Loading...
HomeMy WebLinkAbout2020 04 13 Consent 304 - Fine Influent Static Screens for Wastewater Treatment Plants CONSENT AGENDA ITEM 304 1959 CITY COMMISSION AGENDA I APRILI3, 2020 REGULAR MEETING TITLE Fine Influent Static Screens for Wastewater Treatment Plants SUMMARY As part of the priority repairs at the City's two wastewater treatment plants, upgraded screening at each plant is needed to achieve a more efficient process. The existing screens are old, need repair and are not fine enough to remove all the material (e.g., plastic, wood, metal, etc.) before water flows into the plants for treatment. The new screens will be very fine assuring all debris is removed and set up to be easy to clean. Three (3) quotes were obtained from Kusters Water, JWC Environmental, and Parkson Corporation for four (4) fine influent static screens. The lowest cost for these services is$134,670 (Kusters Water), and has been appropriated in the FY2020 capital budget in the Utility Enterprise Fund. RECOMMENDATION Staff recommends the City Commission award a contract to Kusters Water in the amount of$134,670 plus a 5% contingency (total authorization of$141,403.50) for the purchase of four (4) fine influent static screens to be installed at the City's wastewater treatment plants. This purchase will be funded from the FY20 Utility Enterprise Fund. Additionally, authorization for the City Manager and City Attorney is requested to prepare and execute any and all applicable contract documents consistent with this Agenda item. Attachment 1 VEOLIA WINTER SPRINGS, SCREEN REPLACEMENT Proposal Analysis PROJECT NO: CONTRACTOR NAME: (Not Assigned) VEOLIA WATER NORTH AMERICA-SOUTH,LLC PROJECT TITLE: Winter Springs Screen Replacement Static Screen Replacement PROJECT LOCATION: CLIENT: Winter Springs,FL Winter Springs Kusters Water JWC Enviromental The Mack Company 101 Zima Park Drive 2889 Norland Ave 17088 Gulf Pine Circle Spartanburg,SC 29304 Burnaby,BC Canada 864-208-9036 863-665-8500 Wellington, FIL 33414 COMPANY NAME Michael Ronn Matt Curls Barry Gregoire re Michael.Ronn@kusterswater.com curlsm@barneyspumps.com bgregoire.mackcompany-fl.com Parkson 864-641-5691 Cell 863-557-6298 Cell EQUIPMENT REPRESENTING Kusters Water JWC Environmental Parkson TECHNOLOGY Static Screen Static Screen Static Screen FAMILIAR WITH SITE CONDITIONS Sent Drawings Sent Drawings Sent Drawings Design Criteria Included Yes Yes Yes ACKNOWLEDGED ADDENDA N/A N/A N/A Proposal Form Signed N/A N/A N/A Freight Included FOB Jobsite FOB Shipping Point FOB Shipping Point Spare Parts(None Req.Per Spec.) None Per Spec None Per Spec None Per Spec Engineering Drawings Yes Yes Yes VENDORID Payment Terms Winter Springs Winter Springs Winter Springs Terms&Conditions Winter Springs Winter Springs Winter Springs Proposal Expiration(90D Per Spec) Unknown Unknown Unknown Process Clarifications No No No Breakdown Static Screen-2 ea 72" $94,625.00 $69,944.00 Static Screen-2 ea 120" Included $89,976.00 Static Screen-4 ea 120" $105,724.00 Overflow Trough 2 ea. Included Included Screenings chute See below See below Not Included Pivoting Screen Option $9,150.00 Included Field Service Check-out(2T,1 D) Included $4,000.00 Included Freight FOB Jobsite Freight Allowed $8,000.00 FOB Factory Freight Allowed Subtotal $103,775.00 $117,724.00 $159,920.00 NON COMPLIANT Tax Excluded Excluded Excluded Enclosure Not Included $11,752.00 Not Included Screenings Solids chute $30,895.00 $22,252.00 Not Included TOTAL INCLUDING SOLIDS CHUTE $134,670.00 $139,976.00 $159,920 w/o chute Page 1 of 1 Attachment 2 • CITY OF WINTER SPRINGS, FLORIDA PUBLIC WORKS & UTILITIES 1959 1126 EAST STATE ROAD 434 WINTER SPRINGS,FLORIDA 32708 T: (407)327-1800 1 F: (407) 324-4753 www.wintersl2ringsfl.org February 17, 2020 Kusters Water 101 Zima Park Drive Spartanburg, SC 29301 Attention: Michael Ronn Re: Request for Quote for Static Screens, Priority Repairs Dear Mr. Ronn: The City of Winter Springs, Florida, owner of two wastewater treatment plants, through its contracted wastewater treatment plant operator, Veolia Water North America—South, LLC, requests that Kusters Water provide a quote for four(4) static screens in accordance with the attached drawings and specifications. The City requests that Kusters Water provide a quote based on the attached Purchase Agreement for Equipment and Manufacturer's Services, including the Scope of Work attached thereto, which more fully explains the services requested in addition to fabrication and delivery of the requested screens. As stated in the scope of work, the City requests that Kusters Water provide manufacturer's data with their quotation demonstrating that the screens proposed in their quotation will be considered an approved equal. Please submit your quote, manufacturer's data, any exclusions or clarifications, and a confirmation of availability to meet the Project Schedule attached to the Purchase Agreement to both Lena Rivera, City of Winter Springs Public Works Director, and Darby Clay, Director of Capital Program Management for Veolia North America at the following email addresses: LRivera@winterspringsfl.org and Darby.Clay@Veolia.com. Any questions or clarifications regarding the scope of work and specifications shall also be directed to both Ms. Rivera and Mr. Clay. Sincerely, City of Winter Springs Lena Rivera, PE Public Works and Utilities Director Cc: D. Clay 1of18 PURCHASE AGREEMENT FOR EQUIPMENT AND MANUFACTURER'S SERVICES 1. AGREEMENT: Except as provided in Paragraph 22 below, this purchase order, 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"). 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 2of18 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. 3of18 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. 4of18 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 Council. (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 Council 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. During the term of this Agreement, Seller shall be responsible for providing the types of insurance and limits of liability as set forth below. a. The Seller shall maintain comprehensive general liability insurance in the minimum amount of $1,000,000 as the combined single limit for each occurrence and in the aggregate to protect the Seller from claims of property damages and personal injury which may arise from any Services performed 5of18 under this Agreement whether such Services are performed by the Seller or by anyone directly employed by or contracting with the Seller. b. The Seller shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit bodily injury and minimum $50,000 property damage as the combined single limit for each occurrence to protect the Seller from claims for damages for bodily injury, including wrongful death, as well as from claims from property damage, which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the Seller or by anyone directly or indirectly employed by the Seller. c. The Seller shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance and Employers' Liability Insurance in at least such amounts as are required by law for all of its employees performing Work for the City pursuant to this Agreement. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. Renewal certificates shall be sent to the City thirty (30) days prior to any expiration date. There shall also be a thirty (30) day advance written notification to the City in the event of cancellation or modification of any stipulated insurance coverage. The City shall be an additional named insured on stipulated insurance policies included in this Section 24.a and 24.b herein, as its interest may appear,from time to time. The insurance required by this Agreement shall include the liability and coverage provided herein, or as required by law, whichever requirements afford greater coverage. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the City, and the Seller by certified mail, return receipt requested. All such insurance shall remain in effect until final payment. In the event that the Seller shall fail to comply with the foregoing requirement, the City is authorized, but in no event shall be obligated, to purchase such insurance, and the City may bill the Seller. The Seller shall immediately forward funds to the City in full payment for said insurance. It is expressly agreed that neither the provision of the insurance referred to in this Agreement nor the City's acceptance of the terms, conditions or amounts of any insurance policy shall be deemed a warranty or representation as to adequacy of such coverage. All insurance coverage shall be with insurer(s) rated as A+ by Best's Rating Guide (or equivalent rating and rating service as reasonably determined by the City Manager) and licensed or approved by the State of Florida to engage in the business of writing of insurance. The Seller shall cause its insurance carriers, prior to the effective date of this agreement to furnish insurance certificates specifying the types and amounts of coverage in effect pursuant hereto, the expiration dates of such policies, and a statement that no insurance under such policies will be canceled without thirty (30) days' prior written notice to the City in compliance with other provisions of this Agreement. 25. ANTI-CORRUPTON. 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 6of18 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. ATTORNEY'S 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 lump sum total of$ , 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 lump sum shall be paid in monthly installments based on a percent complete of work complete to date. Payment requests shall be made to the City by submitting a proper invoice detailing the services performed and the payment requested. Payment will not be made for tasks not performed or for portions of any tasks not performed. 29. NOTICES. Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, postage prepaid to: For Seller: For City: City of Winter Springs Utilities/Public Works Department Attention: Utilities/Public Works Director 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-5989 7of18 IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by their duly authorized representatives as of the date first written above. CITY: SELLER: CITY OF WINTER SPRINGS By: By: Print Name/Title: Print Name/Title: ATTEST: By: City Clerk 8of18 ATTACHMENT A Scope of Work GENERAL A. Veolia Water North America-South, LLC(Veolia) has entered into a contract with the City of Winter Springs (City) to provide Contract Operations for the City's wastewater treatment facilities. Veolia is currently in the process of assisting the City with repairs/upgrades of the City's WWTP equipment/facilities. The detailed scope of work for this procurement is defined herein. B. The City of Winter Springs WWTP facilities (East and West Plants) are operated by Veolia North America under contract to the City of Winter Springs. These facilities each have a rated capacity of approximately 2.0 million gallons per day (mgd) and treat wastewater generated in the sewer service area of the City. Generally, the overall scope of this procurement is to provide upgraded screening at each plant to achieve a much more efficient process. C. The City solicits proposals for Seller to furnish four (4) Hycor Hydroscreens (or approved e ual for the City of Winter Springs on their East and West Waste Water Treatment Plants. The equipment shall be supplied by a single vendor, and shall be stored, maintained during storage, and delivered to the project site based on the schedule in Section S.B. Manufacturer's representative field services must also be furnished. i. The City requests that sufficient information is provided with the quotation to ascertain that the equipment proposed in the quote will meet the project specifications including performance, construction materials, and options. ii. The City draws specific attention to the East WRF screens which will each include the "Overflow Trough" that will be included on each of the 72" screens to provide for a "high flow bypass" back to the surge basin. D. The City of Winter Springs is hiring one or more contractors to install the equipment furnished under this Agreement (hereinafter collectively referred to as the "Contractor"). Veolia's role is to assist the City of Winter Springs to develop and pre-purchase the specified equipment to reduce the duration of the installation contract associated with the Future Priority Repairs. The Bidder shall interface directly with Veolia regarding delivery, unloading, and storage, and directly with the Contractor regarding installation and field services. E. Where references are made to "Engineer", this shall refer to CPH, the engineering firm retained by the City of Winter Springs for design of the Priority Repairs project. F. Manufacturer to administer and make sure all employees working on the project providing services have read, understand and signed a copy of the "Jobsite Safety Rules". This is a requirement to be allowed to work at the treatment plant. Manufacturer to make available all completed safety forms and will keep a log of all employees' and subcontractors who have complete the form. G. The Manufacturer will be required to ensure that its employees and any sub-contractors are equipped with the appropriate Personal Protective Equipment (PPE) as specified in the site 9of18 specific training. The minimum PPE per employee required for contracted work activities shall be a Hard Hat, Safety Glasses with side shields and steel toed protective footwear. Personal Protective Equipment must comply with the most recent version of the ANSI standard associated with the equipment being utilized. 