HomeMy WebLinkAbout79-05 RESOLUTIONRESOLUTION NO. 79-05
A RESOLUTION AUTHORIZING THE FAYETTEVILLE SOLID
WASTE AND RECYCLING DIVISION TO ACCEPT TWO GRANTS
TOTALING $38,389.00 FROM THE ARKANSAS DEPARTMENT OF
ENVIRONMENTAL QUALITY (ADEQ) AND THE BOSTON
MOUNTAIN SOLID WASTE DISTRICT FOR THE PURCHASE OF A
WIRE TIE SYSTEM AND REPAIRS TO THE BALER; APPROVING A
BUDGET ADJUSTMENT TO RECOGNIZE THE GRANT REVENUE;
AND AWARDING BID # 05-27 TO DOWNING SALES & SERVICE,
INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section l: That the City Council of the City of Fayetteville, Arkansas hereby
authorizes the Fayetteville Solid Waste and Recycling Division to accept two grants
totaling 538,389.00 from the Arkansas Department of Environmental Quality (ADEQ)
and the Boston Mountain Solid Waste District for the purchase of a wire tie system and
repairs to the baler.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby
approves a Budget Adjustment to rccognize the grant revenue.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby
awards Bid # 05-27 to Downing Sales & Service, Inc.
PASSED and APPROVED this 19th day of April, 2005.
ATTEST:
By:
t``„ptuntp„,,
,..,
. .'.
c\ •'pTY o,�•.G•
,• 11
J•• •;
FAYEITEVILLE•
�•
y g'
:;kAt4SP J�'o
•
SONDRA SMITH, City Clerk
APPROV
By
DAN COODY, Mayor
City of Fayetteville, Arkansas
Budget Adjustment Form
7y-oS
Budget Year
2005
Department: Operations
Division: Solid Waste & Recycling
Program: Recycling
Date Requested
4/1/2005
Adjustment Number
Project or Item Added/Increased:
$34,182 is requested in the fixed assets account for a
replacement wire tie system and $6,953 is requested in
the vehicle and machine maintenance account for baler
repairs.
Project or Item Deleted/Reduced:
To recognize $38,664 of revenue from state grants.
Office supplies and printing will be reduced $2,471 for
sales/use taxes as stipulated by the grants.
Justification of this Increase:
The ADEQ grants will enhance the recycling baling
operation by improving equipment.
Justification of this Decrease:
Sufficient funding in the office supplies and printing
account will remain to meet 2005 objectives.
Increase Expense Budget (Decrease Revenue Budget)
Account Name Account Number Amount Project Number
Fixed assets
Vehicle & machine maint
Account Name
5500 5060 5801 00 34,182 05035
5500 5060 5403 00 6,953 05036 1
Decrease Expense Budget (Increase Revenue Budget)
Account Number Amount
State grants -Capital
State Grants -Operational
Office supplies/printing
Project Number
5500 0950 4302 00 32,176 05035 1
5500 0950 4302 01 6,488 05036 1
5500 5060 5200 00 2,471
Ap royal Signatures
4/1/2005
Re By
Budget Manager
Department Director
Finance & lntern*l Services DixTtor
Date
Date
Date
Mayor
to
.2 74r
Date
Budget Office Use Only
A B C D E
Date of Approval
Initial Date
Posted to General Ledger
Initial Date
Posted to Project Accounting
Initial Date
Entered in Category Log
Initial Date
43
• • tif105
City Council Agenda Item 75-o5
gbEWoudon
To: Mayor and City Council mallet" Art Grebvi 5
From: Brian Pugh, Waste Reduction Coordinator
Through Gary Dumas, Director of Operations
Date: March 30, 2005
Subject: A resolution accepting two (2) grants from ADEQ and the Boston
Mountain Solid Waste District in the amount of $38,664.00 for the
purchase of a wire tic system and for baler repairs; approving a budget
adjustment to recognize the grant revenue; and awarding Bid No. 05-27 to
Downing Sales & Service, Inc.
