Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064917 - General - Contract - Andritz Separation, Inc.
64917 City Secretary Contract No. FORTWORTH, VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, and ANDRITZ SEPARATION INC. ("Vendor" or "Contractor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. Vendor will provide City with original equipment manufacturer liquid and solid separation equipment, parts and services on an as -needed basis ("Services"), as set forth in more detail in the Exhibits the Exhibits attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for 1 year, beginning on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement automatically under the same terms and conditions, for up to four (4) one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including the Exhibits the Exhibits. Total compensation under this Agreement will be an amount up to Three Million Dollars ($3,000,000.00) per term. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY Page 1 of12 FT. WORTH, TX City Secretary Contract No. completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. City acknowledges that the information that Vendor submits to City in connection with this Agreement and the performance hereof is Vendor's confidential and proprietary information. To the extent permitted by the Texas Open Records Act, City agrees not to disclose any such information marked as `confidential' by Vendor to third parties without Vendor's prior written consent. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further Vendor Services Agreement Page 2 of 12 City Secretary Contract No. understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR BODILY INJURY, INCLUDING DEATH, TO ANY AND ALL THIRD PARTY PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION— PROVIDED THE CITY GIVES VENDOR PROMPT WRITTEN NOTICE OF THE CLAIM AND AFFORDS VENDOR THE SOLE RIGHT TO CONTROL THE DEFENSE AND SETTLEMENT THEREOF, VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL THIRD PARTY CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER TANGIBLE PROPERTY DAMAGE OR TANGIBLE PROPERTYLOSS (INCL UDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING VENDOR LOST PROFITS) AND/OR BODIL Y INJUR Y, INCL UDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Notwithstanding any limitations of liability set forth in Exhibit A, provided the City gives Vendor prompt written notice of the claim and affords Vendor the sole right to control the defense and settlement thereof, Vendor agrees to defend, settle, or pay, at its own cost and expense, any third party claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is Vendor Services Agreement Page 3 of 12 City Secretary Contract No. materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non -infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 Notwithstanding any other provision in this Agreement, the following limitations of liability shall apply to the maximum extent permitted by applicable law: A) In no event shall Vendor, its officers, directors, employees, subcontractors, suppliers or affiliated companies be liable for loss of profits or loss of use, in either case whether or not foreseeable, or for any indirect, special, incidental or consequential damages of any nature resulting from, arising out of or connected with the Services or this Agreement or from the performance or breach hereof. B) The aggregate liability of Vendor, its officers, directors, employees, subcontractors, suppliers or affiliated companies, for all claims of any kind for any loss, damage, or expense resulting from, arising out of or connected with the Services or this Agreement or from the performance or breach hereof, together with the cost of performing make good obligations to pass performance tests, if applicable, shall in no event exceed the Agreement price. C) The limitations and exclusions of liability set forth in this Section 8.4 shall take precedence over any other provision of this Agreement and shall apply whether the claim of liability is based on contract, warranty, tort (including negligence), strict liability, indemnity, or otherwise. Assignment and Subcontracting. 9.1 Assigner Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of anv Services pursuant to this Agreement: Vendor Services Agreement Page 4 of 12 City Secretary Contract No. 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Vendor Services Agreement Page 5 of 12 City Secretary Contract No. Risk Manager, City of Fort Worth, 100 Fort Worth Trail, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor Services Agreement Page 6 of 12 City Secretary Contract No. Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY THIRD PARTY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON- DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, PROVIDED THE CITY GIVES VENDOR PROMPT WRITTEN NOTICE OF THE CLAIM AND AFFORDS VENDOR THE SOLE RIGHT TO CONTROL THE DEFENSE AND SETTLEMENT THEREOF, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH THIRD PARTY CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Andritz Separation Inc. Gina Massey, Inside Sales Manager - NA 1010 Commercial Blvd. South Arlington, TX 76001 Facsimile: 817-419-1990 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas. Fort Worth Division. Vendor Services Agreement Page 7 of 12 City Secretary Contract No. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or its Exhibits. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts, and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that for a period of twelve months from completion; its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor as City's sole and exclusive remedy will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures Vendor Services Agreement Page 8 of 12 City Secretary Contract No. and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. PROVIDED THE CITY GIVES VENDOR PROMPT WRITTEN NOTICE OF THE CLAIM AND AFFORDS VENDOR THE SOLE RIGHT TO CONTROL THE DEFENSE AND SETTLEMENT THEREOF, VENDOR WILL DEFEND, INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY GOVERNMENT FINES OR PENALTIES, DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all physical copies of reports, work papers, procedures, guides, and documentation that are furnished to the City in conjunction with the services provided under this Agreement (collectively, "Work Product"). 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied by supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of directors' resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains Vendor Services Agreement Page 9 of 12 City Secretary Contract No. a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 10 of 12 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: IN NameQ�a �1VV11% Title: Assistant City Manager Date: 03/24/2026 APPROVAL RECOMMENDED: By: ChriStOpher Rarder Name: CC4Iiqder( ar 19, 2026 06:59:23 CDT) Title: Water Director ATTEST:°nIl vva'°� PORT /y�9 d Fg d P C1g °=4 dd:x. � aaa° nEaa544a By: Name: Unnette Goodall Title: City Secretary VENDOR: Andritz Separation,Inc. By: / Name: Robert King Title: Vice President Operations CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: P fffis..,,, Name:sSil0ab�W(egl l 18, 2026 18:12:18 CDT) Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: 4&J6� Name:DDi4ig3 llack (Mar 20, 2026 07:09:10 CDT) Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0963 Form 1295: 2025-1366547 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 12 City Secretary Contract No. LIST OF EXHIBITS, SCOPE OF SERVICES PRICE SCHEDULES The Exhibits shall be defined as all the Exhibits below listed. Such Exhibits include: Exhibit A: 2025 Field Service Policy and Rate Sheet Exhibit B: Rheoscan and all Sub -Exhibits Exhibit C: Belt Filter Press and all Sub -Exhibits Vendor Services Agreement Page 12 of 12 FYhihit A 2025 FIELD SERVICE POLICY AND RATE SHEET Installation and Start-up Assistance All the equipment furnished by ANDRITZ Separation Inc. shall be installed and started up