Loading...
HomeMy WebLinkAbout151-08 RESOLUTIONRESOLUTION NO. 151-08 A RESOLUTION TO APPROVE THE PURCHASE OF A G-8 THERM -TEC ANIMAL CREMATORY FOR $58,700.00 FOR USE BY THE ANIMAL SHELTER AND APPROVE A BUDGET ADJUSTMENT OF $8,700.00 WHEREAS, the lowest qualified bidder, Bestech Environmental Resources, Inc, submitted the lowest bid of $58,700.00 to supply a G-8 Therm -Tec animal crematory for the Fayetteville Animal Shelter. NOW, THEREFORE, 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 approves and awards the bid of $58,700.00 to Bestech Environmental Resources, Inc. to purchase a G-8 Therm -Tec animal crematory for the Animal Shelter. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves the attached budget adjustment of $8,700.00. PASSED and APPROVED this 5th day of August, 2008. APPROVED: By: DA COODY, Mayor ATTEST: By: SONDRA E SMITH, City Clerk/Treasurer City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 2008 Department: Police Division: Animal Services Program: Animal Services Date Requested 7/16/2008 Adjustment Number Project or Item Added/Increased: $8,700 into the Animal Services Incinerator Replacement Project. Project or Item Deleted/Reduced: $4,700 from Travel and Training and $4,000 from Minor Equipment in the Animal Services Division. Justification of this Increase: Additional Funding for the purchase of the Incinerator for Animal Services is needed due to the disqualification of the lowest bidder because of references not available. Justification of this Decrease: The funding is being transferred to the Sales Tax Fund to address the shortfall in the project. Only the needed funds will be transferred and any remaining funding in General Fund will revert back to Animal Services. Account Name Increase Budget Account Number fixed Assets 4470 9470 Transfer to Cap Improvement Fund Account Name Transfer from General Travel & Training Minor Equipment 1010 6600 5801 00 Amount Project Number 8,700 08005 1 7602 47 8,700 06039 0802 Decrease Budget Account Number 4470 1010 1010 0947 2710 2710 6602 5304 5210 01 00 00 Amount Project Number 8,700 08005 1 4,700 4,000 ` A v4 `gnat 'sled : f , dget ir-c sr epartment Di -ctor Finance Dir ctor Mayo ` Date e 7 -7de L '7-19-ov Date 7-14 Date 7620 Date Budget & Research Use Only Type: A B C (4-15) General Ledger Date Approval Date Posted to General Ledger Posted to Project Accounting Initial Date Initial Date Initial Date Jill Hatfield Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 8/5/2008 City Council Meeting Date Agenda Items Only Police Division Action Required. /els /s/og 1 s_ I/ 5i✓i ran m<,•1 ,1 lead /nc, Animal Services Department Approval to purchase a G-8 Therm -Tec animal crematory for the incineration of animals at the animal shelter. The unit will replace the existing incinerator that is no longer operating effectively. ALSo to Aftra.a. tete Alt budstr Adsoxr,r.NT• $58,700.00 Cost of this request Account Number 08005 Project Number Budgeted Item X 50,000.00 Category / Project Budget Funds Used to Date $ 50,000.00 Remaining Balance Budget Adjustment Attached X Incinerator Replacement Program Category / Project Name Program / Project Category Name Sales Tax Fund Fund Name Department Directo 4 City Atto NU a _ LL__ Finance and Internal Service Director Mayor %/R -o4 Date r7_lb- oZ Date Date -62,2 Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in Mayor's Office QeP Comments: Revised April 16, 2007 Warne Departmental Correspondence Fayetteville Animal Services 1640 Armstrong Road Fayetteville, AR 72701 Telephone: (479) 444-3456 Fax: (479)444-3459 To: Mayor Dan Coody and Fayetteville City Council Thru: Greg Tabor, Chief of Police From: Jill Hatfield, Animal Services Superintenden Date: July 18, 2008 Re: Approval to purchase animal crematory for incineration of dead animals Recommendation Staff recommends approval to purchase a G-8 Therm -Tec animal crematory for the incineration of dead animals at the animal shelter. Background The incinerator will replace the existing incinerator that has been operating at full capacity for 15 years. The current unit utilizes twice the amount of natural gas as compared to a modern, energy efficient incinerator. A standard 400 pound cremation load currently