Loading...
HomeMy WebLinkAboutR-2009-028 Eimco Water Technologies Sole Source / Penn Valley Pump / DAFTRESOLUTION No. R-2009-28 A RESOLUTION authorizing a sole source procurement between the City of Yakima and Eimco Water Technologies LLC and Penn Valley Pump Co. Inc. to purchase A DAFT Unit and Double Disc Pump respectively without Bids. WHEREAS, Article VI, section 6 of the City of Yakima Charter and the Yakima Municipal Code Chapter 1.80 generally require that purchases over $25,000 be done by competitive bidding, subject to certain exceptions; and WHEREAS, pollution control facilities are govemed by a specific statute allowing for the acquisition of equipment in the sole source discretion of the goveming body pursuant to RCW 70.95A.090; and, a "sole source" exception from competitive bid requirements is utilized when, due to unique specifications and requirements, it is less costly and more efficient to proceed as an altemate to competitive bidding; and WHEREAS, the City of Yakima Wastewater Division requires the purchase of a new DAFT Unit and double disc pump; and WHEREAS, Eimco Water Technologies LLC is the original supplier of the standardized DAFT Unit to be replaced and Perin Valley Pump Co. supplies a pump that can serve two functions as required; and WHEREAS, for operational and monetary reasons replacement of the original DAFT Unit with a compatible system (Model BRW Rotator -Thickener, 45 ft diameter) from Eimco Water Technologies LLC. provides the following advantages: 9 Replacement with a standardized compatible model from the same company eliminates the need to change out additional ancillary devices such as; drive control panels, recycling piping, pressurization system, air compressors, interconnecting piping mounting hardware and anchors. o The ancillary equipment we currently have would not be able to be utilized with a DAFT unit other than an Eimco unit. • Purchasing from Eimco assures a product that fits our current system without modification to our piping or process controls; and WHEREAS, for operational reasons purchasing a double disc pump (Model 6DDSX76 wNFD) from Penn Valley Pump for the DAFT process is for the following reasons: o The pump is required for a back-up thickening process when the DAFT is not in use. O The pump, when added to the DAFT unit process, provides two functions. o The pump ensures a consistent rate of feed from the DAFT to the existing centrifuge and, conveys thickened solids to the digestors. • Only one pump is necessary rather than purchasing two. • The pump is being used on a trial basis to determine if it performs both functions adequately. o Based on successful completion of the trial, purchase may then take place; and WHEREAS, Eimco Water Technologies LLC. Can supply Model BRW Flotator- Thickener, 45 ft diameter to the City for approximately $325,000 and Penn Valley Pump Co. Inc. can supply the required double disc pump for approximately $31,000; and WHEREAS, the City Council finds that it is in the best interest of the City to authorize the purchase of services from Eimco Water Technologies LLC. and Penn Valley Pump Co. Inc. as a sole source purchases without calling for bids, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute a sole source procurement without calling for bids, whereby Eimco Water Technologies LLC. and Penn Valley Pump Co. Inc. agree to sell said Model BRW Flotator-Thickener, 45 ft diameter and Model 6DDSX76 wNFD, respectively, to the City of Yakima. ADOPTED BY THE CITY COUNCIL this 3rd day of February, 2009. A ''''16vid Edler, ayor ATTEST: EQUIPMENT PURCHASE AND PROFESSIONAL SERVICES AGREEMENT CITY OF YAKIMA AND EIMCO WATER TECHNOLOGIES THIS EQUIPMENT AND PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City") and EIMCO Water Technologies (the "Contractor"), Salt Lake City, Utah. WHEREAS, the City desires to engage the Contractor to sell waste treatment equipment and provide specific services; and WHEREAS, the Contractor has the experience and expertise necessary to provide said equipment and is willing to provide such services in accordance with the terms and conditions of this Agreement; NOW, THEREFORE, in consideration of the mutual covenants, promises. and agreements set forth herein, it is agreed by and between the City and the Contractor as follows: 1. Scope of Services. The Contractor shall provide the equipment and services described in the Contractor's Proposal No. Q063008 — TBM — Rev. 1, dated February 6, 2009, pages 1-10, attached, marked Exhibit "A" and incorporated by this reference. 2. Term. The term of this Agreement shall commence upon execution hereof and shall continue until the services set forth in Section 3 is provided. 3. Consideration. The City and the Contractor agree the City shall pay the Contractor for the equipment and specific services rendered hereunder as follows: a. Two hundred and ninety six thousand three hundred and forty dollars ($296,340) for the equipment listed on pages 2 to 3 of the proposal, attached, marked Exhibit "A" and incorporated by this reference, in accordance with the pricing and payment terms provided on pages 4 to 5 of Exhibit "A". b. Field Service, as determined by the City, provided on pages 5 and 10 of Exhibit The City and the Contractor further agree the terms of the Proposal, pages 8 and 9 of Exhibit "A", are additional provisions in this Agreement. 4. Information Provided by the City and the Contractor. The Contractor shall provide guidance to the City in determining the data required for purposes of the contemplated equipment and services. The City agrees to use reasonable efforts to provide data and information specifically requested by the Contractor. 