by, and at the expense of the purchaser. There is available, however, upon the request of the purchaser, the service of ANDRITZ Separation Inc. field service personnel for consultation and advice in the installation and start-up of ANDRITZ Separation Inc. equipment. This service is provided with the understanding that ANDRITZ Separation Inc. will function only as technical consultants and coordinators in an advisory capacity and shall have no responsibility for the supervision or the quality of workmanship of such an installation and/or start-up. Such responsibility will be that of the purchaser. Certain types of ANDRITZ Separation Inc. equipment, such as that with mechanical seals, require the checkout of the equipment by experienced field personnel before the equipment is put into operation. In these instances, the equipment is tagged upon time of shipment. The failure to have proper mechanical check out by ANDRITZ Separation Inc. field personnel will void our mechanical warranty. For the check out, power and all necessary utilities for the operation of equipment must be available. Service Rates (Rates/Pricing are in US currency Service Rates are applicable for all the time the field service employee spends on the job. This includes traveling to or from either our designated plant or point of residence of the employee. Any holdover time, i.e. time where the employee is required to stay on the job site because time does not permit travel home, or for the convenience of the customer, shall be at regular rates, listed below: ANDRITZ SEPARATION INC. 1010 Commercial Blvd. S. Arlington, Texas76001 Tel. (817)465-5611 Fax (817) 468-3961 separation.us@andritz.com Description Standard Hourly Rates Work: Weekday $273.00 (Up to 8 hrs.) Saturday $403.00 (Up to 8 hrs.) Sunday $531.00 (Up to 8 hrs.) Holidays $531.00 (Up to 8 hrs.) Travel: Weekday $195.00 (Up to 8 hrs.) Saturday $288.00 (Up to 8 hrs.) Sunday $396.00 (Up to 8 hrs.) Holidays $405.00 (Up to 8 hrs.) Remote Support $246.001 sc hr - $190.00/hr additional Overtime Hourly Rates $410.00 (Over 8 hrs.) $403.00 (Over 8 hrs.) $531.00 (Over 8 hrs.) $531.00/ hr. up to 4 hrs. $405.00 (Over 8 hrs.) $405.00 (Over 8 hrs.) $531.00 (Over 8 hrs.) $531.00/ hr. up to 4 hrs $405.00 Minimum ANDRITZ SEPARATION INC. 1010 Commercial Blvd. S. Arlington, Texas76001 Tel. (817)465-5611 Fax (817) 468-3961 separation.us@andritz.com Travel & Holiday Service If travel and work requirements carry through weekends and holidays, the premium rates above will be charged. (For example, if a customer requires field service personnel to be on site early Monday, necessitating the need to travel Sunday or a Holiday, the Sunday/Holiday rate will be charged. If work continues through a weekend and/or holiday, the Sunday/Holiday rate will be charged.) Cancellation Notice In an effort to keep costs down for our customers, service personnel will book advanced, non-refundable tickets as quickly as possible after the request for service is received. This is a conscientious effort to keep costs to the customer, for air travel, as low as possible. If such expenses have been incurred in good faith, and the customer must cancel, we must invoice for those expenses to be fairly reimbursed. Other Considerations Because our Field Service employees are away from home for extended periods for most of the year, we feel they should be with their families over the Christmas and New Year holidays. Except for breakdowns or comparable and equally critical service requirements, our personnel are not available at these times. When our field service personnel travel international and required on site for periods in excess of four weeks, they are allowed to return home to be with their families. The allowable time period is determined on a case -to -case basis. The cost only of transportation to the employee's home and return will be included with the service charges. It is required that our service personnel have single rooms in first class hotel or motel accommodations where these are available. The charges for all living and travel expense will be for the account of the customer. Travel, if by public conveyance or rented automobile, will be at cost. Travel, if by employee -owned or company owned automobile will be at the rate of US $ 0.70 per mile plus all toll and parking charges. A 15% administrative fee will apply only to travel and living expenses incurred. It is the responsibility of the purchaser to provide for all necessary permits, clearances, visas, and other pertinent information required for our personnel to travel to the job site. In the event that public facilities are not available near the job site, it is the purchaser's responsibility to provide the equivalent of first-class facilities in single rooms for our personnel at the site. For overseas jobs intended to be of an extended duration in -excess of thirty (30) days, special arrangements will be negotiated immediately (and prior to the requirement for personnel to be at the job site) with regard to visits home with their families. ANDRITZ SEPARATION INC. 1010 Commercial Blvd. S. Arlington, Texas76001 Tel. (817)465-5611 Fax (817) 468-3961 separation.us@andritz.com Service Requirement Notification Our objective is to provide the best service possible. Experience has proven that one of the best ways to accomplish this is for our employees to arrive on the job site when they are needed - but not before. Our personnel are in short supply from time to time and personnel with the special skills you may require may not be available on short notice. We request, therefore, that for projects requiring extended service (in excess of thirty (30) days) and/or special skills, ANDRITZ Separation Inc. be given at least sixty (60) days' notice as to when field service personnel are required on site. We also ask that this be confirmed within fourteen (14) days of the start of their services. In other instances, for a shorter duration of service, we request that at least a minimum of ten (10) days' notice be given prior to requirement of our service personnel. After receipt of such advance notice, while we endeavor to comply with all requested time schedules, purchaser should be aware that on rare occasions we might not be able to meet all demands immediately. Negotiations will continue until the best schedule is attained. In the event that emergencies arise, we will work to meet the customers' needs as quickly and as completely as possible. Please Note: If time is scheduled and the customer must cancel on short notice, there is no guarantee of the immediate availability of field service personnel for rescheduling. Insurance & Warranty ANDRITZ Separation Inc. service personnel are fully covered by Worker's Compensation Insurance. ANDRITZ Separation Inc. makes no warranty either express or implied or by trade usage in connection with the services of its field personnel and shall have no liability direct, indirect or for any loss, damage, injury or expense resulting from or arising out of their services other than by reason of their negligence, and in no event for consequential injury or damage or for any amount in excess of the cost of repair or replacement of specific part damaged by theirnegligence Rates Effective -06 16 2025 ANDRITZ SEPARATION INC. 1010 Commercial Blvd. S. Arlington, Texas76001 Tel. (817)465-5611 Fax (817) 468-3961 separation.us@andritz.com Exhibit B Rheoscan 1 RENTAL CHARGES 1.1 SCOPE OF SUPPLY Item Unit Description 3.1 3 set Rheoscan 4.1A 3 pcs Rheoscan Scan box 4.21B 3 pcs RheoScan Control unit 4.3C 3 pcs Ethernet cable 4.3D 3 pcs Cabling set Packaging and transport Subtotal 1.2 SCOPE OF SERVICES Item Unit Description 3.2 64 h On -Site Services System Install check and start Calibration for one feed product kind Operator training Subtotal 1.3 SERVICE LEVEL AGREEMENT Item Description 3.3 Rheoscan Service Level Agreement Optimize on behaviour of product, Process changes and changing surround conditions System performance check Al model training for additional types of product Subtotal Prices are in USD. $116,496.00 for 24 months Page: 6 (total 20) Product # Price / unit Price / total $1,618.001mo $4,854.00/mo 203155488 --incl-- 20315587 --incl-- 132671342 --incl-- 132671330 ---incl-- --incl-- $4,854.00/mo Product # Price / unit Price / total Product # Price / year Service level agreement not applicable without Metris connectivity package and continuous online --incl-- --incl-- --incl-- $0 N/A N/A N/A Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 7 (total 20) monitoring. In -person optimization available as an alternative. Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 8 (total 20) 2 RHEOSCAN The following chapters provide you with the technical specification of the solution offered in this proposal as well as the supply of services associated with the delivery and commissioning. 2.1 RHEOSCAN SCAN BOX Specification Ingress protection Operating temperature Relative humidity Location Scan box (W x H x D) Weight Housing material Camera supply Floodlight supply Overall power consumption Communication scanbox <-> control unit Communication opertor unit > Customer PLC Scan box mounting Cabling connections Distance scanbox <-> control unit Distance camera <> sensing area The pre -assembled scan box consists of: Stainless steel protection box Camera • Light Painted carbon steel support to mount to GBT frame IP 65 (NEMA 4X) -22 to +113°F <95% (non -condensing) indoor/ outdoor (direct sun light can impact the scanner function) 25" x 19" x 10" —40 Ibs Stainless steel Power over Ethernet (PoE) from control unit 230/120 VAC; 50/60hz from control unit Special anti flicker power adapter 150 W max Ethernet Ethernet Profinet / Modbus TCP-IP??? Bolted support for top connection at support frame Plugable connectors for power and communication 1 00'standard, longer disdance on request 40" to 60" (different distances on request) Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. 2.2 RHEOSCAN CONTROL UNIT Specification Ingress protection Ambient temperature Ambient conditions Altitude above sea level Power supply Pre -fuse Frequency Control panel (w x h x d) Cable entry control panel Color Page: 9 (total 20) The pre -assembled control unit consists of: ■ Touch Panel PC ■ Control cabinet ■ Control voltage for touch panel, camera and light ■ Polymer dosage control ■ Automatic belt speed control ■ OPC interface / connection plug RJ45 ■ add IQ Connect remote support gateway ■ Circuit diagram ■ Manual IP 65 (NEMA 4X) 40 — 113' F Humidity < 90 %, not aggressive max. 3,280' 230/110VAC 16A 50/60 Hz 24" x 24" x 14" bottom RAL 7032 Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 10 (total 20) 2.3 CABLING SET The cabeling set includes each cable required to connect the control unit with the scan box. Each cable is pre assambled with plugs / sockets for fast and easy installation with coded connectors. Specification Ethernet cable CAT 5.E with IP 65 male/female connector Power supply cable 3 x 1 mm2 / flexible and UV resistant with connectors Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 11 (total 20) 2.4 ONSITE SERVICES ANDRITZ will provide Service Engineer for installation and wiring of new components, programming, functional testing, start-up and training. • Eight (8) days on site is included for all three system. Additional time required due to delays outside of ANDRITZ control or request for additional programming will be charged per the attached 2024 Field Service Policy and Rate Sheet. CLASSIFICATION OF TYPICAL TRAINING IMAGES W, .1� Liu - ^a w IR':r' - - Operator Control Overdosing Wet Polymer 88% Polymer 100% Polymer 65% Production 48,3m31h Production 48,3m31h Production 48,3m3/h Example training data record ion Prod Flow m1h PolmerFEow Ih -- Polyflowev 100 V o 80 a. 0 n. 60 3 0 LL E 40 0 a 20 0 0 2021 02.04 08:10 SO 2 4 6 a Time relatives] (10"3) More wet Liquid Polymer 41 % Polymer 25% Production 48,3m31h Production 48,3m31h 52 51 50 c n E 49 0 a a a` 48 47 46 10 12 2021.0204 11:07:00 Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 12 (total 20) 3 SCOPE OVERVIEW 3.1 CUSTOMER SUPPLY Following preconditions from existing plant have been assumed: ■ Adjustable flow rate of the flocculent pump (VFD = variable frequency drive) ■ The camera and lighting unit will be assembled rigidly on the floor (strong vibrations are not allowed) ■ Adequate lighting around the camera and spotlight unit (sunlight is to be avoided) ■ The distance between the RheoScan scan box and the control unit (PLC) is assumed to be less than 100' (Extension possible with extra charge) ■ Power supply 230/120 V AC max., 50/60 Hz; pre -fuse of 16 A; (cable: either YSLY-J 3 x 2,5 or NYM-J 3 x 1,5) ■ Data transfer via Ethernet connection (if Profibus interface or hard -wired connection is required choose Option) 3.2 EXCLUSION OF SCOPE OF SUPPLY ■ Field wiring and plumbing modifications ■ Civil and structural engineering work including preparation of foundations, platforms, and channels ■ Building modifications ■ Process / Performance guarantee ■ Process engineering ■ Safety engineering, safe system operation ■ Oil, grease and other maintenance supply ■ Crane, lifting equipment, tools ■ Selected connection between control unit (cabinet) and existing cabinets (electrical installation) ■ Connection to a superior SCADA/DCS system ■ All utilities required for operation ■ Components and other instruments not specified in our scope of supply Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. Page: 13 (total 20) Exhibit C Belt Filter Press (begins on following page) Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. ANDRITZ Separation is the world's leading separation specialist with the broadest technology portfolio and more than 2,000 specialists in 40 countries. For more than 150 years, we have been a driving force in the evolution of separation solutions and services for industries ranging from environment to food, chemicals, and mining & minerals. As the OEM for many of the world's leading brands (3Sys Technologies, Bird, Delkor Capital Equipment (Pty) Ltd., Escher Wyss, Frautech, Guinard Centrifugation, KHO Humboldt Wedag, Krauss -Maffei centrifuges, dryers, and filters, Lenser, Netzsch Filtration, Rittershaus & Blecher, Royal GMF Gouda, Sprout Bauer, and Vandenbroek), we have the solutions and services to transform your business to meet tomorrow's changing demands. CENTRIFUGES BELT, DISC, AND DRUM FILTERS, SCREW AND BELT PRESSES, PADDLE DRYERS DYNAMIC CROSSFLOW FILTERS DRAINS ITfrrDJJ a B Jib BELT DRYERS DRUM FLAKER$ JJ�LL A SEPARATORS FILTER PRESSES SCREENS THICKENERS FLUID BED DRYERS DRUM DRYERS AND FLOCCULANT PLANTS A 00 Pi IC\ 4 A 4?�k� LOCAL REPAIRS & SECOND-HAND TRAINING OEM SPARE SERVICE PROCESS LAB AND SUPPORT UPGRADES & RENTALS PARTS AGREEMENTS OPTIMIZATION ON -SITE TESTS INTELLIGENCE 0 0 0 0 0 8 00000 FOR MACHINE AND _ _ O PROCESS CONTROL METRIS addIQ CONTROL SYSTEM METRIS addIQ MONITORING METRIS addIQ OPTIMIZING ENGINEERED SUCCESS AtUri• / L TT ondritz.com/seporotion D7LLC60CHPE2 Centrifuge, 2.OM SMX S-8 Heavy Duty Belt Press & PDR-1200 Service & Maintenance Agreement Includes: Sub -Exhibits 1, 2, & 3. Article 1. Scope of Work Supplier agrees to provide a Factory Technician to conduct maintenance and inspections based on the attached Scope of Work (Exhibit 1) and supply parts and quantities listed (Exhibit 3). Article 2. Labor, Tools and Supplies Owner is responsible to provide additional labor, as required, and any specialized tools and lubrication fixtures. Owner will make available the use of an overhead crane where required or provide suitable lifting assembly when necessary for lifting components. Article 3. Manufacturer Service Contact Supplier maintains standard business hours of 8:00 AM to 5:00 PM CST. After business hour service is provided 24 hours/day by dialing 1-817-465-5611. After hours calls are distributed to on -call individuals that will respond via phone to help assess service requirements and ship parts. Article 4. Service Reports At the