Incinerator Replacement - (BCFY20-0027)
Transcript of Incinerator Replacement - (BCFY20-0027)
Boone County, Kentucky REQUEST FOR BID – BCFY20-0027
INCINERATOR REPLACEMENT - BOONE COUNTY SHERIFF
ACCEPTANCE DATE: Friday, March 6, 2020 at 2:00pm (Local Time) MANDATORY PRE-BID Wednesday, February 26, 2020 at 1:00 p.m. (Local Time) MEETING/TOUR Boone County Sheriff’s Office 3000 Conrad Lane, Burlington, KY 41005 ACCEPTANCE PLACE Boone County Fiscal Court 2950 Washington Street PO Box 960 ROOM #205 - Finance Department 2nd Floor Administration Building Burlington, Kentucky 41005 PROJECT INQUIRIES [email protected]
Issue Date: February 14, 2020 ANYONE IN NEED OF ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, SHOULD CONTACT THE HUMAN RESOURCES OFFICE AS SOON AS POSSIBLE
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 2
NOTICE The Boone County Fiscal Court will receive sealed bids ROOM #205 – Finance Office, Second Floor, Administration Building, 2950 Washington Street, Burlington, Kentucky 41005, until 2:00 p.m., local time, Friday, March 6, 2020, from businesses interested in providing services for INCINERATOR REPLACEMENT - BOONE COUNTY SHERIFF. Bid packets will be accepted until 2:00 p.m. Local Time, Friday, March 6, 2020 and will be opened at that time in the Fiscal Courtroom, First Floor, of the Administration Building. Late, electronically submitted or facsimile bids will not be accepted. BID ENVELOPE MUST BE LABELED: "SEALED BID: BCFY20-0027”. Envelopes must also be labeled with the name and address of the vendor submitting the proposal. Any qualified firm or individual interested in offering these services may obtain a copy of the specifications may be obtained from the Boone County Kentucky website www.boonecountyky.org/publicnotices. The hearing and/or speech-impaired may call 1-800-648-6057 and an interpreter will call the County for you. Boone County reserves the right to reject any and all bids, to waive any informalities and to negotiate for the modifications of any proposal or to accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such proposal may not, on its face, appear to be the lowest and best price. No bid may be withdrawn for a period of thirty (30) days after scheduled time of receipt of bid. The Boone County Fiscal Court is an Equal Opportunity Employer. WBE/MBE firms are encouraged to respond to this Request for Bid. INTENT Whenever a specific “Brand Name” is used in these specifications, it is used for descriptive purposes only. The INCINERATOR REPLACEMENT – BOONE COUNTY SHERIFF Review Committee shall be the sole judge of whether a bid meets the intent of these specifications. This is a request for bid. Any reference to proposer in this document shall be construed as the vendor/firm/contractor submitting the bid.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 3
KENTUCKY PREFERENCE LAW The scoring of proposal is subject to a preference for Kentucky resident bidders and Preferences for a Qualified Bidder. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit.
GENERAL INFORMATION
Boone County, Kentucky, herein referred to as the “County”, is soliciting a Request for Bid (RFB) from qualified firms/contractors that specialize in the replacement/installation of an Incinerator for the Boone County Sheriff located at 3000 Conrad Lane, Burlington, KY 41005. The Boone County Sheriff has a hard mounted incinerator inside its building, in a dedicated room. The existing natural gas fired incinerator has sustained damage. The original manufacturer is no longer in business and repair is not feasible. There is a powered manual damper to supply combustion air to the current unit. The current stack height is twenty-two (22) feet long with eight (8) feet above the building roof. Any use of brand names or drawings used in these specifications are for descriptive purposes only. The Boone County Property Maintenance Review Committee will be the sole judge of whether a bid meets the intent of these specifications.
