEREAS, the above named Principal has entered into a Contract with
the above Owner, dated this day of 4 19..., to
furnish at his own cost, charges, and expense all the necessary
materials, equipment, and/or labor in strict and express accordance
with said Contract and the Plans, Drawings, and Specifications
prepared -by the Owner's Consulting Engineers, CH2M HILL, all of which
is made a part of said Contract by certain terms and conditions in
said Contract more particularly mentioned, which Contract, consisting
of the various Contract Documents specifically mentioned herein and
relative thereto, is made a part of this Bond as fully and completely
as if said Contract Documents were set forth herein;
NOW THEREFORE, the conditions of this obligation are such that if the
above bounden Principal shall in all respects comply with the terms
and conditions of said Contract and his obligation thereunder,
including the Contract Documents (which include the Plans, Drawings,
Specifications, and conditions as prepared by said Consulting
Engineers, Invitation to Bid, Instructions to Bidders, the
Contractor's bid as accepted by the above Owner, the Bid and Contract
Performance and Payment Bonds, and all Addenda, if any, issued prior
to the opening of bids), and further that if said Principal shall
promptly make payments to all persons supplying materials, equipment,
M17335.A1 Payment Bond
1
v
and/or labor used directly or indirectly by said Contractor or
subcontractors in the prosecution of the work provided for in -said
contract in accordance with Arkansas Statutes, and further, that if
said Principal shall abide by and be governed by the conditions of
said Arkansas Statutes providing that the whole amount due -under said
contract shall not be paid until said work shall have been inspected
and accepted by the City of Fayetteville; and further, if the
retainage'provided in the General Conditions shall remain unpaid
:ntil such final inspection and acceptance of the work by the Owner;
and further, that if said Principal shall promptly repay the Owner
any sum.which,it may be compelled to pay because of any claim for
tabor or material furnished for the work expressed in said Contract,
:yen this obligation --shall be void; otherwise, to remain in full
force and effect for the term of said Contract, including any and all
;uarantee,periods,as-specifically mentioned in.said Contract
documents;
by
A'o, the said Surety for value received, hereby stipulates and agrees
that no change involving any extension of time, or addition to the
terms of the Contract or to the work to be performed, or materials to
De furnished -thereunder, -or in the Plans, Drawings, and -
Specifications accompanying the said Contract shall affect said
obligation -of -said -Surety on this Bond, and the said Surety does
tereby waive notice of any such changes, extension of time,
alterations; -.or additions of the terms of the Contract, or to the
vork, or to the Drawings and Specifications. Claimant shall give
written notice to.the Contractor and to the Surety as required by
srkansas Statutes. Any actions against the Contractor or the Surety
stall-,be,brought'within the time -.specified by. Arkansas:Statutes.
M17335.A1 Payment Bond
2
bay
1
se-
t
IN WITNESS. WHEREOF, said Olson Construction Co.Rany •.. .... .
as Principal and Contractor hereunder, has caused these presents to
be signed°.in-.. nine (9,,_,,,.).original counterparts in
hIk:hame41 and:, witnessed by, two anteng,tani, Rk� .rri.bing -witnesses
and the said . Ut{IjEO I.T. r.
as
Surety::has`.:taused:,these_ presents i_to: be_s.igned. in
original- counterparts. in its name by
its f:.r.Jj .%W-,4' �"X.. i r ; .:... _ under: _its corporate: seal, this
Zar day. of + ?!LJ .,.,.:-
signed, •sealed and. delivered in. Olson Construction Company
presence f Principal Contractor
As to Principal
HEftfit
Title
UNI.TEO SI/TEs: �T:i fi ' GUANArY. COMPANY
Suretf •
...Attorney -in -Fact 'j
(Power -of -Attorney to be attached)
iL44 h 4� GC•K " 4(1-01-4------ By•yl ����� .J<.::� _ =
As t Su ety , ReslQent Agent LcJ- //'^fmn 7 ; � f es,...
NOTE: The SURETY named on this bond shall be one who is licensed to "nee -1-,---s
conduct business in the state where the project is located, and named
in the current list of Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring
Companies, as published in Circular 570 (amended) by the Audit Staff
Bureau of Accounts, U.S. Treasury Department. All bonds signed by an
agent must be accompanied by a certified copy of the authority to act
for the SURETY at the time of the signing of this bond.
