Loading...
HomeMy WebLinkAboutCharter Machine Company Purchase Agreement for Equipment (Portable Belt Press) - 2020 05 04 PURCHASE AGREEMENT FOR EQUIPMENT 1. AGREEMENT: Except as provided in Paragraph 22 below,this Purchase Agreement, including these terms, conditions,the Scope of Work and specifications attached hereto and incorporated herein by reference, constitute the sole and entire agreement between the parties hereto (hereinafter "Agreement" or"Purchase Order"). The Seller is Charter Machine Company, a New Jersey corporation (hereinafter referred to as the "Seller"). Seller's acceptance of this Agreement is limited to the terms and conditions hereof, including the Scope of Work, and written confirmation, commencing performance, or making deliveries hereunder constitutes such acceptance, notwithstanding Seller's proposal or terms additional to or different from those set forth in this Agreement. The Seller's quotation is incorporated in and made a part of this Agreement only to the extent of specifying the nature and description of the goods and services ordered and then only to the extent that such items are consistent with the other terms of this Agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any of the terms or conditions hereof. The Buyer is the City of Winter Springs, Florida, (hereinafter referred to as the "City" or "Buyer"). 2. TIME IS OF THE ESSENCE: Failure to perform services or deliver goods of the quality and quantity and within the time limit(s) specified by this Purchase Order shall, at the option of the City, relieve it of any obligation to accept and pay for such goods or services, including any undelivered shipments of goods. Upon failure to deliver as specified,the City may buy like goods or services elsewhere and charge the Seller with any increased cost or other loss incurred thereon, pursuant to applicable law, unless defective shipment of goods, or performance of defective services, as applicable, is agreed to by the City in writing. Any failure by the City to exercise its option with respect to any shipment of goods or performance of services shall not be deemed to constitute a waiver with respect to subsequent shipments of goods or performance of services. This provision is not in lieu of, and the City does not waive any remedies provided by law. 3. WARRANTY:With respect to services, Seller warrants unto the City that Seller has the competence and abilities to complete the services set forth herein. Seller will perform the services with due and reasonable diligence consistent with sound professional practices. With respect to goods, Seller warrants to City(a)that the goods shall be of the quality specified or of the test grade of their respective kinds if no quality is specified; shall conform to the specifications, drawings, samples and other descriptions contained herein, and to representations made by Seller or its representatives; be fit for City's particular purpose; and (b)that at the time the goods are accepted by the City,the goods shall have been produced, sold, delivered, and furnished in compliance with all applicable Federal and State laws, including but not limited to the Consumer Product Safety Act,the Federal Occupational Safety and Health Act,the Fair Employment Practices Act and the Equal Pay Act, and all applicable municipal ordinances, regulations, rules, labor agreements, and working conditions to which the goods are subject, (c)that the goods furnished hereunder are free of any claims or liens of whatever nature whether rightful or otherwise of any person, corporation, partnership or association. 4. MODIFICATIONS: Except as provided in Paragraph 22,this Agreement can be modified or rescinded only in writing and if signed by both parties, or their duly authorized agents. 5. WAIVER:The failure of the City to enforce any provision of this Agreement or exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in full force. 6. CITY OPTIONS: City reserves the right to change specifications and delivery dates. Any difference in price required by such changes shall be equitably adjusted and the Agreement shall be modified in writing accordingly. However, City reserves the right to delay shipment of the goods for up to thirty (30) days at no additional cost. City further reserves the right to terminate all or part of the work to be performed pursuant to this Agreement. In such event, City shall be liable only for materials or work done within the authorization of this Agreement. In no event shall City be liable for incidental or consequential damages by reason of such termination. Seller understands and agrees that if Seller makes any commitments or production arrangements in excess of the amounts set forth herein or in advance of the time necessary to meet City's delivery schedule, it does so at its own risk, and City shall have no liability to Seller or any other party relating to same. Goods shipped in advance of the time required in this Agreement may, at City's option, be returned to Seller at Seller's expense. 7. INDEMNIFICATION: Seller agrees to protect, indemnify, save and hold harmless City, its elected and appointed officials, officers, attorneys, and employees,from and against all losses, costs and expenses and from and against all claims, demands, suits and actions for damages, losses, costs, attorney's fees, expenses and from and against all liability awards,judgements, and decrees of whatsoever nature for any and all damages to property of the City or others of whatsoever nature and for any and all injury to any person (including death) arising out of or resulting from negligence of Seller, breach of this Purchase Order in the performance of services or the manufacture of goods,from any defect in materials or workmanship,from the failure of the goods to perform to its full capacity as specified in the Purchase Order, specifications of other data, or from the breach of any express or implied warranty.This indemnification includes claims made by the employees of the Seller against the City and the Seller hereby waives its entitlement, if any,to immunity under Section 440.11, Florida Statutes, or comparable worker's compensation state law.The obligations contained in this provision shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement.This provision shall survive the termination of this Agreement. 