SPECIFICATIONS
The services desired are set forth in this Request for Proposals. Representatives of the Boone County Fiscal Court “County” will review the submitted bids of each party. The Fiscal Court reserves the right to amend the specifications. Addenda will be available on the County website. Obtaining addenda is the responsibility of the offering party, not the County. 1. NOTICE OF VIOLATION OF KENTUCKY LAW Pursuant to the provisions of KRS 45A.343, the contractor or vendor is required to reveal to the County any final determination of a violation of KRS Chapters 136, 139, 141, 337, 338 and 342 by the contractor or vendor within the previous five (5) years; and further that said contractor or vendor has been and is in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 341, and 342 for the duration of the contract. The failure of a contractor or vendor to reveal a final determination of a violation to a local government, or to comply with the statutory requirements, is considered grounds for cancellation of a contract and disqualification of the contractor or vendor from eligibility for any County contracts for a period of two (2) years. The Boone County Fiscal Court reserves the right to reject any and all submissions and to waive formalities.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 4
2. SCOPE OF WORK Boone County, Kentucky, invites the submittal of written bids from qualified firms/contractors that specialize in the installation of gas fired incinerator system. This purpose of this bid is to provide for the:
a. Removal of existing incinerator, b. Relocation of gas service shut-off, c. Pricing of a new incinerator, (see Attachment A for capacity requested) d. Installation of the new incinerator e. Incinerator startup f. One hour, taped training course
for the Boone County Sheriff, located at 3000 Conrad Lane, Burlington, KY 41005.
All parties providing services to the County must possess all federal, state and/or local qualifications/licenses to provide services in Boone County and the Commonwealth of Kentucky
3. PROPOSED SCHEDULE The County would like to move quickly in selection of a firm to begin the process. The selected firm should be prepared to begin work immediately after a contract is signed with the goal of completing work on an aggressive schedule with a goal of implementation in Spring of 2020. This anticipated scheduled is negotiable with justification from the consultant. 4. REQUIREMENTS FOR SUBMITTAL
The minimum documents that should be included in the bid packet should include:
A. The proposer shall supply a cover letter addressed to Boone County Fiscal Court, giving the County a description of your company background and experience providing the services requested in this bid solicitation.
B. Complete Exhibit A: Proposal Transmittal
C. Complete Exhibit B: References for Bidding Company
D. Complete Exhibit C: Project Pricing
E. Provide a description and any product information related to the incinerator being presented as part of this bid. This shall include any hardware and software.
F. Provide a description and any product information related to the warranty being offered
by the manufacturer and bidding entity as a part of this bid.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 5
G. Insurance - Proposer is required to maintain insurance coverage as follows (applicable for vendors working on Boone County’s Projects on Property owned by the County of Boone or one of its related entities):
Coverage Minimum Limits of Liability, Terms and Coverage
Commercial General Liability
$1,000,000 bodily injury and property damage each occurrence, including advertising and personal injury, products and completed operations;
$1,000,000 products/completed operations, independent Contractor’s liability, contractual liability, and coverage for property damage from perils of explosion, collapse, or damage to underground utilities, commonly known as XCU
Auto Liability Insurance
$1,000,000 each person, bodily injury and property damage, including owned, non-owned and hired auto liability
Workers’ Compensation
Statutory Limitations
Employer’s Liability
$1,000,000 bodily injury by accident, each accident; $1,000,000 bodily injury by disease, each employee; $1,000,000 bodily injury by disease, policy aggregate
Umbrella/Excess Liability
$5,000,000 each occurrence and annual aggregate Underlying coverage shall include General Liability, Auto Liability, and
Employer’s Liability $1,000,000 annual aggregate covering damages or liability arising or resulting
from Contractor’s services rendered, or which should have been rendered, pursuant to the Contract
Property The Contractor shall purchase and maintain property insurance covering machinery, equipment, mobile equipment, and tools used or owned by the Contractor in the performance of services under the Contract. The County shall in no circumstance be responsible or liable for the loss or damage to, or disappearance of, any machinery, equipment, mobile equipment and tools used or owned by the Contractor in the performance of services under the Contract.
H. Proof of insurance shall be furnished to the County with proposal submission.
Certificate of insurance naming Boone County Fiscal Court as additionally insured shall be furnished within fifteen (15) days of contract execution and before the successful vendor can commence the project. All policies of insurance required hereunder shall contain a provision requiring a minimum of thirty (30) days advance written notice to the County in the event of cancellation or diminutions of coverage.
I. Provide documentation related to all current applicable Kentucky technical licenses that
may be necessary to provide the services being bid.
J. Provide Project Timeline, to include all areas of the project, up to and including providing any necessary or requested documents.
