Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
99-16 RESOLUTION
113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 99-16 File Number: 2016-0222 BID #16-30 CENTRAL LAUNDRY EQUIPMENT, INC.: A RESOLUTION TO AWARD BID #16-30 AND AUTHORIZE THE PURCHASE OF FOUR COMMERCIAL WASHER EXTRACTORS AND FIVE DRYING UNITS FROM CENTRAL LAUNDRY EQUIPMENT, INC. OF WARD, ARKANSAS IN THE AMOUNT OF $65,130.00 PLUS APPLICABLE TAXES FOR USE BY THE FIRE DEPARTMENT. 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 awards Bid #16-30 and authorizes the purchase of four commercial washer extractors and five drying units from Central Laundry Equipment, Inc. of Ward, Arkansas in the amount of $65,130.00 plus applicable taxes for use by the Fire Department. PASSED and APPROVED on 5/17/2016 eeee���RK lr T RF i i ,•'c", Y p�, sG'S FAYETTEVILLE;;O= Attest: Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 5118116 City of Fayetteville, Arkansas y +\ Text File File Number: 2016-0222 Agenda Date: 5/17/2016 Version: 1 In Control: City Council Meeting Agenda Number: A. 5 BID #16-30 CENTRAL LAUNDRY EQUIPMENT, INC.: 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Status: Passed File Type: Resolution A RESOLUTION TO AWARD BID #16-30 AND AUTHORIZE THE PURCHASE OF FOUR COMMERCIAL WASHER EXTRACTORS AND FIVE DRYING UNITS FROM CENTRAL LAUNDRY EQUIPMENT, INC. OF WARD, ARKANSAS IN THE AMOUNT OF $65,130.00 PLUS APPLICABLE TAXES FOR USE BY THE FIRE DEPARTMENT 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 awards Bid 416-30 and authorizes the purchase of four commercial washer extractors and five drying units from Central Laundry Equipment, Inc. of Ward, Arkansas in the amount of $65,130.00 plus applicable taxes for use by the Fire Department. City of Fayetteville, Arkansas Page 1 Printed on 511812016 City of Fayetteville Staff Review Form 2016-0222 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 4/20/2016 Fire / Fire Department Submitted By Submitted Date Division / Department Action Recommendation: Approval of a resolution awarding Bid 16-30 for the purchase of Commercial Washer Extractors and Drying Units from the vendor Central Laundry Equipment, Inc. in the amount of $71,480.18 Budget Impact: 1010.3020.5801.00 General Account Number Fund 31503.1 Fire FEMA Grant--Operations/Safety Project Number Project Title Budgeted Item? Yes Current Budget $ 76,095.00 Funds Obligated $ Current Balance $ 76,095.00 Does item have a cost? Yes Item Cost $ 71,480.18 Budget Adjustment Attached? No Budget Adjustment Remaining Budget 4,614.82 I.0%/ %tVW VVI I VrdC%UU L34J.UVV L! UJUOLI1106 1 t. v20M0710 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: CITY OF 'ttvIlle ARKANSAS MEETING OF MAY 17, 2016 TO: Mayor Jordan and City Council FROM: David Dayringer, Fire Chief DATE: April 20, 2016 CITY COUNCIL AGENDA MEMO SUBJECT: Approval of a resolution awarding Bid 16-30 for the purchase of Commercial Washer Extractors and Drying Units from the vendor Central Laundry Equipment, Inc. in the amount of $71,480.18 RECOMMENDATION: Approval of a resolution awarding Bid 16-30 for the purchase of Commercial Washer Extractors and Drying Units from the vendor Central Laundry Equipment, Inc. in the amount of $71,480.18 BACKGROUND: The Department of Homeland Security (DHS) Federal Emergency Management Agency's (FEMA) Grant Programs Directorate implements and administers the Assistance to Firefighters (AFG) Grants. The purpose of the AFG Program is to enhance, through direct financial assistance, the health and safety of the public and firefighting personnel and to provide a continuum of support for emergency responders regarding fire, medical, and all -hazard events. This purchase of Washer -Extractors and Dryers for Personal Protective Gear (PPE) utilizing 90% grant funds and the city's 10% match will allow for proper decontamination and drying of protective gear improving firefighter health and safety and is key to reducing risk to firefighters. DISCUSSION: The approval of this resolution will allow for the purchase and installation of specially designed washer -extractors and drying cabinets. These units will enable the Firefighters to extract the dangerous carcinogens and toxic particulates from their personal protective firefighting gear, and keep from spreading these cancer causing agents to other Firefighters and their homes and families. BUDGET/STAFF IMPACT: The funds for this purchase are budgeted and available in Project #31503, Fire FEMA Grant— Operations/Safety ATTACHMENTS: Final Bid Tabulation Sheet, Purchasing Documents, and Purchase Order Request Mailing Address: 113 W. Mountain Street wwww.fayetfeville-ar.gov Fayetteville, AR 72701 City of Fayetteville - Purchase Order Request (PO) Requisition No.: (Not a Purchase Order) 1Daie. 412012416 PD Number. All PO Requests shall be scanned to the Purchasing e-mail: Purchasing@fayetteville-ar.gov. Purchase shall not be made until an actual PO has been issued. Vendor NEW Vendor Name: Central Laundry Equipment, Inc. Mail Legistar#: Address: P.O. Box 324 FOB Point: Taxable. 