M17335.A1 Payment Bond
3
A
•
W. D. GRAUE, INC.
DALLAS • HOUSTON • BATON ROUGE • KANSAS CITY
SAN ANTONIO • DENVER
June 12, 1986
REPRESENTING MANUFACTURERS OF
MUNICIPAL AND INDUSTRIAL
PROCESS AND CONTROL EQUIPMENT
PLEASE REPLY TO:
6301 GASTON, SUITE 610
DALLAS, TEXAS 75214
OR
P.O. BOX 141168
DALLAS, TEXAS 75214
PHONE: 214/827-7481
APPLICATION FOR CERTIFIED COPY OF PAYMENT BOND
PROJECT: Fayetteville, Arkansas WWTP Improvements
Contract A, Project #MG17355.A1
EPA No. C-050366-11
LOCATION: Box 106A, Route 5, Fox Hunter Road
Fayetteville, Arkansas 72701
PRIME CONTRACTOR: Olson Construction Co.
Irving, Texas
TO: Ms. Suzanne Kennedy, City Clerk
City of Fayetteville
113 W. Mountain St•
Fayetteville, AR 72701
Werhereby make application for a certified copy of the Payment
Bond furnished by the above Contractor on the above Project for
the following reason:
This company has entered into a contract to furnish
specially fabricated material on the above project.
We enclose herewith an affidavit, properly executed.
For your_convenience, we also enclose.a self-addressed, stamped
envelope which may be used for mailing the copy of the Payment
Bond to us.
WDG/js
Att:
•
Very truly yours,
'GRADE. INC.
951111Z10 --
William aD. ` Graue
Page 2
Ms. Suzanne Kennedy
June 12, 1986
AFFIDAVIT
STATE OF TEXAS
COUNTY OF DALLAS
W.D. Graue, Inc., by and through William D. Graue its duly
authorized Agent, hereby makes known that said Corporation
has entered into a Contract with Olson Construction Co. and
has furnished specially fabricated material (e.g. Lobe Pumps,
DPS Primary & Secondary Scum Pumps) used in the construction
of the following Project:
Fayetteville, Arkansas WWTP Improvements
Contract A, Project #MG17355.A1
EPA No. C-050366-11
Fayetteville, Arkansas
and that payment therefor has not been received.
W.D. Graue, Inc.
William D. Graue
President and General Counsel
STATE OF TEXAS
COUNTY OF DALLAS
BEFORE ME, the undersigned authority, on this day personally
appeared William D. Graue , to me known, who stated that he
is President and agent of W.D. Graue, Inc. and that as such
President he is authorized to execute the foregoing affidavit,
and that he has read the same, and that the facts therein are
true and correct.
W.D. Graue, Inc.
/4/
William D. Graue
President and General Counsel
SUBSCRIBED AND SWORN TO BEFORE ME, on this the 12th day of June
1986
Notary Public in and for Dallas
County, Texas, My commission expires
April 9, 1989. 441v/A- WO/crN
1
,
i
i
CONTRACTOR: Olson Construction Company
FAYETTEVILLE WASTEWATER
MANAGEMENT SYSTEM
WASTEWATER TREATMENT
PLANT IMPROVEMENTS
CONTRACT A
VOLUME 1 Specifications
FRONT DOCUMENTS THROUGH DIVISION 10
For
City of Fayetteville,
Arkansas
For information regarding this project, contact:
John Lannon , P.E.
Gainesville, Florida
•, 904/377-2442
September 1984
CH2M HILL No. MG17335.A1
EPA No. C-050366-11
CH2M
CCHILL
PREPARED BY:
CH2M HILL AND
McCLELLAND
CONSULTING
ENGINEERS, INC.
kYA:t
•
•
Engineers
Planners
Economists
Scientists
November 30, 1984
MG18515.A2
Mr. Robert Franzmeier
Project Coordinator
City of Fayetteville
P.O. Drawer F
113 West Mountain
Fayetteville, Arkansas 72702
Dear Bob:
•
•
Subject: Recommendation of Award of Contract A --Wastewater
Treatment Plant Improvements
We have completed our review of the bid proposals received
on November 20, 1984, for the ccnstruction of the Wastewater
Treatment Plant Improvements, Contract A. Four bids were
received for Contract A. The certified base bid tabulations
are attached for your review.
The alternate equipment identified by Olson Construction
Company has been evaluated and is summarized in Tables 1 and
2. The recommended subbid items, shown in Table 1, are
valued at $63,000. The items not recommended are shown in
Table 2.
Olson Construction Company submitted a base bid amount of
$21,295,000. Adjusting their base bid for the recommended
subbid items, the actual bid amount is $21,232,000
($21,295,000 — $63,000). Olson. Construction Company was the
lowest bidder.
We have reviewed the references of Olson Construction
Company and have found they have performed similar work over
the last few years and they appear qualified to construct
the new.facilities.