5. SITE VISIT
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 6
a. There will be a mandatory site visit on February 26, 2020 1:00 pm (local time). Meet in the parking lot of the Boone County Sheriff, located 3000 Conrad Lane, Burlington, KY 41005.
6. PERFORMANCE BOND, RETAINAGE & LIQUIDATED DAMAGES
a. PERFORMANCE BOND: Not required as part of this project
b. RETAINAGE: 10% shall be held in retainage until 30 days after the completion of the project, start up and delivery of training.
c. LIQUIDATED DAMANGES: Due to the sensitive nature of the project
completion this project, liquidated damages in the amount of $100.00 per day shall apply for each working day past the contracted completion date.
7. PROJECT QUESTIONS AND ADENDA
a. All questions should be submitted in writing to [email protected]
before March 3, 2020 at 4:00pm (local time).
b. Question Responses will be posted on or before 4:00pm (local time) March 5, 2020.
c. Addenda will be posted to the County’s website when applicable, www.boonecountyky.org/publicnotices. It is up the bidder to periodically review for addenda.
8. PROJECT AWARD SCHEDULE
Project Issued February 14, 2020 Project offer phase February 14, 2020 – March 6, 2020 Site Visit February 26, 2020 1:00 pm (local time) Question & Answer Phase February 14, 2020 – March 3, 2020 Bid Opening March 6, 2020 2:00 pm (local time) Anticipated Award Notification ~March 10, 2020
9. INDEMNIFICATION
a. The selected contractor shall agree to indemnify and defend the County and its elected
officials, officers, employees and agents from and against all claims, losses, damages, and expenses (including reasonable attorneys’ fees) of whatsoever kind and nature, to the extent that such claims, losses, damages, or expenses are caused by or arise out of the performance or non-performance of this Agreement and/or the acts, omissions, or conduct of Proposer/Operator/Contractor and its agents, employees, contractors, sub-contractors and representatives in undertaking and performing the Services.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 7
EXHIBIT A – LETTER OF TRANSMITTAL
The undersigned hereby certifies that items furnished as a result of this bid will be in full accordance with the Boone County Fiscal Court specification applying thereto unless exception are stated above. The Bidders name and address as it would appear in a contract:
Entity Name:
Street Address:
City, State, Zip:
Bidder’s Phone Number: Bidder’s Fax Number:
Bidder’s Email:
Form of ownership:
Sole Proprietorship____; Franchise____; Partnership____; Corporation____; Joint Venture____; LLC____: Other (specify)___________________
If Corporation, state of incorporation
_________________________
Federal ID Number (SS# if Sole Proprietorship)
_________________________
IRS Form W9 Please include your IRS Form W9 with your bid Signature: _________________________________________________________ Printed Name & Title: ___________________________________________________________ By signing this page, you stat that you are an authorized representative, and have reviewed and are presenting this bid on behalf of your business entity.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 8
EXHIBIT B – REFERENCES FOR BIDDING COMPANY
Name of Bidding Company: __________________________________________________ List company names, addresses, and telephone numbers for at least three references presently or previously served by your company for RFB BCFY20-0027 INCINERATER REPLACEMENT – BOONE COUNTY SHERIFF. Do not use BOONE COUNTY as a reference.