8. PATENT INDEMNIFICATION: Seller represents and warrants that it has the right to use any and all intellectual property, either by licensure or ownership that is supplied, indirectly or directly, under this Purchase Order. Further,the Seller agrees that the City is relying on this representation and warranty to issue this Purchase Order. Seller agrees to hold harmless and to defend City against any claims of patent or copyright infringement occasioned by the manufacturer, sale or use of material supplied under this Purchase Order and to indemnify City, and its elected and appointed officials, officers, attorneys, and employees, against any damages occasioned by such claims whether justified or unjustified. 9. INSPECTION: City shall have a reasonable time after delivery or performance within which to inspect the goods or services. Goods rejected will, at Seller's expense, be returned to Seller or otherwise disposed of as Seller shall reasonably request. The cost of inspection of goods or services rightfully rejected shall be charged to the Seller. If reasonable inspection disclosed that part of the goods received or services performed are defective or nonconforming, City shall have the right to cancel any unshipped portion of the order or unperformed portion of the services. Payment for the goods or services on this Purchase Order prior to inspection shall not constitute acceptance thereof, and is without prejudice to any and all claims that City may have against Seller. The making or failure to make any inspection of, or payment for acceptance of,the goods or services, shall in no way impair City's right to reject nonconforming goods or services, recover damages or exercise any other remedy to which City may be entitled; notwithstanding City's knowledge of the nonconformity, its substantiality or the ease of its discovery. 10. TAXES:The City government is a non-profit operation and not subject to tax. 11. CONTINGENCIES: Performance of any obligation under this Agreement may be suspended by either party without liability,to the extent that an act of God, war, riot,fire, explosion, accident,flood, sabotage, inability to obtain fuel or power, governmental laws, regulations, or orders, or any other cause beyond the reasonable control of such party, or labor trouble, strike, lockout or injunction (whether or not such labor event is within the reasonable control of such party) delays, prevents, restricts or limits the performance of this Agreement or the consumption, sale, use or end use of goods or services.The affected party shall invoke this provision by promptly notifying the other party in writing of the nature and estimated duration of the suspension period. At City's option, either the Agreement period shall be extended by the term of any such suspension, or the total Agreement quantity hereunder shall be reduced by the quantity not delivered or performed during the term of such suspension, and, in either event,the Agreement shall otherwise remain unaffected. In such event that Seller's performance is suspended for more than sixty (60) days during the term hereof, City may, at its option,terminate this Agreement upon written notice to the Seller. 12. PRICE PROTECTION: Seller warranties that the price(s) set forth herein are equal to the lowest net price, and the terms and conditions of sale as favorable as the price(s),terms and conditions afforded by the Seller to any other customer for goods or services of compatible grade or quality during the terms hereof. Should City be able to purchase goods or services of the same or comparable quality from another source at a lower delivered cost then in effect hereunder, and City gives Seller written notice hereto, City may purchase such goods or services from such other sources at such lower delivered cost unless within fifteen days of receipt by Seller of said notice, Seller meets such lower delivered cost for such quantity of goods or services. Any quantity of goods or services so purchased from another source by City shall be deducted from the total quantity offered on this Agreement, but the Agreement shall otherwise remain unaffected. 13. PACKAGING AND CARTAGE: No charge will be allowed for packing, boxing or cartage unless agreed upon at the time of purchase, but damage to any goods not packed to insure proper protection to same will be charged to Seller. City's order number and quantity shipped will be marked or tagged on each package. City's count will be accepted as final and conclusive on any shipment not accompanied by itemized packing slip. Delay in or non-receipt of packing lists, statements or invoices in the number of copies specified or errors or omissions of any of these will be just cause for withholding payment. 14. HAZARD: Seller shall notify City of any inherent hazard and applicable precautions and protective measures and provide any additional relevant information, including but not limited to Material Data Safety Sheets,for the goods being purchased herein. 15. QUANTITY:The quantities of goods or duration of services as indicated on the face hereof, must not be exceeded without prior written authorization from City. Excess quantities may be returned to Seller at Seller's expense. 16. ASSIGNMENT: No right or interest in this Agreement shall be assigned by Seller without the prior written permission of the City and no delegation of any obligation owed by either City or Seller shall be made without the prior written permission of either party. Any attempted assignment or delegation shall be wholly void and totally ineffective for all purposes. 17. CHOICE OF LAW;VENUE:The validity, interpretation, and performance of this Agreement shall be governed and construed in accordance with the laws of the State of Florida. In the event of any dispute under this Purchase Order, venue shall be in Seminole County, Florida for any state action and Orlando, Florida,for any federal action. 18. PUBLIC RECORDS; RIGHT TO AUDIT RECORDS: Written documents prepared by either the Seller or City in furtherance of this Agreement shall constitute a public record. Any such instrument maintained by Seller hereunder shall be delivered to the City upon request.The City shall also be entitled to audit the books and records of the Seller to the extent that such books and records relate to the performance of this Agreement. Such books and records shall be maintained by the Seller for a period of three (3) years from the date of final payment under this Agreement unless a shorter period is otherwise authorized in writing by the City. 19. FISCAL YEAR FUNDING APPROPRIATION: (a) Specified Period. Unless otherwise provided by law, a purchase order for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the purchase order and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the initial fiscal period of the purchase order. Payment and performance obligations for succeeding fiscal periods shall be subject to the annual appropriation by City Comission. (b) Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year period,the purchase order shall be cancelled and the contractor shall be entitled to reimbursement for the reasonable value of any work performed to the date of cancellation. 