2. DEFINITIONS A. For the purpose of this Agreement, the term "Bidder", "Seller" "Contractor" "Subcontractor", "Vendor" and "Supplier" shall mean the same. B. For the purpose of this Agreement, the term "Company", "Buyer", "Veolia Water", "Veolia Water North America", "VWNA" or "Operator" shall mean Veolia Water North America -South, LLC. C. For the purpose of this Invitation to Bid, the term "Customer" or "Owner" shall mean the "City of Winter Springs, Florida" D. For the purpose of this Agreement, the term "PO" or "Purchase Order", and "Contract" or"Subcontract" shall mean the same. 3. SCOPE OF SERVICES A. The scope of services involves the furnishing of four (4) static screens with type 304 stainless steel components and all other equipment, parts and services as specified in the technical specifications contained in Appendix C. 4. SCHEDULE A. Shop drawings for the equipment shall be submitted to Veolia no later than four (4) weeks after Notice to Proceed (NTP) is given to the successful Bidder. B. Equipment purchased under this Agreement shall be stored and maintained by the Manufacturer in accordance with the requirements of Appendix C, Section 01600. Equipment shall be delivered to the project site when requested by Veolia. It is estimated that the equipment will be called for delivery per the following schedule: • Seller delivers quotation February 21, 2020 • Owner review/Finalize Pricing February 26, 2020 • Negotiate Terms with Seller March 4, 2020 • Owner approval of Purchase Agreement March 9, 2020 • Submit/Review/Fab/Deliver Equipment May 19, 2020 C. The above schedule may change based on the actual construction schedule provided by the Contractor. Manufacturer's field services shall be provided when requested by the Contractor and as specified in Section 7. D. If the above schedule for Submit/Review/Fabricate/Deliver Equipment cannot be met, provide the best schedule that can be provided with the quotation to include the number of calendar days required for: i. After receipt of Purchase order: Calendar days to Submit shop drawings. ii. After receipt of approval of shop drawings: Calendar days to Fabricate and Deliver Equipment to the site. 10 of 18 5. SUBMITTALS A. Submittals for equipment purchased under this Agreement shall be in accordance with Appendix C, SECTION 01300, SHOP DRAWINGS, SUBMITTALS AND SAMPLES. Time is of the essence in this procurement. Every effort shall be made by the supplier to meet the above schedule including expediting the submission of required submittals. No samples will be required. 6. STORAGE, HANDLING AND DELIVERY A. The City of Winter Springs intends to issue a separate bid package (or packages) for installation of the equipment purchased under this AGREEMENT. Storage, handling and delivery of the equipment purchased under this AGREEMENT shall be in accordance with Appendix C, SECTION 01600, MATERIALS AND EQUIPMENT. EQUIPMENT SHALL BE QUOTED AS FOB JOBSITE. 7. MANUFACTURER'S SERVICES A. Manufacturer's services shall be provided in accordance with Appendix C, SECTION 01430. The manufacturer shall include with this quotation: i. One trip for the screen at the East WWTP. This trip will include 1- 8 Hr day to include verification of proper installation, startup of the equipment and training of operations staff. ii. One trip for the screens at the West WWTP. This trip will include 1- 8 Hr day to include verification of proper installation of the two screens at that facility. iii. Provide completed certificates as listed in Appendix A. 8. WARRANTY A. Equipment provided under this AGREEMENT shall be furnished with a factory warranty against defects for a period as defined in Appendix C, SECTION 01600, MATERIALS AND EQUIPMENT. B. The manufacturer shall provide a certificate of warranty for a period of one year. The warranty period will begin for each piece of equipment on the date of "Substantial Completion/Beneficial Occupancy" once the equipment is placed into service and the City begins utilizing the equipment for intended purpose. The manufacturer's certificate of warranty shall document this date. 9. RELEASE OF LIENS The Unconditional Final Waiver and Release of Liens and Claims Form contained in Appendix B shall accompany Seller's final invoice. 10. Appendices to Scope of Work, attached hereto and incorporated by reference: Appendix A Certificates of Installation, Start-Up and Training Appendix B Unconditional Final Waiver and Release of Liens Appendix C Technical Document Attachments 11 of 18 APPENDIX A- SCOPE OF WORK CERTIFICATES OF INSTALLATION,START-UP AND TRAINING 1.1 CERTIFICATES OF INSTALLATION, START-UP AND TRAINING A. During the field service technician's Start-up trip the following forms shall be completely filled out and given to a BUYER Representative. (for each piece of equipment) 1. Equipment Manufacturer's Certificate of Proper Installation 2. Equipment Manufacturer's Certificate of Start-up and Testing 3. Equipment Manufacturer's Certificate of Training 12 of 18 EQUIPMENT MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION Project Name: City of Winter Springs Priority Repairs-Screen Procurement Project No.TBD Purchase Order No. EQUIPMENT SPECIFICATION SECTION EQUIPMENT TAG AND DESCRIPTION I , authorized representative of (Print Name) (Print Manufacture's Name) hereby CERTIFY that (Print equipment name and model with serial number) installed for the subject project [has] [have] been installed, aligned and lubricated in a satisfactory manner and is ready for operation. CERTIFIED BY: DATE: (Signature of Manufacturer's Representative) COMMENTS: 13 of 18 EQUIPMENT MANUFACTURER'S CERTIFICATE OF START-UP AND TESTING Project Name: City of Winter Springs Priority Repairs-Screen Procurement Project No.TBD Purchase Order No. EQUIPMENT SPECIFICATION SECTION EQUIPMENT TAG AND DESCRIPTION I , authorized representative of (Print Name) (Print Manufacturer's Name) hereby CERTIFY that (Print equipment name and model with serial number) installed for the subject project [has] [have] been installed, inspected, lubricated, mechanical, electrical and controls checked-out, wet tested and placed into initial operation in a satisfactory manner and is ready to be placed into continuous operation. An attached punch list is provided for any final minor equipment and/or installation related issues. CERTIFIED BY: DATE: (Signature of Manufacturer's Representative) [1] [We] the undersigned, acknowledge that the start-up and testing by the manufacturer's representative has been performed for the referenced equipment. VEOLIA CPM DATE: VEOLIA Operations Rep. DATE: Owner's Representative DATE: 14 of 18 EQUIPMENT MANUFACTURER'S CERTIFICATE OF TRAINING Project Name: City of Winter Springs Priority Repairs-Screen Procurement Project No.TBD Purchase Order No. EQUIPMENT SPECIFICATION SECTION EQUIPMENT TAG AND DESCRIPTION I , authorized representative of (Print Name) (Print Manufacturer's Name) hereby CERTIFY that (Print equipment name and model with serial number) installed for the subject project [has] [have] been installed in a satisfactory manner, [has] [have] been satisfactory tested, [is] [are] ready for operation, and the assigned operating personnel have been suitably instructed in the operation, lubrication and care of the unit[s] on Date: Time: CERTIFIED BY: DATE: (Signature of Manufacturer's Representative) ACKNOWLEDGMENT OF MANUFACTURER'S INSTRUCTION/TRAINING [1] [We]the undersigned, acknowledge that the plant operating personnel have received classroom and hands on instruction and training on the operation, lubrication and maintenance of the subject equipment and that operating personnel are prepared to assume normal operational responsibility for the equipment: (Attach a separate training sign-in sheet with the name(s), company represented,title and phone numbers of all participants in the training) VEOLIA CPM DATE: VEOLIA Operations Rep. DATE: 15 of 18 APPENDIX B - SCOPE OF WORK UNCONDITIONAL FINAL WAIVER AND RELEASE OF LIENS AND CLAIMS UPON FINAL PAYMENT STATE OF COUNTY OF The undersigned representative of ("Contractor"), has, under an agreement with City of Winter Springs, furnished certain materials, equipment, services, and labor for the project known as the "Priority Repairs-Screen Procurement" (the "Project"). Effective upon receipt of the sum of $ Contractor waives and releases any and all claims, demands, actions, causes of action or other rights against Veolia, the City of Winter Springs and the real property on which the Project is erected, at law, in contract, tort, equity or otherwise, and any and all liens or claims of liens or any right against any labor and/or material bond Contractor has, may have had or may have in the future arising out of Contractor's performance of work on the Project. The Contractor further represents that all of its obligations, legal, equitable, or otherwise, relating to or arising out of its work on the Project have been, or shall be within 10 days after the date of final payment by the City of Winter Springs and/or Veolia,fully satisfied, including, but not limited to obligations relating to: • Employees, laborers, materialmen, and Contractors employed by the Contractor; • Labor, materials, equipment and supplies furnished by others to the Contractor; and • Sales and use taxes, social security taxes, income tax withholding, unemployment insurance, privilege taxes, license fees, and any other taxes and obligations imposed by governmental authorities. This Waiver and Release is freely and voluntarily given and the Contractor acknowledges and represents that it has fully reviewed the terms and conditions of this Waiver and Release,that it is fully informed with respect to the legal effect of this Waiver and Release, and that it has voluntarily chosen to accept the terms and conditions of this Waiver and Release in return for the payment recited above. The Contractor understands, agrees and acknowledges that, upon payment,this document waives rights unconditionally and is fully enforceable to extinguish all claims of the Contractor as of the date of execution of this document by the Contractor. The Contractor understands that the failure to complete correctly any of the blank spaces in this document shall not invalidate the document so long as the subject matter of this Waiver and Release may reasonably be determined. 16 of 18 FOR SUPPLIER: By: Typed Name: Title: Date signed: AFFIDAVIT STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of (_) physical presence or (_) online notarization, this _ day of 2020, by the of , a on behalf of the corporation, who is personally known to me or produced as identification. (NOTARY SEAL) (Notary Public Signature) (Print Name) Notary Public, State of Commission No.: My Commission Expires: 17 of 18 APPENDIX C - SCOPE OF WORK TECHNICAL DOCUMENT ATTACHMENTS 1. SECTION 01300 (SUBMITTALS) 2. SECTION 01430 (MANUFACTURER'S SERVICES) 3. SECTION 01600 (MATERIALS AND EQUIPMENT) 4. SECTION 01730 (OPERATION AND MAINTENANCE DATA) 5. TECHNICAL SPECIFICATIONS MODEL HS72DF 6. TECHNICAL SPECIFICATIONS MODEL HS120DF 7. PROJECT DRAWINGS a. C-3 b. C-8 c. C-12 d. C-16 e. C-20 18 of 18 City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-1 SECTION 01300 SHOP DRAWINGS, SUBMITTALS AND SAMPLES 1. GENERAL 1.1 Scope of Work A. The Vendor/Supplier shall submit to The City of Winter Springs and CPH for review and approval, such Shop Drawings, Test Reports, and Product Data on materials and equipment (hereinafter in this Section called Product Data), and material samples (hereinafter in this Section called Samples) as are required for the proper supply of equipment, including but not limited to those Shop Drawings, Product Data, and Samples for materials and equipment specified elsewhere in the Specifications and in the Contract Drawings. B. Shop Drawings 1. Shop Drawings are original drawings, prepared by the supplier, or distributor, which illustrate some portion of the work; showing general assembly, layout setting, or erection details. Refer to Article 1.4 herein. 2. Shop drawings shall be prepared by a qualified detailer. C. Product Data 1. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. 2. Standard drawings shall be modified to delete information which is not applicable to the project and supplemented to provide additional information applicable to the project. 3. Catalog sheets, brochures, etc., shall be clearly marked to identify pertinent materials, products, or models. D. Samples are physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated. E. All Vendor/Suppliers providing equipment and products specified herein shall also submit their operation and maintenance manuals and data for this Project on CD/DVD/BD's in Microsoft Word (latest version), or searchable PDF formats. All Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-2 graphic files shall be in JPEG for pictures or illustrations and DWG or DXF formats for all drawings. 1.2 Manufacturer/Supplier Responsibility A. The Vendor/Supplier's responsibility for errors and omissions in submittals is not relieved by the Engineer's review of the submittals. B. All submittals shall be accompanied with a transmittal letter containing the following information: 1. Date. 2. Project Title. 3. Vendor/Supplier information including primary contact person. 4. The number of each Shop Drawing, Project Data, and Sample submitted. 5. Notification of Deviations from Contract Documents a. The Vendor/Supplier shall indicate in "bold type" at the top of the cover sheet of the submittal of shop drawing if there is a deviation from the Contract Drawings, Specifications, or referenced specifications or codes. b. The Vendor/Supplier shall also list any deviations from the Contract Drawings, Specifications, or referenced specifications or codes and identify in "blue" ink prominently on the applicable Shop Drawings. 