completion of each visit, the technician will submit a report covering in detail the recommended repairs, if any additional parts are required and any recommendations or observations that require future service by the Owner. Owner will be responsible to sign and date report acknowledging that he/she understands the service provided and is aware of potential service issues. Article 5. Safety Requirements Supplier provides all technicians with basic safety equipment such as steel toe boots, safety glasses, hardhat and gloves. Owner is responsible to provide a safe working area and notify Supplier of any additional safety requirements prior to servicing equipment. If the environment is determined to be unsafe, it is the Owners responsibility to correct prior to any equipment servicing or to provide specialized safety equipment and applicable training. Article 6. Sales and Use Tax All applicable sales and use taxes are to be paid by the Owner direct to the applicable state tax authority, unless a Tax Exemption Certificate is provided to the Supplier. Article 7. Agreement Offering Supplier offers this service for a price of $1,498,659. to be paid in 5 (five) annual installments of $299,731.80. Payment is due prior to first visit and will initiate contract start date. Payment is due 30 calendar days from invoice date. Page 2 of 9 SUB -EXHIBIT 1 SCOPE OF WORK BY SUPPLIER SUPPLIER — D7LL Centrifuge • D7LLC60CHPE2 Centrifuge • Serial Numbers 133262891, 133262892, 133262893, 133262894 • Operating each centrifuge at approximately 6,600 hours yearly as needed or the period of the agreement based on the originally specified process parameters. This agreement will provide maintenance every 3,000 hours, starting at 18,000 hours until 45,000 hours for all four centrifuges. The scope, interval and quantity of maintenance interventions are listed in Exhibit 3. • The Centrifuge is to be operated by the Owner per the Manufacturer's Operating and Maintenance Manual • In addition to the service specified, the Factory Technician will inspect the operation, train operators, adjust programming and provide system quality control. • Owner is responsible for providing the following during services: o Removal of the rotating assembly, and or centrate casing, for service when required. o Bowl cart, or pallet, to place the bowl on during 30,000 hour interval. o The necessary overhead lifting device for service when required. o Specialty tools for specified machine. SUPPLIER — PDR 1200 • Serial Numbers 133321132, 133321134, 133321135, 133321138, 133321139, 133321140, 133321142, 133321143,133321145 • The supplier to provide bi-annual inspections for years 1-5 as per the scope in Exhibit 3 totaling 10 inspections and maintenance services detailed in Exhibit 3 required for all nine PDR 1200 thickeners. • In addition to the service specified, the Factory Technician will inspect the operation, train operators, adjust programming and provide system quality control. • The PDR is to be operated by the Owner per the Manufacturer's Operating and Maintenance Manual. Page 3 of 9 SUPPLIER — Belt Press 2.OM SMX S-8 & SMX S-8-Q • Serial Numbers 400193888, 400193889, 400193890, 400193891, 400193887, 132441099 Supplier agrees to provide a Factory Technician to conduct one annual inspection in the first year and bi-annual inspections years 2-5 as per the scope in Exhibit 3 totaling 9 inspections and maintenance services detailed in Exhibit 3 required for all six belt filter presses. • In addition to the service specified, the Factory Technician will inspect the operation, train operators, adjust programming and provide system quality control. Page 4 of 9 SUB -EXHIBIT 2 OWNER SUPPLIED GUIDELINES OWNER Owner to provide basic/routine preventive maintenance. Owner to conduct and document at a minimum: Centrifuges • Daily Performance Optimization • Hours of operation • Inspections and checking for leaks • Daily Operator Checks 1) Centrifuge operation, vibration, abnormal noise 2) Bearing temperature and noise 3) Current consumption of drive motor 4) Check torque readings 5) Check for oil leaks at cyclo unit 6) Check product leakage at pillow blocks Owner must supply electric powered overhead crane for disassembly of the machine. Minimum load is 6 tons. PDR • Daily Performance Optimization • Hours of operation • All pipes and flexible hoses under pressure, and their connections should be checked at regular intervals to detect possible leaks. In this case, pay special attention to screw connections and flange fittings. These connections should be checked occasionally to make sure they are tight. Pipe connections that leak must be repaired immediately, even if no damage is apparent. • Painted surfaces should always be kept in good condition. • The fixing screws on the plant components exposed to vibrations must be tightened frequently. • All filters should be cleaned regularly. This cleaning work must be done in a programmed manner and as a preventive measure during shutdowns. • A test run or a functional test (empty) must be performed before start-up, after a repair or when a part has been changed. • Any residual material must be completely removed from the machine (especially the parts in contact with the medium) after the machine has been stopped. Page 5 of 9 Belt Presses Daily performance optimization Hours of operation Daily Operator Inspections o Belts for holes or tears o Doctor blades for wear o Roll coatings for tears o Wedge and wedge setting o Bearings o Belt tracking device o Pneumatic system oiler o Spray wash system, especially nozzles ANDRITZ is responsible for proper cleaning and gathering of all trash, replacement parts, used oil and grease as it pertains to the work being performed by ANDRITZ personnel and placing it in a customer designated area or dumpster. Customer is responsible for coordinating all disposal. All exceptions must be in writing and confirmed by ANDRITZ prior to the start of a service. Page 6 of 9 SUB -EXHIBIT 3 Maintenance Schedule D7LLC60CHPE2 Centrifuge The Supplier's certified factory trained technician will conduct maintenance per the below listed intervals. 21,000, 27,000, 33,000 & 39,000 Hour (3,000 Hour Service) QTY (16) Control / Intervention Consumables / Parts General inspection Scroll thrust bearing greasing (1) Bearing grease Belt Tensioning Cyclo gearbox oil renewal and plug seals replacement Oil and 2 plug seals Oil filter replacement 1 Oil filter 18,000, 36,000 & 42,000 Hour (6, 000 Hour Service) QTY (12) Control / Intervention Consumables / Parts General inspection Control of parts subjected to abrasion: - Control of scroll conveyor wear - Control of scraper blade wear (option) - Control of solid output nozzle wear (option) - Control of watertight segments wear (option) - Control of sediment casing wear (projection zones) * Coating * Scraper blades + fixing screws * Nozzles * Watertight segments * Protection plate Control of sedimentation in canals (for co -current models) Crack check Corrosion check Scroll thrust bearing greasing Bearing grease Cyclo gearbox oil renewal and plug seals replacement Oil and 2 plug seals Oil filter replacement 1 Oil filter Oil return hose replacement 2 oil return hoses Lubrication unit oil renewal Lube unit oil Replace belts 1 set of belts (7) Page 7 of 9 SUB -EXHIBIT 3 Maintenance Schedule D7LLC60CHPE2 Centrifuge The Supplier's certified factory trained technician will conduct maintenance per the below listed intervals. 24.000 HOURS QTY (4) Control / Intervention Consumables / Parts Make a general Inspection. None Replace shock absorber under the centrifuge. One set of shock absorbers Replace shock absorbers under the motor. One set of motor shock absorbers Replace flexible back -drive coupling. One flexible coupling Replace feed tube. One feed tube Grease scroll thrust bearing. Bearing grease Change lubricant in Cyclo reducer and replace copper seals. See lubrication table 5-13 for correct lubricant. See table 8-1 for seal part number. Rinse oil tank. None Replace oil filter One oil filter Replace heat exchange cartridge. One tubular cartridge Change lubrication unit oil. EP 68 oil Replace belts. 