20. FAILURE TO EXECUTE PURCHASE ORDER: Failure of the successful bidder to accept the Purchase Order as specified may be cause for cancellation of the award. In the event that the order is cancelled, the award may then be made to the second lowest responsive and responsible bidder, and such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom the bid award was made, or all bids may be rejected and made void by the City. 21. INDEPENDENT CONTRACTOR: The Seller shall perform the obligations of this Purchase Order as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 22. OTHER RELATED AGREEMENTS: In conjunction with, or prior to issuing this Purchase Order,the City may require the Seller to execute a full written agreement that is approved by the City Manager or City Comission and executed by the City Manager or Mayor ("Master Agreement"). The Master Agreement shall take precedence over the terms and conditions set forth in this Purchase Order to the extent there are any conflicting terms and conditions. Otherwise,the Master Agreement and this Purchase Order shall be deemed supplemental to each other. 23. SOVEREIGN IMMUNITY: Nothing contained in this Purchase Order shall be construed as a waiver of the City's right to sovereign immunity under section 768.28, Florida Statutes, or other limitations imposed on the City's potential liability under state or federal law. The provisions of§768.28, Florida Statutes, and any other limitations or restrictions in the City's liability shall be deemed incorporated herein by this reference. 24. INSURANCE: If this Purchase Order requires the Seller to perform services on the City's premises or at any place where the City conducts operations, or requires the Seller to perform professional consulting services,the Seller shall request insurance coverage requirements from the City's Purchasing Manager. In circumstances where insurance is required by the City, Seller shall provide proof of insurance or insurance certificates with the City listed as an additional named insured prior to performing under this Purchase Order. Noncompliance with this Paragraph shall place the Seller in default and subject this Purchase Order to immediate cancellation. 25. ANTI-CORRUPTION: Seller declares that to its knowledge, its legal representatives, directors, employees, agents, and anyone performing services for or on behalf of City pursuant to this Agreement do not and will not directly or indirectly offer, give, agree to give, authorize, solicit, or accept the giving of money or anything else of value or grant any advantage or gift to any person, company or undertaking whatsoever including any government official or employee, political party official, candidate for political office, person holding a legislative, administrative or judicial position of any kind for or on behalf of any country, public agency or state owned company, official of a public international organization,for the purpose of corruptly influencing such person in their official capacity, or for the purpose of rewarding or inducing the improper performance of a relevant function or activity by any person in order to obtain or retain any business for City or to gain any advantage in the conduct of business for City. 26. DEBARMENT: Seller further undertakes to ensure that neither Seller nor any of its legal representatives, directors, employees, agents, subcontractors and anyone performing services for or on behalf of City under this Agreement has been, or is listed by any government agency as being debarred, suspended, proposed for suspension or debarment, or otherwise ineligible for participation in government procurement programs and/or bidding following invitations to bid advertised by the World Bank or any other international development bank. 27. ATTORNEYS FEES: Should either party bring an action to enforce any of the terms of this Agreement, each party shall bear its own costs and expenses of such action including, but not limited to, reasonable attorney's fees, whether at settlement,trial or on appeal. 28. COMPENSATION AND PROMPT PAYMENT: Payment shall be due and payable as provided by the Florida Local Government Prompt Payment Act s.218.70 et. seq., Florida Statutes. For the performance and full completion of the goods and services specified herein and in the attached Scope of Work,the City and Seller agree that the Seller shall be paid a total of$429,000, inclusive of all goods and services, materials, and expenses directly related to the services. There shall be no other compensation due Seller for the services provided under this Agreement, unless specifically agreed to by the City in writing. The total sum shall be paid at ninety percent (90%) upon delivery. The remaining ten percent (10%) shall be paid upon successful startup and operation of equipment and successful passing of a DOT inspection. Payment requests shall be made to the City bv submitting a proper invoice detailing the services performed and the payment requested. Payment will not be made for tasks not performed or for portions nf any tasks not performed. 29. EXHIBITS: Appendix Ato the Request for Proposal,Scope of work,and Appendix B, Bid Proposal by Seller,shall be incorporated herein by this reference. IN WITNESS WHEREOF,the parties hereto caused this Agreement to be executed by their duly authorized representatives asnf the date first written above. CITY: SELLER; CITY OF WINTER SPRINGS Charter Machine Company By: By: Prin1Namne/T Pr|ntName/Tit|e: Walter KWehUriCh ' \/.