5. Status of Contractor. The Contractor and the City understand and expressly agree that the Contractor is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer, and/or agent of Contractor shall act on behalf of or represent him or herself as an agent or representative of the City. The Page 1 of 5 Equipment Purchase and Professional Service Agreement City of Yakima - EIMCO Contractor, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Contractor expressly represents, warrants and agrees that its status as an independent contractor in the performance of the work and service required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Contractor and its officers, employees, volunteers, agents and/or subcontractors shall not make any claim of City employment nor shall make any claim against the City for any related employment benefits, social security and/or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Contractor and the City. 6. Inspection and Audit. The Contractor shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and/or the Washington State Auditor at all reasonable times, and the Contractor shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and/or the Washington State Auditor where necessary to conduct or document an audit. The Contractor shall preserve and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 7. Taxes and Assessments. The Contractor shall be solely responsible for compensating his employees, agents and/or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, the Contractor shall pay the same before it becomes due. 8. Compliance with Law. The Contractor agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local or otherwise. 9. No Conflict of Interest. The Contractor covenants that neither he nor his employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Contractor further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 10. No Insurance. It is understood the City does not maintain liability insurance for the Contractor and its officers, directors, employees and agents. 11. Indemnification. a. The Contractor agrees to hold harmless, indemnify and defend the City, its elected officials, officers; employees and agents from and against any and all suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's Page 2 of 5 Equipment Purchase and Professional Service Agreement City of Yakima - EIMCO fees) which result from or arise out of the negligence of the Contractor, its officers, agents, employees or subcontractors in connection with or incidental to the performance or non- performance of this Agreement. b. In the event that both the Contractor and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees) c. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Contractor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Contractor's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. d. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. e. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 12. Delegation of Professional Services. The services provided for herein shall be performed by the Contractor and no person other than regular associates or employees of the Contractor shall be engaged upon such work or service except upon written approval of the City. 13. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations and liabilities of the Contractor stated herein. 14. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 15. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 16. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: Page3of5 Equipment Purchase and Professional Service Agreement City of Yakima - EIMCO TO CITY: Richard A. Zais, Jr. City Manager City of Yakima 129 North Second Street Yakima, WA 98901 TO CONTRACTOR: EIMCO Water Technologies 4255 Lake Park Blvd., Suite 100 Salt Lake City, Utah 84120 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid or hand delivered. Such notices shall be deemed effective when mailedor hand delivered at the addresses specified above. 17. Third Parties. The City and the Contractor are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether directly or indirectly or otherwise, to third persons. 18. Drafting of Agreement. Both the City and the Contractor have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are interpreted and/or enforced. 19. Integration. This Agreement and Exhibit "A" constitute the entire Agreement between the City and the Contractor. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 20. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 21. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same Agreement. Page 4 of 5 Equipment Purchase and Professional Service Agreement City of Yakima - EIMCO CITY OF YAKIMA By: Date: '3 —/ 7 — Z6v` ' ATTR, T: isHING= t "ontract No. ".409'-b3o5- Date: 3/23/0? Clerk EIMCO Water Technologies By: Date: G7-23 =Looq City Resolution No. /P o?OD9'-,o?8 Page5of5 Equipment Purchase and Professional Service Agreement City of Yakima - EIMCO EIMCO WATERTECHNOLOGIES Exhibit "A" Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 1 of 10 PREPARED FOR Yakima Regional Wastewater Treatment Facility 2220 East Viola Street City of Yakima, WA. 98901 Attn: Steve Brown (509) 249-6821 Phone (509) 575-6116 Fax jbrownAci.vakima.wa.us AREA REPRESENTATIVE Beaver Equipment Specialty Company, Inc. Kenmore, WA. 98028 Nik Quesnell (425) 398-8082 nikq(abeaver-equipment.com PROJECT Replacement Components for an EIMCO Water Technologies (EWT) Model BRW Flotator - Thickener S/N 22729-01 in existing 45' diameter basin. PREPARED BY EIMCO Water Technologies 4255 Lake Park Blvd. • Suite 100 Salt Lake City, Utah 84120 Todd B. Morris Phone (801) 931-3047 Fax (801) 931-3090 Todd.Morris(a,glv.com PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax: (801) 931.3080 www.glv.com EIMCC WATERTECHNOLOGIES Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 2 of 10 PROJECT SUMMARY: EIMCO Water Technologies (EWT) is pleased to provide the following proposal to provide new Model BRW Flotator — Thickener refurbishment components and one (1) Model W24P replacement drive unit for the existing 45' diameter EIMCO Flotator, Serial Number 22729-01 installed in 1980. Replacement Drive Unit: EWT will manufacture and supply one (1) new W24P drive mechanism to include the following: ✓ Basic W24P drive with precision bearing (rated at 8,000 ft. lbs. torque, as original) ✓ Drive torque control assembly ✓ Motor