6. Specification Section Number and if applicable, the Contract Drawing Number(s). C. All drawings, schematics, manufacturer's product data, certifications and other shop drawing submittals required by a system specification shall be submitted at "one time" as a package to facilitate interface checking. D. The Vendor/Supplier shall submit a minimum of two paper/hard copies and an electronic PDF copy of descriptive literature or product data information and Shop Drawings to The City of Winter Springs and CPH. If vendor wishes to have hard copies of the approved shop drawings then additional hard copies over and above the two required for the City and CPH shall be provided. E. Submittals shall, at a minimum, shall include the following information: Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01300-3 Owner's Name: City of Winter Springs, Florida Project Name: City of Winter Springs:WRF Rehabilitation Project CPH Project Number: W04185 Shop Drawing No.: Specification Section: Contract Drawing No.: With respect to this shop drawing or sample, I have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar product data with respect thereto and reviewed or coordinated this shop drawing or sample with other shop drawings and samples and with the requirements of the work,the Contract Documents and the existing Field Conditions. No variation from contract documents Variation from contract documents as shown Manufacturer's name: Manufacturer's address: Contact person: By: Date: Authorized Signature F. Submittals shall be clearly legible and note only the items to be reviewed. If a submittal lists several options or models, the Vendor/Supplier shall specifically indicate what they are proposing to furnish. If the item is not identified, the shop drawing will be "rejected". 1.3 Engineer's Review of Shop Drawings A. The Engineer's review of Shop Drawings, Product Data, and Samples as submitted by the Manufacturer/Supplier will be used to determine if the item(s) generally conforms to the information in the Contract Documents and is compatible with the design concept. The Engineer's review, and exceptions, if any, will not constitute an approval of means, methods, techniques, sequences, procedures of construction, safety precautions, dimensions, connections, quantities, and details of the material, equipment, device, or item shown. B. The review and approval of a separate item will not constitute approval of the assembly in which the item functions. C. According to the requirements of the particular local regulatory agency having jurisdiction or the requirements of the Owner or utility company, there may be a Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-4 required review of the shop drawings by the local regulatory agency, or the Owner, or utility company in addition to the review by the Engineer. D. When reviewed by the Engineer, each of the Shop Drawings will be identified as having received such review being so stamped and dated. Shop Drawings will be stamped with one of the following: Stamp Description Approved The submittal is approved as submitted and in accordance with the Contract Documents. The Vendor/Supplier shall incorporate the Engineer's comments into Approved as Noted the submittal before release to the manufacturer. The Vendor/Supplier shall send a letter to the Engineer acknowledging the comments and their incorporation into the Shop Drawing. The Vendor/Supplier shall resubmit the shop drawing to the Revise and Resubmit Engineer. The resubmittal shall incorporate the Engineer's comments highlighted on the shop drawing. Reject The Vendor/Supplier shall resubmit the shop drawing with materials or equipment meeting the specifications for review by the Engineer. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Vendor/Supplier shall direct specific attention, in writing or on resubmitted shop drawings, to revisions other than the corrections requested by the Engineer on previous submissions. The Vendor/Supplier shall address and make any corrections required by the Engineer. F. If the submittal is "not satisfactory", the marked up submittal will either be returned to the vendor as a PDF if only two copies of the submittals were provided, or if more than two copies were provided then one(1) set of prints will be retained by the Engineer and one (1) set of prints will be retained by the City, the remaining documents and prints will be returned to the Vendor/Supplier for appropriate action. 1.4 Shop Drawings A. When used in the Contract Documents, the term "shop drawing" shall be considered to mean plans for materials and equipment which become an integral part of the Project. B. Shop drawings shall be complete and detailed and shall consist of fabrication, erection and installation, layout, setting and schedule drawings, manufacturer's scale drawings, wiring and control diagrams, catalog cuts, catalogs, pamphlets, descriptive literature, mix design, performance and test data, and all other drawings and descriptive data pertaining to materials, equipment, piping, duct and conduit systems,and methods of construction as may be required to show that the materials, Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-5 equipment or systems, and the positions thereof conform to the Contract requirements. As used herein, the term"manufactured"applies to standard units usually mass-produced; and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements. C. Shop drawings shall establish the actual detail of all manufactured or fabricated items, indicate proper relation of adjoining work, amplify design details of mechanical and electrical equipment in proper relation to physical spaces in the structure, and incorporate minor changes of design or construction to suit the actual conditions. Shop drawings shall be drawn to scale and shall be completely dimensioned. D. If shop drawings cover more than one piece of equipment or components, the shop drawings shall show the entire assembly and the relationship and connections between all components. E. Manufacturer's data shall include all standard published information describing the products, systems, methods and performance. Include the manufacturer's name, address, telephone number, e-mail address and standards to which the products comply. Manufacturer's catalog sheets, brochures, diagrams, illustrations, and other standard descriptive data shall be clearly marked to identify pertinent materials, products, or models. Delete information which is not applicable to the Work by striking or cross-hatching. F. Shop drawings, including manufacturer's literature, catalog cuts, or other printed material shall be entitled with the name of the project on each sheet and shall otherwise be identified by listing the particular Division, Section, Article, or reference of thework pertaining thereto. Differing items shall not be submitted on the same sheet. G. Product data on materials and equipment shall include, without limitation, materials and equipment lists, catalog data sheets, catalog cuts, performance curves, diagrams, verification of conformance with applicable standards or codes, materials of construction, and similar descriptive material. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent product data. H. For all mechanical and electrical equipment furnished, the Vendor/Supplier shall provide a list including the equipment name, address, e-mail address, and telephone numbers of the representative and service company so that service and/or spare parts can be readily obtained. I. If drawings show variations from the Contract requirements because of standard shop practice or for other reasons, the Vendor/Supplier shall describe such variations in their letter of transmittal. Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-6 J. Shop drawings shall include specific information related to the installation proposed for this Project. Special shop drawings shall be submitted when necessary to show all details and requirements for anchorage, interface with other equipment,special fabricated products, and other information not shown on the standard manufacturer's submitted data. K. Certifications or test reports that may be required for submission in accordance with the technical specifications, shall contain the name (or signature), address, telephone number and e-mail address of the person(s) responsible for the certification or test who shall be authorized to make such certifications. 1.5 Samples A. The Vendor/Supplier shall furnish,for the approval of the Engineer, samples required by the Contract Documents or as requested by the Engineer to illustrate materials, equipment or workmanship and to establish standards by which the work is to be evaluated. Samples shall be delivered to the Engineer as specified or directed. The Vendor/Supplier shall prepay all shipping charges on samples. B. Samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product, with integrally related parts and attachment devices. 2. Full range of color, texture, and pattern. 3. A minimum of three (3) samples of each item shall be submitted. C. Each sample shall have a label indicating: 1. Name of Project. 2. Name of Vendor/Supplier. 3. Material or equipment represented. 4. Place of origin. 5. Name of producer/supplier and brand (if any). 6. Submittal, specification and/or Contract Drawing numbers. D. Samples of finished materials shall have additional marking that will identify them under the finished schedules. E. The Vendor/Supplier shall prepare a transmittal letter and a description sheet for each shipment of samples. The description sheet shall contain the information Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-7 required in Articles 1.5(B) and 1.5(C) above. They shall enclose a copy of the letter and description sheet with the shipment and send a copy of the letter and description sheet to the Engineer. 1.6 Operation and Maintenance Manuals A. Submittal Requirements 1. The Vendor/Supplier shall submit a "preliminary draft' and "final" O&M Manuals in accordance with Article 1.7, Section 01730, Operation and Maintenance Data". 2. The form of the Operation and Maintenance Manual submittals shall be in accordance with Article 1.3, Section 01730, Operation and Maintenance Data". 3. The content of the Operation and Maintenance Manuals shall be in accordance with Articles 1.3 - 1.6, Section 01730, Operation and Maintenance Data". 4. Operation and Maintenance Manuals specified herein are in addition to any operation, maintenance, or installation instructions by the Vendor/Supplier to install, test, and start-up equipment. 5. Manuals shall be provided for each piece of equipment including individual components and subsystems of complete assemblies. The section of the manual on operation shall describe the function of each component and its relationship to the system of which it is a part. Where several models, options, or styles are described, the manual shall identify the items actually provided for the project. 6. Vendor/Supplier shall provide an excel data table with the O&M Manuals, that will include, at a minimum, product information, such as Make, Model Number, Serial Number, and other such information as required by the City of Winter Springs in order to develop an asset management list for the equipment incorporated into the facility. 7. Instruction of the Owner's personnel shall be in accordance with Article 1.8, Section 01730, Operation and Maintenance Data". 8. In addition to standard O&M Manuals hard copies, all Vendor/Suppliers providing equipment and products specified herein shall also submit their operation and maintenance manuals and data for this Project on CD/DVD/BD's in Microsoft Word (latest version) format. All graphic files shall be in JPEG, all drawings shall be DWG or DXF formats. All O&M Manual files shall also be submitted electronically on CD/DVD/BD's in searchable PDFformat. Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01300-8 B. The Vendor/Supplier is directed to thoroughly review Section 01730, "Operation and Maintenance Data", for additional detailed information with respect to O&M Manuals. 2. PRODUCTS - NOT USED 3. EXECUTION - NOT USED END OF SECTION Shop Drawings,Submittals and Samples City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01430-1 SECTION 01430 MANUFACTURER'S SERVICES 1. GENERAL 1.1 Description A. Work Specified Herein 1. Mechanical start-up services. 2. Process start-up services. 3. Training services. 1.2 Definitions A. The following definitions shall apply wherever used herein and elsewhere in the Specifications: 1. Factory Serviceman: A person trained by the manufacturer of the equipment and experienced in the installation, maintenance, start-up and operation of the specified equipment. 2. Factory Process Specialist: A person trained and experienced in adjusting and optimizing the operation of the specified equipment to assure proper operation of the equipment as a part of the system in which it is installed. 3. Factory Trained Specialist: A person trained, experienced in the operation and maintenance of the specified equipment, and capable of training the Owner's personnel in the operation and maintenance of the equipment and systems. 4. Eight-Hour Working Day: A minimum of eight hours of on-site work, exclusive of travel time to and from the project location. Consecutive days include the five (5) working days in a week, exclusive of Saturday and Sunday. 1.3 Submittals A. At the time of submittal of shop drawings and product data, the Vendor/Supplier shall submit the names and qualifications of the manufacturer's personnel who will perform manufacturer's services as specified here and elsewhere. Failure to provide this information with the shop drawings will lead to "rejection" of that shop drawing submittal. 2. PRODUCTS - NOT USED Manufacturer's Services City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01430-2 3. EXECUTION 3.1 General A. All manufacturers' services shall be performed in the presence of Veolia and a representative of the Owner. B. The Vendor/Supplier shall be responsible for scheduling and coordinating the manufacturer's site visits with Veolia so that the Owner is given a minimum of ten (10) calendar days written notice prior to the site visit and shall be given a minimum of three(3)calendar days written notice of cancellation of a site visit. The time of written notification of the Owner shall mean from the date of receipt of the notification by the Owner, not the date that the Manufacturer/Supplier issued the written notification. C. Mechanical start-up services shall be performed following complete installation of the equipment item or system. D. Process start-up services shall be performed at the time the equipment item or system is required by the treatment process. E. Initial training services shall be performed at the time of process start-up and be in accordance with Section 01730, "Operation and Maintenance Data". 