�z. City Manager ATTEST: By:, Appendix A Scope of Work Winter Springs Portable Belt Press GENERAL Proposals are requested for Equipment generally described as a Trailer Mounted Belt Press,to be located in Winter Springs, FL. Press shall include a trailer mounted 1.5 to 1.7 meter wide belt press, complete with controls, hydraulics, polymer feed system, sludge feed pump, and sludge cake conveyor capable of loading into a tractor trailer. Equipment may be "used" but be less than 10 years old from date of manufacturing. Equipment must be in complete/fully operational condition ready to operate upon delivery. Vendor's price should include but is not limited to: 1. Belt press—1.5 meter to 1.7 meter wide. • Belt press shall be manufactured by Charter Machine Company, BDP Industries, or one of these manufacturer's branded press. • Belt press shall have a 2 pass or 3 pass configuration. Belt press shall have 2 or 3 belts. • Belt press shall be capable of delivering 17%or more dry cake solids from domestic wastewater treatment, secondary sludge. • Belt press shall be in good condition. Frame coating, roller coatings, bearings, gear boxes, motors, switches, safety equipment, and all other related components shall be in good condition and not be in failure, eminent failure, or leakage condition. Failure of coatings or components will disqualify submission. • Belt Press shall have a Nema U control panel complete with starters, VFDs, HOA, controls, interlocks,junction boxes, disconnect contacts,fasteners, and all other accessories for a complete control system.This includes all press, pump, and conveyor controls. Variable controls for sludge feed, press speed, and polymer feed shall be provided. Wiring shall be in conduit or properly secured in the frame. Exposed wiring will not be accepted. • Belt Press Equipment shall include main structural frame, in-line polymer injection and sludge mixing system, sludge flow meter, inlet piping and junction box, gravity drainage section, dewatering pressure zone, dewatering belts, belt wash system, safety guards, emergency stop tag line system, doctor blades,filter and drain collection, roller assemblies, automatic belt tensioning system, automatic belt tracking system, automatic hydraulic power pack, belt drive system, and wash water booster pump. The belt filter press shall be totally pre-plumbed, requiring one sludge feed connection, one polymer feed connection, one plant water connection, one electrical connection, and one filtrate drain connection. • Belt Press shall have a progressive cavity type sludge feed pump (progressive cavity or gear). • Belt Press will be automatically hydraulically steered and tensioned. • Hydraulics may be air or oil systems. Oil hydraulics shall utilize food grade oils only and incorporate food grade oil compatible components. • Emulsion polymer system. Polymer system shall be capable of creating desired polymer solution on board from neat polymer and apply to sludge. System may be continuous makeup or batch. If a batch system is utilized,two tanks shall be provided to allow mix up of new solution while the primary tank is in operation. Direct injection of neat polymer does not qualify as an acceptable polymer system. • Provide 1 NEW set of press belts on the unit and 1 NEW set of press belts as a spare. Total of two (2) sets of belts. • Set of stainless steps, handrails and operating platform with aluminum or Fibergrate non- slip grating catwalk. • Belt press shall have a retractable sludge conveyor capable of discharging sludge into a tractor trailer. End of sludge discharge conveyor shall reach a minimum of 12.5 vertical feet from the ground. Belt conveyors shall have a scraper at the discharge end to minimize carryover of material back to the press. Sludge conveyor shall be mounted to the trailer and retractable to allow stowage for transport. 2. Trailer shall include the following features: • Trailer shall be DOT approved for travel on public rights of way. All hydraulics, lights, hitch, tires, bearings, etc. shall be in good working condition. • Trailer must pass a DOT inspection for 2 years. A DOT inspection will be completed upon delivery of the trailer and equipment to the City. • Drop deck trailer. Aluminum roof over entire trailer preferred. Control area shall be covered or completely enclosed with climate control. • Side curtains are optional but preferred. Ratchets at front and ratchets at rear for easy curtain access (if so equipped). • Radiant electric heaters to maintain polymer and temperature sensitive equipment. • Leveling dollies on each corner of trailer. • Trailer shall not require a Department of Transportation permit to legally move from site to site. • Trailer shall not be overweight or wide load. General Notes 1. Vendor shall be responsible to supply all materials, equipment, supports, staffing, trucking, delivery, insurance, etc., required for the successful delivery of the equipment to the City. 2. Unit shall be shipped completely assembled and ready for operation upon delivery. 3. Vendor shall provide a 1 year warranty from delivery date of equipment. Any failure of equipment components during the warranty period shall be replaced (parts and labor) by the vendor. 4. Trailer shall pass a DOT inspection for 2 years from delivery date. Any failure of the trailer during the warranty period shall be replaced (parts and labor) by the vendor. 5. City may conduct, at its expense, a site visit to inspect equipment and verify condition of equipment components. 6. Vendor shall deliver equipment to Winter Springs, FL at a site of its choosing within the City limits. No additional compensation will be provided for delivery of equipment. FOB Winter Springs, FL. Vendor is completely responsible for equipment until successful delivery to the City of Winter Springs selected site. 7. Vendor shall assist with and not unreasonably withhold,transfer of title of equipment to the City of Winter Springs, FL. Bids: Vendor shall provide a base bid and may provide, but not required, one alternate as outlined below: 1. Base Bid -Vendor shall provide one base bid for providing the Equipment as outlined above and the specified delivery date of the equipment. 2. Alternate 1-Vendor may provide, but not required, an alternate bid for alternative component configurations and the specified delivery date of the equipment. Vendor may provide additional proposal documentation in support of their proposed equipment. Clarifications: 1. The City may conduct, at its expense, a site visit to inspect equipment and verify condition of Equipment components. 2. Vendor shall hold equipment 60 days from bid opening to provide City sufficient time to evaluate bids, conduct inspection(s)of Equipment, or other verifications. During this time,vendor may not sell equipment to any other person or entity. 3. The City has identified that vendors may need a period of time to refurbish equipment before final delivery. Vendors may request up to 90 calendar days from issuance of purchase order to deliver equipment. Vendor shall note request in the proposal. City may assess a $150 per calendar day penalty for every day beyond the specified delivery date. The 90%payment will be reduced by assessed penalty. Vendor shall include with their proposal a description of the intended rehabilitation of proposed equipment. City will use provided documents to complete the final selection of equipment. 