drive components (i.e. ex -proof 1.5 HP motor, reducer, sprockets, chain and guard) ✓ Standard EWT paint scheme; two (2) coats Tnemec 161-26BL 8.0 mil total DFT ✓ Ground freight to an accessible point nearest the Yakima, WA. job site ✓ Engineering ✓ Operation and maintenance manual Flotator — Thickener Refurbishment Parts include: o One (1) Float Box constructed of /4" plate steel. o One (1) Baffle section at Float Box constructed of /4" plate steel. o Seven (7) Baffle sections around tank constructed of /4" plate steel. o Set of mounting clips for Baffle and Tank constructed of 1/4" plate steel. o One (1) Center Column / Feedwell constructed of /4" plate steel. o One (1) lower section Feedwell Cover constructed of /4" plate steel. o One (1) Drive / Adapter Shaft constructed of Schedule 40 — 10" pipe. o Two (2) Rake Arms — triangle truss type, constructed of 1/4" steel. o One (1) lower Recycle pipe support constructed of /4" steel. o Three (3) Scraper Blades constructed of /4" plate steel. o One (1) Inner Scraping Blade constructed of /4" plate steel. o Two (2) Bearing Rings constructed of 3/6" plate steel. o Two (2) Angle Rings constructed of /4" plate steel. o Six (6) Squeegee Assemblies constructed of 304 stainless steel. o One (1) Squeegee Assembly constructed of 304 stainless steel. o Eight (8) Skimmer Assemblies constructed of steel, aluminum and neoprene. o Eight (8) Roller Assemblies constructed of steel. o Eight (8) Weir Assemblies constructed of /4" FRP. o Eight (8) Skimmer Arms constructed of Schedule 40 — 4" pipe. o Eight (8) Skimmer Arm U -bolt assemblies constructed of steel. o Set fasteners for above components in 304 stainless steel. o Fabricated steel to have SSPC-SP-6 metal prep with (1) coat prime and (2) coats finish paint. o Freight to jobsite. o Services of an Authorized Field Service Technician onsite for two (2) days from two (2) trips. Pricing for drive and components listed above $ 296,340.°° PROPOSAL Eimco Water Technologies, LLC 4255 Lake.Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax: (801) 931-3080 www.glv.com EIMCC Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 WATERTECHNOLOGIES Page 3of10 Items NOT included: We do not include: • Replacement of existing bridge, walkway, or access platform structure including handrailing. • Replacement of existing FRP cover or any of its attachment / mounting hardware. • Replacement of existing Recycle Piping, connection or fittings. • Replacement of existing control panels, starters, VFDs, electrical devices or systems. • Replacement of ancillary systems, i.e. pressurization system, tanks, valves, etc. • Replacement of existing concrete anchors or cast -in-place mounting lugs. • Installation, demolition or erection services. • Draining, cleaning, coating and filling of tank. • Lubrication for drive units. • Electrical connections or disconnection. • Over -time work hours. • Disposing of old debris. EWT serviceman to be on site during initial assembly for inspection and start-up is estimated at (1) day per trip with two (2) trips planned. Two (2) days travel is required. Price includes all travel and miscellaneous expenses. PRICING SUMMARY: NEW DRIVE AND REFURBISHMENT PARTS ..$ 296,340.00 DELIVERY EWT intends to ship all Products 28 weeks after receipt of approved drawings from Purchaser. However, the date of shipment of the Products represent EWT's best estimate, but is not guaranteed, and EWT shall not be liable for any darnages due to late delivery. The Products shall be delivered to the delivery point or points in accordance with the delivery terms stated in this proposal. If such delivery is prevented or postponed by reason of Force Majeure, as defined in EWT's standard terms and conditions of sale, EWT shall be entitled at its option to tender delivery to Purchaser at the point or points of manufacture, and in default of Purchaser's acceptance of delivery, to cause the Products to be stored at such a point or points of manufacture at Purchaser's expense. Such tender, if accepted, or such storage, shall constitute delivery for all purposes of this proposal. If shipment is postponed at request of Purchaser, or due to delay in receipt of shipping instructions, payment of the purchase price shall be due on notice from EWT that the Products are ready, for shipment. Handling, moving, storage, insurance and other charges thereafter incurred by EWT with respect to the Products shall be for the account of Purchaser and shall be paid by Purchaser when invoiced. PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax: (801) 931-3080 www.gly com EIMCC WATERTECHNOLOGIES PRICING TERMS Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 4 of 10 The prices quoted are based upon Purchaser's acceptance of this proposal, through the submission of a purchase order or other written acceptance, being placed no later than 45 days after date of bid opening. After expiration of the pricing effectivity period, prices will be subject to review and adjustment. Prices quoted are FOB surface point of shipment, with freight included to an accessible point nearest the jobsite. Federal, state or local sales, use or other taxes are not included in the sales price. PRICE ESCALATION The prices submitted are based upon Purchaser's acceptance of this proposal by March 23, 2009. If the above indicated order date is exceeded, prices and shipping dates are subject to review and adjustment. Should shipment dates be exceeded because of customer action, escalation of the selling prices at the rate of 1.5% per month for each month or partial month of delay will be applied. This escalation will be applied only if shipment is delayed by the customer. In addition, due to fluctuating material costs, the prices quoted in this proposal may be adjusted at the time of delivery. Only additional unit material costs will be transferred to the purchaser. PAYMENT TERMS Payment terms are: Ninety percent (90%) net cash upon shipment of major Product items; and Ten percent (10%) upon the earlier of (a) Product startup and (b) one