3.2 Mechanical Start-Up Services A. Mechanical start-up services shall consist of checking the installed equipment electrically and mechanically to insure it has been installed correctly, wired correctly, properly lubricated, and is ready to operate. B. Mechanical start-up services shall be performed by a Factory Serviceman and shall consist of a minimum of the number of consecutive eight (8) hour working days specified in the individual equipment Specifications. C. The Vendor/Supplier shall notify and coordinate with Veolia for any required equipment, supplies,and services, including power, water, wastewater, sludge, air, compressed gases, etc., and the availability of subcontractors and skilled tradesmen as necessary for mechanical start-up services. D. Mechanical start-up will not be considered complete until all installation and material difficulties have been corrected. Upon completion of the mechanical start-up services, the manufacturer shall submit to the Engineer Certificates of Installation, Start-Up and Training. E. As part of the above certification, the manufacturer shall submit to the City written interim operation and maintenance activities required to ensure that the Manufacturer's Services City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01430-3 equipment will remain in operating condition between the mechanical start-up service and process start-up. This information is in addition to information submitted for preparation of an operation and maintenance manual for the City. 3.3 Process Start-Up Services A. Process start-up services shall consist of start-up of the equipment at the time required by the treatment process and final adjustment, calibration, etc., required to optimize operation of the equipment. Process start-up shall also consist of the additional services specified in the individual equipment specifications. B. Process start-up services shall be performed by a Factory Process Specialist and shall consist of a minimum of the number of consecutive eight(8) hour working days specified in the individual equipment specifications. C. The Vendor/Supplier shall notify and coordinate with Veolia for arranging for or providing all required equipment, supplies, and services, including power, water, wastewater, air, compressed gases, etc., and the availability of subcontractors and skilled tradesmen as necessary for process start-up services. D. Upon completion of the process start-up services, the manufacturer shall submit to Veolia/City of Winter Springs Certificates of Installation, Start-Up and that the equipment is operating properly. 3.4 Training Services A. Training services shall, at a minimum, consist of the following: 1. Initial instruction of the Owner's personnel in the operation and maintenance of the equipment consisting of the number of consecutive eight(8)hour working days of "classroom" and "hands-on" training specified in the individual equipment specifications. B. Training shall be performed by a Factory Trained Specialist from the manufacturer. Training materials shall be supplied to Veolia for forwarding on to the Ownerat least seven (7) calendar days prior to the date of the training by the Factory Trained Specialist. C. All training shall be performed at the Owner's facilities, unless otherwise specified. D. Each manufacturer's training service will be video recorded by Veolia, in color 1080p HD, for the purpose of O&M training and will be distributed to the City of Winter Springs. END OF SECTION Manufacturer's Services City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01600-1 SECTION 01600 MATERIALS AND EQUIPMENT 1. GENERAL 1.1 Description A. Scope of Work 1. In general, the material and equipment incorporated into the Work shall meet the requirements of the General Conditions as well as the following minimum requirements: a. Conform to applicable specifications and standards. b. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. c. Manufactured and fabricated products 1) Design, fabricate and assemble in accordance with the best engineering and shop practices. 2) Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable. 3) Any two (2) or more items of the same kind, type or classification, and being used for identical types of service, shall be manufactured by the same manufacturer. 4) Products shall be suitable for service conditions intended supplied with all accessories, trim, finish, safety guards, and other devices needed. 5) Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 6) Only new, unused, and undamaged materials and equipment shall be incorporated into the Work. d. Do not use material or equipment for any purpose other than that for which it is designed or specified. 1.2 Approval and Samples of Materials and Equipment A. Only "new" materials and equipment shall be incorporated in the Work, unless otherwise noted by the Contract. All materials and equipment furnished by the Materials and Equipment City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01600-2 Manufacturer/Supplier shall be subject to the inspection and approval of Engineer. 1.3 Manufacturer's Instructions for Installation A. If the products being supplied require any special handling or installation techniques or procedures, the Vendor/Supplier shall provide this information with the Shop Drawing submittal package. Five (5) copies of the printed instructions shall be provided so that Veolia/City of Winter Springs can distribute copies of such instructions to all parties involved in the installation, as well as maintain one (1) set of complete instructions at the job site during installation and until Project completion. 1.4 Transportation and Handling A. The Vendor/Supplier shall be responsible to coordinate with Veolia/City of Winter Springs for the deliveries of products in accordance with construction progress schedules. B. Coordinate delivery to ensure the minimum holding time for items that are flammable, hazardous, easily damaged, sensitive to deterioration, or subject to theft. C. It is the responsibility of the Vendor/Supplier to deliver products in an undamaged condition, in the manufacturer's original containers or packaging, with identifying labels intact and legible, and instructions for handling, storage, unpacking, protecting, and installing readily available. D. Immediately on delivery, Veolia/City of Winter Springs will inspect the shipments to assure compliance with the requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. E. Structural members and metal fabrications shall be handled to prevent overstress and damage of any kind. Any damaged or misformed members that cannot be satisfactorily repaired at the site, without compromising the integrity of the item, shall be returned to the manufacturer for correction or replacement at no additional cost to the Owner. 1.5 Storage and Protection A. Veolia/City of Winter Springs will provide storage area(s) for all mechanical equipment, valves, electrical and instrumentation equipment, as required per the manufacturers recommendation for storage. B. Products will be stored at thejob site in accordance with the supplied manufacturer's instructions and recommendations, with seals and labels intact and legible. Should products require maintenance while in storage as indicated by the manufacturer, a log will be kept on the maintenance activities. Materials and Equipment City of Winter Springs:WRF Rehabilitation Project-Project Specifications 01600-3 1.6 Warranty A. Vendor/Supplier shall provide a standard one (1) year manufactures warranty for all equipment being provided. 1.7 Spare Parts and Special Tools A. The Vendor/Supplier shall, unless otherwise stated in the Contract Documents, furnish with each type, kind or size of equipment, one complete set of suitably marked high grade special tools and appliances which may be needed to adjust, operate, maintain or repair the equipment. Such tools and appliances shall be furnished in approved thermoplastic cases, properly labeled and equipped with good pad lock and duplicate keys. B. Spare parts shall be furnished as specified in the individual technical specifications. The Vendor/Supplier shall develop and provide to Veolia/City of Winter Springs with the Shop Drawing submittal a complete list of spare parts for the Project, that shall be used as the official check off sheet for spare parts verification. C. Recommended Spare Parts shall include those parts which, based on its maintenance guidelines, routine operation, and past experience, the Vendor/Supplier believes may require replacement in the first 24 months of plant operation or are required to be replaced on a regular basis as noted in the Operations and Maintenance Manual. D. In addition,the Vendor/Supplier shall furnish an inventorytable listing all spare parts for the project. The table shall include, but not limited to, the following: 1. Name of the spare part. 2. The equipment or system that the spare part is associated with. 3. The SKU or stock number associated with each spare part. 4. The name, address, telephone number, and e-mail address of the supplier. 5. The delivered cost of each item. E. Each piece of equipment shall be provided with a permanent, corrosion- resistant nameplate, securely fastened in place and clearly inscribed with the manufacturer's name, product name, year of manufacture, model and serial numbers, weight and principal rate data. Locate on an accessible but inconspicuous surface. 1.8 Services of the Manufacturer's Representative A. The Contract prices for equipment shall include the cost of furnishing a competent and experienced representative who shall represent the manufacturer and shall assist Veolia/City of Winter Springs,when required, to install, adjust,test, certify and Materials and Equipment City of Winter Springs:WRF Rehabilitation Project-Project Specifications 016004 place into operation, the equipment. B. The Vendor/Supplier shall review and conform to all of the requirements of Section 01430, "Manufacturer's Services". 2. PRODUCTS - NOT USED 3. EXECUTION - NOT USED END OF SECTION Materials and Equipment City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-1 SECTION 01730 OPERATION AND MAINTENANCE DATA 1. GENERAL 1.1 Description A. Scope of Work 1. Compile product data and related information appropriate for the Owner's operation and maintenance of products furnished under Contract. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications. 2. Provide instruction to the Owner's personnel on the maintenance of products and in the operation of the supplied equipment and systems. 3. In addition to two hard copies of the standard O&M Manuals, all manufacturers supplying equipment and products specified herein shall also submit their operation and maintenance manuals and data for this Project on CD/DVD/BD's, in searchable PDF format. All graphic files shall be in BMP or JPEG files and all drawings shall be DWG or DXF 1.2 Quality Assurance A. Preparation of the data shall be performed by personnel who are: 1. Trained and experienced in the operation and maintenance of the described prod ucts. 2. Familiar with the requirements of the Specification Section(s). 3. Skilled as technical writers to the extent required to communicate the essential data associated with the referenced equipment and products. 4. Skilled as draftsmen competent to prepare the required drawings. 1.3 Form of Submittals A. Prepare ALL data in the form of an instructional manual (hard copy - paper) and in electronic format (PDF), for use by the Owner's personnel. B. Data Format 1. Size: 8 '/2 x 11" Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-2 2. Paper Weight/ Color: 24-pound minimum, bright white paper (99+ on the paper brightness scale) 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings a. Provide a reinforced punched binder tab; bind in with text. b. Reduce larger drawings to 11" x 17" and fold them to an 8 '/2 " x 11" size. 5. Provide a fly-leaf for each separate product, or each piece of operating equipment: a. Provide a typed description of the projects and major component parts of the equipment. b. Provide summary data sheets for each separate product or each piece of operating equipment. c. Provide identified and indexed tabs. 6. Provide an electronic copy of the complete O&M Manual from each manufacturer/supplier in searchable PDF format (on CD/DVD/BD). 7. Cover and Spine a. Identify each volume with the following printed title, based on the facility for which the O&M materials are being provided, on the binder cover and spine: CITY OF WINTER SPRINGS WRF REHABILITATION PROJECT (2020) "OPERATION AND MAINTENANCE MANUAL" [Owner's Logo] [Engineer's Logo] [Contractor's Logo] [Date of Completion] Volume No. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-3 b. Also identify on the binder cover, the following: 1) Identity of separate structure as applicable. 2) Identification of general subject matter covered in the Manual. 3) Identification of the Consulting Engineer (CPH, Inc.) for the project and their corporate logo. C. Binders 1. Commercial quality, three D-ring View-type binders with durable and cleanable white plastic covers. Binders shall be of the presentation type with clear vinyl covers on front, back and spine. The Binders shall include two sheet lifters and two, horizontal inside pockets. 2. Maximum D-ring width: 2.5 inches 3. When multiple binders are used, correlate the data into related consistent groupings. 1.4 Content of Manual A. Each volume of the Operation and Maintenance manual shall include, but is not limited, to the following: 1. A neatly computer-generated Table of Contents for each volume, arranged in a systematic order by division, as listed within the product specifications. Each binder shall have a complete Table of Contents for all volumes. 2. Equipment Data sheets shall be provided for all project equipment and shall be developed in the format required by the Engineer. A copy of the equipment data sheets shall be provided in searchable PDF format (on CD/DVD/BD). 