Loading...
HomeMy WebLinkAbout27734DATE: 2.18.2016 Contract No: P-14-688-0 Vendor Number: 0000006348 Contract Title: Flygt Wastewater System Name/Address: Shape Inc Pumps 6600 Koll Center Parkway, Ste 220 Pleasanton, CA 94566 Contract Period: 11.15.2014 -11.14.2017 Representative: John Mohr Using Agencies: Public Works -Special Phone No: 209.324.8058 cell Districts 925.485.9720 office Email: jmohr@shapecal.com Terms: N45 Buyer Name: Louann Jones Total Contract Amt: $450,000.00 Requisition No: 1401500027 Org No: 91400801 Bid No/Reference: [!]NEW D RENEWAU EXTENSION Supersedes: D ADJUSTMENT DESCRIPTION: Provide equipment and service for Flygt wastewater system pumps CONTRACT TERMS: 3 + 1 + 1 SPECIAL INSTRUCTIONS: Labor and Freight Rates in Attachment A page 1 of contract DISTRIBUTION: COMPLETED BY DATE DEPARTMENT: PW-Special Dist REQUISITIONER: Chris Bump 7.15.2017 TICK DATE COMPLETED BY DATE 12.30.2014 PROCUREMENT AGREEMENT NO. P-14-688-0 Shape, Inc. January 9, 2015 SIGNATURES BINDING A CORPORATION UNDER CALIFORNIA LAW Page 2 If your company is a Corporation, the following options apply as to who must sign the Agreement to clearly bind your corporation to this Agreement: • Two officers of your corporation: 1. One officer must be either President, Chairman of the Board or any vice- president; 2. The other officer must be either Secretary, Chief Financial Officer or Treasurer (or assistant Treasurer); or, • One person who holds corporate offices in each of the above-mentioned categories; or, • A statement from your corporation's legal counsel that the signatory (or signatories) has legal authority to bind your corporation; or, • Proof that the governing board of your corporation has either (1) ratified this specific Agreement and authorized xxxxxx (name of person) to execute the Agreement on behalf of your corporation, or (2) authorized xxxxxxx to execute contracts/leases on behalf of your corporation. G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-14-688-0 SIGN LETTERDOC (06/14) Shape, Inc. Attn: Jim Merritt County of Fresno INTERNAL SERVICES DEPARTMENT ROBERT BASH, DIRECTOR -CIO Facility Services Fleet Services Graphics Information Technology Purchasing Security Telecommunications PROCUREMENT AGREEMENT Agreement Number P-14-688-0 January 9, 2015 ~o\\ \.>Z: 660Q_Knoll Center Parkway, Suite 220 Pleasanton, CA 94566 The County of Fresno (County) hereby contracts with Shape, Inc. -SIC code 423990 (Contractor) to provide equipment and service for Flygt wastewater system pumps in accordance with the text of this agreement and Attachment "A" by this reference made a part hereof. TERM: This Agreement shall become effective November 15, 2014 and shall remain in effect through November 14, 2017. EXTENSION: This Agreement may be extended for two (2) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment "A" attached, at the rates set forth in Attachment "A". ORDERS: Orders will be placed on an as-needed basis by the Public Works-Special Districts department under this contract. PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of four hundred fifty thousand dollars ($450,000.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. 4525 E. Hamilton Avenue 1 Fcesno, Califocnia 93702-4599/ (559) 600-7110 1 Fax (559) 600-7126 PROCUREMENT AGREEMENT NUMBER: P-14-688-0 Shape, Inc. January 9, 2015 Page 2 DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty five (45) days. TERMINATION: The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses, causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-14-688-0 AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-688-0 Shape, Inc. January 9, 2015 Page 3 insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability Commercial General Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Public Works-Special Districts, Attn: Chris Bump, 2220 Tulare Suite 600, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-14-688-0 AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-688-0 Shape, Inc. January 9, 2015 Page 4 Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. • INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A") and (2) Attachment "A." G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-14-688-0 AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-688-0 Shape, Inc. January 9, 2015 Page 5 GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. Please acknowledge your acceptance by returning all pages of the signed original of this Agreement to my office, retaining a copy for your files. Please refer any inquiries in this matter to Louann Jones, Purchasing Technician II, at 559.600.7118 or ljones@co.fresno.ca.us. FOR THE COUNTY OF FRESNO Gary E. C nuelle Purchasin Manager 4525 East Hamilton Avenue Fresno, CA 93702-4599 Date: 1-(.,-IS' GEC:LMJ:ssj G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-14-688-0AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-688-0 Shape, Inc. January 9, 2015 CONTRACTOR TO COMPLETE: company: ~HA-P£ I 1\Jc_ (A ~uvrf, tc) s1c 423990 Type of Entity: 0 Individual 0 Sole Proprietorship 129 Corporation -A business in California Signed by: z:r.--~ .JA•'1e:; MEl<RIII Pf?ESd:? e~ Print Name and Title Signed by ~L ~ ~ lAJhJ:iith- ~ . ..L.{i"-\G IUH-LIIA j.L..