hundred eighty (180) days after completion of shipment. Credit is subject to acceptance by the EWT Credit Departrnent. Purchaser shall remit payment for proper invoices received from EWT in accordance with the payment terms stated above even if the Purchaser has not been paid by the Purchaser's customer (the "Owner"), if Purchaser is not the end-user of the Products. Payrnents are due within thirty (30) days after Purchaser's receipt of invoice. Overdue and unpaid invoices are subject to a service charge of 2% per month until paid. If Purchaser requests or causes cancellation, suspension or delay of EWT's work, Purchaser shall accept transfer of title and pay EWT all appropriate charges incurred up to date of such event plus EWT's overhead and reasonable profit. Additionally, all charges related to and risks incidental to storage, disposition and/or resumption of work shall be borne solely by Purchaser. Full payment for all work shall be due and payable thirty (30) days from the date work is placed into storage. PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel. (801) 931-3047 • Fax. (801) 931-3080 www.glv.com EIMCO WATERTECHNOLOGIES TAXES Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 5 of 10 Federal, State or local sales, use or other taxes are not included in the sales price. Such taxes, if applicable, shall be for Purchaser's account. BACKCHARGES In no event shall Purchaser/Owner do or cause to be done any work, purchase any services or material or incur any expense for the account of EWT, nor shall EWT be responsible for such work or expenses, until after Purchaser/Owner has provided EWT's PROJECT MANAGER full details (including estimate of material cost and amount and rate of labor required) of the work, services, material or expenses, and EWT has approved the same in writing. EWT will not accept Products returned by Purchaser/Owner unless EWT has previously accepted the return in writing and provided Purchaser/Owner with shipping instructions. i* *PURCHASE ORDERW SUB MISSION*"i In an effort to ensure all purchase orders are processed timely and efficiently, please submit all purchase order documentation to the following department and address: Attn: Order Entry Administrator Eimco Water Technologies, LLC 4255 Lake Park Blvd., Suite 100, Salt Lake City, Utah 84120 Fax #: 801-931-3090 Tel. #: 801-931-3000 FIELD SERVICE This proposal does include the services of a qualified service engineer for the following: Two (2) Days onsite / Two (2) visits Additional service days can be purchased at the current rate. PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax: (801) 931-3080 www.glv.com EIMCO WATERTECHNOLOGIES ADDITIONAL FIELD SERVICE Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 6 of 10 When included and noted in the Product pricing of each proposal item, EWT will supply the service of a competent field representative to inspect the completed installation and adjustment of equipment, supervise initial operation, and instruct Owner's personnel in the operation and maintenance of each proposal item for the number of eight (8) hour days. Notwithstanding EWT's performance of the above -referenced services, EWT shall not be held liable for any faulty workmanship or other defects in the Products' installation, or for other goods and/or services, performed by third parties unless such goods and/or services are expressly included under EWT's scope of work. If additional service is required, it will be furnished to the Purchaser and billed to him at the current rate for each additional day required, plus travel and lodging expenses incurred by the service personnel during the additional service days. It shall be the Purchaser's responsibility to provide for all necessary lubrication of all equipment prior to placing equipment in operation. All equipment must be in operating condition and ready for the Field Service Engineer when called to the project location. Should the Contractor not be ready when the Field Service Engineer is requested or if additional service is requested, the EWT current service rates will apply for each additional day required, plus travel and lodging expenses incurred by the service personnel during the additional service days. SURFACE PREPARATION AND PAINTING GENERAL INFORMATION If painting the Products is included under EWT's scope of work, such Products shall be painted in accordance with EWT's standard practice. Shop primer paint is intended to serve only as minimal protective finish. EWT will not be responsible for condition of primed or finished painted surfaces after equipment leaves its shops. Purchasers are invited to inspect painting in our shops for proper preparation and application prior to shipment. EWT assumes no responsibility for field service preparation or touch-up of shipping damage to paint. Painting of fasteners and other touch-up to painted surfaces will be by Purchaser's painting contractor after mechanism erection. Clarifier motors, gear motors and center drives shall be cleaned and painted with manufacturer's standard primer paint only. It is our intention to ship major steel components as soon as fabricated, often before drives, motors and other manufactured components. Unless you can insure that shop primed steel shall be field painted within thirty (30) days after arrival at the jobsite, we encourage you to purchase these components in the bare metal (no surface prep nor primer) condition. EWT cannot accept responsibility for rusting or deterioration of shop applied prime coatings on delivered equipment if the primed surfaces have not been field painted within thirty (30) days of arrival at the jobsite using manufacturers' standard primers. Other primers may have less durability. PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax: (801) 931-3080 www.glv.com EIMCO WATERTECHNOLOGIES GENERAL ITEMS NOT INCLUDED Proposal No. Q 063008 — TBM — Rev. 1 Proposal Date: February 6, 2009 Page 7 of 10 Unless specifically and expressly included above, prices quoted by EWT do not include