2{}16-0222 is Expected Delivery Date: 7-15.16 City: Ward State: Arkansas Zip Code: Ship to code; Quotes Attached 72176 C7rw' Flequester: Granville Wynn Requester's Employee #: Extension: 3806 7613 Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Number ProjectSub# Inventory # Fixed Asset # 1 Washer Extractors 4 10,120.00 $40.480.00 1010.3020.5801.00 31503.1 2 Drying Units 5 4,930.00 $24,650.00 1010.3020.5801.00 31503.1 3 4 c 6 7 J l 9 10 ShippinglHandling Lot Subtotal. $65,130.00 Tax: $6,350.18 Total: $71,480.18 Approvals: Mayer. Department Director. r� Purchasing Manager: Chief Financial Officer. Budget Director: IT Director. Dispatch Manaae:: Utilities Manager. Oilier., Revised 'r2712i%15 iT c 'Fa?�e\1lle f ANt{A14SA5 Bid 16-30, Commercial Washer/Extractors and Drying Units Bid: 16-30 04,15.2016 TIME: 2:00 PM CITY OF FAYETTEVILLE AAdvantage Laundry Systems Casco Industries Central Laundry CU Enterprises Justin Laundry Systems Fellatio Laundry Machinery Sales Co. Inc- eGt I Description Units Price Per Unit I Extended Price Price Per Unit I Extended Prical Price Per Unit Extended Price l Price Per Unit ! Extended Price Price Per Unit ! Extended Price Price Per Unit Extended Price Commercial VJa$her,mxtrar.4.ors: shalI inck;rie fteight.1 41 $ 8,967.00 $ 35,868.00 $ 8,315.00 S 33,260.00 $ 10,120.00 S 40.480,00 S 9,255.00 S 37,020.00 $ 7,830.55 $ 31,322.20 $ 8,07200 $ 32,288.00 (shipping, installation, etc. 2 IFirefighterGearDryingUnits :shallindudefreight, 5 $ 6,079.00 S 30.395.00 $ 6.875,00 $ 34.375.00 $ 4,930.00 $ 24,65000 $ 5,800.00 $ 29,000.00 $ 5,650.55 $ 28,252.75 $ 6.620,00 $ 23,100,00 shipping. installation, etc. ` 1 j — TOTAL BID BASED ON ESTIMATE I`' i }; $ 66,263.00 $ 6763500 ^ $ 65,130.00 $ 66,020.00 r $ 59,574.95 ,' $ 65,388,00 'NOTICE: Bid award is conitngent upon vendor meeting minimum specifications and formal authorization by City officials, Pam au'ng Agent Wynn, Granville om: McGaugh, Les dent: Monday, April 18, 2016 4:28 PM To: Wynn, Granville Subject: Bid 16-30 Granville, Due to failure to bid on all items, we have rejected Justin Laundry Systems for Bid 16-30, Commercial Washer Extractor and Drying Units. Thanks, Les McGaugh Purchasing Agent Purchasing Division 113 W. Mountain City of Fayetteville, Arkansas 72701 Imcga ugh�fayetteville-a r.gov T479.575.8220 I F 479.575.8257 Website I Facebook I Twitter I YouTube CITY OF 'eeVi11e SlJilETlill�G ARKANSAS nnurr�riuu�srs www.fayetteville-ar.gov rCITY OF 1;\T11e ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain St. Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 16-30, Commercial Washer/Extractors & Drying Units ,DEADLINE: Friday, April 15, 2016 before 2:00 PM, Local Time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 727O1 PURCHASING AGENT: Les McGaugh, Purchasing Agent, Imcgaugh@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Friday, March 18, 2016 INVITATION TO BID Bid 16-30, Commercial Washer/Extractors & Drying Units No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: /�!At/iJYC'11 f'ml .>>; 7/c Contact Person: � FP C2f�Z Title: _ F W Coo E-Mail:•pt Phone: Business Address: +?� 0' cY 5' City: W1� Signature: — City of rayR:°ltvvi#ii, AB Bid 16-30, Commercial Washer/Extractors & Drying Units Page1of14 State: AiZ.. Zip: 22y Date: i City of Fayetteville Bid 16-30, Commercial Washer/Extractors & Drying Units Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 16-30, Washer/Extractor and Dryer Units The City is seeking bids from qualified vendors for the purchase of four (4) commercial washer/extractors and five (5) firefighter gear drying units which shall be non -tumble style units for the washing and drying of protective fire gear for the City's Fire Departments. All sealed bids are due by Friday, April 15, 2016 before 2:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at http://favetteville-ar.gov/bids . All questions should be directed to Les McGaugh, (479)-575-8220, Imcgaugh@favetteville-ar.gov. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 Imcgaugh@favetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 03/18/2016 City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 2 of 14 City of Fayetteville Bid 16-30, Commercial Washer/Extractors & Drying Units Bid Form DATE REQUIRED AS A COMPLETE UNIT: Delivery shall he nude within 60 calendar days from date of received Purchase Order. F.O.B Destination — Fayetteville, AR — Delivery shall be coordinated with Fire Department. All deliveries will be made within the Fayetteville, AR city limits. ALL QUANTITIES ARE ESTIMATES ONLY AND ARE SUBJECT TO CHANGE Commercial Washer/Extractors: shall include freight, shipping, installation, etc. Firefighter Gear Drying Units shall include freight, shipping, installation, etc. PLEASE SPECIFY FOR UNIT(S) BID: MANUFACTURER UniMac TOTAL BASE BID: $_65,130.01) MODEL: UWN065T4L MANUFACTURER _ UniMac MODEL: UTGC6EDG(*44,64) *VOLTAGE SET AT ORDER PER EACH LOCATION, 208-24( Bids shall be submitted on this bid form in its entire AND accompanied by descriptive literature on the products being bid. The City intends on awarding this bid to a single vendor, THIS BID FORM CONTINUES ON NEXT PAGE . ityof Fayetteville, AR ? Bid 16-30, Commercial Washer/Extractors & Drying Units Bidder. Lrant%jcrl�- ,�n113,2� r r� q(. 2( J,. Page 3 of 14 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall 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, terms, 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. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. S. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain):__ 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. THIS BID FORM CONTINUES ON NEXT PAGE City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Bidder: n G Page 4 of 14 _ : IlitlA �� ✓� ��rT%� Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: __�i�//Ch?