costs an additional $60 to operate each day as compared to the hours and gas needed to cremate in a new incinerator. Operating the current incinerator is costing the City an additional $18,000 each year due to its inefficiency. The current unit must be loaded by two staff members due to its four foot high loading level. Animal Services staff must lift animals weighing up to 200 pounds to chest level. The G-8 Therm -Tec crematory loads at ground level to reduce back and muscle strain. Discussion The lowest bidder was disqualified due to their inability to produce five references that utilized the same unit outlined in the bid specifications. The next lowest bidder met all the requirements stipulated in the bid. Budget Impact The bid is $8,700 over the project budget amount. Additional funds from the Animal Services operating budget will be utilized to purchase the incinerator. • RESOLUTION NO. A RESOLUTION TO APPROVE THE PURCHASE OF A G-8 THERM -TEC ANIMAL CREMATORY FOR $58,700.00 FOR USE BY THE ANIMAL SHELTER AND APPROVE A BUDGET ADJUSTMENT OF $8,700.00 WHEREAS, the lowest qualified bidder, Bestech Environmental Resources, Inc, submitted the lowest bid of $58,700.00 to supply a G-8 Therm -Tec animal crematory for the Fayetteville Animal Shelter. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section I: That the City Council of the City of Fayetteville, Arkansas hereby approves and awards the bid of $58,700.00 to Bestech Environmental Resources, Inc. to purchase a G-8 Therm -Tec animal crematory for the Animal Shelter. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves the attached budget adjustment of $8,700.00. PASSED and APPROVED this 5'h day of August, 2008. APPROVED: ATTEST: DAN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer EXECUTION OF BID - Bidders are requested to Indicate by check mark or "Yes/No" on each line of the Technical Specifications the compliance of the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth In this proposal, including specifications, teens, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: LL3ESTEch' F,v v,40.04,f.n7fc ES&t /cC .Z2 c0 *BUSINESS ADDRESS: 3°S3cwfi9o�u/e-v' LVA;' *CITY: /3.-SseMEA *STATE: Xi / *ZIP. J 51).7-00 *PHONE:.zoS--V2&-J.z/D FAX: 2o5 - *E-MAIL ADDRESS: Soawe P6esic di %Nc 0 cox, *BY :( PRINTED NAME) W e 45. 40,44 *AUTHORIZED SIGNATURE: 79: a. fVecee. *TITLE: Piet- DEA - Acknowledge Addendums: Addenda No. Dated: Addenda No. Dated: Addenda No. Dated: Printed Name: Signature: Title: Company: Date: CITY OF FAYET7EVILLE, ARKANSAS BID 08.91, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 6 OF 10 City of Fayetteville Bid 08-31, Animal Shelter Incinerator Replacement Bid Form *GUARANTEED DELIVERY FROM DATE OF PO ISSUED: 6ctogkb.1 cedinif Please specify calendar OR working days ITEM: DESCRIPTION: QUANTITY: TRICE EACH: *TOTAL PRICE 1 Mass Animal IncineratorfCrematory as specified Please Specify for Unit(s) Bid: 1 $__3,'700`= $ S3)7°oci *MANUFACTURER: 74 '.c.', TEc MODEL: 6 - 59-,1 TOTAL BID PRICE: eJ s S3, 70 *****ALL BIDDERS SHALL SUBMIT A COMPLETED & SIGNED VENDOR FORM. FAILURE TO DO SO COULD RESULT IN YOUR BID BEING REJECTED*"*** This bid form continues on the next page and shall be complete in order for your bid to be responsive.. CITY OF FAYETTEVILLE, ARKANSAS BID 08-31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 4 OF 10 City of Fayetteville Bid 08-31, Animal Shelter Incinerator Replacement Product Details and Specifications: Mass Burn Crematory PART.1 - GENERAL SPECIFICATION: CREMATORY 4/1.) Type: Controlled air, multi -stage, factory assembled, packaged crematory with control system, bumers and stack. Bumers shall be designed for natural gas. Crematory shall be Therm Tec G -8-P or approved equal. Service: Designed for manual batch loading with schedules and waste material as specified. 