Loading...
HomeMy Public PortalAbout080-2015 - Sanitary - S&K Equipment Inc - Chopper pump1. a ORIGINAL PURCHASE AGREEMENT THIS AGREEMENT made and entered into this ti�- day of% , 2015, by and between the City of Richmond, Indiana, a municipal corporation actin and through its Board of Sanitary Commissioners (hereinafter referred to as the "City") and S & K Equipment Company, Inc., P.O. Box 342, Vincennes, Indiana 47591 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one new Vaughan® Horizontal End Suction Chopper Pump and 5 HP drive motor, delivered. A Request for Quotes containing Specifications sent out May 14, 2015, has been made available for inspection by Contractor, is on file in the offices of the Richmond Sanitary District, and is hereby incorporated by reference and made a part of this Agreement. Contractor agrees to abide by the same, and shall provide said equipment conforming to the requirements contained in the Specifications. Delivery of any equipment that does not meet all specifications will be considered a breach of this Agreement. The response of Contractor to said Request for Quotes and Specifications is attached hereto as Exhibit "A," which Exhibit is dated May 21, 2015, consisting of five (5) pages, and is hereby incorporated by reference and made a part of this Agreement. Contractor shall provide all equipment, services, and warranties, listed on Exhibit "A." Contractor shall not modify or alter any standard warranty from the manufacturer of the above described equipment. Nothing contained herein shall prevent Contractor from providing any additional or supplemental warranty in addition to that provided by the Manufacturer. Further, Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to receive such warranty. Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(a)(2);and 3. A purchase order has been issued by the Purchasing Department. SECTION Il. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. Contract No. 80-2015 Page 1 of 6 SECTION III. COMPENSATION City shall pay Contractor a total sum of Nine Thousand Nine Hundred Fifty -Eight Dollars and Zero Cents ($9,958.00) for the above described equipment, delivered. SECTION W. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect until completion of the project. Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least five (5) working days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. In the event of such termination, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to be terminated. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Page 2 of 6 Coverne A. Worker's Compensation & Disability Requirements B. Employer's Liability C. Comprehensive General Liability Section 1. Bodily Injury Section 2. Property Damage D. Comprehensive Auto Liability Section 1. Bodily Injury Section 2. Property Damage Limits Statutory $100,000 $1,000,000 each occurrence $2,000,000 aggregate $1,000,000 each occurrence $1,000,000 each person $1,000,000 each occurrence $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $2,000,000 each aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If Page 3 of 6 this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event City determines during the course of this Agreement that this certification is no longer valid, City shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or any sub -contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. Page 4 of 6 SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such assignment or delegation without the prior written consent of the other party shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. Both parties expressly agree that this document supersedes all previous negotiations, discussions, or conversations relating to the subject matter herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising under this Contract, must be filed in said courts. By signing this agreement, both parties are estopped from bringing any action in alternative courts or venues. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in Wayne County Circuit or Superior Court. Any person executing this Contract in a representative capacity hereby warrants that he has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees. In the event that an ambiguity or question of intent or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. If any portion of this agreement is declared unenforceable by a court or tribunal, all other portions shall remain in full force and effect. Page 5 of 6 IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, S & K EQUIPMENT COMPANY, INC. INDIANA by and through its Board of Sanitary Commissioners By: By: ue iller, President Printed name: (S-�Q�,, _ Ak Title ��f-2� LC& Date: Date: 94,50' APPROVE` —)Z4" Sarah L. Hutton, Mayor Date: -7/ Page 6 of 6 PRICE REQUEST 4 p J s R � f CITY OF MCHWOND D90LIBEMINTOFSANITATI,I THIS IS NOT AN ORDER 2380 LIBERTY A1'FI�'IJE.ItiCiL1{Q\D, INDIANA 47374 MQ\E 6651983-7450.FAX (765) 962-1669 R VENDOVENDOR INSTRUCTIONS This Is a request for a price for the services of materials S & K Equipment Company, Inc. described below. Any additional specifications may be attached hereto. This Is NOT an order and the City reserves P. O. Box 342 the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below Vincennes, iN47591 with signature: Itemize all prices and charges where requested, and attach any explanation for any substitution to ATTN: Ted Ssmu dSteven Gott specifications altered. Return in a sealed envelope, In care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specifieddate and time be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: May 14. 2016 10:00 A.M. on May 26, 2015 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This Is a request for quotes for a New Vaughn Horizontal End Suction Chopper Pump and 6 HP Drive Motor. Please see attached specifications. Also Include ail warranty information and others Information requested with quote. Return this sheet in a sealed envelope addressed to: Richmond Sanitary District penlse Johnson, Customer Service Mgr 2380 Liberty Avenue Richmond, iN 47374 Re: Vaughan End Suction Chopper / Motor Questions? Call Jeff Lohmoeiler at 766-983-7464. Quote Valid Until a6 i S Total Quote $ —! - i 58, �d STATE TAX EXEMPTION # 003121909-001 Richmond Sanitary District NAME OF FIRM QUOTING: S4 K ��lviPmcn� Ct�t�ix1 ►1�- BY:�C�/yl� a AUTNORUID 6Y SIGNATURE �fh M none sa Ins TR" S-ai is 91 gb- 0)-H DAT PHONE NUMBER 1 EXHIBIT PAGE=-101—.T— REQUEST FOR QUOTE / PROPOSAL SHEET The Richmond Sanitary District is requesting quote for the following Vaughan Horizontal End Suction Chopper Pump. One (1) - Vaughan model HE3G6CS-065 horizontal end suction chopper pump, rated for 250 GPM @ 28' TDH, consisting of: • CASING AND BACK PULL-OUT PLATE, cast ductile iron. • IMPELLER, CUTTER NUT AND UPPER CUTTER, cast steel, heat treated to minimum 60 Rockwell C Hardness. Impeller dynamically balanced. • CUTTER BAR, plate steel, heat treated to minimum 60 Rockwell C Hardness. • SHAFT, heat treated steel. • BEARINGS, ball type thrust and radial bearings, oil lubricated. • BEARING HOUSING, cast ductile iron with sight glass. • FLUSHLESS MECHANICAL SEAL, cartridge type with SC seat faces and integral shaft sleeve, as manufactured by Vaughan. • ELASTOMERS, BUNA N • FLANGES, 3" discharge & 6" inlet, 125 LB ANSI rated. • COUPLING, elastomeric type by TB Woods. • MOTOR MOUNT, 1018 steel, piloted for "C" flanged mounted motor. • BASE, fabricated 1018 steel, complete with anchor bolt holes. • PUMP STANDARD FINISH: treated with solvent wash and coated with Rodda Acrylic Urethane (1-3MDFT). (Except Motor) One (1) - Vaughan replacement drive motor, 5 HP, 1800 RPM, 230/460/3/60, 1.15 SF, "C" flanged, TEFC electric motor. Name of Company Quoting S" E i�t►'1Pn� �0(►1 Name of Contact Person and Number Tofv\ Moonty (81a) gnu 6 - 0 a y 5- Cost of Pump, Motor and Delivery $ 9, 9 Se Estimated Delivery of issued PO .7 - 9 w e e s Warrantee of Pump and Motor E-Verify Requirements _ Co PIN] Indiana Local Preference Claim Iran Investment Activities S-1 k Eqv')pyn,-., `C 1S rj ieT "Ire Trem - EXHIBIT PAGE ! OF 5 I t\ tfan i f4i4ughar�� 3"- 6" HE -SERIES HORIZONTAL CHOPPER PUMPS Materials of Construction: Impeller/ Cutter Nut /Upper Cutter: .......... Cast alloy steel, heat treated to minimum Rockwell C 60. Cutter Bar: .................................................. Alloy steel or cast alloy steel, heat treated to minimum Rockwell C 60. CasingtBadc Pill-0ut Plate: ................................... Ductile cast iron. Flushless Mechanical Seal .................................... Cartridge type with silicon carbide (or tungsten carbide) faces and stainless steel sleeve. (See b+b%ftpage lbro#wseahVopd ) Thrust Bearings: ......................................... Back-to-back angular contact ball type or face to face tapered roller type. Radial Bearings: ......................................... Ball type or cylindrical roller type. Shaft: ............................................................ Heat treated alloy steel. Lubrication: ............................................... ISO Grade 100 oil. Flanges: ....................................................... ANSI Class 125 Mounting Base: ........................................... Carbon Steel. Paint: ............................................................ Acrylic Urethane. _ DRAWINGS AND__ �OIM 10 St SUBJECT p09CHfWGE WITHOUL�Q tQ DCFb QR;GONS. ittTCFIO S `��coNTACT�ISGFfANfQRCERTIFIED-CONSTRUGTION�P_RINTS .E„ 60" C "F" 125# FF DISCHARGE FLANGE �J 1 „A,. I TYP. DIMENSIONS IN INCHES Elm 28 1 /16"-_4_0=314_1Z:7Iti:,i1_Tfe-.11z112'0-7 ' 4; =6 HANOHOLE 0 3/4" HOLES (4) tom. 3/4" rA"- ="== TYP. "G" 125# FF SUCTION FLANGE „U" a25 11_ D„ ° - _ V.. BMW OIL LEVEL SIGHT GLASS ,36 3 3/8.. IN (4) LIFTING EYES ® — ®Elio 'FOR REFERENCE ONLY. DIMENSIONS WILL VARY SLIGHTLY BY MOTOR MANUFACTURER IMIM R —A VAUGHAN CO., INC. MADE IN THE 364 Monte Elma Road, Montesano, WA 98563 Phone: 1-360-249-4042 / Fax: 1-360-249-6155 Toll Free Phone (US only): 1-888-249-CHOP (2467) Web Site: www.chopperpumps.com -USA Company E-mail: info@chopperpumps.com For all current patents, see htfp✓/www.chopperpumps.corWpatents.htm EXHIBIT -4- PAGE __q OF SPECIFICATIONS- HE SERIFS 3"- 6" HORIZONTAL CHOPPER PUMPS The horizontal chopper pump shall be specifically designed to pump waste solids at heavy consistencies without plugging or dewatering of the solids. Materials shall be chopped/maceraled and conditioned by the pump as an integral part of the pumping action. The pump must have demonstrated the ability to chop through and pump high concentrations of solids such as plastics, heavy rags, grease and hair balls, wood, paper products and stringy materials without plugging, both in tests and field applications. Pump shall be manufactured by Vaughan Co., Inc. DETAILS OF CONSTRUCTION A. Casing and Back Pull -Out Plate: The pump casing shall be of volute design, spiraling outward to the Class 125 flanged centerline discharge. Back pull-out design shall incorporate jacking bolts for accurate adjustment of impeller-to-cufter bar clearance, and shall allow removal of pump components without requiring disconnection of casing from Inlet or discharge piping. Casing & backplate shall be ductile cast Iron with all water passages to be smooth, and free of blowholes and Imperfections for good flow characteristics. A pressure tap shall be Included on or near the discharge flange. Backplate shall include a replaceable Rockwell C 60 cast alloy steel culler adjustable for 0.005-0.0W clearance to cut against the rotating impeller pumpout vanes for removing fiber and debris. B. Impeller: Shag be semi-open'type with pump out vanes to reduce seal area pressure. Chopping/maceration of materials shall be accomplished by the action of the cupped and sharpened leading edges of the impeller blades moving across the cutter bar at the intake openings, with a maximum set clearance between the impeller and cutter bar of 0.015-0.025" cold. Impeller shall be cast alloy steel heat treated to minimum Rockwell C 60 and dynamically balanced. The impeller shall be keyed to the shaft and shall have no axial adjustments and no set screws. C. Cutter Bar Plate: Shall be recessed into the pump bowl and shall contain at least 2 shear bars extending diametrically across the intake opening to within 0,010-0.030' of the rotating cutler nut tooth, for the purpose of preventing intake opening blockage and wrapping of debris at the shaft area. Chopper pumps utilizing individually mounted shear bars shall riot be acceptable. Cutter bar shall be cast alloy steel or alloy steel heat -treated to minimum Rockwell C 60. D. Cutter Nut: The impeller shall be secured to the shaft using a cutter nut, designed to cut stringy materials and prevent binding using a raised, rotating cutter tooth. The cutter nut shall be cast alloy steel heat treated to minimum Rockwell C 60. E. Upper Cutter: Shah be threaded into the back pull-out adapter plate behind the impeller, designed to cut against the pump -out vanes and the impeller hub, reducing and removing stringy materials from the mechanical seal area. Upper cutter shall be cast alloy steel heat treated to minimum Rockwell C 60. The upper cutter teeth are positioned as closely as possible to the center of shaft rotation to minimize cutting torque and nuisance motor tripping. The ratio of upper cutter cutting diameter to shaft diameter In the upper cutter area of the pump shall be 3.0 or less. F. Pump Shafdng: Shall be heat treated alloy steel. G. Bearings: Shah be oh -bath lubricated with iSO Grade 100 oil. Shaft thrust in both directions shall be taken up by two back-to-back mounted single -row angular contact bah bearings or two face to face mounted tapered roller bearings. Two adjacently mounted single - row radial bearings or one cylindrical roller type shah also be provided. L-10 bearing fife shall be minimum 100,000 hours. H. Bearing Housing: Shall be ductile cast Iron and machined with piloted bearing fits for concentricity of all components. Bearing housing shall Include a side -mounded site glass. Bronze non -contacting labyrinth style, O-ring mount bearing isolators shall be provided at each end of the bearing housing to prevent egress of oil and Ingress of contaminants. Thrust bearings are mounted in an adjustable cartridge to allow external upper cutter adjustment. 