Company Name: Address: Contact Person: Telephone #: Email Address: Describe Services Provided:
Company Name: Address: Contact Person: Telephone #: Email Address: Describe Services Provided:
Company Name: Address: Contact Person: Telephone #: Email Address: Describe Services Provided:
Signature: _________________________________________________________ Printed Name & Title: ___________________________________________________________
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 9
EXHIBIT C – PROJECT PRICING Name of Bidding Company: __________________________________________________ BID SERVICES PRICING Removal of existing incinerator, $ Relocation of gas service shut-off, $ Pricing of a new incinerator, $ Installation of the new incinerator, $ Incinerator startup, $ One hour, taped training course $ TOTAL BIB PRICE $
Signature: _________________________________________________________ Printed Name & Title: ___________________________________________________________ By signing this page, you stat that you are an authorized representative, and have reviewed and are presenting this bid on behalf of your business entity.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 10
KENTUCKY PREFERENCE LAWS The scoring of proposals is subject to Reciprocal preference for Kentucky resident bidders and Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit. Reciprocal preference for Kentucky resident bidders KRS 45A.490 Definitions for KRS 45A.490 to 45A.494. As used in KRS 45A.490 to 45A.494: (1) "Contract" means any agreement of a public agency, including grants and orders, for the purchase or disposal of supplies, services, construction, or any other item; and (2) "Public agency" has the same meaning as in KRS 61.805. KRS 45A.492 Legislative declarations. The General Assembly declares: (1) A public purpose of the Commonwealth is served by providing preference to Kentucky residents in contracts by public agencies; and (2) Providing preference to Kentucky residents equalizes the competition with other states that provide preference to their residents. KRS 45A.494 Reciprocal preference to be given by public agencies to resident bidders -- List of states -- Administrative regulations. (1) Prior to a contract being awarded to the lowest responsible and responsive bidder on a contract by a public agency, a resident bidder of the Commonwealth shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder. (2) A resident bidder is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: (a) Is authorized to transact business in the Commonwealth; and (b) Has for one (1) year prior to and through the date of the advertisement, filed Kentucky corporate income taxes, made payments to the Kentucky unemployment insurance fund established in KRS 341.490, and maintained a Kentucky workers' compensation policy in effect. (3) A nonresident bidder is an individual, partnership, association, corporation, or other business entity that does not meet the requirements of subsection (2) of this section. (4) If a procurement determination results in a tie between a resident bidder and a nonresident bidder, preference shall be given to the resident bidder. (5) This section shall apply to all contracts funded or controlled in whole or in part by a public agency. (6) The Finance and Administration Cabinet shall maintain a list of states that give to or require a preference for their own resident bidders, including details of the preference given to such bidders, to be used by public agencies in determining resident bidder preferences. The cabinet shall also promulgate administrative regulations in accordance with KRS Chapter 13A establishing the procedure by which the preferences required by this section shall be given. (7) The preference for resident bidders shall not be given if the preference conflicts with federal law. (8) Any public agency soliciting or advertising for bids for contracts shall make KRS 45A.490 to 45A.494 part of the solicitation or advertisement for bids. The reciprocal preference as described in KRS 45A.490-494 above shall be applied in accordance with 200 KAR 5:400.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 11
Determining the residency of a bidder for purposes of applying a reciprocal preference Any individual, partnership, association, corporation, or other business entity claiming resident bidder status shall submit along with its response the attached Required Affidavit for Bidders, Offerors, and Contractors Claiming Resident Bidder Status. The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. A nonresident bidder shall submit, along with its response, its certificate of authority to transact business in the Commonwealth as filed with the Commonwealth of Kentucky, Secretary of State. The location of the principal office identified therein shall be deemed the state of residency for that bidder. If the bidder is not required by law to obtain said certificate, the state of residency for that bidder shall be deemed to be that which is identified in its mailing address as provided in its bid. Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. Pursuant to 200 KAR 5:410, and KRS 45A.470, Kentucky Correctional Industries will receive a preference equal to twenty (20) percent of the maximum points awarded to a bidder in a solicitation. In addition, the following “qualified bidders” will receive a preference equal to fifteen (15) percent of the maximum points awarded to a bidder in a solicitation: Kentucky Industries for the Blind, any nonprofit corporation that furthers the purposes of KRS Chapter 163 and any qualified nonprofit agencies for individuals with severe disabilities as defined in KRS 45A.465(3). Other than Kentucky Industries for the Blind, a bidder claiming “qualified bidder” status shall submit along with its response to the solicitation a notarized affidavit which affirms that it meets the requirements to be considered a qualified bidder- affidavit form included. If requested, failure to provide documentation to a public agency proving qualified bidder status may result in disqualification of the bidder or contract termination.
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 12
REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS (Not Required unless claiming Resident Bidder Status) FOR BIDS AND CONTRACTS IN GENERAL: The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: Is authorized to transact business in the Commonwealth; Has for one year prior to and through the date of advertisement Filed Kentucky income taxes; Made payments to the Kentucky unemployment insurance fund established in KRS 341.49; and Maintained a Kentucky workers’ compensation policy in effect. The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination.
