HomeMy WebLinkAbout1392 MJM Electric Co.Ow , s.
� ��� sl
R
— 1 8 77 =
0 C)vA(r.
PURCHASING DEPARTMENT
0�0
TRANSMITTAL MEMORANDUM t12,0—FffPCe-J ��m..�a
TO: City Clerk/ City Manager
RE: MJM Electric Co Work Order No. 201 i.01 $79,436.31
The item(s) noted below is/are attached and
Development Order
Final Plat (original mylars)
Letter of Credit
Maintenance Bond
Ordinance
Performance Bond
Resolution
Once completed, please:
Return original
Return copy
D
Special Instructions:
For executed signatures on both parties.
to your office for the following action(s):
mayor s sj nature
Recording ��
Rendering �/
Safe keeping (Vault)
City Manager Signature
City Clerk Signature
Please a 'se if yoAave any questions regarding the above.
From
Thank you
Date
TADept Clerk Transmittal Memo - 2009.doc
V" (i "t
Svc U`1 �1
DATE: 03/22/11
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.688.5021
VENDOR NO.: 11663
TO:
MJM ELECTRIC, INC
3225 E 4TH AVE
TAMPA, FL 33605
PURCHASE ORDER
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 85801 2621681 C - 8
PO NUMBER 032405
CHANGE #: 1
DATE CHG: 04/14/11
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD. FL 32772
SHIP TO:
CITY OF SANFORD
1201 W. SEMINOLE BL
SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
NET /30
62666
ACCOUNT NO.: 480 -4531- 536.64 -00 PROJECT NO.: PG0902
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
UNIT OF
ITEM NO.
DESCRIPTION
QUANTITY
ISSUE
UNIT COST
EXTENDED COST
*
* CHANGE ORDER
*
*** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
1
PROVIDE AND INSTALL 2 ALLEN
47087.00
NA
1.00
47087.00
BRADLEY 22C- D260A103
PF400, 200 HP VFD'S FOR 2 NWRF
RECLAIMED WATER
DISTRIBUTION PUMPS AND 1 ALLEN
BRADLEY 22C -D208
103 , PF400, 150 HP VFD FOR 1
RECLAIMED WATER BOOS
TER STATION
2
SUPPLY AND INSTALL 1 ADDITIONAL
32349.31
NA
1.00
32349.31
ALLEN BRADLEY 22C
D260A103, PF400, 200 HP VFD FOR A
NWRF RECLAIM
WATER DISTRIBUTION PUMP AND 1
ADDITIONAL ALLEN BRA
DLEY 22C D208A103, PF 400 125 HP
VFD FOR 1 RECLAIM
WATER BOOSTER STATION BUMP
SUB
TOTAL
79436.31
TOT
IL
79436.31
APPROVED BY: APPROVED BY: _`��
PURCHASING AGENT CITY MAN R
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASE/TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
DATE: 03/22/11 PURCHASE ORDER
PO NUMBER 032405
PURCHASING OFFICE: 407.688.5030
ACCOUNTS PAYABLE: 407.688.5020
FACSIMILE: 407.6 88.5021
VENDOR NO.: 11663
TO:
MJM ELECTRIC, INC
3225 E 4TH AVE
TAMPA, FL 33605
SUBMIT INVOICES TO: ACCOUNTS PAYABLE
FINANCE DEPT.
P.O. BOX 1788
SANFORD, FL 32772
SHIP TO:
CITY OF SANFORD
1201 W. SEMINOLE BL
SANFORD, FL 32771
DELIVER BY
TERMS
F.O.B. DESTINATION
BID OR QUOTATION NO.
REQUISITION NO.
UNLESS OTHERWISE INDICATED
09/30/11
NET /30
62666
ACCOUNT NO.: 480- 4531 - 536.64 -00 PROJECT NO.: PG0902
NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD
ITEM NO.