4. Payment terms: a. Payment in accordance with the City of Winter Springs Terms and Conditions and the State of Florida Prompt Payment Act. b. Vendor shall provide an invoice acceptable to the City before payment is rendered. Incomplete invoices will not be accepted. c. Payment of 90% may be requested upon successful delivery of equipment to the City of Winter Springs selected delivery site. d. Payment of remaining 10% retainage may be requested upon successful startup and operation of equipment and successful passing of a DOT inspection. Startup, operation, and DOT inspection not to exceed 30 days from delivery of equipment. Appendix 6 Charter Machine Company Proposal SECTION 00300 MANDATORY PROPOSAL FORMS (Mandatory Forms must be submitted with the proposal. Failure to submit forms may disqualify the proposer from the RFP.) BID PRICE FORM 1. GENERAL 1.1 Description The following Bid Price is hereby made to the City of Winter Springs,hereafter called the OWNER. Bid Price is submitted by: Legal Name(indicate whether sole proprietorship,partnership,ocorporativ ): ora Address: Contact Name: N a� a .. . ..... _.._.................... Contact Phone Number: mm ' Contact E-Mail Address: . 1.2 The Undersigned: A. Acknowledges receipt of: 1. Request for Proposal for Portable Belt Press dated February 2020 2. Addenda: Number ,dated Number ,dated B. Has examined all RFP Documents and understands that in submitting his Bid Price, he waives all right to plead any misunderstanding regarding the same. 12 C. Agrees: 1. To hold this Bid Price open for 60 calendar days after the bid opening date. During this time, vendor may not sell the equipment to any other person or entity. I agree to furnish the goods and/or services specified in the Request for Proposal at the prices or rates quoted in my responsive bid/proposal. 2. To accept the provisions of the Instructions to Proposers 3. To receive a City Purchase Order issued to the OWNER at the submitted Bid Price 4. To accomplish the work in accordance with the contract documents. 5. To deliver the equipment as required by the specifications and as indicated in his proposal document. D. Certifies: 1. That all information contained in this bid/proposal is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this bid/proposal on behalf of the vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarded the bid/proposal. 1.3 Stipulated Amount A. Base Bid Price I will provide the equipment under this project for a Total Base Bid Price Amount of: C ..._ . _ __: " � r Dollars fo : -� ......_.�.°_._ .__. .. ....... . . -_____ ..._..._. The Proposer hereby agrees to perform all work as required by the Contract Documents for the following Unit Prices. All work required to be performed by the Contract Documents is to be included within the following Pay Items, inclusive of furnishing all manpower, equipment, materials, supports, trucking, delivery, insurance, licensing, permits, and performance of all operations relative to construction of the project. Work for which there is not a Pay Item will be considered incidental to the Contract and no additional compensation will be allowed. The OWNER, at his sole option and discretion, may choose to add or deduct from the contract work at the unit prices set forth below. The Proposer shall be paid for actual quantities completed in accordance with the Contract Documents. The following is the order of precedence which will be used in case of conflicts within the Bid Schedule provided by each Bidder: Unit Price,Total Price, Total Base Bid(See attached Bid Form). 1.4 Proposal Schedule A. Proposals shall include the following documents: 1. Com feted and Si ned Bid Price Form and other Mandatory Forms in this Section 13 2. Proposed„Design Information. Provide detailed design information about the proposed portable belt press, including items such as: manufacturer's product data, materials of construction,drawings,renderings,photographs,and any other pertinent information to clearly convey to OWNER the proposed products. 3. Prooser's erience Summa� . Provide a summary of the Proposer's company and its experience performing similar work on portable belt presses. Also provide a minimum of three references,including name,organization, position,e-mail,and phone number. 4. E ui ment Deliver Date 1.5 Submittal RESPECTFULLY SUBMITTED,signed and sealed this, dayof_.__l xI „ 2020. Propose! By: . ' . ._..._ ... � .� .�...._._. ._. . . Title 14 Winter Springs Portable Belt Press BID FORM .. . .............�................................_Item ..............................................................�. ..........._ _... #.... ............., Quantity Total Price 1 Portable Belt,Press . ��� k' " Total— (Price in words) sIr Alternate Proposal Portable Belt Press 2 (Optional) 1 �.. � 4��) w...... ...................._..............._. ..... Total— � . a . ,(2 c) ....... .. (Price in words) Delivery Date of Equipment from Issuance of Purchase Order: w_wwww „ wwwww_wwwwwwwwww o Days (May not exceed 90 calendar days.) W, Company: .w. m , .'�4w A *1, t� LLName: � � � �m�� .A .... :�.� � ....�.,,�,�9,,..�.��.. .... .... .... ��. _. Phone: Address: s��k .r,- Ave, "���������. �,m . w � � `� "" ��� Signature: �� 12-0 Date/Time: ..� ° ._ If there are any questions,please submit,in writing to �r;���y„�,- '.�ri.i...�.,€-'�.....i i.��` '�f .ALL BIDS ARE DUE NO LATER THAN March 6,2020 AT 2:00 PM.ANY BID RECEIVED AFTER THIS DEADLINE WILL BE CONSIDERED NON-RESPONSIVE.ALL BIDS ARE TO BE DELIVERED TO CITY OF WINTER SPRINGS,CITY HALL,1126 EAST S.R.434,WINTER SPRINGS,FL 32708. 1s SCRUTINIZED COMPANY CERTIFICATION Florida Statutes,Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for,or enter into or renew a contract with the City for goods or services of: (a) Any amount if,at the time of bidding on,submitting a proposal for,or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s.215.4725,or is engaged in a boycott of Israel;or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract,the company: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,created pursuant to s.215.473;or 2. Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law,the City will not contract for the provision of goods or services with any scrutinized company referred to above. The Contractor must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: the company is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel;or been engaged in business operations in Cuba or Syria. The City shall provide notice, in writing, to the Contractor of any determination concerning a false certification.The Contractor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes. THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID/PROPOSAL RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID/PROPOSAL SUBMITTAL NON-RESPONSIVE. a. The Vendor,owners,or principals are aware of the requirements of Section 287.135, Florida Statutes;and b. The Vendor,owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel;and c. For contracts of one million dollars are more,the Vendor,owners,or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities 16 in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and,further,are not engaged in business operations in Cuba or Syria;and d. If awarded the Contract,the Vendor,owners,or principals will immediately notify the City in writing if any of its company,owners,or principals:are placed on the Scrutinized Companies that Boycott Israel List,the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List;engage in a boycott of Israel;or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) " (Name of Vendor) STATE OF COUNTY OF O The foregoing instrument was acknowledged before me by means f( ) physical presence or (_) online notarizat' n, this ��_ day of 2020, by the C 1� ;j M_ of who is personally known to me or(_)who produced M m H as identification. ry r7 tiF Notary' ublic Print Name:... s�� .__._�gl155 v V ..W My Commission expires: . I COMMOMWEAL.T OOF PENNMVANIA NOTARIAL SEAL.,,,. �ta I THERESA WEST,Notary Public Lansdale Boro.,Montgomery County itober 24,20 1 My Commis,,,on Expires Oc 17 NON-COLLUSION AND CONTINGENT FEES AFFADAVIT State of Florlda County of ,being first duly sworn,deposes and says that: of �° a4,11� the Proposer that He She is D i ��, ....�� ....� �.,�_ ��...�.. �,d,,,, � �� _.. ��...�._.__��. has submitted the attached Bid/Proposal; He/She is fully informed respecting the preparation and contents of the attached Bid/Proposal and of all pertinent circumstances respecting such Bid/Proposal; Such Bid/Proposal is genuine and is not a collusive or sham Bid/Proposal; Neither the said proposer nor any of its officers, partners,owners,agents,representatives,employees or parties in interest,including this affiant, has in any way colluded,conspired,connived or agreed, directly or indirectly with any other proposer,firm or person to submit a collusive or sham Bid/Proposal in connection with the contract for which the attached Bid/Proposal has been submitted or to refrain from bid/proposing in connection with such Contract,or has in any manner,directly or indirectly,sought by agreement or collusion or communication or conference with any other Proposer,firm or person to fix the price or prices in the attached Bid/Proposal or of any other Proposer,or to fix any overhead, profit or cost element of the Bid/Proposal price or the Bid/Proposal price of any other Proposers or to secure through any collusion,conspiracy,connivance or unlawful agreement any advantage against the City of Cocoa or any person interested in the proposed Contract; The price or prices quoted in the attached Bid/Proposal are fair and proper and are not tainted by any collusion,conspiracy,connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives,owner's employees,or parties in interest,including this affiant;and The proposer nor any of its officers, partners, owners,agents, representatives, employees or parties in interest, including this affiant,have not employed or retained any company or person,other than a bona fide employee working solely for the proposer to solicit or secure this agreement and that proposer has not paid or agreed to pay any person,company,corporation, individual,or firm,other than a bona fide employee working solely for the proposer any fee,commission, percentage,gift,or other consideration contingent upon or resulting from the award or making of this agreement. For the breach or violation of this provision,the City shall have the right to terminate the agreement without liability and,at its discretion,to deduct from the contract price,or otherwise recover,the full amount of such fee, commission, percentage,gift,or consideration. (Authorized Signature) I�„, irv�. , V ,.. . (Printed Name and Title) (Name of Vendor) 18 STATE OF COUNTY OF C y sic presence or(_)_�— Y 1� y any of( )ph�r al �=[r, ,- The foregoing instrument was c now e e a re a me �notarization, day of theme at6. of __. e.::� : ... .. .... ................._... _ ._... __..w__. a ����, �� ._. _m. who is personally known to me or(_)who produced ( as identification. _. . ...._ :........ , :.. ............ Nola ublic r--- Prt NName: , My Commission expires: r e" •!!*iM MONWEALTH OF PENNSYLVAMA NOTARIAL SEAL fi THERESA WEST,Notary Public Lansdale Boro.,Montgomery County a �Sy Commission Expires October 24,2021 19 DRUG FREE WORKPLACE CERTIFICATION In accordance with Florida Statues 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bid/proposals which are equal with respect to price, quality,and service are received by the State or by any political subdivision for the procurement of commodities or contractual services,a bid/proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedure for processing the bid/proposals will be followed if none of the tied vendors have a drug-free work place program. In order to have a drug-free workplace program,a business shall: a. Publish a statement notifying employees that the unlawful manufacture,distribution, Dispensing, possession,or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition: b. Inform employees about the danger of drug abuse in the workplace,the business's policy maintaining a drug-free workplace,any available drug counseling, rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities or contractual services that are under bid/proposal a copy of the statement specified in subsection(a). d. In the statement specified in subsection (a), notify the employees that,as a condition of working on the commodities or contractual services that are under bid/proposal,the employee will abide by the terms of the statement and will notify the employer of any conviction of,or.plea of guilty or nolo contender to,any violation of Chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5) days after such conviction. e. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. (Company) (Signafure&Title) 20 CONFLICT OF INTEREST CERTIFICATION Before me,the undersigned authority, personally appeared,who was duly sworn,deposes,and states: am the 04, _ -A+,1 of C ^ X c"L e (A-> with a local office in and principal office in ism City and State City and State The above-named entity is submitting an RFP for the City of Winter Springs described as: City of Winter Springs RFP#01-20 LR Portable Belt Press The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge and thereof the following; a. The Affiant states that only one submittal for the above bid/proposal is being submitted and that the above-named entity has no financial interest in other entities submitting bid/proposals for the same project. b. