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