[c%i✓�.G�l n?^rl _ _-- IPurr huse Order/Pay mmtrrts shall be issued to th/s name *D/B/A or Corporation Name dr'rr°#c . Lei E r , 7�. __ *BUSINESS ADDRESS: *CITY: �. ✓jR� *PHONE: o Lf/7 *STATE: _Iii::::_____ *ZIP:_/%��___ FAX: *E-MAIL: 'S�rt- r'�Ti�4t� �4f YF..� ,rrpme zfc.er,,l__.. *BY: (PRINTED NAME) 'SC1=F?' *AUTHORIZED SIGNATURE: r Lift cam' *TITLE: 1 C Ft *DUNS NUMBER: I CAGE NUMBER: *TAX ID NUMBER: - ��� uL3 X35 Acknowledge Addendums: Addendum No. _-- - Dated: 335 !(o Acknowledged by: Addendum No. Dated: Acknowledged by:,. — Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 16-30, Commercial washer/Extractors & Drying Units Page 5 of 14 City of Fayetteville Bid 16-30, Commercial Washer/Extractors & Drying Units General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division, c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, REP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders must have experience in providing products and/or services of the same or similar nature f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents, The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a, The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 6 of 14 The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract With The City". b. All bidders shall promptly notify Andrea Foren Rennie, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS; The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises, City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 7 of 14 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHTTO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS_ The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 8 of 14 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City 19. ASSIGNMENT SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20, NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 9 of 14 21, LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary, 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax shall not be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. 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, e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 10 of 14 f. 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. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not he liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. "n. NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220) or e-mail (imcgaught fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. 'l. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (Imcgaugh@fayetteyille-ar.goy) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. 1. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. ATTACHMENTS TO BID DOCUMENTS: Enclosed Detailed Specifications City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 11 of 14 City of Fayetteville Bid 16-30, Commercial Washer/Extractors & Firefighting Gear Drying Units Detailed Specifications GENERAL 1.1 Vendor shall complete and include this section with bid submittal. In the event the bid line specification item meets the specification provided, bidder shall indicate with a check mark, writing in "yes" or other mark clearly indicating the item bid meets the individual specification. In the event the item bid does NOT meet the specification, bidder shall write in "no" or leave the item blank indicating the item bid does not meet the specification. The City of Fayetteville shall not accept other literature for bid specification interpretation. 1.2 The City is seeking bids from qualified vendors for the purchase of four (4) commercial washer/extractors and five (5) firefighter gear drying units which shall be non -tumble style units for the washing and drying of protective fire gear for the City's Fire Departments. 1.3 All unit(s) bid shall meet or exceed the minimum requirements or they shall be deemed incomplete and will not be considered for bid award. 1.4 All specifications written are to minimums, unless otherwise noted. 1.5 Pricing bid shall be inclusive of all items, shipping, and warranty. Bid pricing shall NOT include sales tax. Sales tax shall apply to this project but will not be considered for bid evaluation. 1.6 Award evaluation: Bids shall be evaluated and awarded all or none. 1.7 Pricing per item shall include all costs for delivering the goods and services requested in this bid including but not limited cost of items, profit, shipping, labor for installation, freight, miscellaneous parts needed for installation. 1.8 Terms of shipping for all items shall be FOB Destination. The bidder shall retain title and control of goods until accepted by the City. Bidder shall select the carrier, shall be responsible for transportation, and shall be responsible for filing claims for loss or damage at no penalty to the City. 1.9 Bidder shall have experience in providing, selling, and installing the items specified. 1.10 All items shall be compliant with the most current National Fire Protection Association (NFPA) Guidelines. 