£~ (,f() Print Name and Title I 0 Limited Liability Company 0 Limited Liability Partnership 0 General Partnership Date f~. \3:;;-?0iS Date · Page 6 l,(...OO Pl£1\-01\ l\JTo\-0 ('_fl 9 tj 5 ida-31 o-=t- Address city State Zip TELEPHONE NUMBER FAX NUMBER J M C>h I @ ~b~'SfXLCA. \ • (_(NY\._ E-MAIL ADORES ACCOUNTING USE ONLY ORG No.: 91400801 Account No.: 7205 Requisition No.: 1401500027 (08/14) G:\PUBLIC\CONTRACTS & EXTRACTS\O\P-14-688-0AGREEMENT.DOC P-14-688-0 Attachment A Page 1 of 16 Bume', .. Christopher From: Sent: To: Subject: John Mohr <jmohr@shapecal.com> Tuesday, October 07, 2014 2:10 PM Bump, Christopher Attachments: Fresno County -Request for a Shape Inc. Quote on Labor & Freight Rates Flygt-Xylem Product_WARRANTY_2012.pdf Chris, This response is to confirm some of what we discussed yesterday plus more regarding the repair of Flygt pump/motor units that Fresno County utilizes in their wastewater collections and treatment systems. Shape Inc.-Service & Warehouse Facility Unit# 2 119 Val Dervin Parkway Stockton, CA 95206 Phone# 209-234-5909 Fax: 209-234-5913 Service Manager: Jim Wilcox-ph. Extension: 204 Inside Support: Richard Horst-ph ext: 201 Service Scheduler: Lara Conrad-ph. Ext: 200 Shape Inc.-labor and Freight Rates I) Freight to pickup or deliver unit for non-warranty & warranty service work on a Flygt pump/motor from Fresno County a) $ 175.00 one way trip from Fresno County to Shape Inc. in Stockton (rate good for pump/motor units up to 50 HP which will cover the vast majority of units) b) $ 175.00 one way trip from Shape Inc. in Stockton to Fresno County (rate good for pump/motor units up to 50 HP which will cover the vast majority of units} c) If the pump /motor is still covered by Xylem's/Fiygt's 5 Year Pro-Rated Warranty Coverage, the freight cost one way will be covered of the subject unit. Attached is Xylem/Fiygt's MunicipalS year pro-Rated warranty policy, the vast majority of Flygt pump's being used are the 3000 series of pump/motor units. II) Shape Inc. In-Shop labor Rates: a} No Cost teardown inspection of pump/motor unit to determine extent of repairs required with written Shape Inc. repair estimate and if requested a replacement pump/motor cost 1 P-14-688-0 Attachment A Page 2 of 16 b) $ 97.00@ hour Ill) Shape Inc. Field Labor Rates & Conditions a) $ 150.00@ hour-Shape Inc. trained service technician and service truck with lifting boom for Flygt pumps up to the model of 3301. Certain job site conditions might not allow the use of the Shape Inc. service truck with lifting crane.-One {1) qualified person from County must be present to allow entry into facility as well as be present for safety reasons. If Shape Inc. elects to send two {2) service technicians, then it will not be necessary to have Fresno County personnel standby until work is finished b) $ 125.00@ hour-Shape Inc. trained service technician with service truck with no lifting capabilities. One (1) qualified person from County must be present to allow entry into facility as well as be present for safety reasons. If Shape Inc. elects to send two {2) service technicians, then it will not be necessary to have Fresno County personnel standby until work is finished c) $ 200.00 @ Hour for pre-arrangement by customer of Two {2) Shape Inc. service technicians and service truck with or without lifting crane For any of the above noted field service rates, the time the above rates begin is when the shop staff leaves the Shape Inc. facility and returns to the Stockton, CA facility unless the field service call is connected with other service work, start-up and training in the area. Labor or Freight charges are not taxable but any repair materials will be subject to the local taxes where the unit was repaired or shipped to. Thank you for the opportunity to be of service and never hesitate to call us if you have questions or concerns. John Mohr Shape Inc. mobile: 209-324-8058 Fax: 209-774-5895 jmohr@shapecal.com SALES & SERVICE OF PUMP SYSTEMS Shape Inc. is an authorized repair facility for Flygt, AC, Goulds, and Netzsch Pumps in Stockton, CA , where we inventory replacement parts and pumps. We also provide field pump maintenance agreements and repairs on most manufactured pumps designed for water & wastewater applications. From: Bump, Christopher [mailto:cbump@co.fresno.ca.us] Sent: Friday, September 26, 2014 1:08 PM 2 P-14-688-0 Attachment A Page 3 of 16 TO: PLEASANTON 6600 Knoll Center Parkway, Ste. 220 Pleasanton, CA 94566 Phone (925) 485-9720 Fax (925) 485-6085 Fresno County cbump@co.fresno.ca.us SHAPE INCORPORATED QUOTATION DATE: QUOTE#: JOB: LOCATION: STOCKTON 119 Val Dervin Parkway #2 Stockton, CA 95206 Phone (209) 234--5909 Fax (209) 234-5913 10/22/2014 FL Fresno County -new replacement pump for the CP3085.092-434MT, 3 HP -480 volt 3-phase Fresno County ATTN: Chris Bump PHONE: 559-600-4482 Fax: 559-600-4552 ~ F.O.B. FACTORY WE ARE PLEASED TO QUOTE ON THE FOLLOWING EQUIPMENT SUBJECT TO CONDITIONS PRINTED ON THE BACK HEREOF, THESE CONDITIONS MAY BE CHANGED ONLY BY A WRITTEN STATEMENT SIGNED BY AN OFFICER OF SHAPE INCORPORATED ~ F.F.A. TO FIRST DESTINATION ' QTY . ·.' JTEIVI .. PRICE-·. ,•. _.