Signature Printed Name
Title Date
Company Name
Address
Subscribed and sworn to before me by (Affiant) (Title)
of this _____day of ____________,20___. (Company Name)
Notary Public
[seal of notary] My commission expires:
RFB #BCFY20‐0027
RFB –Incinerator Replacement - Boone County Sheriff Page 13
REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING QUALIFIED BIDDER STATUS
(Not Required Unless Claiming Qualified Bidder Status)
FOR BIDS AND CONTRACTS IN GENERAL: I. The bidder or offeror swears and affirms under penalty of perjury that the entity bidding, and all subcontractors therein, meets the requirements to be considered a “qualified bidder” in accordance with 200 KAR 5:410(3); and will continue to comply with such requirements for the duration of any contract awarded. Please identify below the particular “qualified bidder” status claimed by the bidding entity. ________ A nonprofit corporation that furthers the purposes of KRS Chapter 163 _______ Per KRS 45A.465(3), a "Qualified nonprofit agency for individuals with severe disabilities" means an
organization that: (a) Is organized and operated in the interest of individuals with severe disabilities; and (b) Complies with any applicable occupational health and safety law of the United States and the Commonwealth; and (c) In the manufacture or provision of products or services listed or purchased under KRS 45A.470, during the fiscal year employs individuals with severe disabilities for not less than seventy-five percent (75%) of the man hours of direct labor required for the manufacture or provision of the products or services; and (d) Is registered and in good standing as a nonprofit organization with the Secretary of State.
The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of qualified bidder status. Failure to provide such documentation upon request may result in disqualification of the bidder or contract termination.
Signature Printed Name
Title Date
Company Name
Address
Subscribed and sworn to before me by (Affiant) (Title)
of this _____day of ____________,20___. (Company Name)
Notary Public
[seal of notary] My commission expires: ___________
Q1:
A1:
The existing unit was designed to allow batch loading or intermittent loading during operation (although we
do not see controls to shut the burners off when the door is opened.). The unit illustrated in Attachment A is
designed for batch load only. We understand that the illustration is only for reference for other
manufacturer's model are acceptable. The question is: do you intend to batch load only (one load cycle per
4‐6 hours) or do you intend to add additional waste into the unit while it's in operation?
The current model was used in a batch load only capacity. The ability to add additional waste to the unit while in operation is beneficial, but not one necessary for operation of the incinerator. The bidder should indicate if the unit specified in the bid is batch load only.
Acknowledge receipt of this document by attaching this sheet to the last page of the bid form. Failure to do so, may
subject the bidder to disqualification. This question and answer document forms a part of the contract documents.
QUESTION & ANSWER No. 32/25/2020
Boone County Fiscal CourtBCFY20-0027 - Incinerator Replacement - Boone County Sheriff
The information in this question and answer posting is intended to provide guidance related to questions that Boone
County received from the public. None of the information provided is intended to supersede any section of the original
solicitation.
GARY W. MOORE
COUNTY JUDGE/EXECUTIVE
JEFFREY S. EARLYWINE
COUNTY ADMINISTRATOR
BENJAMIN T. REECE, CPACOUNTY TREASURER
BOONECOUNTYKY.ORG
Bidder Acknowledges Receipt of the Question Answer Published.Signature:____________________________
Date: _______________
Bidder Acknowledges Receipt of the Question Answer Published.Signature:____________________________
Date: _______________
Q1:
A1:
Q2:
A2:
Q3:
A3:
I saw that there is a mandatory meeting on February 26, 2020. If we are unable to attend the meeting, does
that disqualify us from the bid?
We removed the need for a mandatory pre-bid meeting on February 26, 2020, but highly encourage you/your company to complete a site visit to obtain a complete understanding of the work that may be needed to ensure that you're able to submit an all-inclusive bid. To set up a site visit - please call 859-334-3652 (an hour's notice is sufficient)
This job is going to involve: a) cutting machine apart to take out thru the mandoors; then manufacturing the new system in modules to fit thru the mandoors, both of which are going to be expensive b) blowing a wall out and intalling a lintel and overhead door, which is going to be expensive or c) simply opening a section of the roof to allow a crane to pluck out the old system and set in a new one all in a few hours. Does Boone County have any thoughts or preferences?
The existing incinerator is modular and installed through the existing outside door. There are four bolts attaching the upper and lower burn chambers that may need to be cut/ground off to facilitate removal. The exterior door is 36” wide. Installation depends on the manufacturer and model. Site visits are recommended.
Which ever method of removal and/or installation listed above, who will be responsible for the quality of work for a new garage door or roof work? Boone County or the selected vendor?