1.11 The City highly recommends all bidders become completely familiar with NFPA 1851 Guidelines. Copies may be purchased directly from the NFPA at www.nfpa,org. ITEM 1 —COMMERCIAL WASH ER/EXCTRACTORS 2.1 Units(s) bid shall be new, unused, and of the latest standard production model as offered for commercial trade. a. V' Hard mount commercial washer/extractor or equivalent for cleaning of protective fire equipment/turnout gear b. / Minimum of 6 cubic feet of wash cylinder volume City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 12 of 14 c._( Optimized wash programs compliant with NFPA 1851 Guidelines d._j' Ability to modify all parameters of the wash cycle including: +Temperature 'Time • Water Level 'Speed e. V' Cycle Programmable microcomputer f./' Connections for remote liquid supplies or reservoir g.__ / Automatic detergent injection h. ✓ G -Force spin maximum of 100 i._j/ Minimum of 65 pound weight capacity to accommodate washing of multiple sets of turnout gear j._/ Stainless steel construction for both inner and outer tubs k._,/ Digital display with universal symbols or words to make operation easy and intuitive 3. ITEM 2 —GEAR DRYING UNITS 3.1 Units(s) bid shall be new and of the latest standard production model as offered for commercial trade. a./"Drying unit or equivalent for drying of protective fire equipment (turnout gear) b._ Compliant with NFPA 1851 Guidelines c._j Capable of drying from four (4) to six (6) sets of turnout gear within three (3) hours d. +✓ Programmable drying cycles e. ✓ Steel welded with powder coating for increased durability f. ✓ Glove hangers and/or holders g.L./ Boot hangers and/or holders h._V' Temperatures?? i. Dryer shall be designed to push air through the turnout gear resulting in effectively drying any areas which are difficult to reach to reach areas and 4, WARRANTY 4.1 Minimum one (1) year warranty or Manufacturer's Standard Warranty, whichever is greater. 4.2 Warranty shall include all parts and labor for the entire extent of the warranty. 4.3 Warranty shall begin on the date items are accepted by the City. 4.4 Warranty shall include shipping to and from the City for the entire warranty period. City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 13 of 14 5. DELIVERY/DOCUMENTATION 5.1 One operating instruction manual shall be included for each unit upon award of bid. 5.2 Units shall be delivered, set in place, leveled, bolted down, grouted (as required), and made ready for utility connections which shall be completed by the City. All items shall be installed per manufacturer recommended installation requirements. 5.3 Delivery shall be coordinated with City of Fayetteville Fire Operations as units shall be installed at various fire stations throughout the City. Addresses for stations receiving units are: • Station 1, 303 W Center St., Fayetteville, AR: One (1) Dryer, No (0) washer • Station 3, 1050 S Happy Hollow Rd., Fayetteville, AR: One (1) Dryer, One (1) Washer • Station 4, 3385 Plainview, Fayetteville, AR: One (1) Dryer, One (1) Washer • Station 6, 900 Hollywood, Fayetteville, AR: One (1) Dryer, One (1) Washer •Station 7, 835 N. Rupple Road, Fayetteville, AR: One (1) Dryer, One (1) Washer City of Fayetteville, AR Bid 16-30, Commercial Washer/Extractors & Drying Units Page 14 of 14 Bid 16-30, Addendum 1 Date: Thursday, March 25, 2016 To: All Prospective Vendors From: Les McGaugh — 479,575.8220 — Imcgaugh@fayetteville-ar.Rov RE: Bid 16-30, Commercial Washer/ Extractor and Dryer Units CITY OF • FTe ae:V1IIC ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCr471ON ON THE 61D FORM, 1. Item 1 -Commercial Washer/Extractors hereby has the following modifications, changes, and additions: a. Line (b): remove the minimum of 6 cubic feet of cylinder volume specification b. Line (i): amend minimum of 65 pound weight capacity to change to minimum of 6O pound weight capacity c. Add line (I): Units bid shall be provided to work with voltage of a single phase power source 2. Item 2- Gear Drying Units hereby has the following modifications, changes, and additions: a. Add Line (j): Units bid shall be provided to work with voltage of a single phase power source tv o' Fayeitevil . , AR ( enduin 1 age 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Section 7 - UW Specs SECTION 11110 LAUNDRY WASHER -EXTRACTOR, 65 LB. [29.5 KG] CAPACITY PART 1 GENERAL 1.0'1 SECTION INCLUDES: A. Automatic laundry washer -extractor for processing water -washed linen items 1.02 SYSTEM DESCRIPTION A. DESIGN REQUIREMENTS: 1. Construction: 304 or equal stainless steel cylinder, tub and cover panels 2. Input voltage: X: 200-208/220-240/50/60/1/3; 2/3 wire plus ground 3. Dry weight capacity (lb. 65 [29.5] [kg]): 4. Wash cylinder volume 9.7 [246] minimum ( ft3 [I] ): 5. Overall width ( in. [mm] ): 34.12 [867] nominal 6. Overall height ( in. 64.43 [1637] nominal [mm] ): 7. Overall depth ( in. 49.83 [1266] nominal [mm] ): 8- Number and size ( in. 2 (Main fill) connections with .75 [19] NH male connections [mm] ) of water and 2 (Spray rinse) connections with .75 [19] NH male connections: connections 9. Number and size ( in. 1 outlet at 3 [76] [mm] ) of drain outlets: 10. Overflow: Internally plumbed 11. Control System: Programmable microprocessor 12. Cylinder drive: Inverter drive, poly V belt system 13. Drive motor. 