3.) Performance: • s a. Crematory shall meet the emissions and operational requirements of the State of Arkansas Air division with permit fees to be the responsibility of the City of Fayetteville. b. Weight Reduction of Waste: Minimum 95% of combustible portion. Bum rate: The crematory shall be capable of being batch loaded with up to 750 pounds of Type 4 (animal carcasses) with a bum cycle up to 8 hours for each load. j/ d. Rated Capacity (in pounds — initial load) = 750 4.) Operation: a. Primary Chamber: i. Primary temperature controller will shut burner gas off at 1500 deg. F. and primary burner overfire air off at 1600 deg. F. y ii. Primary chamber shall be designed to operate under a negative pressure. Panel mount a Dwyer Magnehelic brand pressure gage .5-0-.5°W.C. (or equal) to monitor pressure. iii. Primary burner to be Midco J83 -DS (or equal) capable of 800,000 BTU/hr output. The primary burner is to be controlled on/off by primary temperature controller. All burners to have discrete blowers integrally mounted to burner. �v. Specifications: 1% 1. Volume: 41.43 cubic feet 40-2. Ignition Bumer: 800,000 Btu's Per Flour CITY OF FAYETTEVILLE, ARKANSAS BID 08-31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 6 OF 10 b. Secondary Chamber: Secondary burner shall fire at maximum during preheat and shall be controlled at 1800 degrees F. Secondary burner to be Midco J83 -DS (or equal) capable of 800,000 BTU/hr output. All burners to have discrete blowers integrally mounted to bumer. rii. Secondary temperature shall be measured in the stack outlet of the secondary chamber. Stack mounted Type K thermocouple. No flame impingement of the burner upon the thermocouple will be allowed Secondary and primary combustion air shall be supplied by 1 HP Blower and shall have dampers to restrict air during preheat and to control air input during burn cycle. iv. Secondary chamber shall be vertical design to allow low roof installation. 5.) Design: a. Primary Chamber: v i. The primary chamber shall be constructed with an air shroud around the primary chamber for preheating the primary underfire combustion air and shall be an integral part of the construction. The air shroud channels the air to the underfire air system. ii. Under fire air ports in hearth of primary chamber shall have external cleanout ports All primary air ports shall be cleanable from the exterior of primary chamber with cover to be spring loaded cap. iii. The primary chamber shall have a volume of 42 cubic feet. Refractory: The refractory lining shall consist of 1" of 1900 degree F. insulation block and 4" of 2600 degree F. castable. v v. Primary charge door to be the 48" in diameter hinged type (with heavy duty ball bearings) and must swing open to access the entire chamber. Door to include a minimum 2 %" view -port. Primary charge door to be lined with 1 inch 1900 - degree insulation block and 4 inch 2600 -degree F. castable and must include door gasket. Door to have single handle, 90 -degree rotation, wedge lock mechanism. i—vi. The hearth shall be constructed with a liquid retention dam located at the ash removal door end to prevent liquid escaping the chamber. The loading height of the hearth shall be no higher than 15". %. CITY OF FAYETTEVILLE, ARKANSAS BID 08-31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 7 OF 10 b. Secondary Chamber: The inner shell of the secondary chamber shall be 3/16" plate and the outer shell shall be of 12 -gauge steel. Refractory: Refractory lining to be 3" of 3000 degree F., 126#/cu. ft. Alkaline Resistant castable. Secondary chamber volume to be 6.5 cu ft and shall be designed for 1/3 second residence time. Chamber size shall be limited to 1/3 second for fuel conservation. c. Stack: i. Stack shall be three 6' sections of 22" OD, 14" ID stack with 3" of 2300 degrees F., 126 #/cu. ft. castable. Shell shall be 14 -gauge steel. Total stack height above grade to be a minimum of 24 feet. ii. Stack shall be self supporting to main unit with no bracing to roof required. d. Control Panel: Control panel shall be NEMA (National Electrical Manufacturers Association) 12 enclosure. Primary and secondary temperature controllers shall be type K and shall be visible through door. Panel shall include all timers for automatic sequencing and control. Panel to be mounted on side of crematory and shall be pre -piped and pre -wired to all components. Control system must not use PLC based timer/relay processor system. Control system must have individual microprocessor temperature controllers, individual timers, and relays so in house personal can troubleshoot problems and