unloading, hauling, erection, installation, piping, valves, fittings, stairways,ladders, walkways, grating, wall spools, concrete, grout, sealant, dissimilar metal protection, oakum, mastic, field painting, oil or grease, electrical controls, wiring, mounting hardware, welding, weld rod, shims, leveling plates, protection against corrosion due to unprotected storage, special engineering, or overall plant or system operating instructions or any other products or services. MANUALS The content of any and all installation, operation and maintenance or other manuals or documents pertaining to the Products are copyrighted and shall not be modified without the express prior written consent of EWT. EWT disclaims any liability for claims resulting from unauthorized modifications to any such manuals or other documents provided by EWT in connection with the Project. WARRANTY AND CONDITIONS EWT standard Terms and Conditions of Sale, QFORMEWT 0115-02031 is attached and made an essential part of this proposal. These terms and conditions are an integral part of EWT's offer of Products and related services and replace and supersede any terns and conditions or warranty included in Purchaser or Owner requests for quotation or specifications and cannot be changed without written approval from an authorized representative of EWT. CONFIDENTIALITY The contents of this proposal are confidential and shall be used by Purchaser and/or Owner only for the purpose of evaluating EWT's offer of goods and services in connection with the Project. Purchaser/Owner shall not disclose the contents of this proposal to any third party without the prior written consent of EWT. Attachments: EWT General Terms and Conditions, QFORMEWT 0115-02031 Rev H EWT 2008 North American Field Service Rate Schedule PROPOSAL Eimco Water Technologies, LLC 4255 Lake Park Blvd. • Suite 100 • Salt Lake City, Utah 84120-8201 USA Tel: (801) 931-3047 • Fax. (801) 931-3080 www.glv.com EEIMCO WATERTECHNOLOGIES 1 ACCEPTANCE. The proposal of EIMCO WATER TECHNOLOGIES, LLC ("SELLER"), as well as these terms and conditions of sale (collectively the "Agreement"), constitutes SELLER's contractual offer of goods and services, and SELLER's acceptance of this offer is expressly limited to the terns of the Agreement. The scope and terms and conditions of the Agreement represent the entire offer by SELLER and supersede all prior solicitations, discussions, agreements, understandings and representations between the parties. Any scope or terns and conditions included in PURCHASER's acceptance/purchase order that are in addition to or different from the Agreement are hereby rejected. 2. DELIVERY Any statements relating to the date of shipment of the Products (as defined below) represent SELLERS best estimate, but is not guaranteed, and SELLER shall not be liable for any damages due to late delivery The Products shall be delivered to the delivery point or points in accordance with the delivery terms stated in SEI,LER's proposal. If such delivery is prevented or postponed by reason of Force Majeure (as defined below), SELLER shall be entitled at its option to tender delivery to PURCHASER at the point or points of manufacture, and in default of PURCHASER's acceptance of delivery to cause the Products to be stored at such a point or points of manufacture at PURCHASERS expense. Such tender, if accepted, or such storage, shall constitute delivery for all purposes of this agreement. If shipment is postponed at request of PURCHASER, or due to delay in receipt of shipping instructions, payment of the purchase price shall be due on notice from SELLER that the Products are ready for shipment. Handling, moving, storage, insurance and other charges thereafter incurred by SELLER with respect to the Products shall be for the account of PURCHASER and shall be paid by PURCHASER when invoiced. 3 TITLE AND RISK OF LOSS SELLER shall retain the fullest right, title, and interest in the Products to the extent permitted by applicable law, including a security interest in the Products, until the full purchase price has been paid to SELLER The giving and accepting of drafts, notes and/or trade acceptances to evidence the payments due shall not constitute or be construed as payment so as to pass SELLER's interests until said drafts, notes and/or trade acceptances are paid in full. Risk of loss shall pass to PURCHASER at the delivery point. 4 PAYMENT TERMS. SELLER reserves the right to ship the Products and be paid for such on a pro rata basis, as shipped. Payments not made in accordance with this Agreement are subject to a service charge of two percent (2%) per month until paid. 5 TAXES. Unless otherwise specifically provided in SELLER's quotation/proposal; PURCHASER shall reimburse SELLER, in addition to the price, for all sales, use and other taxes, excises and charges which SELLER may pay or be required to pay to any government directly or indirectly in connection with the production, sale, transportation, and/or use by SELLER or PURCHASER, of any of the Products or services dealt with herein (whether the same maybe regarded as personal or real property). PURCHASER agrees to pay all property and other taxes which may be levied, assessed or charged against or upon any of the Products on or after the date of actual shipment, or placing into storage for PURCHASER'S account. 