·. Replacement Pumps for the Flygt pump/motor unit: CP3085.092-434MT, 3 HP -480 volt 3-phase OPTION # 1 -Recommended O~tion with the "N" im~eller Net Delivered Flygt Pump/Motor Unit: 4" NP3085.190-462MT, 3HP, 480 Vac-3PH, 50' Price Each: 1 power/sensor cable, FM Explosion rated, FLS moisture intrusion & overload $4,974.00 thermal monitoring system, factory standard paint, 4.5 full load amp draw@ 480 v -3ph. -Impeller & Cutter/Wear Plate are constructed of cast iron OPTION# 2-Flygt 3085 with the old enclosed design "C" im~eller 1 Flygt Pump/Motor Unit: 4" CP3085.092-434MT, 3HP, 480 Vac-3PH, 50' Net Delivered power/sensor cable, FM Explosion rated, FLS moisture intrusion & overload Price Each: thermal monitoring system, factory standard paint, 4.5 full load amp draw@ 480 v $5,051.00 -3ph. -Impeller is only available in cast iron construction SHAPE INC. John :JVLohr ______ _ John Mohr, Mobile (209) 324-8058 QUOTATION DOES NOT INCLUDE ANY SALES OR USE TAX PAYABLE UNDER ANY STATE OR FEDERAL STATURE. THIS QUOTATION PRICE IS FOR MATERIAL LISTED ABOVE. ANY ADDITIONS OR MODIFICATIONS THAT BECOME NECESSARY FOR APPROVED SUBMITTALS, UPON AWARDING OF THIS CONTRACT, MAY RESULT IN NECESSARY PRICE CHANGES. NOTE: ITEMS NOT SPECIFIED ON THIS QUOTATION ARE NOT INCLUDED IN OUR PRICE AND ARE TO BE SUPPLIED BY OTHERS. PRICES ARE FOR IMMEDIATE ACCEPTANCE AND SUBJECT TO CHANGE WITHOUT NOTICE. Rev. 01/98 SALE SUBJECT TO MANUFACTURERS STANDARD TERMS AND CONDITIONS. See attached page for Shape, Inc. terms and conditions P-14-688-0 Attachment A Page 4 of 16 SHAPE INCORPORATED QUOTATION Page (2) of (2) Fresno County -new replacement pump for the Flygt pump/motor unit CP3085.092-434MT, 3 HP-480 volt 3-phase OPTION # 3-Recommended OQtion -Flygt 3085 with the "N" imQeller and where the imQeller & cutter/wear Qlate are constructed of hard iron/high chrome material Net Delivered Price Each: 1 Flygt Pump/Motor Unit: 4" NP3085.095-465MT, 3HP, 480 Vac-3PH, 50' $5,441.00 power/sensor cable, FM Explosion rated, FLS moisture intrusion & overload thermal monitoring system, factory standard paint, 4.5 full load amp draw@ 480 v -3ph. -Impeller & wear/cutter plate is constructed of hard iron/high chrome construction The above prices does not include sales tax Note: Quotation is for listed materials only. NOT INCLUDED sales tax. installation labor. unloading. access covers. See 2"d page for Shape, Inc. terms and conditions of sale. SHAPE INC. Jolin 9Vlolir ______ _ John Mohr, Mobile (209) 324-8058 QUOTATION DOES NOT INCLUDE ANY SALES OR USE TAX PAYABLE UNDER ANY STATE OR FEDERAL STATURE. THIS QUOTATION PRICE IS FOR MATERIAL LISTED ABOVE. ANY ADDITIONS OR MODIFICATIONS THAT BECOME NECESSARY FOR APPROVED SUBMITTALS, UPON AWARDING OF THIS CONTRACT, MAY RESULT IN NECESSARY PRICE CHANGES. NOTE: ITEMS NOT SPECIFIED ON THIS QUOTATION ARE NOT INCLUDED IN OUR PRICE AND ARE TO BE SUPPLIED BY OTHERS. PRICES ARE FOR IMMEDIATE ACCEPTANCE AND SUBJECT TO CHANGE WITHOUT NOTICE. Rev. 01/98 SALE SUBJECT TO MANUFACTURERS STANDARD TERMS AND CONDITIONS. See attached page for Shape, Inc. terms and conditions P-14-688-0 Attachment A F~ a xylem brand 3085.160 I 3085.190 (FM) Adaptive N Impeller Page 5 of 16 Section 4 Page 6 July 23, 2014 Hev 1 . .• . .. · Staridar(fConfigilratlon ·_ . ····.·.·•·.·~:.:· :~~ .... Options. • .. ·' ······<<. , ...... lnst Impeller Hydr. 'PH h-IP;· 'Type Type· •••••• c: NP 462,463 MT 3 3.0 463 MT 3 2.2 463 MT 1 2.4 255,256 SH 3 4.0 NF 462,463 MT 3 3.0 463 MT 3 2.2 463 MT 1 2.4 NS. 462,463 MT 3 3.0 463 MT 4 2.2 .• 463 MT 1 2.4 255,256 SH 3 4.0 NT 463 MT 3 2.3 oi'fset 255.256 SH 3 4.0 NT. 463 f·ll'T 3 2.3 . ,. fnline. 255,256 SH 3 4.0 NZ 463 MT 3 2.3 255,256 SH 3 4.0 • See Section 1, last page All pumps are Cast Iron construction, unless otherwise noted. See end of Section 2 ior Standard Accessories details. See Section 4 for additional cable, chain, controls. accessory selections and common options. ouuctrit Baslc Standard Outlet X .Price ··Access FM. .. FLS. Jrilet* i' .. ~ "" . . : . 3 $4,240 51.194 5530 5198 3 53.604 $1,194 5530 5198 3 54.240 51.194 5530 $198 3 54.414 $1.194 $530 $198 3 $4,695 S530 $198 3 $3,990 5530 $198 3 $4,695 $530 $198 3 $4,695 $530 $198 3 $3,990 S530 $198 3 $4,695 $530 $198 3 54,888 $530 $198 3 $5,168 S530 $198 3 $5,163 $530 $198 3 $5.591 $530 S198 3 $5,586 $530 $198 3 $4,306 $530 NiA 3 $4,479 $530 NiA STD PUMP FM PUMP NOTES Basic pump prices always include standard cable for a 460V pump. Different voltages may require different cable. If pricing a pump other than 460V, check cable selections in Section 4 and adjust price as needed. NP Basic price includes 50' cable, guide pin and are drilled for flush valve. NF Basic price includes 50' cable, stud-type pedistal stand, hose connection and guide pin. NS Basic price includes 50' cable, hose connection, stand and guide pin. NT Offset Version Basic price includes 50' cable. guide pin, inlet stand and discharge flange pin 543'1400. lnline Version Basic price includes 50' cable. guide pin. inlet sland Angle adapter and pump rotation adapter. NZ Base price includes 50' cable. guide pin and discharge flange pin 5431400 FLS is NOT available. Does NOT include stand. See Section 4 for CZ and NZ stands. $5' Shielded Cable $384 $384 5384 $384 $384 $384 $384 $384 5384 5384 $384 $384 $384 $384 $384 S384 $384 3085.160 3085.190 P-14-688-0 Attachment A F~ a xylem brand 3085. '183 I 3085.092 (FM) ' . ·. Standard Configuration ·~_; ' "' ln# ·Type • . lri1peller co~e < .· ..... · .. ·.· NP 462,463 465,465 .. 463 466" ' 255,256 NF 462,463 465,466 .. .