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion,or otherwise taken any action in restraints of free competitive pricing in connection with the entity's submittal for the above bid/proposal.This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. c. Neither the entity nor its affiliates, nor anyone associated with them,is presently suspended or otherwise ineligible from participation in contract letting by any local,State,or Federal Agency. d. Neither the entity, nor its affiliates,nor anyone associated with them have any potential conflict of interest due to any other clients,contracts,or property interests for this project. e. I certify that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. f. I certify that no member of the entity's ownership or management,or staff has a vested interest in any aspect of the City of Winter Springs. 21 g. In the event that a conflict of interest is identified in the provision of services,I,on behalf of the above-named entity,will immediately notify the City of Winter Springs. (Authorized Signature")) Name of Business Phone&Fax Number Nft 4 i ry :.b ,� ^�'.,,„A ,�^" ," Y" .�.�..S ,,,,,(_.........� I s 11id,,,,,�,,,,,,..�ld �,.��. ��'�.�°�'•�,.'�,....�,_.�_„�".... � ',.��w _.. �..,�..,.........__._.w. (Printed Name and Title) Business Mailing Address City,State,Zip 22 CHARTER MACHINE COMPANY Proposal BILE DEWATERING TRAILER THREE-BELT SENTRY PRESS DEL # 3BTP17.93 TRAILER NUMBER 44 and 46 jg��� Mori l�! ,y i � u r / at r //err Prepared for City of Winter Springs 1126 East State Rd 434 Winter Springs, FL 32708 March 2, 2020 As an introduction, please review the following information summary that points out.the benefits and features of the Charter designed Towerpress. NU [ �V i r w rry nfXR'fiGAMwH xi IvNri, aaa r Nm r ; ➢i �GrrNarr l Y M r � ilr ri r J i I NT j f gyP �r r ry Charter purchased the Roediger Equipment Company back in 2006 and has continued to upgrade, design and increase the performance and operator usefulness of the entire line of equipment. This purchase was not only the equipment but also the employees and installations that over the past 45 years have made this equipment reliable and easy to use. The Charter belt filter press has been improved and offers the following features that no other belt press manufacturer offers. - V-plow design that is replaceable in under 1 second - Automated lifting of the entire gravity plow section for ease of cleaning and maintenance - One piece bearing design for long maintenance free life - Center pivot steering of the belts - Automated discharge blade retraction V low design i W Y„ i Each plow assembly l� can be easily lifted out with your hand and replaced within 1 second. Automated Gravit Plow Section �,,yl:l:,, °o-1 r r r. .,,, � �S��°I9 '�p91f YVLnl �rr qq wywWwWw r' ,,,,,,. Y'1 dm.✓� 4��Va�llrramttr � � w " r a a I g l l ,r r �inJJll;, I Ipllll " u i Up for Cleaning Going down with Fully down with just a flip of just a flip of switch for full operation a switch The raising and lowering is controlled by one switch so it makes it very easy for the operator to clean and/or optimize the plow arrangement for superior performance. Once Piece Bearin Desi n r, 1 Charter design, one piece Competition, two piece split design with bolted plate. housing. Notice where the No place for rust to start. rust started.. lOr Center Pivot Steerin h " i r r r VIVO NIIN!N�`Fw, Center Pivot Controlling Cylinder Charter is the only manufacturer in the industry to use center pivot steering. This means that when the belt is moving out of alignment, the controlling cylinder moves the roller to track the belt back. All other manufacturers use an end pivot which stretches out the belts since a movement of 4" would all be on one side as compared to center pivot that means each side of the belt only moves 2". Automated Disc har a Doctor Blade Retraction I0/G'/ RJ111IINVUUIN'NflNSfdgSVJINi,@1gDN "If��� i�I� Retraction arm for easy cleaning. Another great automation with just a flip of a switch, the cylinders push the doctor blades off the belts for easy cleaning and changing. Flip the switch again and the blades retract. No other manufacturer in the industry offers this feature. Tubular Perforated Roller I i moo„ III ✓U6" if TO JY 't All" 01 Viiflfl9PiJPiV1%MM 1 IV `' Conventional Perforated Roller by design has only 33% open surface area for water removal on one side of the belt during operation.. As you can see another major drawback to the conventional design is the clogging of the perforated holes that occurs in the roller after being in operation thus decreasing the ability to remove water even further. Charter's Tubular design primary dewatering roller has an wp11 astonishing 89% open surface area, more than any other manufacturer in the industry. By its revolutionary design no clogging can ever occur allowing for the Maximum amount of water to escape. These features along with the fact that our presses are made in New Jersey and there, roving service guys that can be at your plant within 24 hours if needed, Charter Machine offers a press that can not be matched. r fr+urYrrrMJ/Yn+,f9rinr �G����•,...� r w, (61✓,1 ,,, f ,� Y ��� �Q%✓ it� ��r � S� w i lI r r t r y Diu �r I fII IIII Charter Machine Shops "Over 100,000 SgFt Machine Shope and Assembly in N.J." i _u i r G ' 6 ChaplepMachine °I'S%II 04' Dewatering Equipment Machines Division A GEC Subsidiary DATE: March 2, 2020 TO: City of Winter Springs Holly Queen PROPOSAL: Charter Machine Company (CIVIC) Proposal No. 200302-C2 PROJECT: 48 Foot Trailer Mounted Belt Filter Press We are pleased to offer the following equipment of our manufacture and supply for your consideration. The unit offered is a 3-belt model that is furnished with an independent gravity deck equipped with separate VFD, located at operator level - with a total of eight vertical pressure rolls located in the shear/pressure section. Auxiliary equipment included with the 3-belt model as listed below will provide a complete dewatering system. Item 1 One 4 CharterMachine Com an Belt Filter Press Mode13BTP17.93 with a 1.7 meter belt width, manufactured to achieve the optimum sludge dewatering performance. All belt press electrical functions are factory wired to numbered terminals in a frame mounted 304 Stainless Steel, NEMA 4X junction box. The machine is currently on site and totally assembled. Also included is one' _upstream conditionin device consisting of a 304 Stainless Steel 6 inch in-line adjustable orifice venturi type mixer, complete with a polyethylene injection ring. The Belt Filter Press is totally pre-plumbed, requiring one (1) sludge feed connection,'one (1) polymer feed connection, one (1) plant water connection, one (1) hydraulic connection, and one (1) electrical connection. 