5 hp B. PERFORMANCE REQUIREMENTS: 1. Number of selectable 2 wash speeds: 2. Number of selectable 1 extract speeds: 3. RPM [G] at highest 477;[100] extract speed: 4. Chemical supply system a. automatic flushing and connections for 5 external supply lines and control signals for 8 external supplies b. manually filled 5 compartment dry chemical dispensing system (optional - designated by T3L in the model number) 12-10.380 © Copyright, Alliance Laundry Systems LLC - DO NOT COPY or TRANSMIT Part No. 4-Maarch 20rch 2016 16 Section 11 - PPE Dryer SECTION 11110 PERSONAL PROTECTION EQUIPMENT (PPE) DRYING CABINET PART1 GENERAL 1.O1 SECTION INCLUDES: A. Automatic drying cabinet for 1.02 Processing water -washed personal protection equipment SYSTEM DESCRIPTION A. DESIGN REQUIREMENTS: 1. Dry capacity: 2. Cabinet volume: 6 full sets of PPE and 15 boot/glove holders 3. Construction: 69 cu ft, (1953862 cu cm) minimum 4. Input voltage: Heavy duty embossed steel with baked enamel powder paint. 44: 208/50;60/1 :- 45: 208150-60/3 64:240!50=60/1 5. Heat source: 65: 240/50-60/3 6. Overall width: Electric, 12 kW 7. Overall depth: 61 1/8 inches (1553 mm) nominal 8. Overall height: 32 5/8 inches (828 mm) nominal 9. Exhaust size: 80 3/8 inches (2041 mm) nominal 10. Control system: 6 inch (152 mm) Programmable touchpad 11. Door: 12. Leveling control Painted steel, with heavy duty 180 degree opening hinges 4 adjustable leveling legs 0. PERFORMANCE REQUIREMENTS: 1. Airflow: 300 CFM (510 m3/h) 2. Motor horsepower: 2 x 1/8 hp 3. Control system a. Minimum of five programmable drying cycles b. Ability to time dry up to 555 minutes C. Ability to cool from 2 minutes to 60 minutes d. Variable temperature settings from 100 - 150°F (38 - 66°C) 4. Boot/glove holders: 15 sets 1.03 12-10-380 DELIVERY, STORAGE AND HANDLING A. ACCEPTANCE AT SITE: . Inspect machine for damage prior to acceptance. If damage is found, follow freight handler's procedure for claims. B. STORAGE AND PROTECTION 1. Machine should be stored in a site protected from weather, direct sunlight and temperature extremes. Do not remove packaging prior to storage. 2. If machine is to be stored for an extended period of time, consult manufacturer for special requirements. © Copyright, Alliance Laundry Systems LLC — DO NOT COPY or TRANSMIT Part No. 12-10-425R1 October 2015 LAUNDRYTAILOR-MADE FOR FIREHOUSES For''.:IItors, ripen pq_! roam sr:'t a xcfr!ry'r s_--d'S a l eormliy end it . rot jOt r].:1. '1 volt nq : dI. I, !tr,w rrtlrI :nfi it 010 mien the dil o r,-nLG "olceeen l':eln')'a1 ride and P:e,nq b ote'_ M_d PSI rpdvr r,,rl yea', of da.. :; aied cr,. i;r.a:r::ec Inuedry e..=.., or-, .vu at ik:LAec' allrl'ntp, ha,d she 150: - au dry reads a1 Ic,n lr hterc and thou near and we rles:cn eyuior.'r:n1 sp0rafwtClly lc, react t;7:ia;teed: 'ij;JI m1.^,t:lr:kd.Iilt built ',rJLgi`f Or o''Ignt-tr'91rig r!et:, IAmv✓il'it ail d-rinaging rnal.:nnb iron, boat vR ae 'dc liin,ninp a'a ptdie eth,e ir.P:;gciy. CL" ee:;:prn,r:1 •1 e=els al gcvt,rnir:e:n€ regilire:ner•ts, is'nfa edibly easy no ace and +ealeros more :8ncvan OnS lhut hell) n"dl'uIALF'- rear . Fer-.atlnq coats And is c&ippert,ed by Cr Iergcat, moat bnovae;tgea ble d,stnbulo- rlrlcn ok in t'a, husinessc provli.in,y even'thlrg yo,: need to he Sate, , omp`l.ant and mad,' vrh=e the 'i11ar'rl 9G UiIds SAFE, II you' gear I,n'l r.I.annd prr:'p,r; by. €hr' (Ichaa tied ,,herrlcils 121l [,;=hind r,qr' ;9'tnsr !:n the ctiety properliec the lvlo ova',, rJesigner, `r oRer 'r, •:r•v r top, , ytn ILL W 't wash <:ar a:st jen-ari:ze the li^r-rJy r. Ihy protection metcr,arc Llnllvio'a ?Hglgs ce, advanced et'.y,n;•Crlvo al:0n1 nu, e. a On r,i 'c dellv2f 000 0.10'' mes h sh testa,; tar ler . -It let umor inn, . l,rri.£ gpr'iin nerc .1'l' }'rr'r glee!: rn enavv `.1111 11 F' '111,0111* 15:54Uw 4r.! yt'y,rent sod COMPLIANT. 'no's tharl test 3:war11 opt %rRl, 1BS'gladrn'b"rc and arias code,, arC clan:hardy. C?ur hoped s understood then ins de and nut, end nor equl; nc-t is -rs,yned fo' total :'olpli,ncre '^sir .nc'n,-odgcanrr, datnb:8ors ':..., ,,:.boor;i yy, tr, 1'r: h: ^^>t rcccu'orc lot I•',.T'I'A re!ybirnrrk'•Is rUtard:riq ','poll fb,rrW:es, Oherril:ES tneC .-1 I,,.,:' and : intro READY, nc nnollp:•nent 1-. bin'!! 'c rot you back lots act a- Gaul or With a:" easy. tc.l Ida, dependbb:e ;n -Sauce •a'.Indry' spiuf'0n, coo can d your loandry or Yom sche,lida wilhou! :vasu.ng '.Ile,_ sorting gear ,1 Ic' ::L' ,.I,;aned And n:-,'eiisn ;In'P.,9aC. machines parr cur acid sonst n,el mr,, with er!r naavy dLpy romp,!ter-opLn',eod i:xa:^,r and p ,tested by th:, ind'• stry's beet mr rranty, yi LI won't hsve to cad I for hoe 'Urlsulrling and costly' rnpiir5 THE RIGHTSOLUTION STARTS WITH THE RIGHT EQUIPMENT four pea: srh lib,'. any tither launi!ry, and ' shouldn't ith trealed l' rat cva,-, UniMrac nffns:; a lull lire of .,.'ante wcshr rs and d11'e a vah saturuo Juts rood 0yvnil:.ally It, cncel your n+ifs end pr^-vlde 'he Idweni coo' r•` .nvoo-ship in the ,cdustry 11W VIASNEA-EXTRACTO RS '.'tin en a 001900 It' rrrax:rn'Jn, 00'fUrt it,rc : 01 13 OC'nal op_P1 ' 1? costs, t`er14 s,mrti, is nolhlny boric' than :ha Uni'vtac UNd 'tourer'. o Y.Ir;a'idr D'I'ahlr•: cavefr colic, Il rr'Lrs`.ry'Lea dr,IJ Bih Grvrrcy and eurausive innovatirns like Llnll inc" rorircils bnrl, OPTIspl;p" Pirsnq tetihnnlogy crinhine to definer, hoer tests and a bailer wash on sour uear ihar: any other laundry machine Cr, the planet llare Durable A plate -sloe! indil.sui'al frame and prr'miurn cnn-porlerrba are broil to wi^•hsta hd Ina stress fit eflyht rig p;,rai ten pu^ on machines Irlcludlng oorecshaey I:,baler:cod loads Easierla Use Sevol'.rtila':ay Unit nc controls make operaGnq your SW washer-axtracmr rester than ever •.sill, W'rr tiia'rdly g'aph:r displays, r+' cu,toml.7.abia cycle 0911005 one -touch nperoth-n, ceriorl,arlce