·, 463 466'" ,·NS·· 462,463 465.466'" '·.·· 463 466 .. ,< 255,256 NT 463 Offset 466 .. .·.·· .· 255,256 NT' 463 lnliri~ 466'' •·::· 255,256 NZ · 463 .. 466 .. . < 255,256 :CP 434,436,438,440 "·.·'.': .•... ·. 436,436,440 ., . 436.438,440 . : 438.440 CS:· 434,436,438,440 436,438,440 '> 436,438,440 .,:· 438.440 1 ·cr·.-436.438,440 Offset 440 cr 436,438,440 rl'lnl'le-440 ·CZ > 436,438,440 DP 280,282,284 473,475.477 284 ,: 475,477 OS 280,282,284 473,475,477 284 475,477 FP 491,493 493 FS 491.493 493 • See Sechon 1, last page NOTES ~~d; ~type Pfl MT 3 MT 3 MT 1 MT 1 SH 3 MT 3 MT 3 MT 1 MT 1 MT 3 MT 3 MT 1 MT 1 SH 3 MT 3 MT 3 SH 3 MT 3 MT 3 SH 3 MT 3 MT 3 SH 3 MT 3 MT 3 MT 1 MT 1 MT 3 MT 3 MT 1 MT 1 MT 3 MT 3 MT 3 MT 3 MT 3 HT 3 MT 3 HT 1 MT 1 HT 3 MT 3 HT 1 MT 1 Li 3 L; 1 LT 3 LT 1 outli~tor HP Outlet X : . llllat• 3 3 3 3 2.4 3 2.4 3 4 3 3 3 3 3 2.4 3 2.4 3 3 3 3 3 2.4 3 2.4 3 4 3 2.3 3X4 2.3 3X4 4 3X4 2.3 3X4 2.3 3X4 4 3X4 2.3 3 2.3 3 4 3 3 3 2.2 3 2.4 3 1.6 3 3 3 2.2 3 2.4 3 1.6 3 2.3 3X4 1.6 3X4 2.3 3X4 1.6 3X4 2.3 3 4 3 3 3 2.9 3 2.4 3 4 3 3 3 2.9 3 2.4 3 3 4 2.4 4 3 4 2.4 4 ·• Hard Iron Impeller 465 is equivalent to 462 Cast Iron. 466 Hard Iron is equivalent to 463 Cast Iron All pumps are Cast !ron construction. unless otherwise noted. See end of Section 2 for Siandard Accessories details. ········.·•··. flasl~ ~r~~~ 'Std Acc.ess. FM. ! ·. ··.·:·.···· ::. $4,046 $4,513 $4,046 $4,5'13 $4,212 $4,482 $4,973 $4,482 $4,973 $4,482 $4,973 $4,482 $4,973 $4,665 $4,933 $5,476 $5,139 $5,328 55,914 $5,550 $4,110 $5,476 $4,276 $4,123 $4,123 $4,123 $4,123 $4,565 $4,565 $4,565 $4,565 $5,027 $5,027 $5,429 $5,429 $3,998 $3,971 $4,207 $3.971 $4.207 $4,234 S4,320 $4,234 $4.320 $4,627 $4,627 $4,951 54,951 $1,194 $530 $1,194 $530 $1,194 $530 S1 .194 $530 S1,194 $530 S530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 $530 S530 $1,194 $530 $1.194 $530 $1,194 $530 $1,194 $530 S530 $530 $530 $530 S530 $530 $530 $530 S530 $1,194 $530 $1,194 $530 $1,194 $530 $1,194 5530 S530 $530 $530 $530 $1,194 $530 $1 '1 94 $530 S530 $530 STD PUMP FM PUMP STO GRINDER FM GRINDER See Section 4 for additional cable. chain, controls. accessory selections and common options. Page 6 of 16 Section 2 Page 7 July 23. 2014 Rev l Options .. •c FLS $198 $198 $198 $196 $196 Si98 $198 $198 $196 $198 $198 $198 $198 $198 $198 $198 $198 $198 $198 $198 N/A N!A N/A $'198 $198 $198 $198 $198 $198 $198 $198 $198 $198 S198 $198 N/A S198 $198 $198 5198 $198 $198 S198 $198 $198 $198 $198 $198 . 65' Shielded ·'Cable $384 $384 $384 $364 $384 $384 $384 $364 $364 $364 $384 $364 $384 $384 $384 $384 $384 $384 $3134 $384 $384 $384 $384 $334 $384 $384 $384 $384 $384 $384 $384 $384 S384 S384 $384 S384 S384 $384 $384 $384 $384 $384 $384 $384 $384 S384 $384 $384 3085.182 3085.092 3085.172 3085.892 P-14-688-0 F~ a xylem brand 3085.172 I 3085.891 (FM) lnst Typo Attachment A MP 252.257,258,259 HT 3 4 1.5 $2,999 S716 $530 S 198 257,258 HT 3 1.5 $2,999 $716 $530 MF 252,257,258,259 HT 3 4 1.5 $2,999 257.258 HT 1 3 1.5 $2,999 MH 252.257,258,259 HT 3 4 1.5 $2,999 257,258 HT 3 1.5 $2,999 ' See Section 1. last page NOTES • See Section 1. last page All pumps are Cast Iron construction, unless otherwise noted. $530 $530 $1,133 $530 $1,133 $530 STD PUMP FM PUr·AP STDGRINDER FM GRINDER See Section 4 for additional cable, chain. controls, access01y selections and common options. See end of Section 2 for Standard Accessories details. S198 $198 $198 $198 $198 3085.182 3085.092 3085.172 3085.892 Page 7 of 16 Section 2 Page 8 July 23. 2014 Rev 1 P-14-688-0 Attachment A ~ FL~ a xylem brand 3085 NOTES Basic pump prices always includE: standard cable for a 460\1 pump. Different voltages may require different cable. If pricing a pump other than 460V, check cable selections in Section 4 and adjust price as needed. CP -DP -FP-NP CS -DS -FS -NS CT-NT Base price includes 50' cable. NP/CP models are drilled for flush valve. FP and DP 2-pole models are not drilled for flush valve. CP models include brass wear ring. NP models include guide pin. Base price includes 50' cable. hose connection and stand. CS/NS models are drilled for flush valve. CS models include brass wear ring. DS 2-pole models are not drilled for flush valve. NS models include guide pin. Offset Version Basic price includes 50' cable, guide pin, inlet stand and discharge flange p/n 5431400. lnline Version Page 8 of 16 Section 2 Page 9 July 23. 2014 Rev l Basic price includes 50' cable. guide pin. inlet stand Angle adapter and pump rotation acJapter. CZ -NZ MH-MF-MP NF WL Base price includes 50' cable and discharge flange pin 5431400. Does NOT include stand. FLS is NOT available. CZ models include brass wear ring. NZ models include guide pin. See Section 4 for CZ and NZ stands. Base price includes 30' cable. Base price includes 50' cable. llose connection. legs and guide pin. WL 70 is to be used in applications where liquid temperatures exceed 40°C. Consult Xylecl for configurations available. Where available, the WL70 adder is $250, plus any required cable change. Basic price includes 460V cable. adjust for other voltages. Confirm other impeller I power ratings with Flygt Applications Engineer. P-14-688-0 F~ a xylem brand Attachment A Page 9 of 16 Section 2 Page 10 July 23, 2014 Rev 2 3085.800 I 3085.810 (FM} Premium Efficiency .. .. standard configuration • · .