It is recommended that Olson Construction Company be awarded
Contract A for the amount of $21,232,000. This award should
be contingent upon the APCE approving the payment schedule
and award package to be submitted the next few weeks to the
APCE.
CH2M HILL INC.
Gainesville Office 7201 N.W. 11Th Place, P.O. Box 1647, Goinesviee Florida 32602 904.377.2442
EasyLink 62508220
Telex 756070
•
Mr. Robert Franzmeier
Page 2
November 30, 1984
MG18515.A2
If you have any questions, please contact me.
Sipcerly,
John M. Lannon, P.E.
ab/gnCR2/15
Attachments
xc: C. Thompson/MGM/att
V. Rowe/MCC/att
T. Ivy/APCE/att
•
•
•
BID TABULATION
aF� FAYETTEVILLE WASTEWATER MANAGEMENT SYSTEM
WASTEWATER TREATMENT PLANT IMPROVEMENTS
• CONTRACT A
•
1
•
BID DATE: NOVEMBER 20, 1984 - 1:30 P.M., LOCAL TIME
PROJECT NO. MG17335.A1;
EPA NO. C-050366-11 DATED SEPTEMBER 1984
BIDDERS - LUMP SUM BASE BID* RANKING
Blount Construction
Montgomery, AL.36116
$24,295,000 3
•
Brinderson Corporation 21,875,000 2
Irvine, 'CA 92714
Olson Construction Co.
Irving, TX 75060
21,295,000 1
Carothers Construction, Inc.
Water Valley, MS 38965
25,972,375 4
*The subbid items listed in the Bidder's Proposal had no
impact.on the ranking of the bidders.
gnCR2/15c
•
•
APPROVED BY: / 1 � Yf62---
ohn M. Lannon, P.E.
DATE: November 30, 1984
•
•
•
•
•
Table -1
OLSON CONSTRUCTION COMPANY APPROVED SUBBID ITEMS
Specification
Number Title Ecuipment Deduct Value
11037-1 Vertical.Turbine Bj+ron Jackson Models
Pumps 181CCE and 16GL $63,000
11047-1 Lobe Pumps Tuthill Model 600 $11,000
11373 Digestion Centrifugal --Lamson Model $37,000
Blowers 1406-0-0-0-4-2AD
TOTAL VALUE OF APPROVED SUBBIDS $63,000
1. The acceptance of these items is contingent upon the Contractor
meeting the items in the Proposal, which states all additional
construction costs are included in his bid price. The recommended
items are not approved.until all submittal procedures are followed
and the equipment is accepted via the shop drawing review process.
gnCR2/15a
•
Table 2
OLSON CONSTRUCTION COMPANY NOT RECOMMENDED SUBBID ITEMS
Section 11020-1, Raw Sewage Pumps --$35,000
A Flygt submersible dry pit pump was submitted as an
alternate item. The pump submittal requires more horsepower
than the specified pump. The Flygt motors submitted do not
meet the efficiency requirements specified. Also., the Flygt
pumps are not..a direct dry pit type .pump as was specified.
Sections 11221 and 11340, Primary Clarifiers and Secondary
Clarifiers --$28,000 and $11,000
WestTech clarifier mechanisms were submitted. as subbid
items. The overall workshop and quality of WestTech in our
opinion, is not equal to Don -Oliver clarifier which was
identified as the base bid item. The weir and baffles for
the clarifiers were not identified. Detailed drawings and
submittal information were not submitted with the bid so a
detailed review of the equipment could be done.. •
Section 11234, Chlorination Equipment --$30,000
The subbid item listed for this equipment was Durkin.
Durkin is an Instrumentation and Control Subcontractor/
Supplier, not an equipment manufacturer. A Fischer Porter
catalog brochure was submitted with a Durkin brochure. It
is not possible to evaluate the system with just brochures.
The specification calls for a complete chlorination/
sulfonation system. The submittal did not identify any
sulfonation equipment or system requirements. The.subbid
item could not be evaluated because of a lack of information
and it was not bid to the specification which called for a
complete chlorination/sulfonation system.
Section 11379, Aeration Eauipment--$6,000
A Douglas diffuser was submitted as a subbid item.
Sufficient information was not submitted to verify the
performance of the equipment (i.e., oxygen transfer tests,
etc.). The diffuser is a new product for Douglas and has
not been used in an application as large as Fayetteville.
It is not an equivalent to a Sanitaire system, in our
opinion.
Section 11490, Engine Generator --$12,000
•
An 1800 rpm Cummins natural gas generator was submitted as
the subbid item. The specification called .for a 1200 rpm
machine which is a heavier duty type machine. The 1800 rpm
machine is not equal to a 1200 rpm machine and is not the
intent of the specification.
gnCR2/15b