1 set (retighten 200 hr after run-in) Page 8 of 9 SUB -EXHIBIT 3 Maintenance Schedule D7LLC60CHPE2 Centrifuge The Supplier's factory certified service center will conduct maintenance per the below listed intervals. 15.000 HOUR QTY (4) Control / Intervention Consumables / Parts Complete Rebuild of Rotating Assembly Control of parts subjected to abrasion: - Control of scroll conveyor wear - Replacement of scraper blade wear (option) - Replacement of scroll nozzles - Replacement of solid output nozzle wear - Control of watertight segments wear (option) - Control of sediment casing wear (projection zones) * Coating 1 set of scraper blades+ fixing screws 1 set of scroll nozzles 1 set of output nozzles 2 sets of water -tight segments 1 set of protection plate Bearings overhaul — Scroll & Main 1 set of bearings, seals & o-rings Scroll thrust bearing greasing Bearing grease & fasteners Planetary gearbox, first level Planetary gearbox, first level Back -Drive Coupling 1 coupling kit Oil filter replacement 1 oil filter Change lubrication unit oil. EP 68 oil Oil return hose replacement 2 oil return hoses Main Drive Belts 1 set of belts (7) Page 9 of SUB -EXHIBIT 3 Maintenance Schedule D7LLC60CHPE2 Centrifuge The Supplier's factory certified service center will conduct maintenance per the below listed intervals 30,000 HOUR QTY (4) Control / Intervention Consumables / Parts Complete Rebuild of Rotating Assembly Control of parts subjected to abrasion: - Control of scroll conveyor wear - Replacement of scraper blade wear (option) - Replacement of scroll nozzles - Replacement of solid output nozzle wear - Control of watertight segments wear (option) - Control of sediment casing wear (projection zones) * Coating 1 set of scraper blades+ fixing screws 1 set of scroll nozzles 3 set of output nozzles 4 sets of water -tight segments 1 set of protection plate Bearings overhaul — Scroll & Main 1 set of bearings, seals & o-rings Scroll thrust bearing greasing Bearing grease & fasteners Exchange Cyclo Gearbox with New Unit CYCLO GEAR BOX ZSPR 623FX/190-172 Back -Drive Coupling 1 coupling kit Oil filter replacement 1 oil filter Change lubrication unit oil. EP 68 oil Oil return hose replacement 2 oil return hoses Main Drive Belts 1 set of belts (7) Page 10 of Duration: 5 years SUB -EXHIBIT 3 Maintenance Schedule D7LLC60CHPE2 Centrifuge Forth Worth Village Creek ❑7LL PM Intervention Service Quantities 18k Service (6,000 hour service) 133262891 18000 1 133262892 18000 1 133262893 18000 1 133262894 18000 1 Total 4 21k Service (3,000 hour service) 133262891 21000 1 133262892 21000 1 133262893 21000 1 133262894 21000 1 Total 4 24k Service 133262891 24000 1 133262892 24000 1 133262893 24000 1 133262894 24000 1 Total 4 27kService (3,000 hour service) 133262891 27000 1 133262892 27000 1 133262893 27000 1 133262894 27000 1 Total 4 30k Service 133262891 30000 1 133262892 30000 1 133262893 30000 1 133262894 30000 1 Total 4 33k Service {3,000 hour service) 133262891 1 330001 1 133262892 1 330001 1 133262893 1 330001 1 133262894 1 330001 1 Total 4 Page 11 of 36k Service t6.000 hour service) 133262891 36000 1 133262892 36000 1 133262893 36000 1 133262894 36000 1 Total 4 39k Service f3.000 hour service) 133262891 39000 1 133262892 39000 1 133262893 39000 1 133262894 39000 1 Total 4 42k Service 4000 hour service) 133262891 42000 1 133262892 42000 1 133262893 42000 1 133262894 42000 1 Total 4 45k Service f95.000 hour service) 133262891 45000 1 133262892 45000 1 133262893 45000 1 133262894 45000 1 Total 4 Page 12 of SUB -EXHIBIT 3 PDR 1200 Bi-Annual Maintenance Tasks Cloth mesh Check for holes or tears Feeding box Drain and clean Filter mesh and rubber feed hose Check condition, cleanliness and tighten connections Wash Spray Pipe Inspect nozzles and seal Tank Check for accumulations and clean Drum Clean Bearings Check and tighten; lubricate bearings Belt Collar Check condition and tighten Washing System Check water pressure Connections Check all hose connection seals Gear motor Check oil level; check gasket Cleaning: Inside the frame Entire machine Check and clean inside machine and under the drum Gear reducer Check oil level and check gasket Page 13 of SUB -EXHIBIT 3 2.OM SMX S-8 Belt Filter Press Annual & Bi-Annual Maintenance Tasks ■ Inspect belt for holes or tears ■ Inspect doctor blades for wear ■ Inspect roll coatings for tears ■ Check wedge and wedge setting ■ Visually inspect bearings ■ Check air compressor system ■ Check belt tracking device ■ Check pneumatic system oiler ■ Check spray wash system especially nozzles ■ Inspect pneumatic system for leaks ■ Grease tracking device ■ Grease bull gears on drive system ■ Grease thrust rods on tensioning device ■ Grease roller bearings ■ Check main drive reducer lubricant level ■ Change main drive reducer oil ■ Repack main drive motor bearings Page 14 of SUB -EXHIBIT 3 Exclusions: Electrical components replacement cost is not included as part of the service agreement. Andritz technicians will assist in establishing required replacement components, installation, and programming as require Page 15 of Sub -Exhibit 4 City of FTW Village Creek WWTP BFP and Controls Upgrade to U) ua C.Y C3 Q w ut ur Z 0 Z rLA Confidential document. All rights reserved. No duplication or disclosure to third parties permitted without the written consent of ANDRITZ. tl► MTL. ANDRITZ Separation Inc. / 1010 Commercial Blvd. S. / Arlington 76001 / Texas / p: 817 465 5611 / separation.us@andritz.com / andritz.com City of Fort Worth Village Creek WWTP Andritz Old Project# 691-604 Serial# 94123, 124, 125 & 126 BFP # 1-4 Andritz CPF 2.OM SMX-S8 NG2 Scope of Supply: The equipment described herein includes six (6) ANDRITZ Belt Filter Press Rebuilds and Upgraded Automation. New Parts: The following items would be supplied during the refurbishment. • Complete set of new rollers and bearing assemblies supplied for the entire Belt Filter Press (BFP). All rollers and bearing housings will be coated to OEM specifications. • Sidewall seals • Headbox seal w • Set of dewatering belts Q • Plow chicanes • Wear strips (gravity and wedge zone) a • Upper and lower shower seals UJ • Shower pipes w • Rosta Design Doctor Assembly • Bull gear covers • Air bellows for tracking and tension assemblies "' • Tracking control valves and paddles • Gearmotor • Bull gears • Electrical wiring and conduit including e-stop and limit switches • Pneumatic tubing and fittings • Shower inlet piping Site Work: • Press will be disassembled and then reassembled onsite in Village Creek WWTP. • ANDRITZ will supply transportation of rolls and components from our service center to Village Creek WWTP. • ANDRITZ to provide (2) service technicians to be onsite for fifteen (15) days, five (5) days to disassemble existing BFP, ten (10) days to reassemble including working weekends, including start up to check the electrical and pneumatic systems for proper operation. • ANDRITZ will provide forklift • Additional time required due to delays outside of ANDRITZ control or request for additional work will be charged via the attached service rate sheet. Page: 18 (total Not in Scope: • No work will be done to the frame. After the disassembly of BFP onsite by ANDRITZ, the customer is responsible for addressing any corrosion on frame, if needed, such as cold galvanizing contaminated areas. • Village Creek is responsible for power washing and cleaning of sludge from the BFP prior to work. • Village Creek is responsible for disconnecting and reconnection of all utilities from the BFP such as sludge, water, drains, compressed air and electrical services. • ANDRITZ is responsible for proper cleaning and gathering of all trash, replacement parts, used oil and grease as it pertains to the work being performed by ANDRITZ personnel and placing it in a Village Creek designated area or dumpster. Village Creek is responsible for co coordinating all disposal. All