• .. _.._·.·· .. .·, .. .·.;· i:-~yctr~ .• HK~ •p:u!J~(oi ;.s~s.ic Stcl, __ ,h1s(fype Impeller .. ·.•TYro· PH :9;&i~tf, >Prfce_ Att . ·.• . •• ~~;~ssi. ss• • ·••··· ; : , • Shielded ... ·:·. .Cable •.NP 462,463 MT 3 3.5 3 $4,460 $778 $198 $384 . NS 462,463 MT 3 3.5 3 $4,940 $778 $198 $384 NF> . .• 462,463 MT 3 3.5 · Nl"Offset 462,463 MT 3 3.5 wrJJiline 462,463 MT 3 3.5 N?· ·.:· 462,463 MT 3 3.5 • See Section 1. last page All pumps are Cast Iron construction with cast iron impeller. insert ring and SS tilting lmndle, SS pump/motor st1aft and fasteners. NP pumps are drilled for Mix-Flush Valve. If not used, the port is closed by means of a gasketed cover plate. 3 $4.940 $778 $198 3 54,460 $778 $198 3 $4,817 $778 S198 3 $3.791 $778 $198 See Section 4 for additional cable, chain. accessory selections and common options. See Section 6 for control selections. STO PUMP FM PUMP See end of Section 2 for Standard Accessories details. To incorporate SmartRun '", the Premium Efficiency pump must have shielded cable, which is available in standard length of 65'. Addition of !he shield eel cable to the Premium Efficiency pump makes them Experiorr" Approved. See Section6 for SmartRun"·' selections. NOTES Basic pump prices always include standard cable ior a 460V pump. Different voltages may require different cable. If pricing a purnp other than 460V, check cable selections in Section 4 and adjust price as needed. NP Basic price includes 50' cable. NP models are drilled for flush valve, and include guide pin. NS Basic price includes 50' cable. hose connection and stand. NS models are drilled for flush valve. and include guide pin. NT Offset Version Basic price includes 50' cable, guide pin, inlet stand and discharge flange p/n 5431400. lnline Version Basic price includes 50' cable, guide pin. inlet stand Angle adapter and pump rotation adapter. NX Basic price includes 50' cable. integral stainless steel cooling jacket. ANSI volute flange, drit!ed volute bottom. NX is drilled for flush valve. Pumps cannot be ordered otherwise. NZ Basic price includes 50' cable. but does not include stand. (see Section 4 for stands) $384 5384 $384 $384 3085.800 3085.810 P-14-688-0 Attachment A Page 10 of 16 ·~ FL~ a xylern. brand Section 2 Page 11 July 23. 2014 Rev 1 3085.820 I 3085.830 (FM} Hard Iron'" Premium Efficiency ·Standard Configuration . ... .·. ' ·.·.• ·. •· .%tY,tt~· lnst'fype ·. Impeller .. < ..... Hydr PH ·•HP Type I·· ...... ·. . ... · .. :;.· .. ·. . •· . ln,~n .•.. · .. NP ·.· 462,463 MT 3 3.5 •· .. NS ·· .. ·. 462,463 MT 3 3.5 NT offset 462,463 MT 3 3.5 ·NT In line 462,463 MT 3 3.5 NF · .. 462,463 MT 3 3.5 NZ. ·• 462,463 MT 3 3.5 • See Section 1, last page All pumps are Cast Iron construction with hard iron impeller, insert ring and SS lifting handle. SS pump/motor shafl an(i fasteners. NP pumps are drilled for Mix-Flush Valve. If not used, the port is closed by means of a gasketed cover plate. 3 3 3 3 3 3 Options . Basic Std . •?~;i:e Ace FM FLS .·.<· I $4,906 S778 SHi8 $5,434 $778 S198 $4,946 $778 S198 S5.342 $778 $'198 55,434 $778 $198 $4,115 S778 $198 See Section 4 for additional cable, chain, accessory selections and common options. See Section 6 for control selections. STO PUMP Ffvl PUMP See end of Section 2 for Standard Accessories details. To incorporate SmartRun "'. the Premium Efficiency pump must have shielded cable, wl1id1 is available in standard length of 65'. Addition of the shielded cable to the Premium Efficiency pump makes them Experiorm Approved. See Section 6 for SmartRun"' selections. NOTES Basic pump prices always include standard cable for a 460V pump. Different voltages may require different cable. If pricing a pump other than 460V, check cable selections in Section 4 and adjust price as needed. NP Basic price includes 50' cable. NP models are drilled for flush valve. and include guide pin. NS Basic price includes 50' cable, hose connection and stand. NS models are drilled for flush valve. and include guide pin. NT Offset Version Basic price includes 50' cable, guide pin. inlet stand and discharge flange pin 5431400. lnline Version Basic price includes 50' cable. guide pin. inlet stand Angle adapter and pump rotation adapter. NX Basic price includes 50' cable, integral stainless steel cooling jacket. ANSI volute flange. drilled volute bottom. NX is drilled for f1usl1 valve. Pumps cannot be ordered other.vise. 65' Shielded Cable S384 S384 $384 S384 $384 S384 3085.820 3085.830 P-14-688-0 F~~ a xylem brand Attachment A Page 11 of 16 Section 2 Page 12 July 23. 2014 Rev 1 3085.900 I 3085.910 (FM) Adaptive N Impeller Premium Efficiency · standard ¢i>hJiguration, · .>'• . .·< .•:. ···•··· ··6ptlons< . . <': 1'8~~; ·:: .·.:.:· Ht: qutt~tpr lnst Type .'PH .0!1thitX . •·· .. ··.· .··_ ......... . ·.r:rpe inlet':• .. · .. • . ·.···· ··· .. NP 462,463 MT 3 3.5 3 463 MT 3 2.7 3 NS 462.463 MT 3 3.5 3 .. 463 MT 3 2.7 3 NTOffsot 462,463 lv1T 3 3.5 3 NTinliiio 462,463 MT 3 3.5 3 NF 462.463 MT 3 3.5 3 463 MT 3 2.7 3 NZ 462,463 MT 3 3.5 3 • See Section 1. last page All pumps are Cast Iron construction with Adaptive N impeller, insert ring and SS lifting handle, SS pump/motor shaft and fasteners. NP pumps are drilled for Mix-Flush Valve. If not used, the port is closed by means of a gasketed cover plate. saslc._ .• Std .. l~'~i~ . Price, Aci~:; FLS .