Recommendation: Fayetteville Solid Waste and Recycling Division staff recommend
City Council approve a resolution authorizing the Fayetteville Solid Waste and Recycling
Division to accept two (2) grants in the amount of $38,664.00 from the Arkansas
Department of Environmental Quality (ADEQ) through the Boston Mountain Solid
Waste District for the purchase of a wire tie systcm and for baler repairs; approval of a
budget adjustment to recognize the grant revenue; and award Bid No. 05-27 to Downing
Sales and Service.
Background: In February, the Arkansas Department of Environmental Quality approved
two recycling grants for the Fayetteville Solid Waste and Recycling Division. A
replacement wire tie system for strapping bales of recycled materials along with
improvements to the existing baler will maintain recycling program operations by
updating equipment. The current wirc tic machine has been in place since 1996 and is in
need of replacement. Baler improvements include basic operating maintenance required
for a baler of this age. These grants will enable the baling operation to maintain continued
performance.
Discussion: Advertised sealed bids were taken for the wire tie equipment. Downing
Sales & Service, Inc. bid a Leggett and Platt model 342 with specified options for
$32,176. A quote was received for the baler improvements from Downing Sales and
Service in the amount of $6,488. Wire tie equipment installation and baler improvements
will be performed by the same company at the same time. The total amount of funds
received from the grants will be $38,664.
Budget Impact: Due to conditions of the grants, the Fayetteville Solid Waste and
Recycling Division will be responsible for applicable use taxes which are approximately
$2,471.00. Taxes will be funded from the 2005 operating budget.
1 of 1 3/30/2005 2:49:49 PM
rprrrYF
RESOLUTION NO.
•
A RESOLUTION AUTHORIZING THE FAYETTEVILLE SOLID
WASTE AND RECYCLING DIVISION TO ACCEPT TWO
GRANTS TOTALING $38,389.00 FROM THE ARKANSAS
DEPARTMENT OF ENVIRONMENTAL QUALITY (ADEQ) AND
THE BOSTON MOUNTAIN SOLID WASTE DISTRICT FOR THE
PURCHASE OF A WIRE TIE SYSTEM AND REPAIRS TO THE
BALER; APPROVING A BUDGET ADJUSTMENT TO
RECOGNIZE THE GRANT REVENUE; AND AWARDING BID #
05-27 TO DOWNING SALES & SERVICE, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby authorizes the Fayetteville Solid Waste and Recycling Division to accept
two grants totaling $38,389.00 from the Arkansas Department of Environmental
Quality (ADEQ) and the Boston Mountain Solid Waste District for the purchase
of a wire tie system and repairs to the baler.
Section 2. That the City Council of the City of Fayetteville, Arkansas
hereby approves a Budget Adjustment to recognize the grant revenue.
Section 3. That the City Council of the City of Fayetteville, -Arkansas
hereby awards Bid # 05-27 to Downing Sales & Service, Inc.
PASSED and APPROVED this 19th day of Apro
APPRO
ATTEST:
By
RA SMITH, City Clerk
ODY, Mayor
al 1 1 1 1 1 1 1 1! 1 1 1 1 1 1 1 1: 1 1 1. 1
•
aye.evx ie
ARKANSAS
• •
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
SOLID WASTE AND RECYCLING
(479) 444-3494
INVITATION TO BID
BID #: 05-27 DATE ISSUED: 3/9/2005
DATE & TIME OF OPENING: 3/28/2005 at 3:00 PM
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 — WIRE TIE SYSTEM, AS LISTED IN
SPECIFICATIONS ATTACHED. HOWEVER, THE CITY RESERVES THE RIGHT TO ACCEPT OR
REJECT ANY OR ALL BIDS, WAIVE FORMALITIES IN THE BIDDING, AND MAKE A BID AWARD
DEEMED TO BE IN THE BEST INTEREST OF THE CITY.
DATE REQUIRED AS A COMPLETE UNIT: 120 days from Date of Order
'GUARANTEED DELIVERY DATE: APFroximatelY 7 weeks after reoeiPt of ___•
F.O.B. Solid Waste and Recycling Division, Fayetteville, AR 72701
ITEM: DESCRIPTION: QUANTITY: *PRICE EACH: 'TOTAL PRICE
1. Wire Tie System and installation 1 $ 27,6Y0.00 $ 27,600.00
Please Specify for Unit Bid:
'MANUFACTURER: Leggett & Platt Company MODEL: 320
TOTAL BID PRICE:
Cptias:
Spate its Idt - 14x1 342 ail $3,276.00
Aril dust cover - act/ $425.00
Platte antially - all $875.00
Place nolle: the abate t ims rb rut in btu ay gmpll1n h1P sales tat.