DESCRIPTION
QUANTITY
UNIT OF
ISSUE
UNIT COST
EXTENDED COST
1
PROVIDE AND INSTALL 2 ALLEN
47087.00
NA
1.00
47087.00
BRADLEY 22C- D260A103
PF400, 200 HP VFD'S FOR 2 NWRF
RECLAIMED WATER
DISTRIBUTION PUMPS AND 1 ALLEN
BRADLEY 22C -D208
103 , PF400, 150 HP VFD FOR 1
RECLAIMED WATER BOOS
TER STATION
2
SUPPLY AND INSTALL 1 ADDITIONAL
29883.00
NA
1.00
29883.00
ALLEN BRADLEY 22C
D260A103, PF400, 200 HP VFD FOR A
NWRF RECLAIM
WATER DISTRIBUTION PUMP AND 1
ADDITIONAL ALLEN BRA
DLEY 22C D208A103, PF 400 125 HP
VFD FOR 1 RECLAIM
WATER BOOSTER STATION BUMP
SUB
TOTAL
76970.00
TOT
76970.00
APPROVED BY:
PURCHASING AGENT
CITY OF SANFORD
P.O. BOX 1788
(300 NORTH PARK AVENUE)
SANFORD, FLORIDA 32772
FLORIDA TAX EXEMPT NO.: 858012621681 C -8
APPROVED BY:
CITY MAN ER
ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY
READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER
AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE /TERMS.HTML
COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING
EMENTA
V%CWC7RE)M F CF; M
V%brk Crier hlxrber 2011.01
aTY CF SAfW(M RLCRDA
NbsterAgeerraWCcs bad Maribor 1�P09r10-27
�r6eck
ContractlPrgcw-tTMe VMs F:eldaimVldter MA ibution
Sol" - ' on Noc IWP 09/10.27
jSw4brdPMjectNa PG09Q2 jPUthaw0rderW324W
Consu ttantlCafiactor NINI Electric 0o inc
CortsultanYContrac tor's Baser ww Address, Phone N.ayber, Fax MsTber and E -/nail Addirms
3225 E 4th St Tampa, FL 33605
ATTACMEMiST0THSVV:3WaU2
NEFi•1013a=OCNPElVSAl1QV
C ?A SPE RCATICNS
IRMEDFEEBASS
X
S0CPECF- SAUCES
111VEBASIS- N0TT0EXCEBDAAAaJKr
FECAL 0CIcr nCNS
TINE BASIS UMTAl1CN CF Fl.�D6
X
PRIaNGIINFCRMATICN
I.NTPRICEB NT
X
VVDTEFdVSANDCCNDITICNS
TINE MIROCIVPL.Eiiam 30 Days of the dfactive date of this V1brk Cider
Effective dabs- this V1brk Order : Date of Exea#icn by City
Tare for coral letion The sermoes to be provided by the Consultart/Contr shall oormlenoe upon emacalicn
of this VVxtc OrrJa by the parties and shall be oa'rpleted vAhin the time firarne inclicated above. Failue to /neat
the stated Oonpleticn reciu irerrert nmV be gouids fbr terrrinaticn for default.
VV3* Order Amon ait Others Eked in N rrbers: $ 7'9,436.31
Collar A Tourt VVit m Out Seventy nine thousand four hundred & thirty sic 31 /100
In Witness Whereof, the parties hereto have made and regauted tiffs V\brk Orden on the respective dates under each
signature: The City through ft City Qormission taking action on the 281h day of Febmmy, 2411and the
Corsu ltant/Contractcr by and throu.yh its dly authorized corporate oFioer havirg the full and ocrrplete authority to
eaeaate sarre
MMLLT
Sl ate a L ca.nty Of / The E XECUf1Cnt
was adaiaNedged rre
20 l . t v
Of I lugm eG'rF c, firrr�,
,� r q
On behalf of the firm F WSfia is personally Wmvh to rre or Residnsnt
has pr�oduoed identification " �}
Rini Islrre Lc Gc . - M r� 3 • NIA Z I.{� iIX Q`l� 6 - &— t l
Notay aid fnr and Stake �sidert, Ftir#ed I brre and late
s:
re /�GL� Ot=
I CFR
• 4,jtY P(�� ��
Notary Public - State of Florida +
•= My Commission Expires Aug 14, 2011 i rg Imager
Commission # DD 600092
"``'° Bonded Through National Notary Assn. F. VVlliam
Purchasing road Nave and Date
Signatue~ CWClerk V MNU
J amj)-f Jeff Tri
City Clerk I li Name need N rre and Die
FbNoisec t 1.62011
WORK ORDER TERMS AND CONDITIONS
1. By accepting this Work Order (WO) the Contractor/Vendor /Contractor accepts all of the Terms and
Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the
"City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents,
volunteers, etc.