····· 54.632 5778 $198 $4,429 $778 $198 $5,130 $778 $198 $4,906 S778 $198 $4,509 $778 $198 $4,870 $778 $198 $5,130 S778 S198 $4,906 $778 S198 $4,087 $778 N/A See Section ·l for additional cable. chain, accessor/ selections and common options. See Section 6 for control selections. STD PUMP FM PUMP See end of Section 2 for Standard Accessories details. To incorporate SmartRun"·', the Premium Efiiciency pump must have shielded cable. which is available in standard length of 65'. Addition of the shielded cable to the Premium Efficiency pump makes them Experiorn' Approved. See Section 6 for SmartRun"" selections. NOTES Basic pump prices always include standard cable for a 460V pump. Different voltages may require different cable. If pricing a pump other than 460V, check cable selections in Section 4 and adjust price as needed. NP Basic price includes 50' cable. NP models are drilled for flush valve. and include guide pin. NS Basic price includes 50' cable. hose connection and stand. NS models are drilled for flush valve, and include guide pin. NT Oifset Version Basic price includes 50' cable, guide pin. inlet stand and discharge flange p/n 5431400. lnline Version Basic price includes 50' cable, guide pin. inlet stand Angle adapter and pump rotation adapter. NX Basic price includes 50' cable. integral stainless steel cooling jacket, ANSI volute flange, drilled volute bottom. NX is drilled ior flush valve. Pumps cannot be ordered otherwise. 65' Shielded . cable $384 $384 $384 $384 $384 $384 $384 $384 $384 3085.900 3085.910 P-14-688-0 Attachment A Page 12 of 16 w~ a xylem brand WAl{RANTY Xylem Water Solutions USA, Inc. For the period defined, Xylem Water Solutions USA, Inc. offers a commercial warranty to the original End Purchaser against defects in workmanship and material on Flygt Products. Warranty covers Flygt parts and labor as outlined in ADDENDUM -A. COVERAGE: Xylem Water Solutions USA, Inc. will pay the cost of parts and labor during the warranty period, provided that the Flygt product, with cable attached, is returned prepaid to a Xylem Water Solutions USA, Inc. Authorized Service Facility for Flygt Product repairs. Coverage for Flygt parts and labor will be provided for the period shown in ADDENDUM -A. The warranty period will begin from date of shipment or date of a valid Start-up (For permanently installed pumps only). In cases where the Start-up date is used as the beginning of the warranty on a permanently installed Flygt pump, a Start-up Report completed by an approved service technician from a Xylem Water Solutions USA, Inc. Authorized Service Facility for Flygt products must be received by the Xylem Water Solutions USA, Inc. Area Service Manager for Flygt Products within thirty (30) days of the initial onset of the unit placed into service. If not received, the beginning of the warranty coverage will default to the Flygt product ship date. A Start-up for a permanently installed Flygt pump must occur within one (1) year from the date of shipment from a Xylem Water Solutions USA, Inc. authorized facility for Flygt Products or warranty will automatically default to ship date as start of warranty. (See STORAGE section) When using the start-up date as the beginning of the warranty, a copy of the Start-up Report will be required to support any Warranty Claims. Warranty on Flygt Dewatering pumps will begin with ship date only. No other date on Flygt Dewatering pumps will be considered. Xylem Water Solutions USA, Inc.'s sole obligation under this Warranty for Flygt Products shall be to replace, repair or grant credit for Flygt Products upon Xylem Water Solutions USA, Inc.'s exclusive determination that the Flygt Product does not conform to the above warranty. In the event that the Flygt product is replaced, warranty on tt1e replacement product will be equal to the balance remaining on the original product or ninety (90) days, which ever is greater. MISUSE: This Warranty shall not apply to any Flygt product or part of Flygt product which (i) has been subjected to misuse, misapplication, accident, alteration, neglect, or physical damage (ii) has been installed, operated, used and/or maintained in a manner which is in an application that is contrary to Xylem Water Solutions USA, Inc.'s printed instructions as it pertains to installation, operation and maintenance of Flygt Products, including but without limitation to (iii) operation of equipment without being connected to monitoring devices supplied with specific products for protection; or (iv) damaged due to a defective power supply, improper electrical protection, faulty installation or repair, ordinary wear and tear, corrosion or chemical attack, an act of God, an act of war or by an act of terrorism; or (v) has been damaged resulting from the use of accessory equipment not sold by Xylem Water Solutions USA, Inc. or not approved by Xylem Water Solutions USA, Inc. in connection with Flygt products. WEAR PARTS: This warranty does not cover costs for standard and/or scheduled maintenance performed, nor does it cover Flygt parts that, by virtue of their operation, require replacement through normal wear (aka: Wear Parts), unless a defect in material or workmanship can be determined by Xylem Water Solutions USA, Inc .. Wear Parts are defined as Cutters, Cutting