Pepelof5
$ 27,600.00
• •
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read and agrees to the
requirements set forth in this proposal, Including specifications, terms, standard conditions, and any pertinent
Information regarding the articles being bid on. Bids must be submitted on this b/d form In its entirety AND
accompanied by descriptive literature on the products being bld. if specifications of item bid differ from provided
literature, deviation must be documented and certified by the manufacturer as a regular production option.
Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as
specified by The City of Fayetteville. The Bidder can and will comply with all specifications and requirements for
delivery, documentation and support as specified herein. Unsigned bids will ba rejected. items marked • are
mandatory for consideration.
*NAME OF FIRM: Dawning Sales & 'ice, Inc'
*BUSINESS ADDRESS: 3 indigo Rd•
.CITY: Phillipsburg
'PHONE: 888 589 6227
'BY :( PRINTED NAME) Teresa Downing
*STATE: IC *ZIP: 65722
Fes: 417 589 6753
*AUTHORIZED SIGNATURE: 7111105 riTh
`TITLE: SecrstarY
•
PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY
REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE
THESE ITEMS MAY RESULT IN REJECTION OF BID.
Page 2of5
•
•
TERMS & CONDITIONS
1. All bids shall be submitted in a sealed envelope and must contain a matching electronic copy, bids will be
submitted on fors acquired by the vendor from the City of Fayetteville Purchasing website
(www.accessfayetteville.org).
2. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
3. Bids received after the date and time set for receiving bids will not be considered.
4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid
award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the
quantity indicated subject to availability of funds.
5. The bid price shall remain good and rim until project Is completed.
6. All products delivered shall comply with applicable standards of quaky.
7. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid For.
8. Prices shall indude ail Installation, labor, materials, overhead, profit insurance, etc, to cover the furnishing of the
items bid. Safes tax Is not to be Included fn the bid price. Appficeble Arkansas sales tax laws will apply to this
bid, but will not be considered in award of the bid.
9. Each bidder shall state on the face of the bid fame the antidpated number of days from the date of receipt of an
order for delivery of equipment and installation to the City of Fayetteville. Failure to deliver on or before the time
spedfied in the contract may subject the contractor to payment of damages or other appropriate sanctions.
10. Copy of the warranty shall accompany the bid, and any exceptions to the wananty shall be dearly noted on the
bid form. Written warranties shall specify the greater of the manufadurer's standard warranty or the mkt/rum
warranty specified herein by the City.
11. Bidders must provide the City with their bids signed by an employee having legal authority to summit bids on
behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder.
12. The City reserves the right to request any additional Intonation It deems necessary from any or all bidders after
the submission deadline.
13. The request for bid is not to be construed as an offer, a contract or a commitment of any kinct nor does it commit
the city to pay for any costs incurred by bidder in preparation of bid.
14. The City will not be resporsi>le kr misdirected bids. Vendor shoukl cal the Purdmasirg Office at (501) 575-8289
b insure receipt of their bid dominants prior to opening time and date fisted on the bid form
15. If prodinds andfor axnponerds other than those desabed MUM bid doaanait se impmsd, the bidder must
include complete desafpWe literature and technical sperifiwtias. All requests for additional information mast be
received with five wading days blowing the request. Each apparent low bid will be reviewed tine by tine to
ensue compliance with specification prior to recommendation for award.
16. Bids mu be hard deivered a received by nisi lithe Purchasing Office, Roam 306.113 W. Mountain St
Fayetteville, AR 72701, on or before the time of dosig fisted on the face of the bid.
17. Items bid must be delivered FOB Said Waste and Rerycing Orbesion,1560 S. Nappy Notion Road. Fayetteville,
AR 72701. Untie must be &Ay assembled, serviced, and ready for operation as delivered unless otherwise
specified. No dealerJnfrstributor logo or other idea ificabon win be installed other than standard manufacturer name
badges and specfficatica Plates.