ntrtrrllcring and n-. ^'e blare Efficient WrO, advance,, 'eatcres lib e llnlGnc, OP'ispray unit u cte larch and drain de`ectlon, Unhtdac psaoher-nalroctota d=,„ivar the an;,o ute'awed caul of o:vnersh.p in Ina ,td Air,', saving you R,oai'ands per year In anergy and 'Nplae tnkie PP£ DRYING CABINET `: he Idr;it 'rying solution for lireheusm; Cl all nice,:, r-,nil,i cc PPE li y!rio f sal net denser; al the lea'ure:n to hntp you dry yrna gear "aster, cater and ir,.r lass money. FadfeI TinlMac'c PPE Dr)Ing Catiinct oilers ranging fain •'1 y hours is 2 inure to help y drying iLma varsns :;omr?rn`.Icnhl mahnds, P'PF hash Into sen'Ice fast Easlee To use Operu+Irg V,v d!701 in as snot 50 50 actin' trio of the I've prcaels arid press np I! e start button Foddrlenal Brno t' ,a, be alder) as r^: g!J:f^id Mort, EHid^_ht firer dual•sided artlnw ,,I ococc not GOEa sn,ada h W W air 'ataw•rd Ir- pear, 0,1 21St 19101:gn the ns:dn for m-.rim,,rn spe,sr., and ef;•Gency in adrlitiori, air 1s c'or''GUiair.,., to ju'rther lrmcrea3n eH iolnnuy fur Iris:,. •."lily cods, REVOLLfllONAiRYUNILINC't.ONIRUCS Und.ina laundry; most advartoed (1091,01 system combines uitiinta''_ pr ogran urnnrf napatI, i arrd r;m,n ;-edge icnrn;=lion rc dell,er the ideal w0S'i air mar gear at :he In;;ustry's '.owes; Gust r" UY+rrerjllip.- • Or I,.Spray iilnS9r'g 0000'n90 Ilces less water to de-Ifuel a i'Iipenor nose Uaa' inondty controls lrnake training and upu-atio.^. Sirnplo, "chile one-louch acloallon allc :•s You to simply 501501 a ry5ia Old bosh sial • :Retold;' holiest w•amer Lampe ail:re leached and other key rrm_asures, gv'ny you pease of nand that Your E:rehouse is 01151 onrepliarnl Industry -,ending fast eySt' h:nos een;bin'_J :sill, drain and ii!i valv'as ,dotter ,Craw eleC'."Cll y coot',, and rnare.sed 111rcugr11,ttl so you earl arsenal rreap etch day e-peroline-contnelled Shc.. soak capability and vanablc ..o.00:1 s_ ads prcleci Pro inleyr,fy o^ your xar, keep! K] }•cu ;afar and seem lg you !rr:u icy on leplz muter. c.sis • 'ru.irarrir,iut,le rvath, levels ial'dru seleci the ideal vraler :si:gr: atxnrdin,r, it ,cad ry;'e and ero - � ^ i SAFE.COMPLIANT READY.: • � The n',•� la. �7 .L • r } �, yr` 7tr7.6 r � #� ..r R4, .. Z `#fir i SERIOUS ABOUT LAUNDRY. 'r3 FIREMAN'S PPE DRYING CABINET} UniMac has been recognized around the world as the leading manufacturer of commercial laundry equipment. We produce, sell and support more commercial washers and dryers b PPE DRYING CABINET — in North America than any other company. The Fireman's Personal Protective Equipment AT A GLANCE (PPE) Drying Cabinet provides fire stations the means to effectively, efficiently and safely dry protective gear— at the lowest cost of ownership in the industry. • Five programmable cycles • Doors open at complete 190° angle SAFE GEAR HANDLING • Adjustable leveling legs • Spacefor up to 15 boots/gloves Specifically designed to prevent wear and tear to your PPE, our drying cabinet uses • Unique rack design for a unique airflow system that circulates heated air in and around gear, providing safe, maximum water removal efficient drying, especially in hard -to -dry areas such as inseams. • Electrostatically -applied paint for superior bonding and corrosion resistance FAST • 100%.front serviceable The PPE Drying Cabinet offers preset programs that greatly reduce drying times, • Optional;utilltyshelf • Contributes to compliance returning your gear back to service quickly. The 105°F temperature of the cabinet is with NFPA 1651 guidelines much faster than hanging gear in front of fans and removes the risks of tumble drying. Capacity 6 full sets of Turnout Gear VERSATILE Electric Heating _ - 12 kw Our unique rack design and hangers offer the capacity to dry six complete sets of gear. Electric connection Zoe v - 50/60 Hz 1 - Ph i • circuit Breaker • 60A breaker Each unit includes a special drying rack for boots and gloves - a standard feature that Zoe V - 50;60 Hz a - Pn can cost up to $1,400 more with competing brands. • 35A breaker 240 V - 50/60 Hz 1 - Ph - —— - .. - • 70A breaker (` LOWER UTILITY COSTS COSTS 24OV-Ph • 40A breaker We use a dual -sided airflow process and efficient blower system to force recirculated, 360-415V-50 Hz 3 - Ph •25A breaker heated air inside, upward and around the outside of your pear, ensuring that your PPE Exhaust Diameter - in (mm) ro" (152) is thoroughly dried and keeping your utility costs low. OulletAi flow -cm( r3/h) 300(510) - - — - Width - in (mm) 61 1/8'_' (1552)-- ' WORRY -FREE PERFORMANCE Depth_In(mm) 325/8'(828) Height - in (mm) Outer: 00 3/8" (2042) For more than 60 years, UniMac laundry machines have set the industry standard for Inner: 60" (1524) quality, durability and performance. Our complete one-year warranty is issued to the Net Weight - Ib (kg) 534 (242) original purchaser of the PPE Drying Cabinet, labor not included. shipping Weight-Ib(kg) 605(274) Agency Approvals GSA Agency approvals may vary depending on configuration. Forthe most accurate information, the installation guide should be used for all design and construction purposes Due to continuous product improvements, design and specifications subject to change without notice. Features and certilicalions may vary by model. The quality management system of Alliance Laundry SystemsRipor, facility has been registered to ISO 9001:2000. AU11-0099:`020011 Alliance Laundry Systemsl_I_C Alliance