make operational changes as needed. e. Crematory: i. Unit to be a stand alone structure with no supports to building or roof required. Provide two 1/2 inch lag bolt anchor tie points in base of unit for seismic stability. PART 2 - INSTALLATION OF CREMATORY 1.) Installation: ✓a. Existing roof to be removed for access to slab and replaced once new unit is installed by awarded vendor. Existing openings in roof to be sealed off by awarded vendor. Vendor to cut new opening in roof to allow for new stack and provide new Flashing / Counter -Flashing to seal roof opening. CITY OF FAYETTEVILLE, ARKANSAS BID 08-91, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 8 OF 10 c— b. Existing crematories to be dismantled, removed, and disposed of by awarded vendor. mac. New equipment to be installed on existing concrete slab. All crane services shall be provided by awarded vendor. All interconnection of piping and wiring between control panel and crematory by awarded vendor. After completion of installation awarded vendor to perform, cure out of refractory. Refractory cure out schedule to be provided by manufacturer with awarded vendor providing documentation that cure out was performed as per schedule. Awarded vendor to reset all controls for operation and to perform up to 4 hours training. Vendor and manufacturer to warrant all equipment for one year from the date of start up. Start up constitutes first beneficial use of the equipment by City of Fayetteville. e. Manufacturer to supply all necessary documentation and test reports necessary to obtain permit from the State of Arkansas for the construction and operation of this crematory. Any required testing by the State of Arkansas to be the responsibility of the Customer. y f. Customer to supply all utility final connection to crematory and to include the following: I/ i. Natural gas lines to be connected to gas train by City of Fayetteville. Gas requirements to be 1600 CFH at 2 – 5 psi. Gas pressure regulator to be included with crematory. v ii. Electrical supply to be 115 volt/1 ph/60 cy for a total of 30 amps. Electrical supply will be brought into bottom of control panel by City of Fayetteville. Disconnect by City of Fayetteville at the request of awarded vendor. PART 3 - BIDDER QUALIFICATIONS 1.) Qualifications: ; -a. Bidders shall have been in the manufacturing of animal crematories of the type and size bid for over 10 years and shall provide at least 5 references of the type and size of the crematory proposed with date of installation, contact person and phone number installed in past 5 years. CITY OF FAYETTEVILLE, ARKANSAS BID 08.31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 9 OF 10 rely le VENDOR FORM Please print or type VENDOR INFORMATION City of Fayetteville Purchasing Division 113 W. Mountain Fayetteville, AR 72701 Phone: (479) (479) 575-825575-87 vNAv.acceSSfavetteville.orq 0 a N Lemke Scanty Number - (Omer Sea required for sole omPbtemeh DOM, a tdMaueta) 2. T. aye, ID Number Factual TN used to f.,ederel 6I3 turetr) 0 9 6131112 7 '' Payee Name (as shown on your tax etum). Bestech Environmental Resources, Inc. 4. Btmb ass Name (if diluent from above - include DBA's bee): 6.Business Address: 3053 Mountain View Way 6. Cit y Bessemer 7. Stale: AL 8. Zip Code: 35020 9. Phone. (205) 428-0210 10. Pax: (205) 428-0211 11. Conten Name: Sonny Hall 12. E -Mai Dress: sonny@bestechinc.com 13. Do you accept Visa as a method of payment? Please cheek One: Ia YES NO VENDOR TAX:'ACKNOWLEDGEMENT?: el C 0 �j m m 14. What business (Check does your provide 15.15 yanbushness Incomaatodt 16.1s yourbusieess filed as an Welly LLC twits Corporaliwr)? Vas (go fo16a) No mam,n 16a. Wfot formed Is your LLC as? Sole Propdetorslip No N,7) Partnership• wbm Caporatlon (su a sase+L 17. Business section) Type(LLCs must also ell out this - Box 1 in Section 1 must be filled h all cut apply): SeMces Scppges Sole Proprietorship: Einer Owren Nann IT/ rA Yes - - • (sp 10Sedt03) ❑ ❑ rA • No Opeetedase MBA'.Enter Name rode lb • • Partnership: Enter none used on to return VENDORTADDRESSy8TREMI; TAN4E,IINFORMNp0$, 0I c 0 16. MAIUNG ADDRESS: Hearn dean same as above 18. PAYMENT REMITTANCE ADDRESS.Prease coed Hsame as above Street PO Box 727 Street PO