3. Contractor, name of responsible principal, address, telephone number and e- mail address. 4. A list of each project item required to be included, indexed to content of the volume. 5. List the following: a. Each product item required to be included, indexed to the content of the volume. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-4 b. Identification of the area of responsibility of each product. c. Local source of supply for parts and replacement equipment including company name, contact person, address, telephone number and e-mail address. 6. Identify each product item by product name and other identifying symbols as set forth in Contract Documents. B. Product Design 1. Provide hydraulic and engineering design criteria for each product as it pertains to a particular unit operation or process (submit PDF format also). 2. Provide a "detailed" description of each normal product operation as it pertains to a particular unit operation or process (submit PDF format also). C. Product Data 1. Include only those sheets which are pertinent to the specific product. Hydraulic and engineering design criteria, information and procedures required for normal control, process control and performance evaluations, emergency operation, start-up and shut down operations, listing of spare parts required, maintenance and repair instructions, safety and personnel requirements and a detailed "troubleshooting" problem guide shall be included in the manual. References to related products, manufacturer and equipment histories, product catalogs, etc. shall not be included within the content of the Operation and Maintenance Manual. 2. Annotate each sheet to: a. Clearly identify the specific product or part installed. b. Clearly identify the data applicable to installation. c. Delete references to inapplicable information. 3. Provide operation and maintenance information as herein specified to include, but not limited to, a periodic maintenance table illustrating daily, weekly, monthly requirements. 4. "Record" and "approved" shop drawings as submitted and approved, by the Engineer, with all corrections made for each product. Include"As-Built"data and modifications with shop drawings for each product. This data shall also be provided in PDF format (on CD/DVD/BD). D. Drawings Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-5 1. Supplement the product data with drawings as necessary to clearly illustrate: a. Relations of the component parts of equipment and systems. b. Product assembly and disassembly for maintenance and repair procedures. c. Control and flow diagrams. d. Representation of the manufacturer's recommended spare parts and their associated SKU or part numbers and current cost. 2. Coordinate the drawings with information in Project Record Documents to assure the correct illustration of the completed installation. 3. Do not use Project Record Documents as maintenance drawings. E. A written text, as required to supplement product data for the particular installation including, but not limited to, the following: 1. Organize in a consistent format under separate headings for different procedures. 2. Provide a logical sequence of instruction of each procedure. F. A copy of each warranty, bond and service contract issued. Provide an information sheet for the Owner's personnel, presenting: 1. The proper step-by-step procedures in the event of product failure. 2. Safety instructions for facility personnel in the handling of failed equipment. 3. Instances which might affect the validity of the warranties or bonds. G. List of all serial numbers of the equipment furnished. H. Tabulation of the motor nameplate horsepower, nameplate current, field- measured current, overload relay setting, and catalog number for polyphase motors. I. List of fuses, lamps, seals and other expendable equipment and devices. Specify the size, type and ordering description. List the name, address, e-mail address and telephone number of the vendor. J. A complete valve tag list including the name and function of the pipe in which the valve is mounted and 1/0 list (including all tags, if applicable). Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-6 1.5 Manual for Materials and Finishes A. Submit four (4) copies of the complete Operation and Maintenance Manual in final form per Article 1.7 of this specification section. B. Content for architectural products, applied materials and finishes 1. Manufacturers' data, giving full information on products: a. Catalog number, size, and composition. b. Color and texture designations. c. Information required for reordering special manufacturing products (Include SKU or product numbers). 2. Instructions for care and maintenance: a. Manufacturers' recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are or may be detrimental to the product. c. Recommended schedule for cleaning and maintenance. C. Content for moisture protection and weather-exposed products 1. Manufacturers' data, giving full information on products: a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance and repair of products. D. Additional requirements for maintenance data can be found in the respective Sections of the Specifications. 1.6 Manual for Equipment and Systems A. Submit four (4) copies of the complete Operation and Maintenance Manual in final form per Article 1.7 of this specification section. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-7 B. Provide a Table of Contents (TOC) for each item of equipment and/or system. 1. List in its entirety, all sections pertinent to equipment operation and maintenance. 2. Provide a fly-leaf for each individual section identified by corresponding section number. C. Content for each unit of equipment and system (as appropriate) 1. Description of unit and component parts: a. Provide general mechanical and process descriptions, function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests as it pertains to the performance requirements as listed in the respective specification sections. c. Complete nomenclature and commercial number of replaceable parts. d. Summary of information listed on equipment and motor data plates. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions in the event of equipment failure or emergency situations to insure uninterrupted facility operation. Provide step- by-step instructions to initiate process alternatives. 3. Maintenance Procedures: a. Provide instructions for maintenance procedures during routine operations. b. Provide a thorough, detailed and complete "Troubleshooting" guide for all facility equipment and operational systems. c. Detailed procedures for disassembly, repair and reassembly. d. Detailed procedures for alignment, adjusting and checking. 4. Servicing and lubrication schedules required, to insure maximum product performance to include a detailed summary of all required lubricants. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-8 5. The manufacturer's printed operating and maintenance instructions. 6. A description of the sequence of operation by the control manufacturer. 7. The original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. Also include the following in the submittal: a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts with manufacturers part or SKU number and the current cost for each item. 8. List of the original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 9. Other data, as required, under the respective specification sections. 10. "Approved" record shop drawings with all corrections made, and a copy of the warranty statement, checkout memo, demonstration test procedures and demonstration test certification. D. Content for each electric and electronic system (as appropriate) 1. Description of the system and component parts: a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories and Panelboards: a. Electrical service. b. Controls. c. Communications. 3. Operating procedures: a. Start-up, routine, normal, shut-down and emergency operating instructions (at a minimum). b. Sequences required. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-9 c. Special operating instructions. 4. Maintenance Procedures: a. Provide instructions for maintenance procedures during routine operations. b. Provide a thorough, detailed and complete "Troubleshooting" guide for all facility equipment and systems. c. Detailed procedures for disassembly, repair and reassembly. d. Detailed procedures for alignment, adjusting and checking. 5. The manufacturer's printed Operation and Maintenance instructions. 6. List of original manufacturers' spare parts, SKU/Part numbers, manufacturers' current prices, and recommended quantities to be maintained in storage. 7. Other data, as required, under the respective Specification Sections. 8. "Approved" record shop drawings with all corrections made, and a copy of the warranty statement, checkout memo, demonstration test procedures and demonstration test certification. E. Prepare and include additional data when the need for such data becomes apparent during instruction of the Owner's personnel. F. Additional requirements for Operation and Maintenance Data 1. Additional requirements for maintenance data can be found in the respective Sections of the Specifications. 1.7 Submittal Schedule A. Submit two (2) copies of a "preliminary draft" of proposed formats and outlines of contents of the Operation and Maintenance Manuals to the Engineer within ninety (90) days after the issuance of a Purchase Order. B. Submit two(2) copies of the completed data in"Preliminary Form" no later than sixty (60) days following the Engineer's review of the last shop drawing of a product and/or other submittal specified under Section 01300, "Shop Drawings, Submittals and Samples", but no later than the delivery of equipment. One (1) copy will be returned with comments to be incorporated into the final O&M Manual copies and the other copies will be retained by the Engineer. Operation and Maintenance Data City of Winter Springs:WRF Rehabilitation Project—Project Specifications 01730-10 C. Submit four (4) copies of the "approved" Operation and Maintenance Manuals, in "Final Form"(hard copy and electronic formats), directly to the offices of the Engineer (CPH, Inc.) within ten (10) days after the reviewed copy or last item of the reviewed copy is returned. D. Provide four (4) copies of addenda to the Operation and Maintenance Manuals as applicable and certificates, as specified, within thirty (30) days after final inspection, if any. 1.8 Instruction of Owner's Personnel A. Prior to the demonstration tests,fully instruct the Owner's designated Operations and Maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Coordinate training schedules with Veolia/City of Winter Springs in order to provide a minimum ten (10) calendar day notification, in writing,for the instruction of the Owner's personnel on products,equipment and systems. C. Operation and Maintenance Manuals shall constitute the basis of instruction. Review the contents of the O&M Manuals with the Owner's Operations and Maintenance personnel in full detail to explain all aspects of operations and maintenance. D. The Instructors shall be fully qualified personnel of the manufacturer of the equipment as outlined within the individual equipment specification sections. E. The instructors shall provide for and prepare lesson scopes and handouts for up to Six (6) individuals designated by the Owner, plus up to two personnel of CPH, that outline the items to be covered. Separate sessions for operation and maintenance instruction shall be provided consecutively. Handouts shall be submitted to Veolia/City of Winter Springs with at least fourteen (14) calendar day's notice prior to the training sessions for review and approval. 2. PRODUCTS - NOT USED 3. EXECUTION - NOT USED END OF SECTION Operation and Maintenance Data TECHNICAL SPECIFICATIONS HYCOR° HYDROSCREEN UNIT HS120DF 1.0 GENERAL 1.1 There will be furnished two (2) Model HS120DF Hydroscreen unit(s), as manufactured by Parkson Corporation, Vernon Hills, IL. 1.2 The Hydroscreen unit will consist of a screen cabinet with inlet and outlet connections, headbox drain, influent distribution chamber,weir, influent flow baffle, and curved screen panel. 1.3 PERFORMANCE The screen panel will have a maximum capacity of 1736 GPM at a suspended solids concentration of 250 mg/I. 2.0 CONSTRUCTION AND MATERIALS 2.1 SCREEN CABINET The screen cabinet will be of 10 gauge type 304 stainless steel. The cabinet will have two (2) 10.75-inch-diameter plain-end influent connections secured to the back panel at the cabinet influent distribution chamber by means of full-strength welds. Additionally, the cabinet will have a 16.00-inch- diameter plain-end effluent connection secured to the back panel at the cabinet discharge by means of a full-strength weld. Both the influent and effluent connections will be constructed of 10 gauge type 304 stainless steel. The cabinet side walls will extend past the cabinet bottom, each ending in a flange provided with mounting holes. The screen cabinet will be fitted with two (2) observation ports, one in each cabinet side wall, and each observation port having a non- metallic grommet secured around its circumference. 2.1.1 INFLUENT DISTRIBUTION CHAMBER. The screen cabinet will be equipped with an internal influent distribution chamber. The chamber will receive the incoming flow and evenly distribute it to the weir. 2.1.2 WEIR. At the top of the influent distribution chamber, the incoming flow will spill over the weir. The weir will have a 3.00-inch-radius crown, an 11-inch-minimum screen approach apron, and will be the full width of the screen cabinet. 