Laundry Systems Shepard St, Ripon WI 54971 p� A �(� To learn more, or to find a distributor in your area, visit UNIMAC.COM 1.800.587.5458 9 Ulkc THE UNIMAC" UW •SERIES: UW SERIES HARDMOUNT WASHER -EXTRACTORS 45-65 LB SERIOUS ABOUT LAUNDRY. LONGEST LASTING. HARDEST WORKING. LAUNDRY' S MOST VALUABLE PERFORMERS UniMachas been recognized around the world as the leading manufacturer of The totally redesigned UniMac' UW45 & 65 washer -extractors take industrial t ' ..ommercial laundry equipmenot.. Je produce, sell and support more commercial washers and dryers in North America than any other company. Every machine in the UW Series is designed to handle the toughest demands end heaviest on -premises laundry use. The result? The longest lasting ;machines in the industry. Why? Every UW Series machine: HANDLES DOU?LETHE SPINNING FORCE COMPARED TO CABINET WASHER-EXTRACTOPS OFFERS THE LOWEST COST OF OWNERSHIP IS DESIGNED TO HANDLE THE LARGEST AND MOST UNBALANCED LOADS INDUSTRIAL STRENGTH MEANS LESS DOWNTIME, INCREASED EFFICIENCY AND A LONGER MACHINE LIFE quality to the next level. They are extremely efficient, include top -or -the -ice innovative features and still have the lowest cost of ownership — everything you'd expect from the world's largest commercial laundry manufacturer_ Most commercial laundry units run an average of three to five cycles per day. The industrial UW45 & 65 washer -extractors are designed to run 24At In fact, they are setting a new standard for on -premises laundry: BEARINGS Built for industrial needs, cylindrical front/spherical rear bearings can handle 200% more force than ball bearings. The result? A longer lasting machine. FRAME The plate -steel industrial frame is designed to handle vibration and unbalanced loads effortlessly. It can also be placed on an existing U'W60 concrete pad. MOTOR Our motor has 67% more horsepower than cabinet washers of the same capacity. More power means the ability to handle mused -the -dock use, increasing productivity and the life of the motor. INVERTER DRIVE The proven technology and proprietary design provide smooth, reliable power for optima] wash and extract perfermance. A PROVEN RECORD OF RELIABILITY At UniMM ec, we don" leave anything I0 chance- Our product development teams utilize a U -step quality process to ensure optimal product performance. We test our :tachlnes in a state-cf the -art test tab and push them to the limit — all to make sure you get the best product on the market and the bwstper ormance its the fie!d.. THE SMARTEST WAY 10 00 LAUNDRY OPTIMAL CARE THROUGHOUT THE ENTIRE WASH AND DRY PROCESS Combine OPTispray" with ECO Cycles and OPTrdry" Over -dry Prevention Technology, and UniMac' provides the most advanced, comprehensive technologies on the market to reduce utility costs and optimize your laundry operation's efficiency. ECO Cycles are nine special, individual wash programs that are part of the 41 total UniLinc' cycles, and they're able to reduce water use to a minimum and further decrease utility costs — while delivering the same wash quality you expect from UniMac. Along with OPTidry Over -dry Prevention Technology, which shortens dry times, saves labor costs, decreases the need for linen replacement and increases throughput on tumble dryers, you have the most efficient technologies in piece. Designed to work together to provide unmatched productivity In your laundry operation, R's all part of UniMac's continued dedication to provide the lowest cost of ownership in the industry, THE REST JUST GOT BETTER UW45 & 65 washer -extractors are already extremely efficient. Now with OPTispray, they provide higher efficiencies than ever before: + 15% more water savings versus current UniLinc cycles • 30% more water savings when combined with ECO Cycles 12% faster cycle times for increased throughput • $1,793 more utility savings per year X*c THE OPTISPRAYr ADVANTAGE SERIOUS ABOUT LAUNDRY. LESS WATER. SUPERIOR RINSING. MAXIMUM THROUGHPUT. As the leader in on -premises laundry, UniMac' continues to offer cutting•edge innovations that improve efficiency and maximize throughput. New GPTiscrav" Rinsing Technology takes it to the next level. Available or -all UniLinccycles, OPTrspray is an industry -leading technology designed with unique spray hardware and exclusive software that minimizes the water required to rinse a toad and reduces cycle time with highly effective rinsing. Unlike bath rinses, which simply dilute wash chemistry, UniLinc with OPTrspray uses spray rinsing power to pull wash chemistry through the load and down the drain. Think of it as a shower for your linens. The spray rinse carries away dirt and chemicalsand leaves less residue behind - providirig far superior rinse results than bath rinses alone, WATER SAVINGS Consumes as much as 39% ivory water than competitor hrands white maintaining the same %rash quality you'd expect f,crn urilt lac, CCLF TIME SAVINGS Cecreases cycle rinse times dy up 'o m2% to increase throughput SUPERIOR RINSING eaves 22% less residual wash chemistry in the lead compared to our nearest competitor UTILITY SArd1NGs Saves up to $2,112 In yearly uliliti :,c compared tic competitor brands 6% LGi'P. LESS rl hlITEASAVIillS SUPERIOR RINSE RESULTS re Cnmpa!itnr`s Past Cye.le THE ULTIMATE IN PERFORMANCE UWSERIES-ATAGLANCE: OUR COMMITMENT Indorttniai construction is built to run 24/7 400 G -FORCE EXTRACTION i' Thu fastest hardmcunt it the industry The result • Helps redthco drying time and is niax'rnurn water removal, af'oN t' Increase leading400 with rc an yyour laundry+ indushy-leading 400 G -Force _-_/ to run ii premium efficier ryOur customers are the direct focus of every product we manufacture and extraction every decision we make. Our commitment is to delight each customer xl SPRAY dual �z '! with every interaction they have wikh cur company without question or Advanced UniLlncTM technology F'A i A 260 a quicker fill meant s tl e eyx,e goes faster, compromise. It's what we call Customer One. With 41 programmable eycles '.