Bcy368 Cily Fultondale Fultondale State: AL ap Code: 35068 • State AL wpm 35068 SIGNATURE�B PAY_EE`AGKNOWLDEGEMEN-f., �":; �• UnderpenaMes ofperppy, I hentycemy Me payee% areae DN is cornet the payee Is et euttrbd b beebp vatzbaW1II due to fdMn to report invest end dNdend tisane, and that the payee ba U.S. person SIGN IStriatum of U.S. person —a HERE Prated Name .8 ieneane W . E /'4tt nue: prtES / ia. -'— 2 r.z Q ra3 Dale VENDOR NUMBER DATE ENTERED DATE MAPPED Entered by: PURCHASING OFFICE ONLY REQUESTER INFORMATION Name of Requester. Freese deck one ❑ New Venda ❑ Vendor Change Request Dao: Requester Ext. Requester Opt. P -cant Vendoa drle one: YES NO Rev 9.7.01 BOX 1105, TUALATIN. OREGON 97062 20525 S.W. CIPOLE RD., SHERWOOD, OREGON 97140 [503) 625.7575 • FAX: [503) 625-6161 E-MAIL themM1ectearthlInknet Crematory Warranty Statement The crematory / incinerator system shall be manufactured per the THERM TEC. INC specifications attached. The equipment shall be test fired and safety checked before shipment from THERM TEC, INC plant. THERM TEC1 INC and collateral equipment sold are warranted free from defects in workmanship and materials under normal use and operation for one (1) year from date of start-up, when operated according to manufacturer's instructions. THERM TEC INC's obligation is for any part or parts F.O.B. Sherwood, Oregon which may prove defective under normal use and operation within one (1) year from start-up and which are found by our inspection to be thus defective. This warranty shall not apply to any THERM TEC incinerator or collateral equipment which has been repaired or altered outside of our factory in anyway so as, in our judgment to affect its performance, safety, stability, and reliability. This warranty shall not apply to [HLRM TEC incinerator which has been installed outdoors and unprotected from the elements unless an outdoor package has been installed. No warranty is given for deterioration under normal use including but not limited to thermocouples, spark arrestor, gasket seals, light bulbs, brick and refractory This warranty shall not cover damages caused by operator misuse or abuse No warranty is given for damages resultant from Acts of God such as lighting or storm damages and also electrical power surges. It shall be further understood that certain routine maintenance and servicing of the equipment by the facility's personnel is to be considered normal and requires owner responsibility Functions to be included but not limited to tasks such as: changing of light bulbs, cleaning and or replacing U.V. flame detectors (flame rods) and burner control relays, and simple diagnostic troubleshooting via telephone contact with a THERM TEC service technician. The normal diagnostics and replacement procedures are detailed in the operation and maintenance manuals, all procedures shall be reviewed and demonstrated at the time of start up and training and the personnel shall be further guided through the procedure over the phone by a THERM TEC technician on an as needed basis. ermstec ®.tDesign, .Engineering and Mfg. ,I ' Specifically Designed Foi• :._.;I • Humane Societies • Animal Control Facilities • Private Pet Cremation Services • Veterinary Practices Capacity G-8 750 lbs Batch Load Capacity Easy To Load --- Easy To Operate 15" Load Height 48" Diameter Load Opening No Visible Emission - No Odors Meets State And Federal Regulations No Grease Leakage Built In Liquid Retention Dam Built For Long Life Constructed Of 3/16" Plate Steel, Lined With 1 12" 1,900 Insulation And 4 1/2" Heavy Duty Refractory Pre- piped & Pre -wired And Assembled At Factory (Stack Sections Installed On Site) Automatic Temperature Control For Maximum Efficiency Fuel Saving Feature Of High - Low Control for Secondary Burner On - Off Control for Primary Burner Fuel Saving Preheated Air For Primary & Secondary Chambers Timer Controls For Burn Cycle Animal Cremation Series Model G-8 1 I.lDimensions: W x L x H jlPrimary Chamber Volume 41.43 Cu. Ft. i I Stack Sections, 20 x 6' Flanged__._ ... ___ ...... _Total 18'j (12 Gauge'With 3" 2,300°F Refractory Lining)_-._..._ CONSTRUCTION I G -B -P 64" x 99"x223" it 'Load Door Lined Wdh Hi -Temp Composite ! 