2.2 SCREEN PANEL The screen panel will be constructed of type 304 stainless steel, and will consist of a screen element, panel pivot, and drip lip. 2.2.1 SCREEN ELEMENT. The screen element will be a single concave curved panel with a radius of 80.38 inches at the screen surface, and extending over an arc of approximately 38.5 degrees, positioned in the screen cabinet to properly process the flow. The screen panel will be 120 inches wide and approximately 54.25 inches long as measured along the radius. Transverse screen segments will be formed to have a triangular cross section (wedgewire) and to have 360 degree attachment loops on 3.94-inch centers securing each segment to longitudinal .313- inch-diameter support rods. The transverse screen segments will be formed to contain a double arc between each longitudinal support rod, each arc being 1.25-inch radius and 61 degrees. Each arc will be separated by a .625-inch tangent; the screen panel will be oriented so that the arcs lie in the direction of the flow. The screen opening will be 0.060-inch. The coined transverse screen segments will have a face width of 0.086-inch and a maximum depth of 0.125-inch. No rivets, bolts, or other mechanical fastening will be used to attach the transverse screen segments to the longitudinal support rods. 2.2.2 PANEL PIVOT. The wedgewire screen panel will be pivot mounted to allow it to be rotated about the horizontal axis, facilitating inspection of the tapered side of the wedgewire screen. 2.2.3 DRIP LIP. A 12 gauge type 304 stainless steel contoured drip lip will be furnished along the bottom edge of the screen panel to control excess water from running off the screen panel. The drip lip will be contoured so as to direct free water into the screen cabinet for discharge. 3.0 SPARE PARTS No spare parts will be provided. 4.0 FACTORY ASSEMBLY AND INSPECTION The equipment will be thoroughly inspected by the manufacturer prior to shipment to ensure proper interface and adjustment of all parts. 5.0 OPTIONS 5.1 FLANGE The influent and effluent pipe connections will be equipped with type 316 stainless steel face rings and type 304 stainless steel backup type flanges. The bolt hole location and bolt hole size will conform to the ANSI 150 LB pattern. TECHNICAL SPECIFICATIONS HYCOR° HYDROSCREEN UNIT MODEL HS72DF 1.0 GENERAL 1.1 There will be furnished two (2) Model HS72DF Hydroscreen unit(s), as manufactured by Parkson Corporation, Vernon Hills, IL. 1.2 The Hydroscreen unit will consist of a screen cabinet with inlet and outlet connections, headbox drain, influent distribution chamber,weir, influent flow baffle, and curved screen. 1.3 PERFORMANCE The screen panel will have a maximum capacity of 1042 GPM at a suspended solids concentration of 250 mg/I. 2.0 CONSTRUCTION AND MATERIALS 2.1 SCREEN CABINET The screen cabinet will be of 12 gauge type 304 stainless steel. The cabinet will have a 10.75-inch-diameter plain-end influent connection secured to the back panel at the cabinet influent distribution chamber by means of a full-strength weld. Additionally, the cabinet will have a 12.75-inch-diameter plain- end effluent connection secured to the back panel at the cabinet discharge by means of a full-strength weld. Both the influent and effluent connections will be constructed of 10 gauge type 304 stainless steel. The cabinet side walls will extend past the cabinet bottom, each ending in a flange provided with mounting holes. The screen cabinet will be fitted with two (2) observation ports, one in each cabinet side wall, and each observation port having a non-metallic grommet secured around its circumference. 2.1.1 INFLUENT DISTRIBUTION CHAMBER. The screen cabinet will be equipped with an internal influent distribution chamber. The chamber will receive the incoming flow and evenly distribute it to the weir. 2.1.2 WEIR. At the top of the influent distribution chamber, the incoming flow will spill over the weir. The weir will have a 3.00-inch-radius crown, an 11-inch-minimum screen approach apron, and will be the full width of the screen cabinet. 2.1.3 FLOW DISTRIBUTION BAFFLE. To properly direct the incoming flow to the screen panel, a hinged flow distribution baffle extending the full length of the weir will be furnished. The flow distribution baffle will be constructed of 16 gauge type 304 stainless steel, and be accurately positioned and located so that the contoured baffle lip is parallel with the weir screen approach apron. 2.2 SCREEN PANEL The screen panel will be constructed of type 304 stainless steel, and will consist of a screen element, panel pivot, and drip lip. 2.2.1 SCREEN ELEMENT. The screen element will be a single concave curved panel with a radius of 80.38 inches at the screen surface, and extending over an arc of approximately 38.5 degrees, positioned in the screen cabinet to properly process the flow. The screen panel will be 72 inches wide and approximately 54.25 inches long as measured along the radius. Transverse screen segments will be formed to have a triangular cross section (wedgewire) and to have 360 degree attachment loops on 3.94-inch centers securing each segment to longitudinal .313-inch- diameter support rods. The transverse screen segments will be formed to contain a double arc between each longitudinal support rod, each arc being 1.25-inch radius and 61 degrees. Each arc will be separated by a .625-inch tangent; the screen panel will be oriented so that the arcs lie in the direction of the flow. The screen opening will be 0.060-inch. The coined transverse screen segments will have a face width of 0.109 inch and a maximum depth of 0.156 inch. No rivets, bolts, or other mechanical fastening will be used to attach the transverse screen segments to the longitudinal support rods. 2.2.2 PANEL PIVOT. The wedgewire screen panel will be pivot mounted to allow it to be rotated about the horizontal axis, facilitating inspection of the tapered side of the wedgewire screen. 2.2.3 DRIP LIP. A 12 gauge type 304 stainless steel contoured drip lip will be furnished along the bottom edge of the screen panel to control excess water from running off the screen panel. The drip lip will be contoured so as to direct free water into the screen cabinet for discharge. 3.0 SPARE PARTS No spare parts will be provided. 4.0 FACTORY ASSEMBLY AND INSPECTION The equipment will be thoroughly inspected by the manufacturer prior to shipment to ensure proper interface and adjustment of all parts. 5.0 OPTIONS 5.1 FLANGE The influent effluent and overflow/by-pass pipe connections will be equipped with type 316 stainless steel face rings and type 304 stainless steel backup type flanges. The bolt hole location and bolt hole size will conform to the 150 Ib. class. 5.2 OVERFLOW/BY-PASS The Hydroscreen unit will be equipped with type 304 stainless steel overflow weir and outlet flange. The overflow weir and trough will be installed on the upper rear wall of the screen with the elevation of the overflow weir set 3.1 inches above the main flow weir. } � / 37- >` j)§Ln _:: cr cr§, F- (1) § § | � - : - � | - (0 W \; . 0 p . � 0 ir cc � §: §: ■� \ } � 1 /( : ? _00 « � : § a <i y CO ,, z F y z z z ¢w 0 -------------- LE y J�F &gy - - - LL M ars 0 - `< Z W z _ U 0 �� W h w U W N w Z U w 0 U 0 �N U } 0W Fa x - Q w U U zzE N" F-a Q- - Fa Nm fi z as w a z qqq T-d n 000000000 o ry o z� = w - w o N g 8 UM F � o yC6 \ o E w oo ti 0� a 0 C 0 a w� 0 0 rc e N 2 � p F 2 e IL _Fa = N J y H H m � CO CO .z N 8-1 LLx0 In 'l¢ r �E> F-Z. CO w0 LUiz �Uz f�Z OQ ui �a i x — m � J = i oo� a om�e -m§v F N m� � v 3 I I I y = O I Q I S t z� QE v � O m J � N d Z#1Ny7d O H 1 o Z W t/l 3�a U U � o w w N N O 2 2 - -LL 1 Oil R >w °0 2 }} }} o U U U Nb �d W w w N I lfi'nYJ m pww z � $ w w- <O 5 l lolo 0 p a r O a J 0 / Q J ' 1 u CL / O o 7H 0 'L U LL 1 ME loll Toll 1 � b �a � o - z� a r Z ,n f1 z� a F- m o m CO NZ o x0 LL z Q I� d'Z> ry 3 z O10 ww _ nWo I u- .10 QWZ WUQ NZ 0Q is o pHa) x J LL, ` oN UWzz„ azo - ol 11 o F r a 0 0, 'o 0 oW Of 10 U 6F A E r - 3 W o I z 0 _ W _ W Y > - W - a w U a I o 2' U Qa m� �� as w - a a�w s �� aE i Attachment 3 mailing address v _ P.O.Box 6128 �';R „5.• Spartanburg,SC 29304 s physical address 101 Zima Park Drive , KUSTERS■WATER x Spartanburg,SC 29301 a division of ZIMA corporation Kuster5Water.com EQUIPMENT PROPOSAL DATE: March 4, 2020 QUOTE NO.: KW/1 03220/M R/jw/Rev.1 TO: Ms. Lena Rivera Mr. Darby Clay PROJECT: Winter Springs, FL SECTION: Static Screens ENGINEER: CPH, Inc. ADDENDUMS REC'D: 0 BID DATE: February 21, 2020 REPRESENTATIVE: Brandon Lang Carter and VerPlanck Dear Sir or Madam: We are pleased to provide our proposal for equipment in accordance with the above referenced bid specifications. ITEM - A 72” Static Screen: Two (2) Kusters Water Pro Techtor'�' Static Screens, Model HTWS-72 in 304L stainless steel with flanged connections. Design Parameters: Peak Flow: 1042 gpm. each Screen Width: 72 in. Influent TSS: 250 mg/I DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation ' ZimaCorp.com Page 12 To include the following: • Screen housing and headbox— 10 ga., 304L stainless steel • Observation port located in each side of the screen housing • Flow control baffle— 16 ga., 304L stainless steel • 25-35-45 degree screen panel, 0.060" opening "wavy-wire" v-wire panel —304L stainless steel. • Discharge lip - 304L stainless steel • 3" npt headbox drain • 12" flanged inlet connection • 14" flanged effluent connection • Stainless steel overflow weir located 3.1" above the main flow weir complete with overflow trough and 6" plain ended pipe drain connection • Fasteners — 304 stainless steel • Surface Preparation and Finish —As specified Site Service: Site services of(2) trips and (2) days total for installation inspection, startup and operator training. ITEM - B 120" Static Screen: Two (2) Kusters Water Pro Techtot' Static Screens, Model HTWS-120 in 304L stainless steel with flanged connections. Design Parameters: Peak Flow: 1736 gpm. each Screen Width: 120 in. Influent TSS: 250 mg/I To include the following: • Screen housing and headbox— 10 ga., 304L stainless steel • Observation port located in each side of the screen housing • Flow control baffle— 16 ga., 304L stainless steel • 25-35-45 degree screen panel, 0.060" opening "wavy-wire" v-wire panel —304L stainless steel. • Discharge lip - 304L stainless steel • 3" npt headbox drain • 14" flanged inlet connection • 16" flanged side effluent connection • Fasteners — 304 stainless steel • Surface Preparation and Finish —As specified DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation ' ZimaCorp.com Page 13 Site Service: Site services of(2) trips and (2) days total for installation inspection, startup and operator training. TOTAL PRICE FOR ITEMS A and B: $ 94,625.00 Items not listed above will be provided by others ADDER OPTION #1: Pivoting screen panel for each screen as described above TOTAL PRICE FOR ADDER OPTION #1: $ 9,150.00 Items not listed above will be provided by others ADDER OPTION #2: Drop chutes for Two (2) HTWS-72 and Two (2) HTWS-120 screens as described above. TOTAL PRICE FOR ADDER OPTION #2: $ 30,895.00 Items not listed above will be provided by others DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation I ZimaCorp.com Page 14 Comments and Clarifications 1.) Kusters Water is furnishing its standard equipment as outlined in this proposal. The equipment proposed meets the full intent of the specifications, drawings and /or addenda. Exclusions: • Taxes • Any piping not proposed above • Offloading • Valves except as noted • Installation • Sandblasting or touch-up painting • Erection or testing • Field / Finish painting • Supervision of erection • Disconnect switches and junction boxes • Engineering re-design • Electrical wiring or conduit • Civil Design • Electrical connections • Buildings • Electrical installation and wiring • Dumpsters • Controls except as noted • Concrete, grout, or sealants • Special shipping procedures • Thru-wall fittings • Storage at our shop or jobsite • Hand railings except as noted • Oil and grease • Stairways and Ladders • Spare parts except as noted • Interconnecting walkways • Tank surveying • Lights or light posts • Field verification of elevations • Field verification of dimensions • Pipe couplings/connections except as noted • Screenings discharge chutes Absence of an exclusion herein will not be construed as meaning that the item is included, and Kusters Water will not issue credits, or accept deducts, for the provision of the items noted above. Terms: • NET 30 Days • 10% at submittal approval • 85% upon delivery to site • 5% upon start-up and training completion or 120 days from delivery, whichever occurs first • 1-1/2% interest charges per month for late amounts due Submittals: • 3 —4 weeks from acceptance of order. Delivery: • 6 — 7 weeks from receipt of signed approvals. DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation ' ZimaCorp.com Page 15 Warranty: • 36 months from date of shipment, for all ProTechtoe products. Validity: • Our price is firm for acceptance within 30 days of bid date. Purchase Orders: • All purchase orders are to be issued, and mailed to: Zima Corporation, Kusters Water Division P.O. 6128 Spartanburg, SC 29304 Please provide a copy of your tax exempt or direct pay certificate, project contact, and a copy of the project payment bond with your purchase order. Notes: All spares and site service for start-up and operator training is available from our Spartanburg National Service Center. Liquidated Damages: • Zima Corporation will not consider the addition of liquidated damages to our contract unless it has been specifically identified and negotiated prior to the bid. Zima Corporation equipment supply contract will not be tied to the General Contractor's overall contract, and our delivery commitments shall be as stated in this proposal. Bonding: • Bonding or bonding expenses are not included in this proposal and will not be considered unless specifically identified and authorized by Zima Corporation prior to the bid. Insurance: • Pricing includes general liability policy with 1 million per occurrence, 2 million aggregate, and 4 million umbrella. If higher limit(s) is required, all costs will be paid by the Buyer in addition to the quoted equipment price. DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: All HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation ' ZimaCorp.com Page 16 Freight: • All prices are quoted F.O.B. destination, with freight allowed to the Jobsite. Buyer will be responsible for equipment off-loading. All claims for damage or loss in shipment shall be initiated by the Buyer. Buyer requests for selective shipments, early shipments, or separate shipment may directly affect the freight allowance. Any additional costs incurred due to this request by the Buyer will be an additional cost to the purchase price and invoiced accordingly. Sincerely, Michael T. Ronn Executive Director of Sales and Marketing Kusters Water a Division of Zima Corporation O. 864-208-9036 C. 864-641-5691 michael.ronn(ukusterswater.com www.kusterswater.com Cc: Brandon Lang 813-287-0709 DEPENDABLE,COST-EFFECTIVE SOLUTIONS FOR WATER AND WASTEWATER TREATMENT: HEADWORKS BIOLOGICAL CLARIFICATION I THICKENING BIOSOLIDS ZIMAcorporation ' ZimaCorp.com ZIMA CORPORATION(ZC) CONDITIONS OF SALE 1. CONTRACT All terms and conditions of this CONTRACT are fully set forth herein and no agent,employee,representative or other party is authorized to bind the Seller by any agreement or warranty not expressed herein. If any terms and conditions of subsequent orders are in addition to or inconsistent with the terms and conditions herein expressed,such terms will not be binding upon the Seller unless they are expressly accepted in writing by the Seller. 