6 MECHANICAL WARRANTY Solely for the benefit of the ORIGINAL USER, SELLER warrants that new equipment and parts manufactured by it and provided to the ORIGINAL USER (collectively, "Products") shall be free from defects in material and workmanship. The warranty period shall be twelve months from startup of the equipment not to exceed eighteen months from shipment. If any of SELLER'S Products fail to comply with the foregoing warranty, SELLER shall repair or replace free of charge to ORIGINAL USER, EX WORKS SELLER'S FACTORIES or other location that SELLER designates, any Product or parts thereof returned to SELLER, which examination shall show to have failed under normal use and service operation by the ORIGINAL USER within the Warranty Period; provided, that if it would be impracticable for the Product or part thereof to be returned to SELLER, SELLER will send a representative to the ORIGINAL USER's job site to inspect the Product. If it is determined after inspection that SELLER is liable under this warranty to repair or replace the Product or part thereof, SELLER shall bear the cost of returning the Product to SELLER for inspection or sending its Proposal No. Q 063008 — TBM — Rev. 1 Date: February 6, 2009 Page 8 of 10 10 SET OFF This agreement shall be completely independent of all other contracts between the parties and all payments due to SELLER hereunder shall be paid when due and shall not be setoff or applied against any money due or claimed to be due from SELLER to PURCHASER on account of any other transaction or claim. 11 SOFTWARE. PURCHASER shall have a nonexclusive and nontransferable license to use any information processing program supplied by SELLER with the Products. PURCHASER acknowledges that such programs and the information contained therein is Confidential Information and agrees: a) not to copy or duplicate the program except for archival or security purposes, b) not to use the program on any computer other than the computer with which it is supplied; and c) to limit access to the program to those of its employees who are necessary to permit authorized use of the program. PURCHASER agrees to execute and be bound by the terms of any software license applicable to the Products supplied. 12. PATENT INDEMNITY SELLER will defend at its own expense any suit instituted against PURCHASER based upon claims that SELLER's Product hereunder in and of itself constitutes an infringement of any valid apparatus claims of any Canadian or United States patent issued and existing as of the date of this Agreement, if notified promptly in writing and given all information, assistance, and sole authority to defend and settle the same, and SELLER shall indemnify the PURCHASER against such claims of infringement. Furthermore, in case the use of the Products is enjoined in such suit or in case SELLER otherwise deems it advisable, SELLER shall, at its own expense and discretion, (a) procure for the PURCHASER the right to continue using the Products, (b) replace the same with non -infringing Products, (c) modify the Product so it becomes non -infringing, or (d) remove the Products and refund the purchase price less freight charges and depreciation. SELLER shall not be liable for, and PURCHASER shall indemnify SELLER for, any claim of infringement related to (a) the use of the Products for any purpose other than that for which it was furnished by SELLER, (b) compliance with equipment designs not furnished by SELLER or (c) use of the Products in combination. with any other equipment. The foregoing states the sole liability of SELLER for patent infringement with respect to the Products. 13 ERAL MNIT ' CHASER s rotect and indemnify LER,its- rent and t espective o' directors, emp a ents, from against a ..ims, dema . • • d causes o a • sserted by any entity the extentRurchaser's _ence or wi misconduct in cr ion with this Agreement. 14 DEFAULT, TERMINATION In the event that PURCHASER becomes insolvent, commits an act of bankruptcy or defaults in the performance of any term or condition of this Agreement, the entire unpaid portion of the purchase price shall, without notice or demand, become immediately due and payable. SELLER at its option, without notice or demand, shall be entitled to sue for said balance and for reasonable legal fees, plus out-of-pocketexpenses and interest; and/or to enter any place where the Products are located and to take immediate possession of and remove the Products, with or without legal process; and/or retain all payments made as compensation for the use of the Products: and/or resell the Products, without notice or demand, for and on behalf of the PURCHASER, and to apply the net proceeds from such sale (after deduction from the sale price of all expenses of such sale and all expenses of retaking possession, repairs necessary to put the Products in saleable condition, storage charges, taxes, liens, collection and legal fees and all other expenses in connection therewith) to the balance then due to SELLER for the Products and to receive from the PURCHASER the deficiency between such net proceeds of sale and such balance. PURCHASER hereby waives all trespass, damage and claims resulting from any such entry, repossession, removal, retention, repair, alteration and sale. The remedies provided in this paragraph are in addition to and not limitations of any other rights of SELLER. 15 CANCELLATION PURCHASER may terminate this Agreement for convenience upon notifying SELLER in writing of such fact and paying SELLER for all costs and expenses (including overhead) incurred by it in performing its work and closing out the same plus a reasonable profit thereon. 16 ENTIRE AGREEMENT SELLER's proposal, these terms and conditions and any conditions agreed to in writing by the Parties embody the entire understanding PROPOSAL EIMCO Water Technologies 4255 Lake Park Blvd. • Salt Lake City; Utah 84120 USA Tel: (801) 931-3000 • Fax: (801) 931-3080 www.gly/eimcowater.com EIMCO WATERTECHNOLOGIES representative to the job site; however, if it is determined after inspection that SELLER is not liable under this warranty, the ORIGINAL USER shall pay those costs. For SELLER to be liable with respect to this warranty, the ORIGINAL USER must make its claims to SELLER with respect to this warranty in writing no later than thirty (30) days after the date the ORIGINAL USER discovers the basis for its warranty claim and in no event more than thirty (30) days after the expiration of the Warranty Period. In addition to any other limitation or disclaimer with respect to this warranty, SELLER shall have no liability with respect to any of the following: i. failure of the Products, or damages to them. due to ORIGINAL USER's negligence or willful misconduct, abuse or improper