2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be
varied only by written amendment signed by the parties. All modifications in performance, including but
not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by
the parties. Time is of the essence of the lawful performance of the duties and obligations contained in
the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously
pursue Vendor /Contractor's obligations.
3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for
default by written notice to the Vendor /Contractor. The City shall have no liability to the
Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and
delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of
termination.
4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this
WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is
acknowledged by an authorized City representative"
5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or
quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the
Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be
allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted.
6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused
condition and free from defects in title, workmanship, defects in design and in full compliance with the
specifications defined by the City in the order. The goods or services furnished under this WO are
covered by commercial warranties for such goods or services and that the rights and remedies
provided therein are in addition to and do not limit those available to the City. A copy of these
warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery.
7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods
and /or services with the requirements of this Work order and to reject any delivery not in compliance If
any deficiency is not visible at the time of delivery the City reserves the right to take and /or require
appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect
8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City,
be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in
good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and
all liability of whatsoever type or nature for loss or damage to such property.
9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws,
ordinances, regulations, authority and codes and authority having jurisdiction over the purchase.
10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend
the City, its agents, servants, officers, officials and employees, or any of them, from and against any
and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other
legal costs such as those for paralegal, investigative, and legal support services, and the actual costs
incurred for expert witness testimony, arising out of or resulting from the performance or provision of
services required under this Agreement, provided that same is caused in whole or in part by the error,
omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or
agents. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way
related to the procurement and delivery of goods or services contemplated in this Work order. Nothing
herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section
768.28, Florida Statutes.
11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to
become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior
written consent of the City.
WORK ORDER TERMS AND CONDITIONS -Page 2
12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the
City except as may be required to perform this WO.
13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance
with the City's shipping and packaging specification and good commercial practice. Each package shall
be labeled indicating the addressee of each package or shipment and the applicable WO number. All
shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations
published in 49CFR 1399, OSHA regulations 29 CFR 4999.
14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and
under no circumstances shall it be considered as agent or employee of the City.
15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guidelines and
City policies and procedures.
16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper
invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing
address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment
terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City
has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO.
Payment will be made only to the Vendor /Contractor identified on the WO and for received and
accepted goods /services. The City shall have right at any time to set -off any amounts due to the
Vendor /Contractor against any amounts owed to the City by the Vendor /Contractor and shall in the
case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best
interests of the City.
17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance
No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash
discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever
is later.
18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where
the City conducts operations, the Vendor /Contractor shall request information from the Purchasing
Manager regarding insurance coverage requirements. In circumstances where insurance is required,
Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to
cancel this Work Order, immediately suspend performance by the Vendor /Contractor at
Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is
verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to
disbarment from the City's Vendor /Contractor List.
19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the
City hereunder shall not constitute or be construed as a waiver of any such provision or right and the
same shall continue in force.
20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable
precautions, protective measures and provide any additional relevant information, including MSDS,
related to the Material being purchased herein.
21. The City shall have the right at no additional charge to use all or portions of material found in the
Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to
advise the City of any updated information relative to the foregoing literature and documentation with
timely written notice.