2. QUOTATIONS (a) Prices indicated on our quotations are valid 30 days,unless indicated otherwise. All Federal,State and local taxes,including any tariffs,are the responsibility of the Buyer. (b) Our quotations are not legally binding until we have received and executed a Purchase Order and issued a written ZC Order Confirmation. (c) Surety bonds,or bonding expenses,are not included by ZC and will not be considered unless specifically identified and authorized by ZC.If bonding is required,all costs will be paid by the Buyer in addition to the quoted equipment price. (d) Pricing includes general liability policy with$1 million per occurrence,$2 million aggregate,and$4 million umbrella.If higher limit(s)is required,all costs will be paid by the Buyer in addition to the quoted equipment price. 3. DELIVERY (a) Delivery periods and dates quoted are approximate,unless otherwise stated in the Purchase Order and ZC Order Confirmation. (b) Shipping Terms:All equipment will be shipped at the risk of the Buyer FOB shipping point or Ex Works,as indicated in the ZC Proposal. Incidental costs for unloading,delivery,and installation of equipment in the Buyer's plant shall be paid by the Buyer. Seller is not responsible for any loss after shipment,including delays of carrier,damage to equipment in transit, or otherwise,regardless of delivery terms,so long as the carrier has receipted for the goods in good order. (c) Storage,delay charges and similar costs incurred because Buyer does not immediately accept delivery are Buyer's responsibility. (d) Seller may postpone delivery(1)in case Buyer fails to pay as agreed;(2)if Buyer fails to provide necessary technical information;(3)if Buyer fails to abide by the terms of our Order Confirmation; (4)on account of delay in receipt of necessary materials,parts or equipment;or(5)in case of force majeure,including strikes,lockouts,fire,adverse weather,state of war,etc. 4. SECURITY (a) Seller reserves a purchase money security interest and vendor's lien on all goods until the purchase price is paid in full,and Buyer may not sell,pledge or mortgage the goods until payment has been made in full. Buyer authorizes Seller to record a copy or signed original of this Contract as a financing statement pursuant to SC Code 36-9-402,and Buyer agrees to sign any other document reasonably requested by Seller to perfect or to continue perfection of the security interest granted herein. (b)Credit approval-shipment,delivery,and performance of work shall always be subject to the approval of the Seller's Credit Department. If the Buyer should fail to pay according to terms;or if in the opinion of the Seller,the financial condition of the Buyer at any time should become impaired,the Seller reserves the right,without prejudice to any claims for damage or otherwise,to withhold shipment or suspend performance of its obligations hereunder, until receipt of payment upon terms and conditions satisfactory with Seller. 5. DAMAGES Zima Corporation will not consider the addition of incidental,consequential or liquidated damages to our contract unless it has been specifically identified and negotiated prior to the bid. 6. EXTENT OF SELLER'S WARRANTY (a) Subject to Subparagraphs(b)and(d),below,all equipment shall be covered by ZC's standard warranty as identified in the ZC proposal and written order confirmation.. Our obligation under this warranty is strictly limited to repair or replacement,without charge F.O.B.our works,of any defective parts. WE MAKE NO WARRANTY WHATSOEVER FOR equipment or materials supplied that are not of our manufacture,which shall carry only the supplier's warranty. Replacement parts supplied under this provision will be credited only upon receipt F.O.B.our works of the defective parts. (b) Improper use,installation,modification or alteration of the equipment by the Buyer will void the above warranty. (c) WE WILL NOT BE RESPONSIBLE FOR INDIRECT OR RESULTING DAMAGES SUCH AS PRODUCTION LOSSES,LOSS OF PROFITS,TRADING LOSSES,LOSS OF GOOD WILL OR REPUTATION SUFFERED BY THE BUYER,THIRD PARTIES,NOR FOR PUNITIVE DAMAGES. (d) ALL IMPLIED WARRANTIES,INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE,ARE EXCLUDED. 7. PAYMENT (a) Payment terms are set forth in the Quotation/Order Confirmation and are not contingent upon testing or performance of equipment.Each shipment will be invoiced as shipped and each invoice settled per terms specified.All payments shall be made in United States funds,free of expense to the Seller for collection charges. If in the opinion of the Seller,shipments are delayed unreasonably by the Buyer,the Seller shall have the right to render an invoice for equipment ready for shipment. (b) All payments not received on the due date shall bear interest at 1.5%per month;in the event of suit for collection against the Buyer,Seller shall be entitled to recover attorney's fees, court costs and other expenses. 8. CANCELLATION No purchase order may be canceled after acceptance of our Order Confirmation except in the discretion of the Seller,in which case the Buyer shall be required to pay for all costs and expenses incurred by the Seller in the performance of the work through the date of cancellation,plus a fee of no less than fifteen percent(15%). 9. ERECTION (a) Unless specifically included in our Order Confirmation charges for erectors and erection supervisors are not part of the equipment price. (b) At the Buyer's request,we will assist the Buyer in arranging for an erection supervisor at our normal rates. 10. NO ALTERATION OF SAFETY DEVICES Buyer understands and agrees that no safety devices or equipment,or safety labels or warnings are to be altered or removed from the equipment without first obtaining our written permission to do so. Should any such devices,equipment,labels or warnings be altered or removed,Buyer shall be solely responsible for any injuries,damage or loss resulting therefrom,and agrees to indemnify and save Seller harmless of and from all claims,demands,suits,and or losses,including attorney's fees,resulting from such removal or alteration. 11. LAW This contract is governed by the substantive laws of the State of South Carolina,excluding,however,its principles governing the conflicts of laws. 12. DISPUTES All disputes will be settled exclusively by arbitration at Spartanburg,South Carolina in accordance with the Commercial Arbitration rules of the American Arbitration Association and the Federal Arbitration Act;the parties expressly agree that the South Carolina Arbitration Act and notice provisions thereof shall not apply to this Contract. 13. RESPONSIBILITIES OF THE BUYER The Buyer is to furnish and install the following in addition to any items previously mentioned herein: (1)Buyer is to provide suitable foundations or building floor strength to maintain machinery in level position(2)all necessary labor for erection of the equipment(erection supervision will be supplied at Customer expense)(3)permits,pollution controls,and other approvals such as may be required by insurance or Governmental Agencies (4)necessary guards for the exposed moving parts of the machine in accordance with the laws of the state in which the machine is to be located(5)the necessary piping,including material and labor for gas,air,hydraulic,water and steam feed and drain lines (6)exhaust ductwork with suitable dampers from exhaust outlets to out-of-doors (7)all electric power wiring including material and labor from and to the starters.motors,and control elements,plus disconnect switches as required(8)all starters and controls not specifically included (9)provisions for dyestuff and chemical preparation including tanks,piping,pumps,instrumentation,structural platforms.hoist or elevator,etc.(10)all necessary utilities such as forklift trucks,welding equipment,elevators,and cranes where necessary for the installation of the equipment,(11)all drawings furnished by us will remain our property. Revision 3,9-2019(MIR) E v Cd 3 tD in r a N O O N O o N IR U J z c LL �a N O — CL wL d o L O v co co ^ ofC.0C o V/ N o w L i LL O U �+ o CD m I Q N O V CD X .� N1 V � o d L � O L O (Q N O L WCD y 0 L Cl) Z V/�/ U e Q co � CO s^' W U T Cl) 1Y q / N N hw r ` z J _ CN 'w U N, D co O � O � m U a> E C: 0 c LU U TM ... ... Environmental TrystMonster Quality. FOR SALES AND SERVICE CALL 1.800.663.8409 lYl LG Quality"l WWW.JWCE.COM Project: City of Winter Springs, FL JWCE-IPEC — 2889 Norland Avenue — Burnaby,BC V5B 3A9 — Canada — Tel:(604)291-7150 — Fax:(604)291-7190 Table of Contents Cover Page Table of Contents Proposal—20200216 c/w T&C's Page 1 Drawing—SHL 120301 (generic drawing only) Page 6 Drawing—SHL 120351 with Options(generic drawing only) Page 7 Description—SHL Page 8 Brochure - SHL Page 10 Specification- SHL Page 12 Reference List - SHL Page 13 Revised: February 26,2020 SULZER CONFIDENTIAL TM C�' .�... Environmental FOR SALES AND SERVICE CAL .840 Trust Monster Quality WWW.JWCE.COM JWC Environmental Canada ULC Proposal No. 20200216 To: City of Winter Springs, FL Voice: 863-557-6298 (cell) c/o Barney's Pumps Fax: 2965 Barney's Pumps Place Email: curlsm@barneyspumps.com Lakeland, FL 33812 Project: Static Screens for Wastewater Plants Date: February 26, 2020 WE ARE PLEASED TO QUOTE AS FOLLOWS: Four(4) only JWCE -IPEC Model SHL 12054 Side Hill Screen, in all 304 stainless steel construction, described as follows: 120"wide by 54" long wedgewire screening element; 0.060" screen slot openings; screen housing constructed from 3/16" plate; headbox constructed from 3/16" plate; damper constructed from 12 gauge plate; screen deck with 5% adjustable angle; 14" piped inlet, with 150 Ib 304 stainless steel back up flange; 20" piped outlet, Bottom Discharge Only with 150 Ib 304 stainless steel back up flange; c/w epoxy coating (except screen deck) Option 1: Four(4) only solids chute, in all 304 stainless steel. Option 2: Four(4) only enclosure (covers), in all 304 stainless steel. Option 3: Site visit-One trip, 2 days for inspection, start-up, and operator training. Option 4: Estimated Prepaid Freight from Burnaby, BC to Winter Springs, FL (32708) Manual: Two copies of the Installation, Operation and Maintenance Manual. Service: To screen 1,736 (each screen) peak pumped domestic municipal effluent with 250 mg/L TSS. The quoted screen will meet the stated flow, provided maximum solids loading does not exceed 450 mg/L. NOTE: Estimated inlet velocity of 3 feet per second is required. v JWC ENVIRONMENTAL CANADA ULC 2889 Norland Avenue Burnaby BC Canada V5B 3A9 Toll Free: (800)663-8409 Tel: (604)291-7150 Fax: (604)291-7190 Email:sales 96kE4CONFIDE AL Page: http://www.iwce.com SHL 12054 x 4, NET Price ($26,431 ea) Incoterms EX Works: US$ 105,724 Option 1: Solids Chute x 4, NET Price($6,563 ea), Incoterms EX Works: US$ 22,252 Option 2: Enclosure (cover) x 4 NET Price ($2,938 ea), Incoterms EX Works: US$ 11,752 Option 3: Site Visit, NET Budget Price, Incoterms EX Works: US$ 4,000 Option 4: Estimated Prepaid Freight, NET Budget Price, Incoterms EX Works: US$ 8,000 Total FOB Jobsite : US$ 151,728.00 Shipping &Handling Estimate: (Will be prepaid and billed at cost plus handling charges) Taxes: All orders will be billed the applicable sales tax, based on the "ship to address", unless a valid tax exemption certificate is provided prior to shipment. Terms: 10% upon drawing approval, 80% net 30 days of delivery, 10% upon successful start-up, OAC. Shipment: Municipal Orders Shipment would be 10-12 weeks after return of Approved Submittal documents. Typically documents for approval are generated and supplied within 3-4 weeks after receipt of P.O. and agreement on Terms and Conditions. Validity: 30 days from quotation date. WARRANTY JWCE- IPEC warrants that the goods sold are fit for the particular purpose of use for which they were offered, and that they conform with, and will perform in accordance with the Purchaser's specifications. JWCE- IPEC also warrants the goods against any defects in material, workmanship and design for the entire warranty period. JWCE- IPEC warrants, for a period of 12 months from the delivery of equipment, that any component that is defective shall be replaced. Change out of said components shall be for the Purchaser's account. All warranty claims must be submitted to JWCE - IPEC in writing, either by mail, fax or email. Notes: 1. Please fax or mail a purchase order for the total amount and we can process your order. Please include the following: Billing Address, Ship to Address, and sales tax exemption certificate. 2. Please reference our quote number on your purchase order. 3. Availability of parts are subject to change at any time. 4. 20% restocking fee on all returns. 5. Sales tax is not included in price. 