Page 3 of 5
1. GENERAL -
1.1
• •
SPECIFICATIONS — WIRE TIE SYSTEM
Unit bid must meet or exceed the minimum requirements or they will be deemed
incomplete and will not be considered for bid award.
1.2 All specifications written are to minimums unless otherwise noted.
2. MANUFACTURER / MODEL -
2.1 Unit bid must be new and of the latest standard production model as offered for
commercial trade.
3. ITEM 1— WIRE TIESYSTEM
3.1
12 gs. (.1055)
sir hi-tasi]e
WIRE INFORMATION:
a. X Wire Gauge -12 Gauge High Tension
b. X Wire Diameter - .091 in. —120 in (2.32 — 3.06mm)
c. x Tensile Range —145,000 -190,000 psi (100 —135 kg/mm2)
3.2 WIRE TIE INFORMATION:
Knot — 4 twists — length 9.5ln. (240 mm)
Wire feed and tension rate 18 8 ft/sec (5.7.m/sec) standard
Twist and Knot eject —1.5 seconds
Wire application cycle — 3.5 to 4.0 seconds
a. x
b. X
c. X
d. X
•
3.3 ELECTICAL SYSTEM:
Controls:
a. x Solid state Programmable Logic Controller
b. X NEMA 12 standard
c. X NEMA 4 available
d. X Operators control panel
Control voltage:
a. x 120 vac, 50 or 60 hertz / 10 amps
b. X 120 vac or 24 vdc handshake signals to auxiliary equipment
3.4 HYDRAULICS:
a. x Volume —12 gallons/min (45 liters/min)
b.r Pressure —1700 psi (1.19 kg/mm)
c. x Temperature —110 -130 degrees F (4354 degrees C)
3.5 SYSTEM FEATURES:
a. x Track assembly to guide wire around product
b. X Lower track debris guard
c. x Wire Escapement and Pay off assembly
3.6 SAFETY FEATURES:
a. x Wire feed and tension safety cover
b. X Wire twist safety cover
Page4of5
c. X
d. X
e.X
• •
Wire safety cover shield at upper left track comer
Wire overfeed controls
Automatic malfunction signal
3.7 Warranty shall include all parts, labor, and transportation to the location of the warranty
administrator.
•
3.8 Successful vendor shall be responsible for warranty administration of entire unit.
3.9 Successful vendor shall be responsible for complete installation of equipment and include
cost in bid offer.
4. DELIVERYIDOCUMENTATION -
4.1 Units shall be delivered F.O.B. to the City's Sold Waste and Recycling Fealty, located at
1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701, for compliance review and
final acceptance
S. MANUALS -
5.1 The successful bidder agrees to fumish one (1) set each of the following list of manuals:
a. X Operator's Manual (2 file copy's)
b. Art Service Manual (Paw, CD, or DVD format)
c. X Parts Manual (Paper, c,D, or DVD format)
5 2 Payment(s) may be held until all manuals and certifications are delivered to the City of
Fayetteville Solid Waste and Recycling Division.
Page5of5
• Highest knot strength in the industry.
• Assembled on easy mount frame for ease
of application.
• Proximity switches for reduced parts wear
and increased reliability.
• Track deflector/debris guard ensures trouble-
free operation.
• Counterbalanced tilt back head for ease of
field maintenance.
• Uses widest range of wire gauge (10-13 ga.)
of any tier on the market.
• 6 - sided wire cutter replaceable externally.
• Pinch wheels with triple grooves for extended
wear fife.
• Will run galvanized super Hi -Ten and
galvanized premium wire.
ss 4Mls
MODEL 340
WIRE TIE SYSTEM
• Track system is made of top quality heat-
treated and nickel plated steel, which helps
prevent rust and keep track clean.
• High efficiency 4 twist knot.
• Speeds - Typical cycle time up to 760 ties
per hour. Actual tie time will vary based upon
bale size and production capability of the
total system.