Plates, Impellers, Agitators, Diffusers, Wear Rings (Stationary or Rotating), Volutes (when used in an abrasive environment), oil, grease, cooling fluids and/or any items deemed necessary to perform and meet the requirements of normal maintenance on all Flygt equipment. P-14-688-0 Attachment A Page 13 of 16 F~ a xylem be and WARRANTY Xylem Water Solutions USA, Inc. DISClAIMERS: (i) Xylem Water Solutions USA, Inc.'s warranties are null and void when Flygt Products are exported outside of the United States of America without the knowledge and written consent of Xylem Water Solutions USA, Inc.; (ii) Xylem Water Solutions USA, Inc. makes no independent warranty or representation with respect to parts or products manufactured by others and provided by Xylem Water Solutions USA, Inc. (however, Xylem Water Solutions USA, Inc. will extend to the Purchaser any warranty received from Xylem Water Solutions USA, Inc.'s supplier for such parts or products). liMITATIONS: XYLEM WATER SOLUTIONS USA, INC. NEITHER ASSUMES, NOR AUTHORIZES ANY PERSON OR COMPANY TO ASSUME FOR XYLEM WATER SOLUTIONS USA, INC., ANY OTHER OBLIGATION IN CONNECTION WITH THE SALE OF ITS FLYGT EQUIPMENT. ANY ENLARGEMENT OR MODIFICATION OF THIS WARRANTY BY A FLYGT PRODUCT DISTRIBUTOR, OR OTHER SELLING AGENT SHALL BECOME THE EXCLUSIVE RESPONSIBILITY OF SUCH ENTITY. THE FOREGOING WARRANTY IS EXCLUSIVE AND IN LIEU OF ANY AND ALL OTHER EXPRESS OR IMPLIED WARRANTIES, GUARANTEES, CONDITIONS OR TERMS OF WHATEVER NATURE RELATING TO FLYGT PRODUCT(S), INCLUDING AND WITHOUT LIMITATION ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH ARE HEREBY EXPRESSLY DISCLAIMED AND EXCLUDED. PURCHASER'S EXCLUSIVE REMEDY AND XYLEM WATER SOLUTIONS USA, INC.'S AGGREGATE LIABILITY FOR BREACH OF ANY OF THE FOREGOING WARRANTIES IS LIMITED TO REPAIRING OR REPLACING FLYGT PRODUCTS AND SHALL IN ALL CASES BE LIMITED TO THE AMOUNT PAID BY THE PURCHASER HEREUNDER. IN NO EVENT IS XYLEM WATER SOLUTIONS USA, INC. LIABLE FOR ANY OTHER FORM OF DAMAGES, WHETHER DIRECT, INDIRECT, LIQUIDATED, INCIDENTAL, CONSEQUENTIAL, PUNITIVE, EXEMPLARY OR SPECIAL DAMAGES, INCLUDING BUT NOT LIMITED TO LOSS OF USE, LOSS OF PROFIT, LOSS OF ANTICIPATED SAVINGS OR REVENUE, LOSS OF INCOME, LOSS OF BUSINESS, LOSS OF PRODUCTION, LOSS OF OPPORTUNITY OR LOSS OF REPUTATION. XYLEM WATER SOLUTIONS USA, INC. WILL NOT BE HELD RESPONSIBLE FOR TRAVEL EXPENSES, RENTED EQUIPMENT, OUTSIDE CONTRACTOR'S FEES, OR ANY EXPENSES ASSOCIATED WITH A FLYGT PRODUCT REPAIR SHOP NOT AUTHORIZED BY XYLEM WATER SOLUTIONS USA, INC. U.S.A., INC. REIMBURSEMENT COSTS FOR CRANES AND/OR ANY SPECIAL EQUIPMENT USED IN CONJUNCTION FOR THE REMOVAL AND/OR REINSTALLATION OF ANY FLYGT EQUIPMENT IS NOT COVERED UNDER THIS WARRANTY. ANY UNAUTHORIZED ALTERATIONS TO SUPPLIED FLYGT EQUIPMENT USED WITHOUT XYLEM WATER SOLUTIONS USA, INC. SUPPLIED FLYGT BRAND CABLE OR CONTROLS WILL NOT BE COVERED UNDER THIS WARRANTY, UNLESS IT CAN BE PROVEN SUCH ANCILLARY EQUIPMENT IS SUITABLE FOR THE PURPOSE AND EQUAL TO XYLEM WATER SOLUTIONS USA, INC. SUPPLIED FLYGT BRAND CABLES OR CONTROLS THAT WOULD ORIGINALLY HAVE BEEN SUPPLIED WITH THE TYPE OF EQUIPMENT IN USE. REQUIREMENTS: A copy of Electrical System Schematics of the Control used (including a Control's Bill of Material) could be required to support a Warranty Claim when a non Flygt Brand Control is used. In addition, a written record, hereby known as "the log", will be associated with each unit serial number and must be maintained by the organization having product maintenance responsibility. The log must record each preventative maintenance activity and any repair activity during the life of the warranty or verification that a Xylem Water Solutions USA, Inc. authorized Service Contract for Flygt Products is in force and must be available for review and/or auditing. Failure to meet these conditions could render this warrant null and void. Such logs could be required to determine warranty coverage. xyien1 ; '' ~ ;. ~· '::" ;·. ·.': , .. v~r 12 .()Sill::: P-14-688-0 Attachment A Page 14 of 16 F~ a xylem brand WARRANTY Xylem Water Solutions USA, Inc. STORAGE: Should a delay occur between ship date and the date of start-up, maintenance as outlined in Xylem Water Solutions USA, Inc.'s Care & Maintenance Manual for Flygt Products must be performed by the "CONTRACTOR" and/or "OWNER" during any such period of storage. Documentation providing proof and outlining what maintenance was performed must be provided to Xylem Water Solutions USA, Inc. or its Flygt Products representative within thirty (30) days of said maintenance, or the Xylem Water Solutions USA, Inc. warranty for Flygt Products could be considered void. CONTROLS: Warranty coverage for permanently installed controls will start for the end purchaser on the date of shipment. This warranty does not apply to controls that have been damaged due to a defective and/or improper input power supply, improper electrical protection, accidental damage, improper or unauthorized installation and/or repair, unauthorized alteration, negligence, environmental corrosion or chemical attack, improper maintenance or storage of control, any act of God, an act of war, an act of terrorism or damage resulting from the use of accessory equipment not approved by Xylem Water Solutions USA, Inc.. Further, this warranty does not apply in