storage, installation, application or maintenance (as specified in any manuals or written instructions that SELLER provides to the PURCHASER); ii. any Products that have been altered or repaired in any way without SELLER'S prior written authorization; iii. The costs of dismantling and reinstallation of the Products; iv any Products damaged while in transit or otherwise by accident; v decomposition of Products by chemical action, erosion or corrosion or wear to Products or due to conditions of temperature, moisture and dirt; or vi. claims with respect to parts that are consumable and normally replaced during maintenance such as filter media, filter drainage belts and the like, except where such parts are not performing to SELLER'S estimate of normal service life. in which case, SELLER shall only be liable for the pro rata cost of replacement of those parts based on SELLER'S estimate of what the remaining service life of those parts should have been, provided, that failure of those parts did not result from any of the matters listed in clauses (i) through (v) above. With regard to third -party parts, equipment, accessories or components not of SELLER's design, SELLER'S liability shall be limited solely to the assignment of available third -party warranties. THE PARTIES AGREE THAT ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE AND MERCHANTABILITY, WHETHER WRITTEN, ORAL OR STATUTORY, ARE EXCLUDED TO THE FULLEST EXTENT PERMISSIBLE BY LAW. All warranties and obligations of SELLER shall terminate if PURCHASER fails to perform its obligations under this Agreement including but not limited to any failure to pay any charges due to SELLER. SELLER'S quoted price for the Products is based upon this warranty Any increase in warranty obligation may be subject to an increase in price. 7 CONFIDENTIAL INFORMATION All nonpublic information and data. furnished to PURCHASER hereunder, including but not limited to price, size, type and design of the Products is submitted for PURCHASER'S own confidential use solely in connection with this Agreement and is not to be made known or available to any third party without SELLER'S prior written consent* 8 PAINTING The Products -shall be painted in accordance with SELLER'S standard practice, and purchased items such as motors, controls, speed reducers, pumps, etc., will be painted in accordance with manufacturers' standard practices, unless otherwise agreed in writing. 9 DRAWINGS AND TECHNICAL DOCUMENTATION When PURCHASER requests approval of drawings before commencement of manufacture, shipment may be delayed if approval drawings are not returned to SELLER within fourteen (14) days of receipt by PURCHASER of such drawings for approval. SELLER will furnish only general arrangement, general assembly, and if required, wiring diagrams, erection drawings, installation and operation -maintenance manuals for SELLER'S equipment (in U.S. measure and English language) SELLER will supply six complete sets of drawings and operating instructions. Additional sets will be paid for by PURCHASER. Electronic files, if requested from SELLER, will be provided in pdf, jpg or of format only by 4-2 o t 1. t✓v a i� , ,_ j-+— r ma=y c Proposal No. Q 063008 — TBM — Rev. 1 Date: February 6, 2009 Page 9 of 10 between SELLER and PURCHASER relating to the subject matter hereof The rights and remedies of SELLER in connection with the goods and services provided by SELLER hereunder are exclusive and limited to the rights and remedies expressly stated in this Agreement. 17 INSPECTION PURCHASER is entitled to make reasonable inspection of Product's at SELLER's facility SELLER reserves the right to determine the reasonableness of the request and to select an appropriate time for such inspection. All cost of inspections not called out in the contract shall be paid by PURCHASER. 18. WAIVER. Any failure by SELLER to enforce PURCHASER's strict performance of any provision of this Agreement will not constitute a waiver of its right to subsequently enforce such provision or any other provision of this Agreement. 19 COMPLIANCE WITH LAWS. If applicable laws, ordinances, regulations or conditions require anything different from, or in addition to, that called for by this Agreement, SELLER will satisfy such requirements at PURCHASER'S written request and expense. 20 FORCE MAJEURE. If SELLER is rendered unable, wholly or in material part, by reason of Force Majeure to carry out any of its obligations hereunder, then on SELLER's notice in writing to PURCHASER within a reasonable time after the occurrence of the cause relied upon, such obligations shall be suspended. "Force Majeure" shall include, but not be limited to, acts of God, laws and regulations, strikes, civil disobedience or unrest, lightning, fire, flood, washout, storm, communication lines failure, delays of the PURCHASER or PURCHASER's subcontractors, breakage or accident to equipment or machinery, wars, police actions, terrorists, embargos, and any other causes that are not reasonably within the control of the SELLER. If the delay is the result of PURCHASER's action or inaction, then in addition to an adjustment in time, SELLER shall be entitled to reimbursement of costs incurred to maintain its schedule. 21 INDEPENDENT CONTRACTOR. It is expressly understood that SELLER is an independent contractor, and that neither SELLER nor its principals, partners, parents, subsidiaries, affiliates, employees or subcontractors are servants, agents, partners, joint ventures or employees of PURCHASER in any way whatsoever 22. SEVERABILITY Should any portion of this Agreement, be held to be invalid or unenforceable then the validity of the remaining portions thereof shall not be affected by such unenforceability and shall remain in full force and effect. 