WIRE TIE
SYSTEMS
A LEGGETT & PLATT COMPANY
635 East Central • P. O. Box 413 • Carthage, MO 64836
800-621-6141 •417-358-8322 • Fax 417-358-6359
Ontario, CA 800-367-7214
Visit our Website at www.Ipwiretie.com
MAR. 25. 2005 11:10AM L&P SP -TIE SYSTEMS
WIRE-TIEN
SYSTEMS
NO. 248 P. 1
PARIS WARRANTY
LRP Wire -Tie Systeme (hereafter referred to as the mamhfadmer) warrants hs
replacement parts to be fete from defects in material and workmanship under normal use
and service and will replace free of charge any parts thereof which shat within 30 days
of invoice, be demonstrated to be defective. It shall be the obligation of' the purchaser,
atter notification to and approval by the manufacturer, to forward such parte, with
transportation and/or shipping charges prepaid, to the nmnufactarer for inspection.My
pat or component,which upon momfact re'a inspection proves to be defective, will be
replaced by the same part only. This is in substitution for all other noodles and righter far
defects in materials and workmanship.
EQUIPMENT WARRANTY
LkP
Wheelie Systems (ham related to as the manufacturer) use and
equipment to be free from defects in material and wodmumsbiP
under service, and will replace free of charge any parts thereof which shall within 90 days from
date of installation, be demonstrated to be defecdae. It shall be the obligation of the
pun:baser, after notification to and approval by the mamma, to forward such parts,
transportation on and/or shipping charges pepsid to the manufacturer for inspection.
a part proves to be defective, it will be replaced by the same part only. This is in
substitution for all other remedies and rigid* for defects in materials and workmanship.
This warranty mends from the maw to the lore` and is not transferable
without expressed written consent from the numuficturer. Repairs made to the equipment
by anyone other than the manufacturer may reader this warranty mull and void. This
warranty does not Dover damage resulting from accidents, alterations, misuse or abase,
damage roomed during ttansportmon, ads of God a fi,ihure to follow proper operating
mons, nor does it cover pats which through normal use requite replacement during
the warranty period. Manufacturer shall in no event be liable for drect, iSfrcct Walk
incidental, consequential, or penal damages. or for labor and associated commutes.
Mamsfadflrec makes no waaanty with raped to merchantability or fitness of purpose.
Failure to use hydrwlic oil, which is certified to be ISO 16/20 or better in quality, may
exclude any hydraulic components from this warranty.
P.O. Box 413.835 E. Central • Carthage, MO 64838
800/821-6141 • Fax 417/358-8359 • www.Lpwiretie.o0m
3401Nvister Pinion
330/340 Accumulator Wheel
340 Pinch Roll
330 Pinch Roll
330 Stop Lever Insert
330 Wire Guide
340 Wire Guide
SYSTEMS
A LEGGETT & PLATT COMPANY
635 East Central • P. O. Box 413 • Carthage, MO 64836
800-621-6141 • 417-358-8322 • Fax 417-358-6359
Ontario, CA 800-367-7214
Visit our Website at www.lpwiretie.com
ITISISEESESSECEIMINGIIINSIMEEMit
COMPLETE LINE DISTRIBUTOR OF:
• Steel strap and related seals, hand tools,
semiautomatic and automatic packaging
equipment and replacement parts;
• Plastic strap and related seals, hand tools,
semiautomatic and automatic packaging
equipment, replacement parts and
stretchwrap.
Wire Tie also provides tool repair and
packaging consulting services.
We maintain warehouses around the U.S. and
can offer just -in -time supply programs.
We value your packaging product needs!
SYSTEMS
A LEGGETT & PLATT COMPANY
635 East Central • P. 0. Box 413 • Carthage, MO 64836
800-621-6141 • 417-358-8322 • Fax 417-358b359
Ontario, CA 800-367-7214
Visit our Website at www.Ipwiretie.com
HANDTOOLS
•
LK Manual
1302 Pneumatic
Our tools tie wire from 12 to 14
gauge in as little as 25 seconds
with no sealer or cutter required.
WIRE TIE PRO 1000
Wire Tie Cart designed
for convenience and
portability.
Using Wire Tie Pro 1000
to tie off bales of
cardboard boxes.
• DELIVERS A HIGH-STRENGTH KNOT.
• ANYONE CAN EASILY TIE OFF A BALE.
• PORTABLE.
• DECREASES WIRE WASTE.
• USES LOWER GAUGE WIRE TO SAVE
MONEY.
• CONSISTENT BALE SHAPES AND SIZES.
• INVENTORY CONVENIENCE OF U.P.S.
SHIPPABLE SPOOLED WIRE.