4" Ash Removal Door Opening _j 48" Diameter —__ PrimaryBumer_Firing Rate 800,000 BTU Avg___, Secondary Burner Firing Rate ..i 800,000 BTU Avg. -_-f IlControl Panel, NEMA 12, U.L. #508A I Included J lINatural Gas Requirements J 1600 CFH..__ Electrical Requirements 1115/60/1 30AMP klPaint 8 Primer, Hi -Temp j 800°F To 1,200°F_ J IIWeight 9.662 Pounds Recommended Building or Pad with Fence Size: 14' x 16' Recommended Pad Size: 10' x 14' Distributed by: Bestech Environmental Resources, Inc. 3053 Mountain View Way Bessemer, AL 35020 Phone: (205) 428-0210 Fax: (205) 428-0211 www.bestechinc.com — info@bestechinc.com CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, Arkansas 72701 INVITATION TO BID BID # 08-31 Animal Shelter Incinerator Replacement BID #: 08-31 DATE ISSUED: Monday, February 18, 2008 DEADLINE & BID OPENING: Friday, March 07, 2008 at 3:00 PM, Central Standard Time BID DELIVERY LOCATION City of Fayetteville, 113 W. Mountain, Purchasing Division - Room 306, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, (479) 575-8220, aforenci fayetteville.ar.us PRODUCT F.O.B. City of Fayetteville Animal Shelter, 1640 South Armstrong, Fayetteville, Arkansas, 72701 Bids must be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. CITY OF FAYETTEVILLE, ARKANSAS BID 08-31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 1 OF 10 City of Fayetteville Bid 08-31, Animal Shelter Incinerator Replacement General Terms and Conditions 1. All bids shall be submitted in a sealed envelope and must be submitted on forms acquired by the vendor from the City of Fayetteville or the City of Fayetteville Purchasing website (www.accessfavetteville.orq). Bids with missing pages or missing any requested attachment will be deemed incomplete. 2. TheSI 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. 5. The quantities listed are based on the needs of the City and availability of funds at the time bids are posted. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds or change in needs. 6. The bid price shall remain good and firm until project is completed. Payment to the vendor by the City will be made within 30 days following delivery and acceptance in accordance with these specifications and the City's Purchase Order to the vendor. 7. All products delivered shall comply with applicable standards of quality. 8. Any exceptions to the specification requirements of the City of Fayetteville must be noted on the Bid Form. 9. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the fumishing of the items bid. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid, but will not be considered in award of the bid. 10. Each bidder shall state on the face of the bid form the anticipated 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 an or before the time specified in the contract may subject the contractor to payment of damages or other appropriate sanctions. 11. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. Written warranties shall specify the greater of the manufacturer's standard warranty or the minimum warranty specified herein by the City. 12. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 13. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 14. The request for bid is not to be construed as an offer, a contract, or.a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. 15. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. Each apparent low bid will be reviewed line by line to ensure compliance with specifications prior to recommendation for award. CITY OF FAYETTEVILLE, ARKANSAS BID 08-31, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 2 OF 10 16. Bids must be received by mail or hand delivery in the Purchasing Of o nnm3006. 113 W. Mountain St. Fayetteville, AR 72701, on or before the time of closingistel d on the face of the bid. 17. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (479) 575-8220 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 18. Items bid must be delivered FOB City of Fayetteville Animal Shelter, 1640 S. Armstrong, Fayetteville, Arkansas, 72701. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. 19. Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this purchase. Brands or manufacturers that are included in a bid that are of at least equal quality, size and specification as to what has been specified, will be acceptable for consideration. All questions regarding approvals shall be directed to Andrea Foren, CPPB, City of Fayetteville, Purchasing Agent at aforen G(�ci.favetteville ar us 20. Units must be fully assembled, serviced, and ready for operation as delivered unless otherwise specified. No dealer/distributor logo or other identification will be installed other than standard manufacturer name badges and specification plates. 21. All products bid must meet or exceed the minimum requirements or they will be deemed incomplete and will be subject to non -consideration for bid award. 22. All bidders shall submit a completed "Vendor Form" (City of Fayetteville substitute for a W-9). Failure to submit this form could result in your bid being disqualified. 23. The attached documents, drawings, and illustrations are included as bid product specifications and are hereby made part of this bid. CITY OF FAYETTEVILLE, ARKANSAS BID 0831, ANIMAL SHELTER INCINERATOR REPLACEMENT PAGE 3 OF 10 • Recent Installations City of Nashville Animal Control Nashville, Tennessee G20P-1 rated at 2000 # per batch load Ms. Judy Laderbashay, Dir. 615-862-7930 Cobb County Animal Control Marietta, Georgia G5OP rated at 5000 # per batch load Ms. Debra Cook, Manager 770-590-5601 Tuskegee Inst. Lg. Animal Research Tuskegee, Alabama G8P rated at 750 # per batch load Dr. Billups, Dir. 334-724-4172 • Charlotte/Mecklenburg Animal Control Charlotte, North Carolina G16P rated at 1400 # batch load Lome Todd, Mgr. 704-336-6693 Cookeville Animal Control Cookeville, TN G8P rated at 750 # per batch load Lauri Green, Dir. 931-526-3647 Albany Humane Society Albany, GA G-16 rated at 1400 # per batch S-27 for private cremation Ms. Donna Strickland 229-888-1677 Henry County Animal Control McDonough, GA G-16 rated 1400 # per batch Walk In freezer Gerrie, Dir. 770-954-2100 Morgan County Animal Control Madison, GA S -18-P rated at 300 # per batch load Donna Mayra 706-752-1195 Madison/Oglethorpe County Animal Control Danielsville, GA S -27-P rated at 400 # per batch load Catherine Lindsey, Ast. Dir. 706-795-2868 Animal Care Hospital Dyersburg, TN S -18-P rated at 300 # per batch load Ms. Stacie Mgr. 731-285-6270 Hot Springs Animal Control Hot Springs, AR S -27-P rated at 400 # per batch load G -8-P rated at 750 # per batch load Dan Bugg, Dir. 501-262-2091 Cherokee County Animal Control Canton, GA G -12 -P -.5H rated 1100 # batch load Cindy Foster, Dir. 770-345-7270 Beaufort County Animal Control Washington, NC G-16 rated 1400 # per batch Sandy Ward, Dir. 252-946-6481 Spaulding County Animal Control Griffin, GA G-12 rated 1100 # per batch Brent Foster, Dir. 770-467 4772 Rockdale County Animal Control Conyers, GA G-8 rated 750 # per batch Curtis Trickier, Dir. 770-785-5927 Winchester SPCA Winchester, VA G-8 rated 750 # per batch Mr. Wood, Dir. 540-662-8616 York County Animal Control York, SC G-16 rated 1400 # per batch Steve Rolan, Dir. 803-628-3190 Paulding County Animal Control Dallas, GA G-8 rated 750 # per batch Tracy Thompson, Dir. 770-445-1511 Sevier County Humane Society Sevierville, TN G-16 rated 1400 # per batch Jayne Vaughn, Dir 865-654-3657 Glynn County Animal Services Brunswick, GA G-12 rated at 1100# per batch Marcia Stewart, Dir. 912-554-7500 City of Oak Ridge Animal Control Oak Ridge, TN G-8 rated 750# per batch Rhonda Bender, Dir 865-482-8472 Fairfax County Animal Control Fairfax, VA G-16 rated 1400# per batch Dr. Karen Diviney, Dir. 703-324-0206 Lyon County Animal Shelter Silver Springs, NV S-18 rated 300 # per batch Ted Bolzle, Dir. 775-577-5005 Bartow County Animal Control Cartersville, GA G-20 rated 2,300 # per batch Debbie Elrod, Dir. 770-387-5153 (8.12.08) Clarice Pearman - Res. 151-08 Page 1 From: Clarice Pearman To: Hatfield, Jill Date: 8.12.08 1:13 PM Subject: Res. 151-08 Attachments: 151-08 Bestech Environmental Resources.pdf CC: Audit; Fell, Barbara Jill: Attached is a copy of the above resolution passed by City Council, August 5, 2008 regarding Bestech Environmental Resources. I will forward to Budget & Research your budget adjustment. Please let me know if there is anything else needed for this item. Have a good day. Thanks. Clarice