- allowing the user to do more in less lime. By uNGriny hrrhly effective spray rinsing power to pill wash We make sure every piece of UniMac' equipment comes with peace of • Exclusive OPTispray�e Rinsing rhemisty through the L,ad and down the drain, I mind and the support you need to help GPTspray" Rinsing Technology uses loss water, PP your business succeed. We are Technology saves water, i with you every step of the way for: y. reduces cycle time and fUrthar rerluCes cycle time and provides superlCr 'rfk/ _ rinse res Ills compared to bath rinses alone. Provides superior rinsing WARRANTY PROTECTION 1 • algger motor has ere >^_ WIDTH A bite -year warranty covers the frame, basket, snatt, bearings and seals from 6r% m ", fadt:re or hreakage during normal uperatien due to defects in material or horsepower than cabinet The 3 ≤.1i" width easily fit thrpug.:'G" ecmrnercia workmanship, A limited three -ye y p warner extractors f docrvays and makes installs'ion onobreeze ar warrant• i,. offered pn all other arts. `�.� HEIGHT Handlesunbeianead loads SERYiCEPARTS AVAILABILI f effortlessly e The 2=.1' elrva`ed coon hutch: ensures wash _ bsukolo car early roll un e• the doer r, ninny t SUPPORT FROM A TEAM OF TRAINED TECHNICIANS AND A WORLDWIDE NETWORK OF DISTRIBUTORS 1 - 34.12" width easily fits through , _LL- - ti Iem, rvirrricllessher.dnpforuse;,':h.slevatioi, _,1 36" cammercialdoorway- 1' y..'� E�limina 'he need for an cilia-siva secondary rh n lase: - periertt for GFI Use, SERVICE TRAINING CERTIFICATION FOR DISTRIBUTORS THROUGH ALLIANCE LAUNDRY SYSTEMS UNIVERSITY • Perforated cylinder ribs DOOR maximize wash action i € � c�.J+% i Now door is standardized to open from the right Auto leak detection greatly •. c• t; and a par ed with a proven roll pin.rcam lock retlucos weterloss due to valve . 'c system to ensure smooth opening and closing. J- blockages or tallurea _• Slx bong with vcr[Ical wrench w . rcrew limo hnn doll op�timi_e5 :1 g - acces, make instalrai ion raslrr strreprfa I,r/tn vv ry cm ire as a a'scenl. t - t f h v+,+ntsn�ln�mirth ���+yN .. !�� rs a i rinS vraaher frama- TAKE COMPLETE CONTROL Cur UmLinc'" controls are rsw!utionlzlny the way oeople think about laundry. SAVE WATER ANT ENERGY INCP,EA.SETRROUGHPUT MIl,niien luuh Lkufialil EASY TO USE Proudly bases" in Ripon, Wisconsin, LISA. t.Fnifdacin dndlrntud Gt reseantb, - develoern nl and testing to provide egaitnmzm that dativars indur ^al. I " strength and long-lasiing quality. Our products pn5orpa a 0 -Stale' 4 Product Development Process and are pushy"_ bat -end he:• limits in our,'( state nt it -wait test labioe. emuia tFsry axenndtM teegyostd!r:ands ar the commercial environment erg meet bur thmordRrii,ect et otarribcdw ni ac a UW SERIES HARDMOUNT WASHER -EXTRACTORS 45-65 LB - UNILINCTM CONTROL Control Options Capacity - lb (kg) Cylinder Diameter - in (mm) Cylinder Depth - in (inrn) Cylinder Volume - Cu. ft. (liters) Height - in (mm) Width - in (mm) Depth- in (mm) Door Opening Size - in (mm) Door Bottom to Floor- in (mm) Motor Size - HP (kW) 'Total it of Speeds Cylinder Speed - RPM (G -Force) Gentle Wash Distribution Very Low Low Medium High Very High Ultra High Drain Diameter - in (mm) Steam Connection (Optional) - In (mm) Water Inlet Connection - in (mm) Width - in (mm) Shipping Depth - in (mm) Dimensions UniLinc'" 45 (20) _. 31 (787) 16.5 (419) 7.3 (207) 64.63 (1642) 34.12 (867) 44.33 (1126) 17,8 (452) - € 28.09 (713) 5(3.7) V Sp 9 30 (0.4) 42 (.78) 75 (2.5) 248 (27) 477 (100) 674 (200) 954 (400) 3 (76) 1/2 (13) 4 ® 3/4 (19) 37.2 (945) 53.8 (1370) 65 (1650) tSp 5 30 (0.4) 42 (.78) 75 (2.5) -' 248 (27) 477 (100) UnlLinc'" 65 (30) 31 (787) 22 (559) 9.7 (275) 64.63 (1642) 34.12 (867) 49.83 (1266) 17.8 (452) 28.09 (713) 5(3.7) M Sp 8 30 (0.4) 42 (.78) 75 (2,5) 248 (27) 477 (100) 674 (200)__- 3 (76) 1/2 (13) 4 © 3/4 (19) 65 (1650) Net Weight - lb (kg) 1020 (463) 1060 (481) Standard Shipping Weight - lb (kg) 1065 (483) 1105 (501) Slat Crate Shipping Weight - lb (kg) 1190 (540) 1230 (558) Agency Approvals ETL, CE ETL, CE To learn more, or to find a distributor in your area, visit UNIMAC.COM , Alliance Laundry Systems - Shepard St, Ripon WI 54971-1.800.587.5458 ?" ) Consult your UmMoC:' niotnbut" icr details. 1-0, Ike mcal "royal= AM —nation, the installation guile should be used �p ■�' for all design and F.eWjfturncn Pure+osns. Dun to sVnilnous pro<;vi.t Improvements, dasign and specifications subject �p y tonhange without ncticc- the :Iau Lty managcmnnt syster=s as Aiiur.c,u Laundry Systems' Ripon facility has been �A1 registered to ISO 9001:2008. ©2014 Alliance Laundry Systems LLU. E ] (� ABOUT LAUNDRY. I A ny� Printed In the U.S.A SERIOUS A"GUI LAUNDF1 . DISTRIHU [OH INFORMATION HERE AU €4-0003 V Sp S 30(0.4) 248 (27) 477 (100) 674 (20O) 754 (250) 826 (300) 954 (400)