• CONVENIENT.
HANDTOOLS
WARD TIE -RIGHT
WIRE TIE
SYSTEMS
A LEGGETT & PLATT COMPANY
635 East Central • P. O. Box 413 • Carthage, MO 64836
800-621-6141 • 417-358-8322 • Fax 417-358-6359
Ontario, CA 800-367-7214
Visit our Websitc at www.lpwiretie.com
DESCRIPTION
GALVANIZED SUPER HI -TEN
Exceptional high strength and elongation
for the toughest applications. Smooth
galvanized finish. Production coils.
GAUGE DECIMAL
SIZE
10
11
12
13
13.5
14
.135
.120
.1055
.092
.086
.080
I BREAKING
I LOAD RANGE
2076-2506
1640-1979
1280-1544
964-1163
842-1016
729-880
FEET PER
POUND
20.57
26.03
33.69
44.78
5058
58.58
GALVANIZED HI -TEN
Excellent mechanical properties for
medium to heavy applications. Smooth
galvanized finish. Production coils.
12
13
14
15
.1055
.092
.080
.072
1015-1280
765-964
578-729
468-590
33.69
44.78
58.58
72.32
GALVANIZED PREMIUM WIRE
Manufactured from a medium carbon wire
rod to achieve tensile strength. Smooth
galvanized finish. Production coils.
11
12
13
.120
.1055
.092
2150-2430
1680-1865
1345-1505
26.03
33.69
44.78
BLACK ANNEALED
Manufactured from a medium carbon wire
rod to achieve a good balance between
tensile strength and elongation. Oiled finish.
Production coils and 100 -pound cartons.
10
11
12
13
.135
.120
.1055
.092
860-930
680-740
530-570
400430
•%
20.57
26.03
33.69
44.78
GALVANIZED OR
BLACK ANNEALED
STRAPPING WIRE
ON CARRIERS
1000 to 15001b. Carriers;
9-12 gauge
Carrier heights from 39
to 48 inches
•
WIRE TIE
SYSTEMS
A LEGGETT & PLATT COMPANY
635 East Central • P. O. Box 413 • Carthage, MO 64836
800-621-6141 • 417-358-8322 • Fax 417-358-6359
Ontario, CA 800-367-7214
Visit our Website at www.Ipwiretie.com
1
GALVANIZS SINGLE LOOP BALE ItES
Gauge & Length
WGT
FCS
Gauge & Lengtn
WGT
PCS
11ga. x 10'
11ga. x 11'
11ga. x 12'
11ga. x 13'
11ga. x 14'
11ga. x 15'
11ga. x 16'
11ga. x 17'
11ga.x1S'
11ga. x 19'
11ga. x 20'
11ga. x 21'
11ga x22'
51
56
62
64
69
75
79
85
89
94
99
104
109
125
125
125
125
125
125
125
125
125
125
125
125
125
13ga. x 7'
13ga. x 8'
13ga. x 9'
13ga. x 10'
13ga. x 11'
13ga. x 12'
13ga. x 13'
13ga. x 14'
13ga. x 15'
13ga. x 16'
13ga. x 17'
13ga.x18'
13ga. x 19
44
50
53
58
64
70
75
81
87
46
98
52
54
250
250
250
250
250
250
250
250
250
125
250
125
125
Gauge & Length
WGT PCS
Gauge & Length
12ga. x 10'
12ga. x 11'
12ga. x 12'
12ga.x13'
12ga. x 14'
12ga. x 15'
12ga. x 16'
12ga. x 17'
12ga. x 18'
12ga. x 19'
12ga. x 20'
12ga. x 21'
12ga x22'
n
85
47
50
54
58
61
65
69
73
76
80
83
250
250
125
125
125
125
125
125
125
125
125
125
125
14ga. x 6'
14ga. x 7'
14ga. x 8'
14ga. x 9'
14ga. x 10'
14ga. x 11'
14ga. x 12'
14ga. x 13'
14ga. x 14'
14ga. x 15'
14ga. x 16'
14ga. x 17'
30
34
36
40
44
49
53
58
62
66
70
75
250
250
250
250
250
250
250
250
250
250
250
250
Single Looped Bale Ties
or coiled 11-14 gauge
125/250 wires per bundle palletized
MANUFACTURERS
OF STRAIGHT &
CUT WIRE
Bundled in lifts
of 1000 lbs.