22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid
or transact business with the City in excess of Category Two for a period of thirty -six (36) months from
the date of being removed from the City's Vendor /Contractor List.
23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act
(INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally
cancel this WO with any contractor who knowingly employs unauthorized alien workers.
WORK ORDER TERMS AND CONDITIONS -Page 3
24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In
any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of
the Eighteenth Judicial Circuit in and for Seminole County, Florida
CITY OF SANFORD
CITY COMMISSION MEETING
City Commission Chambers
1 St Floor
Sanford City Hall
MONDAY, February 28, 2011
7 PM
300 North Park Avenue
Sanford, Florida
In accordance with the Americans with Disabilities Act, persons with disabilities needing
assistance to participate in any of these proceedings should contact the City Clerk at
407.688.5010 at least 48 hours in advance of the meeting.
Advice to the public: If a person decides to appeal a decision made with respect to any matter
considered at the above meeting or hearing, he or she may need a verbatim record of the
proceedings, including the testimony and evidence, which record is not provided by the City
of Sanford. (FS 286.0105)
AGENDA
Time (approximate)
7:00 1) Meeting call to order by Mayor Jeff Triplett.
2) Invocation by Pastor Viola Graham, Sanctuary of Hope Community Church and
SPD Chaplain.
3) Pledge of Allegiance
4) Minutes.
February 14, 2011 Regular Meeting
5) OPEN GOVERNMENT PLEDGE: (Work Session Item #3) [Commission Memo 11-
033]
7:05 6) ONSENT AGENDA: The a 'on proposed to be taken is stated for each item on the
Consent� -inn a item is removed from the Consent Agenda by a City
Commis ' ember, no discussion on individual items will occur and a single motion will
approve all items.
[Commission Memo 11 -0261
A) Acceptance of League of Cities $5,000 Safety Grant and approval of
increase to general fund capital replacement budget.
B) Authorization to use $ 5,000 from the Law Enforcement Trust Fund
account to procure DARE program supplies.
C) Approve Work Order No. 3 to Reiss Engineering at a cost of $89,500
for pipe replacement selection support and disinfection by- product
compliance modeling.
D) Authorization to fund Magnolia and Palmetto Avenue Streetscape
roadway brick work (Alternates A & C) in the amount of $69,439 from the 2`
Generation One Cent Sales Tax traffic calming fund.
N
00 ti
0 1 M
tj C W
O m
co
N
O
irs
c
ti
�
cs
Co;
�=
d
(D
0
4
6
N
ui
N
to
ci3 i
w
a`o
0
O
0
2
N
l4
(�
U ca O a
C 0)
O
Itt
44
'4'
oil
co
0
0)
44
}
LJJ
CO
J
m
0
b N c
O .
CL
Q
LL
W
J
=
CC �' = ""
O
..
0
m
O
Q
w
H�
W �
w
Z
O
>
J
J
~
00
lam - .
LL
O
w
0
LLI
ccn
w
j
� m
o
0
IX
m
°—�
n
n v .
�_. Q O
ca
.a
4 -
O
D
N Q. 0 c
c E 0 c
d W
t
0
e
L
C
6.
N 0 0
m
C ,
b
00
D o
to
N
h LO
�
0 t~l)
�
r
0*
t.
�
�
N
Oi
O
m
cc
o
u Q u_
0 V)
>
a) N
ti o 2
U
Q
fi n ,, 0 y
u 2
F=.
Z� O
HWV)
N
N
V7
f�
0
c�
h
ti
ti
V to
>
CCi
d
Cfi
!D
't
CL T
�
t
4&
�
�
� N
N
EL
F--
CL _
!z
w
W H
IL cD c9
r.. 0 <
N F- M
U7
d m O Z
N
W
E-
arn R a
y.