Please describe any additional work required in the Bid proposal. At a minimum, the flue penetration may require additional flashing depending on the model bid. Site visits are recommended.
Acknowledge receipt of this document by attaching this sheet to the last page of the bid form. Failure to do so, may
subject the bidder to disqualification. This question and answer document forms a part of the contract documents.
QUESTION & ANSWER No. 22/24/2020
Boone County Fiscal CourtBCFY20-0027 - Incinerator Replacement - Boone County Sheriff
The information in this question and answer posting is intended to provide guidance related to questions that Boone
County received from the public. None of the information provided is intended to supersede any section of the original
solicitation.
GARY W. MOORE
COUNTY JUDGE/EXECUTIVE
JEFFREY S. EARLYWINE
COUNTY ADMINISTRATOR
BENJAMIN T. REECE, CPACOUNTY TREASURER
BOONECOUNTYKY.ORG
Bidder Acknowledges Receipt of the Question Answer Published.Signature:____________________________
Date: _______________
Bidder Acknowledges Receipt of the Question Answer Published.Signature:____________________________
Date: _______________
Q1:
A1:
Q2:A2:
Q3:A3:
Q4:A4:
Q5:A5:
Q6:A6:
Q7:
A7:
If the room specifications are provided (i.e., drawings, measurements and pictures), is it possible to place a bid without attending the pre-bid meeting?
We are removing the need for a mandatory pre-bid meeting, you are encouraged to complete a site visit to ensure a comprehensive bid proposal.
Project is funded, no information on the budget is being released.
Do you know the capacity of the incinerator desired?
In error, Attachment A was not included with the specification supplied. Attachment A is now posted to the website www.boonecountyky.org/publicnotices
What is the purpose of this incinerator (i.e., contraband, animal cremations, evidence destruction?)Contraband and Evidence destruction
Can we get photos of the existing room and existing incinerator?Attachment B with pictures has been added to the website
What is the size of the room?12' x 12'8" , floor plan is part of Attachment B.
What are the hours of operations?730AM to 430PM – longer or on weekends are available if needed.
What is the budget for this project?
Acknowledge receipt of this document by attaching this sheet to the last page of the bid form. Failure to do so, may
subject the bidder to disqualification. This question and answer document forms a part of the contract documents.
QUESTION & ANSWER No. 12/21/2020
Boone County Fiscal CourtBCFY20-0027 - Incinerator Replacement - Boone County Sheriff
The information in this question and answer posting is intended to provide guidance related to questions that Boone
County received from the public. None of the information provided is intended to supersede any section of the original
solicitation.
GARY W. MOORE
COUNTY JUDGE/EXECUTIVE
JEFFREY S. EARLYWINE
COUNTY ADMINISTRATOR
BENJAMIN T. REECE, CPACOUNTY TREASURER
BOONECOUNTYKY.ORG
Bidder Acknowledges Receipt of the Question Answer Published.Signature:____________________________
Date: _______________
SYSTEM TECHNICAL DESCRIPTION & SPECIFICATIONSMODEL: HELIOS 0.3
System Overview: The Helios-z is a modular, dual chambered, controlled air, solid waste thermal oxidizer system (incinerator), engineered for solid waste disposal. An advanced cyclonic secondary combustion chamber provides superior, turbulent thermal oxidation of combustion gases with over 1 second retention std., for environmentally safe stack exhaust to atmosphere. This packaged system is provided fully assembled (except stack), factory tested and ready to use. Simply set the stack sections, fill the diesel tank and plug in power, with no special factory commissioning or training required.
System Capacity: .3 MMBtu/hr waste combustion, providing 30-50 lb/hr processing capacity for solidwaste streams with an average gross HHV range of 5500-8500 Btu/lb.Batch Capacity: Approx. 9-10 cu.ft. per 4-6 hr. batch cycle.
