Loading...
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