U.oma
o
cn
Z
o
z
°
= Waco
N�
U
yc
(
2❑ °E
zWWm:
08
L)
a
W i
0 Q _�m }
U�
W
Cn
U
U)
c
R -1�ZO
UJ CL w
W Z O
¢¢�
32
Z u
C) Z, C,
LLB
v
a
0o
�
m
W
W
N � O ~
W e
J
,F
_
0
�
2
n
2
FY
F
co
N
O
01
U
C
0)
y
N
Co;
U
(D
0
Q7 ++ cc
co
N
Ef>
to
ci3 i
w
a`o
>
6
b 0 O O 0
U
C
l4
U ca O a
C 0)
O
•'
O
f
1
d
}
N
CO
J
m
0
b N c
O .
Q
LL
W
J
=
CC �' = ""
O
..
0
m
O
Q
w
v
W �
w
Z
O
>
J
J
~
O
lam - .
LL
O
w
0
LLI
ccn
w
j
O
o
0
IX
m
°—�
n
co
N
cli
> b
0)
y
,+
E
(D
Q7 ++ cc
r�
cc O
to
LL
a`o
>
b 0 O O 0
U
C
l4
U ca O a
C 0)
O
•'
O
d
N
CO
b U is
2
0
b N c
O .
n
=
CC �' = ""
O
..
0
c
p
a)
.r O Q US
.,.,
CEI
v
O co
t-4 16
c
o
N w j N
m
cc
C
lam - .
a
co
L-: � d O
ccn
j
a : co to
a)
0
n cam`~
m
°—�
n
n v .
�_. Q O
ca
.a
4 -
O
D
N Q. 0 c
c E 0 c
t
0
e
L
C
6.
N 0 0
m
C ,
b
O
D o
O
c ar d ":
N
h LO
�
Q 0)
�
r
a
ca *-
a
a
tr
Oi
m
cc
o
u Q u_
0 V)
>
a) N
ti o 2
U
Q
mi M
ELECTRIC, INC.
City of Sanford
P.O. Box 1788
Sanford, Fl. 32772
ph: 407.688.5030
Email: bill.smith@sanfordfl.gov
ATTN: William Smith, Purchasing Manager
TA EATER
MPA
CHAMBER OF COMMERCE
2009 Small Business of the Year Winner
51 -250 Employees
October 20, 2010
REF: RFP 09110 -27 VFD's for Water Distribution Pumps
Our Quotation No. 810- 70rev.1
Dear Mr. Smith:
We are pleased to submit our proposal to furnish the necessary labor, materials, tools
and equipment for the above referenced project.
I. TOTAL LUMP SUM PRICE FOR ORIGINAL SCOPE, BUT USING
ALLEN - BRADLEY DRIVES ........................... ...............................
$47,087.00
11. ADDITIONAL VFD'S (ALLEN - BRADLEY) ON TWO PUMPS: $29,883.00
II. TERMS OF PAYMENT:
Monthly progress payments for installed work and material stored
on site: NET: thirty (30) days.
Ill. QUALIFICATIONS:
ti A. We have not included any temporary electric other than for our own
use.
B. We have not included the cost of bonds or an electrical permit, if required.
C. We have included Florida State Sales Tax on material that we furnish.
D. We have based our price on working a standard forty (40) hour week,
exclusive of Saturdays, Sundays or holidays. We have not included any
premium time.
E. We have based our price on signing an AIA 401 type of contract.
MJM Electric, Inc. phone 813.248.1711 Safety and Quality are our Priorities
3225 East 4th Avenue fax 813.247.5011 www.mjmelect.com
Tampa, Florida 33605 toll -free 800.881.5011 License# EC001791
F. Our price is firm for acceptance for a period of thirty (30) days.
City of Sanford
Our Quotation No. 810- 70rev.1
October 20, 2010
Page Two
Ill. WE HAVE BASED OUR PRICE ON THE FOLLOWING:
A. MJM Electric, Inc. will provide and install two (2) Allen- Bradley 22C-
D260A103, PF400 VFD's for the two (2) NWRF Reclaim Water
Distribution Pumps.