exceptions must be in writing and confirmed by ANDRITZ U prior to the start of the service. ca • Village Creek will be responsible for removal of walkways, grating and other interferences to provide access to the BFP if required. Uj • Village Creek is responsible for disposal of all used rolls. °C L, Uj z Special Provisions: z W • All prices quoted in US Dollars • Pricing quoted is EX Works Pittsburg, TX • Pricing does not include any local, state or federal taxes, permits, duties or other fees. Any taxes or fees that may apply must be added to the quoted price and paid by the buyer. Terms of Payment: ANDRITZ Separation agrees to the following payment terms (on a net 30 days basis). • 10% Down • 25% Agreed Milestone Defined • 65% Shipment or Sign -off Milestone Delivery: v) L, Equipment readiness for delivery is anticipated to be 20-24 weeks from receipt of the Approved U Purchase Order. v in W IX W W Z 0 z W City of Fort Worth Village Creek WWTP Andritz Old Project# 807162 Serial# 10154 BFP #5 Andritz CPF 2.OM SMX-S8 LP Scope of Supply: Refurbished Parts from (from existing unit) • Frame will be removed, sand blasted and re -galvanized. New Parts: The following items would be supplied during the refurbishment. • Complete set of new rollers and bearing assemblies supplied for the entire Belt Filter Press (BFP). All rollers and bearing housings will be coated to OEM specifications. to UJ • Sidewall seals U • Headbox seal • Set of dewatering belts • Upgrade to "V" Design Plow chicanes W • Wear strips (gravity and wedge zone) W W • Upper and lower shower seals z • Shower pipes • Doctor blades and rostas °' • Bull gear covers • Air bellows for tracking and tension assemblies • Tracking control valve and paddles • Gearmotor • Bull gears • Electrical wiring, conduit and E-stop and limit switches • Pneumatic tubing and fittings • Shower inlet piping Site Work: • Press will be disassembled and then reassembled onsite in Village Creek WWTP. • ANDRITZ will supply transportation of rolls and components from our service center to Village Creek WWTP. • ANDRITZ to provide (2) service technicians to be onsite for fifteen (15) days, five (5) days to disassemble existing BFP, ten (10) days to reassemble working weekend includes start up to check the electrical and pneumatic systems for proper operation. • ANDRITZ will provide forklift. Additional time required due to delays outside of ANDRITZ control or request for additional work will be charged via the attached service rate sheet. Page: 20 (total Not in Scope: • Village Creek is responsible for power -washing and cleaning of sludge from the BFP prior to work. • Village Creek is responsible for disconnecting and reconnection of all utilities from the BFP such as sludge, water, drains, compressed air and electrical services. • ANDRITZ is responsible for proper cleaning and gathering of all trash, replacement parts, used oil and grease as it pertains to the work being performed by ANDRITZ personnel and placing it in a Village Creek designated area or dumpster. Village Creek is responsible for coordinating all disposal. All exceptions must be in writing and confirmed by ANDRITZ prior to the start of the service. • Village Creek will be responsible for removal of walkways, grating and other interferences to provide access to the BFP. • Village Creek will be responsible for disposal of used rolls. • Frame will be inspected by ANDRITZ. Frame members found needing additional repairs/replacement (such as excess corrosion) will be photographed, documented and pricing for repairs/replacement will be provided. Special Provisions: All prices quoted in US Dollars Pricing quoted is EX Works Pittsburg, TX Pricing does not include any local, state or federal taxes, permits, duties or other fees. Any taxes or fees that may apply must be added to the quoted price and paid by the buyer. Terms of Payment: ANDRITZ Separation agrees to the following payment terms (on a net 30-day basis). • 10% Down • 25% Agreed Milestone Defined • 65% Shipment or Sign -of Milestone Delivery: Equipment readiness for delivery is anticipated to be 16-20 weeks from receipt of the Approved Purchase Order. Uj Q U a LU w Uj z c z w W U U Zp V! d 41 O` LLl W I� V Z W City of Fort Worth Village Creek WWTP Andritz Old Project# 821365 Serial# 132441099 BFP #6 Andritz CPF 2.OM SMX-S8 Q Scope of Supply: Refurbished Parts from (from existing unit) • Complete set of reconditioned rollers and bearing assemblies supplied for entire Belt Filter Press (BFP). All rollers and bearing housings will be coated to OEM specifications. New Parts: The following items would be supplied during the refurbishment. • 15" & 24" Perforated rolls with bearing assemblies • Sidewall seals • Headbox seal • Set of dewatering belts • Plow chicanes • Wear strips (gravity and wedge zone) • Upper and lower shower seals • Shower pipes • Doctor blades • Rosta and clamps • Hydraulic cylinders for tension and tracking assemblies • Drive couplings • Tracking control valve and paddles • Gearmotors • E-stop and limit switches • Hydraulic hoses and fittings (reuse hydraulic SS lines) • Hydraulic Power Pack (Spare) Site Work: • Press will be disassembled and then reassembled onsite in Village Creek WWTP. • ANDRITZ will supply transportation of rolls and components from our service center to Village Creek WWTP. • ANDRITZ to provide (2) service technicians to be onsite for fifteen (15) days, five (5) days to disassemble existing BFP, ten (10) days including working weekend to reassemble and start up to check the electrical and pneumatic systems for proper operation. • ANDRITZ will provide forklift. N N UJ ca ca y 0 W 9X W W z z W Page: 22 (total Additional time required due to delays outside of ANDRITZ control or request for additional work will be charged via the attached service rate sheet. Not in Scope: • No work will be done to the frame. After the disassembly of BFP onsite by ANDRITZ, the customer is responsible for addressing any corrosion on frame, if needed, such as cold galvanizing contaminated areas. • Village Creek is responsible for power washing and cleaning of sludge from the BFP prior to work. • Village Creek is responsible for disconnecting and reconnection of all utilities from the BFP such as sludge, water, drains, compressed air and electrical services. • ANDRITZ is responsible for proper cleaning and gathering of all trash, replacement parts, used oil and grease as it pertains to the work being performed by ANDRITZ personnel and placing it in a Village Creek designated area or dumpster. Village Creek is responsible for coordinating all co disposal. All exceptions must be in writing and confirmed by ANDRITZ prior to the start of the UJ service. ca • Village Creek will be responsible for removal of walkways, grating and other interferences to provide access to the BFP if required. UJ • Rollers will be inspected by ANDRITZ. Rollers found needing additional repairs (such as °; machining of roller journals) will be photographed, documented and pricing for repairs provided. LLA z 0 Z W Special Provisions: All prices quoted in US Dollars Pricing quoted is EX Works Pittsburg, TX Pricing does not include any local, state or federal taxes, permits, duties or other fees. Any taxes or fees that may apply must be added to the quoted price and paid by the buyer. Terms of Payment: ANDRITZ Separation agrees to the following payment terms (on a net 30-day basis). • 10% Down • 25% Agreed Milestone Defined • 65% Shipment or Sign -of Milestone Delivery: N rn LU c.r Equipment readiness for delivery is anticipated to be 16-20 weeks from receipt of the Approved Purchase U Order. V) 0 UJ ix W W Z (J Z W Design Criteria: City of Ft. Worth, TX. Village Creek WWTP - Andritz BFP 1-6 Controls Upgrade The objective with this design is to improve system reliability by removing electronics and as many control components from the harsh dewatering area located on the BFP operating platforms. This will be accomplished by simplifying the local controls to their respective