6. JWCE-IPEC standard one year warranty included. Thank-You for your Business! Bonnie Wong — Inside Sales JWC Environmental Canada- IPEC N v JWC ENVIRONMENTAL CANADA ULC 2889 Norland Avenue Burnaby BC Canada V5B 3A9 Toll Free: (800)663-8409 Tel: (604)291-7150 Fax: (604)291-7190 Email:sales(a-)iwce.com Web Page: http://www.owce.com SULZER CONFIDENTIAL JWC ENVIRONMENTAL/IPEC TERMS AND CONDITIONS OF SALE Unless otherwise specifically agreed to in writing by the buyer("Buyer")of the products and or related services purchased hereunder(the"Products")and JWC Environmental(the"Seller"),the sale of the Products is made only upon the following terms and conditions.Whether these terms are included in an offer or an acceptance by Seller,such offer or acceptance is conditioned on Buyer's assent to these terms.Seller rejects all additional,conditional and different terms in Buyer's form or documents. PAYMENTTERMS Subject to any contrary terms set forth in our price quotation,order acceptance or invoice the full net amount of each invoice is due and payable in cash within 30 days from the date of the invoice.If any payment is not received within such 30-day period, Buyer shall pay Seller the lesser of 1%%per month or the maximum legal rate on all amounts not received by the due date of the invoice,from the 31st day after the date of invoice until said invoice and charges are paid in full.Unless Sellers documents provide otherwise,freight,storage,insurance and all taxes,duties or other governmental charges related to the Products shall be paid by the Buyer.If Seller is required to pay any such charges,Buyer shall immediately reimburse Seller for said charges.In all cases, regardless of partial payment,title to the Products shall remain the Sellers until payment for the Products has been made in full. All orders are subject to credit approval by Seller.All offers by Seller and/or acceptance of Buyer's order shall be nullified by any failure of Buyer to obtain credit approval.Furthermore,Buyer shall not assert any claim against Seller due to Buyer's inability to obtain credit approval.Irrevocable Letter of Credit from Buyer in form and term acceptable to Seller is required for Product orders delivered outside the United States of America. DELIVERY Unless otherwise provided in our price quotation,delivery of the Products shall be made F.O.B.place of manufacture.Any shipment,delivery,installation or service dates quoted by the Seller are estimated and the Seller shall be obligated only to use reasonable efforts to meet such dates.The Seller shall in no event be liable for any delays in delivery or failure to give notice of delay or for any other failure to perform hereunder due to causes beyond the reasonable control of the Seller.Such causes shall include,but not be limited to,acts of God,the elements,acts or omissions of manufacturers or suppliers of the Products or parts thereof,acts or omissions of Buyer or civil and military authorities,fires,labor disputes or any other inability to obtain the Products,parts thereof,or necessary power,labor,materials or supplies.The Seller will be entitled to refuse to make,or to delay, any shipments of the Products if Buyer shall fail to pay when due any amount owed by it to the Seller,whether under this or any other contract between the Seller and Buyer.Any claims for shortages must be made to the Company in writing within five calendar days from the delivery date and disposition of the claim is solely subject to Sellers determination. PRICES Prices of the Seller's Products are subject to change without notice.Quotations are conditioned upon acceptance within 30 days unless otherwise stated and are subject to correction for errors and/or omissions.Prices include charges for regular packaging but, unless expressly stated,do not include charges for special requirements of government or other purchaser.Prices are subiect to adiustment should Buyer place an order past the validity period of the quotation or delay delivery of Products beyond the quoted lead time for any reason. RETURNS No Products may be returned for cash.No Product may be returned for credit after delivery to Buyer without Buyer first receiving written permission from the Seller.Buyer must make a request for return of Product in writing to Seller at its place of business in Costa Mesa,California.A return material authorization number must be issued by the Seller to the Buyer before a Product may be returned.Permission to return Product to Seller by Buyer is solely and exclusively the Sellers.Product must be returned to Seller at Buyers expense,including packaging,insurance,transportation and any governmental fees.Any credit for Product returned to Seller shall be subject to the inspection of and acceptance of the Product by the Seller and is at the sole discretion of the Seller. LIMITED WARRANTY Subject to the terms and conditions hereof,the Seller warrants until one year after commissioning(written notification to Seller by Buyer required)of the Product or until 18 months after delivery of such Product to Buyer,whichever is earlier,that each Product will be free of defects in material and workmanship.If(a)the Seller receives written notification of such defect during the m warranty period and the defective Products use is discontinued promptly upon discovery of alleged defect,and(b)if the owner ("Owner")forwards the Product to the Seller's nearest service/repair facility,transportation and related insurance charges JWC ENVIRONMENTAL CANADA ULC 2889 Norland Avenue Burnaby BC Canada V513 3A9 Toll Free: (800)663-8409 Tel: (604)291-7150 Fax: (604)291-7190 Email:salesaiwce.com Web Page: http://www.owce.com SULZER CONFIDENTIAL prepaid.The Seller will cause any Products whose defect is covered under this warranty to either be replaced or be repaired at no cost to the Owner.The foregoing warranty does not cover repairs required due to repair or alteration other than by the Seller's personnel,accident,neglect,misuse,transportation or causes other than ordinary use and maintenance in accordance with the Seller's instructions and specifications.In addition,the foregoing warranty does not cover any Products,or components thereof, which are not directly manufactured by the Seller.To the extent a warranty for repair or replacement of such Products or components not manufactured directly by the Seller is available to Buyer under agreements of the Seller with its vendors;the Seller will make such warranties available to Buyer.Costs of transportation of any covered defective item to and from the nearest service/repair center and related insurance will be paid or reimbursed by Buyer.Any replaced Products will become the property of the Seller.Any replacement Products will be warranted only for any remaining term of the original limited warranty period and not beyond that term. DISCLAIMER OF WARRANTIES AND LIMITATIONS OF LIABILITIES THE SELLER'S FOREGOING LIMITED WARRANTY IS THE EXCLUSIVE AND ONLY WARRANTY WITH RESPECT TO THE PRODUCTS AND SHALL BE IN LIEU OF ALL OTHER WARRANTIES(OTHER THAN THE WARRANTY OF TITLE),EXPRESS,STATUTORY OR IMPLIED, INCLUDING,BUT NOT LIMITED TO,ANY IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE AND ANY STATEMENTS MADE BY EMPLOYEES,AGENTS OF THE SELLER OR OTHERS REGARDING THE PRODUCTS.THE OBLIGATIONS OF THE SELLER UNDER THE FOREGOING WARRANTY SHALL BE FULLY SATISFIED BY THE REPAIR OR THE REPLACEMENT OF THE DEFECTIVE PRODUCT OR PART,AS PROVIDED ABOVE.IN NO EVENT SHALL THE SELLER BE LIABLE FOR LOST PROFITS OR OTHER SPECIAL,INDIRECT OR CONSEQUENTIAL DAMAGES,EVEN IF THE SELLER HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.THE TOTAL LIABILITY OF THE SELLER TO BUYER AND OTHERS ARISING FROM ANY CAUSE WHATSOEVER IN CONNECTION WITH BUYER'S PURCHASE,USE AND DISPOSITION OF ANY PRODUCT COVERED HEREBY SHALL, UNDER NO CIRCUMSTANCES,EXCEED THE PURCHASE PRICE PAID FOR THE PRODUCT BY BUYER.NO ACTION,REGARDLESS OF FORM,ARISING FROM THIS AGREEMENT OR BASED UPON BUYER'S PURCHASE,USE OR DISPOSITION OF THE PRODUCTS MAY BE BROUGHT BY EITHER PARTY MORE THAN ONE YEAR AFTER THE CAUSE OF ACTION ACCRUES,EXCEPT THAT ANY CAUSE OF ACTION FOR THE NONPAYMENT OF THE PURCHASE PRICE MAY BE BROUGHT AT ANY TIME. The remedies provided to Buyer pursuant to the limited warranty,disclaimer of warranties and limitations of liabilities,described herein are the sole and exclusive remedies. Unless specifically agreed to in writing by the Seller,no charges may be made to the Seller by Buyer or any third party employed by buyer for removing,installing or modifying any Product. The Seller and its representatives may furnish,at no additional expense,data and engineering services relating to the application, installation,maintenance or use of the Products by Buyer.The Seller will not be responsible for,and does not assume any liability whatsoever for,damages of any kind sustained either directly or indirectly by any person through the adoption or use of such data or engineering services in whole or in part. CONFIDENTIAL INFORMATION Except with the Seller's prior written consent,Buyer shall not use,duplicate or disclose any confidential proprietary information delivered or disclosed by the Seller to Buyer for any purpose other than for operation or maintenance of the Products. CANCELLATION AND DEFAULT Absolutely no credit will be allowed for any change or cancellation of an order for Products by Buyer after fabrication of the Products to fill Buyer's order has been commenced.If Buyer shall default in paying for any Products purchased hereunder,Buyer shall be responsible for all reasonable costs and expenses,including(without limitation)attorney's fees incurred by the Seller in collecting any sums owed by Buyer.All rights and remedies to the Seller hereunder or under applicable laws are cumulative and none of them shall be exclusive of any other right to remedy.No failure by the Seller to enforce any right or remedy hereunder shall be deemed to be a waiver of such right or remedy,unless a written waiver is signed by an authorized management employee of the Seller and the Seller's waiver of a breach of this agreement by Buyer shall not be deemed to be a waiver of any other breach of the same or any other provision. APPLICABLE LAW,RESOLUTION OF DISPUTES AND SEVERABILITY This agreement is entered into in Costa Mesa,California.This agreement and performance by the parties hereunder shall be construed in accordance with,and governed by,the laws of the State of California.Any claim or dispute arising from or based upon this agreement or the Products which form its subject matter shall be resolved by binding arbitration before the American JWC ENVIRONMENTAL CANADA ULC 2889 Norland Avenue Burnaby BC Canada V513 3A9 Toll Free: (800)663-8409 Tel: (604)291-7150 Fax: (604)291-7190 Email:salesONwce.com Web Page:http://www.owce.com SULZER CONFIDENTIAL Arbitration Association in Los Angeles,California,pursuant to the Commercial Arbitration Rules,excepting only that each of the parties shall be entitled to take no more than two depositions,and serve no more than 30 interrogatories,10 requests for admissions and 20 individual requests for production of documents,such discovery to be served pursuant to the California Code of Civil Procedure.Any award made by the arbitrator may be entered as a final judgment,in any court having jurisdiction to do so.If any provision of this agreement shall be held by a court of competent jurisdiction or an arbitrator to be unenforceable to any extent,that provision shall be enforced to the full extent permitted by law and the remaining provisions shall remain in full force and effect. ASSIGNMENT This agreement shall be binding upon the parties and their respective successors and assigns.However,except for rights expressly provided to subsequent Owners of the Products under"Limited Warranty"above,any assignment of this agreement or any rights hereunder by Buyer shall be void without the Company's written consent first obtained.Any exercise of rights by an Owner other than Buyer shall be subject to all of the limitations on liability and other related terms and conditions set forth in this agreement. EXCLUSIVE TERMS AND CONDITIONS The terms and conditions of this agreement may be changed or modified only by an instrument in writing signed by an authorized management employee of the Seller.This instrument,together with any amendment or supplement hereto specifically agreed to in writing by an authorized management employee of the Seller,contains the entire and the only agreement between the parties with respect to the sale of the Products covered hereby and supersedes any alleged related representation,promise or condition not specifically incorporated herein. SELLER'S PRODUCTS ARE OFFERED FOR SALE AND SOLD ONLY ON THE TERMS AND CONDITIONS CONTAINED HEREIN. NOTWITHSTANDING ANY DIFFERENT OR ADDITIONALTERMS OR CONDITIONS CONTAINED IN BUYER'S SEPARATE PURCHASE ORDERS OR OTHER ORAL OR WRITTEN COMMUNICATIONS,BUYER'S ORDER IS OR SHALL BE ACCEPTED BY THE COMPANY ONLY ON THE CONDITION THAT BUYER ACCEPTS AND CONSENTS TO THE TERMS AND CONDITIONS CONTAINED HEREIN.IN THE ABSENCE OF BUYER'S ACCEPTANCE OF THE TERMS AND CONDITIONS CONTAINED HEREIN,THE SELLER'S COMMENCEMENT OF PERFORMANCE AND/OR DELIVERY OF THE PRODUCTS,OR THE SELLER'S STATEMENT OF ACKNOWLEDGMENT OF THE RECEIPT OF BUYER'S PURCHASE ORDER,SHALL BE FOR BUYER'S CONVENIENCE ONLY AND SHALL NOT BE DEEMED OR CONSTRUED TO BE ACCEPTANCE OF BUYER'S DIFFERING TERMS OR CONDITIONS,OR ANY OF THEM.ANY DIFFERENT OR ADDITIONAL TERMS ARE HEREBY REJECTED UNLESS SPECIFICALLY AGREED UPON IN WRITING BY AN AUTHORIZED MANAGEMENT EMPLOYEE OF THE SELLER.IF A CONTRACT IS NOT EARLIER FORMED BY MUTUAL AGREEMENT IN WRITING,BUYER'S ACCEPTANCE OF ANY PRODUCTS COVERED HEREBY SHALL BE DEEMED ACCEPTANCE OF ALL OF THE TERMS AND CONDITIONS STATED HEREIN.THE SELLER'S FAILURE TO OBJECT TO PROVISIONS INCONSISTENT HEREWITH CONTAINED IN ANY COMMUNICATION FROM BUYER SHALL NOT BE DEEMED A WAIVER OF THE PROVISIONS CONTAINED HEREIN. F360J WC E0107 Lnv on JWC ENVIRONMENTAL CANADA ULC 2889 Norland Avenue Burnaby BC Canada V513 3A9 Toll Free: (800)663-8409 Tel: (604)291-7150 Fax: (604)291-7190 Email:salesaiwce.com Web Page: http://www.owce.com SULZER CONFIDENTIAL