B. MJM Electric, Inc. will provide and install one (1) Allen- Bradley 22C-
D208A103, PF400 VFD for the Reclaim Booster Station.
C. MJM Electric, Inc. has included start up.
D. MJM Electric, Inc has not allocated for integration from the Modicon
software to the drives. The City of Sanford will be responsible for doing
so.
E. MJM Electric, Inc. has included wiring for analog signal from existing PLC
to new drives.
F. The two (2) VFD's for the NWRF Reclaim Water Distribution Pumps come
in their own stand alone NEMA 1 wall mount enclosure. It is MJM
Electric's intention to mount them seperatly and utilize the existing 400
amp breakers in the switch gear, that are presently feeding the pumps, to
feed the VFD's. The intention is to leave the VFD's on the load side and
butt splice on to the existing wiring going out to the pumps.
G. The VFD for the Reclaim Booster Station will be installed in the switch
gear section that presently holds the Soft Start.
H. MJM Electric, Inc. has included three (3) Environmental Potentials
EP2500 TVSS/ High Frequency Noise Filters to be installed one (1) each
on the new VFD's.
I. ADDITIONAL VFD's ON TWO PUMPS ADDER :MJM Electric, Inc. will
provide and install one (1) additional Allen - Bradley 22C- D260A103, PF400
VFD at the NWRF Reclaim Water Distribution Pumps and one (1) Allen -
Bradley 22C- D170A103, PF400 VFD (125 HP) in the gear at the Reclaim
Booster Station.
V. ADDITIONAL INFORMATION:
A. Florida Contractor's License No. ECO001791 (valid for all Florida
counties).
- - -- 8 -- We- havevisited -the- job -- site -and- are- familiarwi #h- Iflcaa -sf #e cord+ #ions----- - - - - --
M)M Electric, Inc, phone 813.248.1711 Safety and Quality are our Priorities
3225 East 4th Avenue fax 813.247.5011 www.mimelect.com
Tampa, Florida 33605 toll -free 800.881.5011 License# ECO01791
C. We have the manpower and equipment to complete this project.
Thank you for the opportunity to submit our proposal and we look forward to working
with you on this project.
Respectfully yours,
MJM Electric, Inc.
Eric Hott
Service Manager
MGM Electric, Inc. phone 813.248.1711 Safety and Quality are our Priorities
3225 East 4th Avenue fax 813.247.501 I www.mimelect.com
Tampa, Florida 33605 toll -free 800.881.5011 License# EC001791
ws ItIVI _X
�87R7�� Item No.
CITY COMMISSION MEMORANDUM 1 1.026.G
FEBRUARY 28. 201 1 AGENDA
TO: Honorable Mayor and Members of the City Commission
PREPARED BY: Paul Moore, Utility Director
SUBMITTED BY: Tom George, Interim City Manager
SUBJECT: Bid Number RFP 09/10 -27
Variable Frequency Drives (VFD's)
SYNOPSIS:
Approval of the bid award to MJM Electric is requested.
FISC AL/STAFFING STATEMENT:
The total cost of this project is $76,970. Funding will come from the Energy Efficiency and
Conservation Block Grant Program (EECBG).
BACKGROUND:
On 9/1/2010 bids were opened for the purchase and installation of variable frequency drives
(VFD's) at the North Water Reclamation Facility and the Reclaim Water Booster Station. Five
bids were received with the lowest bid submitted by MJM Electric, Inc. This project was included
in the energy grant that was awarded to the City. The VFD's will result in lower energy
consumption for the large electric motors used at the facilities.
LEGAL REVIEW:
N/A
RECOMMENDATION:
It is Staff's recommendation that the City Commission award the bid to MJM Electric in the
amount of $76,970 for the purchase of variable frequency drives.
SUGGESTED MOTION:
"I move to approve the award of the bid to MJM Electric in the amount of $76,970 for the
purchase of variable frequency drives."
a"
Attachment: Bid Tabulation