the event an adjustment is found to correct the alleged defect. Solid state devices will be covered for a period of one (1) year except in the Flygt Standard Control Panel (FSCP) where the solid state devices will be covered for the full warranty period of the control panel. Electrical control panels containing controllers, PLC's, drives, soft starts, and other computerized equipment will require Transient Voltage Surge Suppression (TVSS) protection in order to satisfy the requirements of this warranty. The protection equipment associated with the control must be kept in working condition during the life of the warranty. Auxiliary equipment supplied with the control (air-conditioners etc.) is limited by the respective original equipment manufacturer's warranty offered. Consumable items such as: light bulbs, fuses, and relays are covered under normal operating conditions. Electrical surges experienced during startups and/or during normal operating use of the control panel will cause the consumable items not to be covered under this warranty policy. Components not supplied by Xylem Water Solutions USA, Inc. will not covered by this warranty. TOP (The Optimum Pump Station) Xylem Water Solutions USA, Inc. will warrant the Flygt TOP pre-engineered fiberglass pump station components against defects in material and workmanship for a period of one (1) year from date of start-up or eighteen (18) months from date of shipment and is valid only to the original owner of the station. Warranty shall cover the cost of labor and materials required to correct any warrantable defect, excluding any removal and reinstallation costs, FOB Xylem Water Solutions USA, Inc.'s authorized warranty service location for Flygt's TOP. Flygt Products contained within a TOP pre-engineered fiberglass pump station will carry the standard Xylem Water Solutions USA, Inc. warranty for Flygt products and/or accessories installed in the TOP pre-engineered fiberglass pump station. All Flygt Product restrictions and/or limitations as outlined and described within the context of this warranty are germane to all sections of this Xylem Water Solutions USA, Inc. Warranty document. Xylem Water Solutions USA, Inc. National Quality Assurance -US Corporate . ',·~y~ c .• r·n .\. '"-..:.;;., ... ; '·:. :~; . ' \\·r !2 -t.J:=:!.J t I 2 P-14-688-0 Attachment A Page 15 of 16 w~ a xylem br·and WARRANTY Xylem \Vater Solutions USA, Inc. ADDENDUM-WARRANTY COVERAGE BY PRODUCT PRODUCT PRODUCT SERIES AND CONFIGURATION Months Months Months Months Months 1 , ,ji):i2 ,i\,, I< h\·18 . . ·.·:····19" 3~. . 37"~.9 / < ·40 ~G~J' 3000 Series (CP, ~IP, DP, CT, NT, CZ. LL) Axial Flow/ Mixed Flow/ Centrifugal Pumps & Mixers 4000 Series (SR. PP) 100'Yo 50%) 25% 7000 Series (PL) Flygl Stamlard Control Panels (FSCP) Standard Control Panels (FSCP -permanently ·100% (From Silip Date) installed) ETO Electrical Control Panels Engineered to Orcler. Xylem Me.nufacturecl Control ·JOO% -1 YR LIMITED -2 -YR Panels (permanently installed) -3 Years 3000 Series (MP, MF, MH. FS, FP, HP, HS) Abrasion/Corrosion Resistant & Chopper/ Grinder Pumps 5000 Series (HP, HS) 100% 8000.280 Series (DP, DZ, DT, OS, DF) 2000 Series (BS, KS) Dewatering Pumps 3000 Series (CS. 1\JS, OS) 100% (From Ship Date) 8000.280 Series (OS, OF) TOPS Fiberglass Purnp Station ·1 00% (From Ship Date) 100% Accessories Permanent f Portable (From Ship Date) Hydro ejectors/ ,\erators HE. JA '100% r~ortable Pump Controls Control Boxes (Nolta. fvlSHA etc.) 100% (From Ship TOPS Control Panels TOPS control panels (permanently installed) Date) 100% Small Pumps 3045, 3057, sx (From Ship Dale) '100% Parts-* All new Flygl parts (mecllanical & electrical) (From Ship Date) * -Parts that fail where used in a repair are warranted for one (1) year fmm the date of the repair for the failed part only-no labor: This Includes Flygt pump controllers, Flygt supervision equipment. Flygt submersible level transduce1·s, etc. :>..'Vlem. J tc··· .. ;. :' •;:,· .. · t·~:::.:~~:~:-~.: ¥ \'t.:l 12 -()~()! ~~ P-14-688-0 D1·ew Dempsey Territory Manager Xylem, Inc. 3324 Bwtherton Roaci Cincinnati, OH 45209 0: 5i3-83i-7867 [\Ji: 5i3-713-9388 drew.dempsev@xyleminc.com October 31, 2014 Attachment A Subject: Factory authorized distributor for Flygt products and service To: Louann Jones County of Fresno I Internal Services 4525 E Hamilton Ave Fresno CA 93702 This letter is to inform you that Shape, Inc. 6600 Koll Center Parkway, Suite 220 Pleasanton, CA 94566-3107 Phone(925)485-9720 Fax (925) 485-6085 Page 16 of 16 is the exclusive factory authorized distributor of Flygt pumps and accessories for the municipal market in the Northern California region for the following counties: North of and including lnyo, Tulare, King, and Monterey and South of and including Alpine, Amador, San Joaquin, Contra Costa, Alameda, San Mateo and San Francisco. Also included are the counties of Fresno, Mendocino, Lake, Sonoma, Marin and the Cities of Benicia and Vallejo in Solano County. Both Flygt and Shape Corporation have the authorization to sell parts in the named counties above. We are confident that Shape, Inc. will be able to provide expert advice in a professional manner for any of your pumping needs. Your interest in Flygt products is genuinely appreciated. Yours very truly, Drew Dempsey Territory Manager