Box WIRE
100 LB COu.s
• 36 boxes per pallet
• Precision Wound Coil:
• Tagged Start Points
• 10, 11 and 12 gauge
DEC -17-2004. FRI'03i35 PMDO
SALES
DOWNING SALES & SERVICE, INC.
3 INDIGO ROAD
pHILLiPSBURG, MO. 65722
417 589 6227 Fax 417 589 6753
FAX N0. 417 5.53 P;, 01701
December 17, 2004
Ait: Jason Drum:tond
City of Fayetteville
Fax: 479 444 3478
From our inspection of the Marathon Bala we find that the following repairs are needed
at this time. These repairs need to be done as soon as possible to prevent firrther
problems.
Replace photo eye, repair leak from pump to radiator, and replace hold down bars on
packing ram, repair guide on ejection ram, repair broken seal tite.ends, and clean radiator.
54200.00
• Labor 295.00
• 1- bold down bar.00
21
• 1- hold down bar 260.00
• Bolts (600), nuts (30) 16. .
• Freight 5000
.
• Photo eye 159 .00 00
• IVtsc. materials 360.00
• Expenses (3 nests) 360.00
• Fuel Total S 6213 00
•
This price is for what we saw and believe are all the repairs that are needed, however
should there be additional repairs, there will be an additional labor rate @ 60.00 /hr per
man, plus parts.
The above pricing does not include any applicable sales tax. Please call if you have any
questJQns.
S
_ Do
Downing S & Service, Inc.
LD/jj
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
2005
Department: Operations
Division: Solid Waste & Recycling
Program: Recycling
Date Requested
4/1/2005
Adjustment Number
Project or Item Added/Increased:
$34,182 is requested in the fixed assets account for a
replacement wire tie system and $6,953 is requested in
the vehicle and machine maintenance account for baler
repairs.
Project or Item Deleted/Reduced:
To recognize $38,664 of revenue from state grants.
Office supplies and printing will be reduced $2,471 for
sales/use taxes as stipulated by the grants.
Justification of this Increase:
The ADEQ grants will enhance the recycling baling
operation by improving equipment.
Justification of this Decrease:
Sufficient funding in the office supplies and printing
account will remain to meet 2005 objectives.
Increase Expense Budget (Decrease Revenue Budget)
Account Name
Fixed assets
Vehicle & machine maint
Account Name
Account Number
5500 5060
5500 5060
Amount Project Number
5801 00 34,182 05035 1
5403 00 6,953 05036 1
Decrease Expense Budget (Increase Revenue Budget)
Account Numbcr Amount
State grants -Capital
State Grants -Operational
Office supplies/printing
5500 0950 _4302 00
5500 0950 4302 01
5500 5060 5200 00
Project Number
32,176 05035 1
6,488 05036 1
2,471
Ap2roval Signatures
Re ed By
4/1/2005
Date
Budget Manager Date
"..74Zrilse 1.05
Department lirector Date
.0044 y 411-0 4.405
mance & Internal Services Director
Mayor
Date
Date
Budget Office Use Only
Type: A B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
E
Initial Date
Initial Date
Initial
Date
Initial Date
Brian Pugh
Submitted By
City of Fayetteville
Staff Review Form
City Council Agenda Items
or
Contracts
4/192005
City Council Meeting Date
Solid Waste & Recycling
Division
Action Required:
•
Operations
Department
A resolution accepting two grants from ADEQ and the Boston Mountain Solid Waste District in the amount of
$38,389.00 for the purchase of a wire tie system and for baler repairs; approving a budget adjustment to
recognize the grant revenue; and awarding Bid No. 05-27 to Downing Sales & Service, Inc.