23 CHOICE OF LAW, CHOICE OF VENUE. This Agreement�shall be govern and construed in accordance with the laws of the State of I kelt wtthoutt?egarclto its rules regarding conflicts or choice of law The parties submit to the jurisdiction and venue of the state and federal courts located in Sl -#k. C 1y, Utah. S ` r e :e /, 24 ASSIGNMENT PURCHASER shall not assign or transfer agreementnt without the prior written consent of the SELLER. Any attempt to make such an assignment or transfer shall be null and void. 25 LIMITATION ON LIABILITY TO THE EXTENT PERMISSIBLE BY LAW, SELLER SHALL NOT BE LIABLE FOR ANY DAMAGES IN EXCESS OF THE COST OF CORRECTING ANY DEFECTS, OR IN THE ABSENCE OF ANY DEFECT, IN EXCESS OF THE VALUE OF THE PRODUCTS SOLD HEREUNDER. NOTWITHSTANDING ANY LIABILITIES OR RESPONSIBILITIES ASSUMED BY SELLER HEREUNDER, SELLER SHALL IN NO EVENT BE RESPONSIBLE TO PURCHASER OR ANY THIRD PARTY, WHETHER ARISING UNDER CONTRACT, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR OTHERWISE, FOR LOSS OF ANTICIPATED PROFITS, LOSS BY REASON OF PLANT SHUTDOWN, NON -OPERATION OR INCREASED EXPENSE OF OPERATION, SERVICE INTERRUPTIONS, COST OF PURCHASED OR REPLACEMENT POWER, COST OF MONEY, LOSS OF USE OF CAPITAL OR REVENUE OR ANY OTHER INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, EXEMPLARY, OR CONSEQUENTIAL LOSS OR DAMAGE, WHETHER ARISING FROM DEFECTS, DELAY, OR FROM ANY OTHER CAUSE WHATSOEVER. PROPOSAL EIMCO Water Technologies 4255 Lake Park Blvd. • Salt Lake City, Utah 84120 USA Tel: (801) 931-3000 • Fax: (801) 931 3080 www.gly/eimcowater.com EIMCO WATERTECHNOLOGIES Proposal No. Q 063008 — TBM — Rev. 1 Date: February 6, 2009 Page 10 of 10 NORTH AMERICAN FIELD SERVICE RATE SHEET 2009 Standard Daily Rate (8 hour day) $ 850.00 Hourly Rate (4 hour minimum) $ 106.25 Saturday Daily Rate (8 hour day) $ 1,275.00 Hourly Rate (4 hour minimum) $ 159.37 Sundays/Holidays * Daily Rate (8 hour day) $ 1,700.00 Hourly Rate (4 hour minimum) $ 212.50 Overtime ** Hourly Rate - Standard Day $ 159.00 Hourly Rate - Weekends & Holidays $ 212.50 * Except for Christmas and New Year's Day in which no work will be performed For all hours worked over eight (8) hours per day a* UNLESS OTHERWISE ARRANGED; EXPENSES ARE CHARGED AT ACTUAL COST PLUS 10% Please Note: • All of the rates provided are portal to portal. In addition, travel and living expenses will be invoiced at actual cost PLUS 10 % and documentation will be provided for these expenses. If a fixed living expense daily rate is required it will be charged at $ 175.00 per day (lodging and meals). Travel on Saturday, Sunday or Holidays, and after 8 hours per day will be billed at the overtime rate. • Use of EIMCO Water Technology Fleet vehicles for travel will be charged at the prevailing rate established by the United States Internal Revenue Services. PROPOSAL EIMCO Water Technologies 4255 Lake Park Blvd. • Salt Lake City, Utah 84120 USA Tel. (801) 931-3000 • Fax: (801) 931-3080 www glv/eimcowater.com • • ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT • Item No. J S For Meeting Of February 3, 2009 A resolution authorizing a sole source procurement between the City of Yakima and Eimco Water Technologies LLC and Penn Valley Pump Co. Inc. to purchase a Dissolved Air Floatation Thickener (DAFT) Unit and Double Disc Pump, respectively. SUBMITTED BY: Max Linden, Wastewater Utility Engineer CONTACT PERSON/TELEPHONE: Max Linden, Wastewater Utility Engineer (509) 249-6814 SUMMARY EXPLANATION: Staff respectfully requests City Council consideration of a resolution authorizing sole source procurement from Eimco Water Technologies LLC and Penn Valley Pump Co., Inc. This is a sole source purchase and formal bid requirements are requested to be waived, since Eimco Water Technologies LLC is the original supplier of the standardized DAFT Unit to be replaced and Penn Valley Pump Co. supplies the only pump that can serve two functions as required . The existing DAFT Unit is wom out and needs to be replaced. This is a standardized Eimco unit that we wish to replace with a compatible model (Model BRW Flotator-Thickener, 45 ft diameter) from Eimco Water Technologies LLC. Replacing this unit from the same company eliminates the need to change out additional ancillary devices such as; drive control panels, recycling piping, pressurization system, air compressors, interconnecting piping mounting hardware and anchors. (Continued on next page) Resolution X Ordinance _ Contract _ Other (Specify) Funding Source: 478 Wastewater DAFT project #2223 DAFT $325,000, Pump $31,000 Total = $356,000 APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Adopt resolution to authorizing a sole source procurement between the City of Yakima and Eimco Water Technologies LLC and Penn Valley Pump Co. Inc. to purchase A DAFT Unit and Double Disc Pump, respectively. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: (Continued) The ancillary equipment we currently have would not be able to be utilized with a DAFT unit other than a standardized Eimco unit, thus it is in the best interest of the city to sole source this unit from Eimco Water technologies LLC . Purchasing from Eimco assures a product that fits our current system without modification to our piping or process controls. The DAFT unit will cost approximately $325,000.00 including tax. The installation will be paid for under the upcoming Dystor/Daft replacement project that will go out to bid early this year. When the DAFT Unit is replaced we will need to thicken solids in the older existing centrifuge. This requires a pump that can perform two functions. There is one pump that can provide this for the DAFT and Centrifuge process and we wish to sole source a Penn Valley Pump (Model 6DDSX76 wNFD) for this application. This pump will be added to the DAFT unit process to provide two functions. The two functions of the pump are to provide a consistent rate of feed from the DAFT to the older existing centrifuge and to pump thickened solids to the digesters. The Penn Valley pump is the only pump that is able to do this and will enable us to purchase one pump instead of two. The pump will be used on a trial basis and allows us to make sure the pump performs both functions adequately. If it works adequately we would purchase it at an approximate cost of $31,000.00 including tax. •