55 Wester Ave. Metuchen N.J. 08840 (732) 548-4400 Fax (732)494-4596 WWW.CHARTERMACHINE.COM Utilizing IIIGER technology. Page Two Item 2 One 1 Belt Filter Pries Main Electrical ConfroI Panel, totally factory wired to numbered terminal strips and including all necessary components for the automatic or manual operation of the belt filter press system. Components include belt drive VFDs, pushbuttons, lights, relays, switches, transformers, fuses, alarms and starters to perform the necessary control functions for the press. Included in the control panel there are all necessary controls and components to coordinate the sludge feed pump, polymer system, hydraulics, booster pump and discharge arrangement that is provided with the 3-belt unit proposed providing a complete dewatering system. The control panel is 304 Stainless Steel, NEMA 4X, 480V— 3PH —60 amp, hinged front access, and completely factory assembled and tested. Item 3 One 1 Hot-Di ed Galvanized Sum to collect all filtrate and washwater created during operation. The sump material is a minimum of 3/16 inch thick plate. Item 4 One Llj Hydraulic Power stem capable of achieving operating pressure up to 300psi. The system shall provide pressurized oil for the belt tensioning, belt tracking, doctor blade positioning and plow grid lifting systems. The unit consists of a 10 Gallon 304 stainless steel storage reservoir, oil pump, oil filter, pressure gauges, piping, valves, cylinders in type 304 stainless steel and 2HP TEFC motor to provide a complete operational system. Controls are located in the belt filter press master control panel. Item 5 One 1 Wash Water Booster Pum to provide water to the belt filter presses belt wash stations. The booster pump is complete with galvanized base and mounted to a maximum 7.5 HP TEFC motor. The pump provided is a Goulds Model 3196 mounted on the belt filter press equipment skid. A recycle feature is also provided that can be utilized. Controls will be located in the belt filter press master control panel. Item 6 One 1 Roedos Model 500 Batch Li uid/D Pol mer S stem. consisting of two (2) 500 gallon stainless steel tanks complete with mixers, polymer eductor funnels, solenoid valves, float switches, and polymer feed pumps. One(1)dilution panel, consisting of rotameters, in- line static mixers and piping, all mounted on a type 304 stainless steel mounting plate, this system can be utilized with both emulsion and dry polymer. All polymer system controls will be located in the belt filter press main control panel. 3 a Page Three Item 7 One 1 Rota Lobe Feed_Pumo complete with motor and VFD mounted on hot-dipped galvanized base and secured on trailer. Item 8 One/1 Magnetic Flow Meter capable of displaying instantaneous sludge flow rate in GPM and totalizing sludge flow in thousands of gallons. The flow meter includes all sensors, recorders, wiring, conduit and transmitter and located in the sludge pipeline prior to the belt filter press. Item 9 One JIL Shuttle screw conve or mounted on the belt press frame for facilitating the movement of dewatered sludge from the discharge belts of the belt filter press to the discharge conveyor. Item 10 One 1 Slud a discha a conve or, is a tube frame, troughing slider type, for facilitating the movement of dewatered sludge from the discharge of the belt filter press to the disposal container. The conveyor will be approximately sixteen (16) feet long and will include one (1) AC constant speed drive motor. Controls for the discharge conveyor will be located in the belt filter press control panel. Item 11 One 1 Com lets set of P/atforms/Catwa/ks provided per Charter Machine's standard design is included. Item 12 One "1 Set of Set y Su lies: 100 feet— 1.5 inch NPT fire hose 100 feet—4 inch suction/discharge hose with Kamlock connections 100 feet—6 inch drain hose 150 feet—6/4 power cord for 480V, 60 AMP, 3 Phase Item 13 PAe_jj 48' Trailer with full ten h roof with all above equipment mounted securely on frame. The trailer is completely road ready and functions as a complete mobile dewatering system. 4 1 P e Page Four Please Note: Except as otherwise noted herein, the following are not included in our offering: Installation or off-loading, local, state or federal taxes, permits, or other fees, wiring, conduit or plumbing between items, anchor bolts, local motor disconnects or lockouts, polymer for startup or operation. Final Intonnat on and Pricin Please refer to the bid documents for the pricing. Trailer #44 is 2.5 years old walth about 1 ,700 working hours of operation. The f a e is hot dipped galvanized with ep�oxy coating. Trailer #46 is only 2 months old with s ut 100 working hours of operation. The frame is 3014 S. References: Bionomics Services, Inc, Charlotte, NC Contact: Pete Fleetwood @704-529-0000 Metropolitan Environmental Hilliard OH Contact: Eric Ziegler @614-206-1761 Mobile Dredging Chester PA Contact: Jerry Vetter @610-497-9500 5 : 90% -30 Days Upon Acceptance of Purchase Order 10% - Upon Receipt of O&M Manual Other terms and conditions apply per the attached sheet. Late payments shall be subject to a 1.5% per month finance charge. Unless otherwise specified this proposal is offered for acceptance for(60) sixty days and is subject to review thereafter. Pricing is firm based upon receipt of a Purchase Order within this (60) sixty-day period. Drawin and Manuals: Final drawings and equipment information can be provided in approximately 3-6 weeks after our receipt and acceptance of your purchase order. We appreciate your interest in our line of dewatering equipment and look forward to continue working with you. Should you have any questions or comments regarding the above proposal please feel free to contact us and we will assist in any way possible. Sincerely, Christopher Boyd Director of Sales Charter Machine Company 6IP Mwr o o ' II } II c w II O -i _ II U Zf II ul z II CO U F m Z S 11 w uj FW > W[AW ox Ztlt 3a & II Jw> x� II 2 u I"W II U ~cc 2 11 Lo Wfn0 P2 in U! I w� � a aV It J V F � u� < x uxux�� Y ON Ir w � w ; U . w -8 U �a %JJJlllllll�if�� I (f101�111f1>1>1�6f111 �� � �� ON i log, � u 2aaF$z3LL� j, �NaN O =,a� o ZLSE