$
34,182.00
$
6,953.00
Cost of this request
5500.5060.5801.00
5500.5060.5403.00
Account Number
05035-1
05036-1
Project Number
Budgeted Item
$
Category/Project Budget
$
$
Funds Used to Date
$
$
Remaining Balance
Budget Adjustment Attached
X
Solid Waste - Wire Tie System
Solid Waste - Baler Repairs
Program Category / Project Name
Recycling
Recycling
Program / Project Category Name
Solid Waste
Solid Waste
Fund Name
44606
Date
IYAS
City Attomet
Finance and Internal Service Director
Mayor
`t e)-{
Date Date
Previous Ordinance or Resolution 0
Original Contract Date:
Original Contract Number:
Comments:
1
Clarice Pearman - Re: grants & budget adj"ment
Page 1
From: Clarice Pearman
To: Pugh, Brian
Subject: Re: grants & budget adjustment
Yes. Usually there is a page from grantors that asks for signature for acceptance. If not that's okay too. I
just wanted to be sure I had everything to attach to this resolution.
»> Brian Pugh 04/20/05 02:O6PM »>
Clarice,
John Nelson is going to inter office you a blue copy of the budget adjustment On the grant acceptance do
you mean something from the Solid Waste District saying they are giving us this grant?
Brian
Brian Pugh
Waste Reduction Coordinator
Fayetteville Solid Waste and Recycling
479-718-7685
479-444-3478 Fax
»> Clarice Pearman 04/20/05 11:57AM »>
Brian,
Was there an acceptance page for the two grants for signature? If so please forward them to me. I will
need the blue copy of the budget adjustment too for the resolution passed last night at the Council
meeting.
Please let know whats happening with this. I will hold this from processing.
Thanks.
Clarice
eb/L I/9 pasykaa
0
.
Requester:
Brian Pugh
(City:
0. 00
n
m
CL
o0
1
13
N
City Of Fayetteville
(Not a Purchase Order)
Wire Tie Model 342 1 ea 32,176.00 $32,176.00 5500.5060.5801.00 05035
Baler repairs 1 lot 6,488.00 $6,488.00 5500.5060.5403.00 °5036
$0.00
$0.00
$0.00 -
$0.00
$o.00
$0.00
$0.00
$0.00
O
Laa
U_
O
Quantity
Vendor Name:
Downing Sales and Service
Unit of Issue
co
G
N
'Unit Cost
'Extended Cost
Account Numbers
Requester's Employee #:
2133
Zip Code: Ship to code:
170
Fob Point:
IProject/Subproject # 1
m
m
‘9.
3
O
m
N
o<
�.
O
0_
b
M
(-
Z
O
-I<;
X
VD
5-I:
N=
Ix
Z
O
-e
0
z
c
3
0
0
:•oN uop(smbey
Inventory #
[Yes:
Attached
/Yes: x_ No:
Expected Delivery Date:
616/2005
41 0
y 0
O m
N
O
0
N
1 Fixed Asset #
11A137302005'14ED' 01:257•'PM D04':SALES ";' 'FAX NO. ;417.u153 P. Ot/pi.'"
•
Downing Sales & Service, Inc.
3 Indigo Rd
Phillipsburg, MO 65722 5102
417 589 6227 Fax: 417 589 6753
March 30, 2005
Attn: Jason Drummond
City of Fayetteville
Fax: 479 444 3478
RE: Marathon Baler
In regard to Quote dated December 17.2004:.
Some prices have gone up; estimated increase in price is $275.00
for a subtotal of $6,488.00.
Please Note: Na soles tax has been Included in the above prices.
We appreciate the opportunity to quote these repairs.
Si
Tom. n+
Larry bowing
L.D/jd
Clarice PearmanTgrants & budget adjust. • Page 1
From: Clarice Pearman
To: Pugh, Brian
Subject: grants & budget adjustment
Brian,
Was there an acceptance page for the two grants for signature? If so, please forward them to me. I will
need the blue copy of the budget adjustment too for the resolution passed last night at the Council
meeting.
Please let know whats happening with this. I will hold this from processing.
Thanks.
Clarice
Clarice Pearman - Res79-05
Page 1
From: Clarice Pearman
To: Pugh, Brian
Subject: Res79-05
Brian,
Attached is a copy of the resolution passed by City Council April 19, 2005 regarding the ADEQ/Boston Mt.
grants. Also attached is a copy of the budget adjustment and purchase requisiton.
The original budget adjustment will be returned to budget & research division via interoffice mail Also I
will forward the original p.r to the auditor.
Thanks.
Clarice
CC: Deaton, Vicki; Fell, Barbara