1. Stuffing Box: Shall be ductile cast Iron. The stuffing box shall be designed to accommodate the mechanical seal, or packing. Mechanical seal with no seal water flush and flushed tandem mechanical seal as described below does not require stuffing box. J. Seal: [NOTE TO CONSULTING ENGINEER): Please choose one of the four options below: • Mechanical Seat system specifically designed to require no seal flush: The mechanical seal shall be located immediately behind the impeler hub to eliminate the stuffing box and maximize the flushing available from the impeller pumpout vanes. The seal shall be a cartridge -type mechanical seal with Viton O-rings and silicon carbide (or tungsten carbide) faces. This cartridge seal shah be pre - assembled, and pre -tested so that no seal settings or adjustments are required from the installer. Any springs used to push the seal faces together must be shielded from the fluid to be pumped. The cartridge shag also Include a 17.4PH, heat4reated seal sleeve and stainless steel seal housing. • Flushed Tandem Mechanical Seal: The seal shah be cartridge -type tandem mechanical seal with Viton O-rings and silicon carbide (or tungsten carbide) faces. This cartridge seal shall be a pre -assembled and pre -tested so that no seal settings or adjustments are required from the installer. Any springs used to push the seat faces together must be shielded from the fluid to be pumped. The cartridge shah also Include a 174PH, heat -treated seal sleeve and stainless steel seal housing. Seal requires (lush to drain at 3 US gallons per hour flow rate. • Mechanical seal with throttle bushing and water fitting for seal water flush. The seal shaft sleeve shall be 316 SS. Mechanical seal materials shall be either 316 stainless steel or Alloy 20 with silicon carbide or tungsten carbide faces. Seat shall be positively driven by set -screws. Elastomers shall be of Buna N. and stationary seat member shalt be of the cup -mounted type to ensure cushioning of face material from mechanical shock. Contractor is to provide a 6-10 gal./hr. seal flush with filtered water, a rotameter, throttle valve, and solenoid operated isolation valve interlocked with an auxlllary contact of the motor starter. • Packing design with 5-ring Kevlar packing split Teflon lantern ring and water fitting. The packing shaft sleeve shag be 316 SS with Nickel -Chrome -Boron coating. Contractor is to provide a filtered water packing flush at 10 PSI greater than pump discharge pressure. The flush water line is to be interlocked with an auxiliary contact of the motor starter so it Is automatically turned on when the motor is started. K. Inlet Manifold: Shall be cast ductile Iran assembly mounted horizontally with a Class 125 Inlet flange, %"-NPT pressure tap, cleanout, drain connection and mounting feet. L. Shaft Coupling: Bearing housing and motor stool design Is to provide accurate, self-aRgning mounting for a C-flanged electric motor. Pump and motor coupling shah be T.B. Woods Sureflex elastomeric type. M. Optional Belt Drive: Adjustable brackets shall be used to support an over -head or side mounted motor. Sheaves and belts shall be properly sized for horsepower ratings, and all guards are to be supplied with the belt drive system. N. Stainless Steel Nameplate: Shah be attached to the pump giving the manufacturer's model and serial number, rated capacity, head, speed and all pertinent data. O. Motor Requirements: Drive motor shah be HP. RPM, volts, 3 phase, 60 hertz, 1.15 service factor, C-flange mounted, TEFC enclosure. The motor shall be sized for non -overloading conditions. P. Surface Preparation: Degreased and coaled with 1-3 MOFT of acrylic urethane (except motor). Q. OPTIONAL ADDER Surface Preparation: SSPC-SP6 commercial sandblast (except motor), primed with 5-8 MDFT epoxy primer and finish coaled with 2-4 MOFT acrylic (except Motor). FORM V382-REV3-ECN3203 EXHIBIT _&_ PEA