Loading...
VII(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.