Electrical required: Single point - 120 VAC, 25 amp
Fuel Capacity: 25 gal. - diesel or #2 fuel oil
Primary chamber: Type: fixed hearth, with controlled over & under-fire air injectionChamber volume: 13.5 cu. ft.Hearth Area: 5 sq. ft. Burners capacity: .25 MMBtu/hr. nom. (modulated control)Construction: skid - 4”, 6.25#/ft., A36 channel
shell - 10 ga., A569 carbon steellining - 3”, 3000°F 750 psi, (Plicast 3000KK)insulation - .25”, 550K, 2000°F ceramic fiber
Secondary chamber: Type: cyclonic thermal oxidizer with 1+ sec. r/t Chamber volume: 13.5 cu. ft. (std.)Burner capacity: .25 MMBtu/hr. (modulated control)Construction: shell - 10 ga., A569 carbon steel
lining - 3”, 3000°F 750 psi, (Plicast 3000KK)insulation - .25”, 550K, 2000°F ceramic fiber
Combustion air: Supply to burners, under-fire and secondary air injection.33 hp, 120VAC, 60 cfm
Systems Control: Siemens PLC with Touch-screen operator interface To include: Primary & secondary chamber temperature control
Temperature actuated fuel and air controlBurner interface**System status and alarm displayHydraulic systems control (applicable with optional loader)** Discrete, UL, CSA, FM & IRI burner monitoring/control
w/CAD cell flame supervision provided for each burner
Exhaust breaching: 10” dual wall, s.s., insulated stack (6’ std,)
Helios 0.3
www.GEIWorks.com 772.646.0597
11
22
33
44
AA
BB
CC
DD
TITLE
SIZE
DW
G N
OR
EV
SC
ALE
SHE
ET 1 O
F 2
DR
AW
N
CH
EC
KE
D
AP
PR
OV
ED
N/A
WH
ERE U
SED
NEX
T AS
SEM
BLY
DO
NO
T SC
ALE D
RA
WIN
GS
OLID
WAS
TE TH
ER
MA
L OX
IDIZE
RS
YSTEM
HE
LIOS
-0.3 C
J. BO
DJA
CK
4/1/2012
THIS D
OC
UM
EN
T CO
NTAIN
SP
RO
PR
IETA
RY
INFO
RM
ATION
THAT
IS TH
E SOLE P
RO
PER
TY OF
GE
I WO
RK
S AN
D IS
TEN
DE
RE
D S
UBJE
CT TO
THE
FOLLO
WIN
G C
ON
DITIO
NS
. THE
INFO
RM
ATIO
N (A
) WILL BE
RE
TAIN
ED IN
CO
NFID
ENC
E, (B) WILL
NO
T BE C
OPIED
OR
RE
PRO
DU
CED
IN W
HO
LE O
R IN
PAR
T AND
(C) W
ILLN
OT B
E US
ED O
R IN
CO
RPO
RATED
IN A
NY
PR
OD
UC
T EXC
EPT U
ND
ER
AN
EX
PRE
SS
WR
ITTEN AG
RE
EMEN
TW
ITH G
EI W
OR
KS
DIM
EN
SIO
NS
AR
E IN
INC
HE
SU
NLE
SS O
T HE
RW
ISE
SP
ECIFIE
DS
TAN
DA
RD
TOLER
AN
CE
SFR
ACTIO
NS: ±1/16
X.X
: ±.03X
.XX: ±.01
X.X
XX: ±.005
AN
GLE
S: ±.5°
OIL BU
RN
ER, LIG
HT C
OM
MER
CIAL
CF375
24
CH
IMN
EY V
ENT, IN
SULATE
D, Ø
10 X 36 LO
NG
1716K138
23
CH
AM
BER
ASSE
MB
LY, SEC
ON
DAR
Y, EP
AT-0.3 SNL
0.3
-SC
-10001
2C
HA
MB
ER A
SSEM
BLY, P
RIM
AR
Y, E
PAT-0.3 SN
L0.3 -P
C-1000
11
Parts ListD
ES
CR
IPTIO
NP
ART N
UM
BER
QTY
ITEM
1 2
3 3
2
4
3
1
3
TOU
CH
SC
REE
NC
ON
TRO
L PAN
EL
ww
w.G
EIWorks.com
772.646.0597
11
22
33
44
AA
BB
CC
DD
SIZE
DW
G N
OR
EV
SC
ALE
SHE
ET 2 O
F 2
HE
LIOS
0.3C
N/A
TITLESO
LID W
ASTE
THE
RM
AL O
XID
IZER
SY
STEM
20
1836
Ø43
40
153
3 1/26 3/8
85 7/8
41 40 36
1 2
3 3
3
42
1
2.000