pneumatic or hydraulic controls, include N4X discrete increase / decrease belt speed control, polymer/sludge flow control, auto start/stop pushbuttons, emergency -stop pushbutton and alarm beacon. All electronic displays, PLCs, and VFDs will be located in the upgraded (BFP 1-4) Remote Control Panels. New Remote Control Panels will be provided for (BFP 5 & 6), to also be located inside the control room or equivalent protected location. Operator controls, monitoring, alarm monitoring and fault history will be provided through the color touchscreen Operator Interface Terminal (OIT) on the RCP's. For each pair of BFP's the OIT's will be programmed as backup for operation of the other unit. Each BFP System will have Ethernet/IP communication for remote monitoring. If desired the Andritz Rheoscan will be included for one year trial on selected BFP system. Andritz proposes the following: BFP 1-4 Remote Control Panels (RCP) will be supplied with new sub -panels and modified on site. BFP 5&6 will be supplied with new RCP's complete, to be installed in the control room. All RCP's will include color touchscreen Operator Interface Terminals (OIT) for all system control, monitoring, and alarm display All six (6) BFP machines will be supplied with new matching Local Control Panels (LCP) The rebuild of each Belt Filter Press machine shall include supply and installation of new e-stop pull cords and belt tracking limit switch components at a minimum, connected to new machine mounted terminal boxes. Scope of Supply: Andritz will supply all major BFP control components, assembled subpanels, control panels, machine sensors and operators for the BFP's. Including engineering drawings of BFP control system, *point to point wiring detail documentation, PLC/OIT programming. On -site time for coordination with installation contractor, BFP control system functional testing, start-up, and operator training. Work by Others The work for the BFP control system demolition, construction, component receiving, on -site storage, installation, conduit runs, wiring and termination is to be completed by licensed electrical contractor supplied by others. The work is to be completed based on the Andritz supplied engineering drawings, instructions, and all required Electrical codes and City of Ft. Worth requirements. Note * - Scope of work required for ancillary equipment is still in design phase by others. Andritz will need to coordinate with others to complete wiring details for the BFP control systems. Andritz Separation, Inc. 1010 Commercial Blvd. S. Arlington, TX 76001 N N W U U 0 W W W z_ z W Page: 2 (total 6) Andritz Scope BFP 1-4: The existing Remote Control Panels (RCP) shall have their complete subpanels replaced with all new components. This will include a CompactLogix PLC system with Ethernet/IP communication, VFD's for the BFP main belt drive and sludge feed pump, and a motor starter for the wash water booster pump. The front door of the remote panel will have a new performance color touchscreen Operator Interface Terminal (OIT) installed for control and monitoring of the BFP and all associated ancillary components. Each OIT will be capable of backing up the other OIT units if required. This way if one OIT goes out, system control can be achieved via another terminal. The new BFP 1-4 Local Control Panels (LCP) will be NEMA 4X SS enclosures, approximately 36x30x12, rail mounted. Controls on the LCPs will include WX rated auto start/stop pushbuttons, mushroom head emergency -stop, and three position spring returned selector switches to control belt speed, sludge flow, and polymer flow. This local panel will also house the pneumatic gauges and controls for belt tension/tracking and an alarm beacon for fault indication. Andritz Scope BFP 5: N N w The field mounted BFP Control Panel will be removed and replaced by a new Remote U Control Panel (RCP) similar in design to that for BFP 1-4. This panel is to be located in the control room with the others. o W In addition, the motor starter for the sludge grinder will be relocated to the Common z Panel, alongside the other two (2) sludge grinder starters in place of the air compressor 0 motor starters being replaced and controlled by others. This will consolidate all sludge W grinder controls to the Common Panel. The new BFP 5 Local Control Panels (LCP) will be NEMA 4X SS enclosures, approximately 36x30x12, rail mounted. Controls on the LCPs will include WX rated auto start/auto stop pushbuttons, mushroom head emergency -stop, and three position spring returned selector switches to control belt speed, sludge flow, and polymer flow. This local panel will also house the pneumatic gauges and controls for belt tension/tracking and an alarm beacon for fault indication. Page: 3 (total 6) Andritz Scope BFP 6: The field mounted Feed VFD Control Panel (BFP CP) and the "Belt Press #6 Control Panel' will be removed and replaced with new RCP similar in design to the others. This new RCP will also be located in the Control Room. The hydraulic controls will remain as existing. The new BFP 6 Local Control Panel (LCP) will be NEMA 4X SS enclosures, approximately 36x30xl2, rail mounted. Controls on the LCPs will include N4X rated auto start/auto stop pushbuttons, mushroom head emergency -stop, and three position spring returned selector switches to control belt speed, sludge flow, and polymer flow. This local panel will also include alarm beacon for fault indication. Major Components: BFP 1-4 RCP (x4) Complete subpanel, approximately 56"X44" - Allen Bradley CompactLogix PLC with Ethernet Coms, Power Supply, and required 1/0 Allen Bradley 12" PanelView Plus 7 Performance OIT ABB Main Belt Drive VFD - ABB Sludge Pump VFD - Wash Water Booster Pump Motor Starter - All power components, protection, and terminal blocks required for operation. Stainless Steel Cover -plate to house the OIT and cover removed operators. BFP 5 RCP (x1) - NEMA 12 Enclosure measuring approximately 62"x48"x12", 12" leg stands Allen Bradley CompactLogix PLC with Ethernet Coms, Power Supply, and required 1/0 Allen Bradley 12" PanelView Plus 7 Performance OIT - ABB Main Belt Drive VFD ABB Sludge Pump VFD Wash Water Booster Pump Motor Starter All power components, protection, and terminal blocks required for operation. Page: 4 (total 6) BFP 6 RCP (x1) NEMA 12 Enclosure measuring approximately 62"x48"x12", 12" leg stands - Allen Bradley CompactLogix PLC with Ethernet Corns, Power Supply, and required 1/0 - Allen Bradley 12" PanelView Plus 7 Performance OIT ABB Main Belt Drive VFD - ABB Sludge Pump VFD - Wash Water Booster Pump Motor Starter - Hydraulic Motor Starter - All power components, protection, and terminal blocks required for operation. LCP (x6) NEMA 4X, SS, Enclosure, approximately 36"x30"x12" - N4X rated Start/Stop Pushbuttons - N4X rated E-stop Pushbutton N4X rated Three Position Spring Return Selector Switch (x3) - Pneumatic Gauges, Valve, Regulator, and FRL. (BFP 1-5 Only) Engineering services provided: - Electrical drawings — Updated "As Built' control panel layout, schematics, point to point wiring detail. - Bill of Material of new components - Annotated PLC code / OIT application code - PLC data exchange table tag list - All documentation and programs to be provided in electronic format. Site Work Demolition, installation, and all field wiring modification is to be done by others in accordance with the direction, documentation, and design from ANDRITZ for LCPs 1-6, subpanels 1-4, and RCPs 5 & 6. ANDRITZ will provide a service engineer for on -site coordination, start-up, and functional testing of the complete BFP dewatering system and training on new system components. - One (1) trip, four (4) days on site for each BFP system Additional time required due to delays outside of ANDRITZ control or request for additional programming will be charged per the attached Field Service Policy and Rate Sheet. Page: 5 (total 6) Spares - No Spares included in this proposal. Recommended Spare parts list to be provided with submittal Software - No Software included in this proposal. Shipping - Shipping of components to site is included, off-loading and storage is by customer. Warranty - Warranty of supplied components is per the attached ANDRITZ Terms & Conditions. Scope Not Included in ANDRITZ Price: (To be provided by others) Demolition, installation and wiring of control panel components (as outlined in "Site Work") Disposal of obsolete equipment. City of Ft. Worth can claim or salvage useable components - Field wiring and plumbing modifications outside of BFP control panels N - Civil and structural engineering work including preparation of foundations, platforms, and channels U U - Building modifications n 0 - All utilities required for operation LU W - Cranes or other lifting devices z - Unloading at site and on -site storage if required z W Components and other instruments not specified in our scope of supply Page: 6 (total 6) Additional Information: - The components will be shipped to customer site. Customer to provide off loading and temporary storage. - The customer must provide the services of a plant SCADA system programmer if PLC communication is required with the SCADA system. Coordination with the customer supplied programmer is available during ANDRITZ's engineering program development and on -site functional testing phase for system check out. ANDRITZ is only responsible for providing a PLC data exchange tag list and coordination as required. - All major components will be Ethernet ready and capable of communication with a plantwide industrial network. - The PLC systems will be capable of communication with the customer supplied Polymer System by either analog or Ethernet signal. W U U D N 0 w Ix W W Z U Z w PRICING SUMMARY Unit Price (Taxes Not Item Qty. Description included) USD 1 4 ea. ANDRITZ Reconditioned 2.0 meter ANDRITZ SMX®-S8 NG2: $ 1,550,480.00 Per attached Scope of Work 2 lea ANDRITZ Reconditioned 2.0 meter ANDRITZ SMX®-S8 LP: $ 476,942.00 Per attached Scope of Work 3 lea ANDRITZ Reconditioned 2.0 meter ANDRITZ SMX®-S8 LP: $ 260,123.00 Per attached Scope of Work 4 1 Lot ANDRITZ BFP 1-6 Control System Upgrade $ 559,669.00 Per attached Scope Description TOTAL PRICE FOR BFP REFRUBISHMENT AND CONTROLS UPGRADE $2,847,214.00 Special Provisions: • All prices quoted in US Dollars • Pricing quoted is EX Works Pittsburg, TX • Pricing does not include any local, state or federal taxes, permits, duties or other fees. Any taxes or fees that may apply must be added to the quoted price and paid by the buyer. W U N CS Uj w W W z z W Page: 2 (total 2) Unit Price (Taxes Not Item Qty. Description included) USD Terms of Payment: ANDRITZ Separation agrees to the following payment terms (on a et 30 days basis). • 10% Down • 25% Agreed Milestone Defined • 65% Shipment or Sign -off Milestone M; Delivery: W V c� Equipment readiness for delivery is anticipated to be 20-24 weeks from receipt N of the Approved Purchase Order. All -. W 0 z W AMMTL QUOTATION Customer: 120635 Supplier: Andritz Separation Inc. City of Fort Worth Contact: Sarah J Toppins Village Creek WWTP- North Arlington Phone: +1 817 419 1747 4500 Wilma Lane Fax: ARLINGTON TX 76012 E-mail: sarah.toppins@andritz.com Date: 07/22/2025 Contact: Fax: Copy to: Sales MR. BARRY HUFFMAN Your inquiry: EMAIL Responsible: Our quote no: 21220162 Ladies and Gentlemen, We thank you for your inquiry and are pleased to quote as follows: 1. Scope of supply For 400482249 Screens (539) Model: Aqua Screen STD Serial number: 400482249 Item Product ID No. S/W* Quantity Unit Unit Price Amount 10 WASHING BRUSH ASC IN 131422619 180 PC 13.50 2,430.00 20 SEAL PLATE, ASC 131406216 1,400 PC 22.68 31,752.00 30 CIRCULAR CHAIN RAIL, LEFT 131406930 5 PC 913.07 4,565.35 HAND, ASC SERIES, IN, M16 BOLTS 40 CIRCULAR CHAIN RAIL, 131406931 5 PC 913.07 4,565.35 RIGHT HAND, ASC SERIES, IN , M 16 BOLTS 90 BUSHING 131411102 1,000 PC 4.08 4,080.00 100 CHAIN LH, STANDARD, 316L 131524576 102 PC 356.34 36,346.68 SIDE PL, 403SS ROLLERS ASC 110 CHAIN RH, STANDARD, 316L 131524577 102 PC 356.34 36,346.68 SIDE PL, 403SS ROLLERS ASC 140 WASHING BRUSH ASC IN 131422619 100 PC 13.50 1,350.00 150 CHAIN RAIL, CIRCULAR 300040857 2 PC 972.27 1,944.54 160 GEAR BOX 131751945 2 PC 495.00 990.00 Page 1 of 9 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21220162 Item Product ID No. S/W* Quantity Unit Unit Price Amount 190 SCREEN PANEL WELDMENT, 131667626 16 PC 988.34 15,813.44 AQUA -SCREEN, 75 DEG, ASC 1500, 1/4" DIA PERF., 11/32" CTRS. , 8 GA. SIDE PLATE 200 SCREEN PANEL WELDMENT, 300587089 11 PC 797.16 8,768.76 01/4, 11/32 CTRS, IN 316L, DETAIL-14, 85° ASC 1800 210 DRIVE SHAFT WELDING 131406294 2 PC 10,603.46 21,206.92 DETAIL 2HP, 5HP, ASC DETAIL 11 280 CIRCULAR CHAIN RAIL LEFT 131515074 2 PC 977.16 1,954.32 HAND ASC 1500X3500X3 290 CIRCULAR CHAIN RAIL RIGHT 131515075 1 PC 977.16 977.16 HAND ASC 1500X3500X3 Items total 173,091.20 Total Amount USD 173,091.20 S = Spare Parts, W = Wear Parts Technical contact: Armando Alvarado /Phone: +1 817 419 1728 / armondo.alvarado@andritz.com Terms and Conditions 2. Delivery Time: after receipt of order and any clarifications. 3. Terms of delivery: Our terms of delivery are FCA ORIGIN PREPAID, according to INCOTERMS 2020. 4. Terms of Payment: Within 30 days Due net (1 % default interest per month for delayed payment). 5. Validity of quotation: This quotation is valid to 12/31/2025. Other Terms: 6. ********** 2 of 9 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76OD1 USA Dept: 0312 New York Branch P.O. Box 12D312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL QUOTATION Customer: 120635 Supplier: Andritz Separation Inc. City of Fort Worth Contact: Sarah J Toppins Village Creek WWTP- North Arlington Phone: +1 817 419 1747 4500 Wilma Lane Fax: ARLINGTON TX 76012 E-mail: sarah.toppins@andritz.com Date: 07/10/2025 Contact: Shannon Dunne Fax: Copy to: Sales MR. BARRY HUFFMAN Your inquiry: SPC request Responsible: Our quote no: 21216842 Dear Shannon Dunne, We thank you for your inquiry and are pleased to quote as follows: Scope of supply For 400448061 Drum Dryer (563) Model: Drum Drying System DDS 120 Serial number: 400448061 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carrier is preferred, please list as FICA, Origin Collect with preferred carrier. Otherwise, list as FCA, Origin Prepaid & Add. 4. Reference this quote number. Freight is excluded. Delivery dates to be determined upon receipt of PO. "ANDRITZ HAS A $250 USD MINIMUM ORDER AMOUNT" Please note currency is in US Dollars Andritz Inc Standard Terms & Conditions apply Returned goods require pre approval and are subject to restocking and inspection fees. Item Product ID No. S/W antity Unit Unit Price Amount Page 1 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount Greip 001 - Fiirnare 10 ULTRAVIOLET FLAME 133711361 2 PC 3,148.63 6,297.26 DETECTOR 20 RELAY GmIlip 002 - Drum 133711828 2 PC 2,951.95 5,903.90 30 SPHERICAL ROLLER BEARING 132047903 16 PC 1,990.53 31,848.48 40 GUIDE RING W 680 H 680 T 30 208207227 4 PC 2,388.76 9,555.04 MM Groin 05 - Main Fan ID Fan 50 BEARING 133711740 2 PC 2,440.98 4,881.96 60 BEARING H&S R _f _r _n _ _- Valve K 19IN 45D 133711824 304SRSIN131A4301 2 PC 2,440.98 4,881.96 70 SOLENOID VALVE 133711607 2 PC 457.60 915.20 80 LIMIT SWITCH 133711677 4 PC 336.27 1,345.08 90 LIMIT SWITCH Group 007 - Conveyors and Flevators 133711678 4 PC 32.93 131.72 100 SENSOR 133367906 16 PC 581.19 9,299.04 110 BEARING 133711679 1 PC 2,733.47 2,733.47 120 SHAFT r,rejn00A-S-re_n 133711680 1 PC 1,866.80 1,866.80 130 129999901 400 PC 3.31 1,324.00 Balls 30 mm diam., silicone 140 129999901 1 PC 4,332.51 4,332.51 Screen MTS 2000 - 10,0 mm/SF StSt 150 129999901 1 PC 4,103.78 4,103.78 Screen MTS 2000 - 3,5 mm/SF StSt 160 129999901 1 PC 4,250.78 4,250.78 Screen MTS 2000 - 15 mm/SF StSt 180 129999901 1 PC 4,250.78 4,250.78 Page 2 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount Screen MTS 2000 - 0,5 mm/SF StSt 190 129999901 1 PC 4,588.65 4,588.65 009 SCREEN OVERSIZED (alternative) Screen MTS 2000 - 6,0 mm/SF StSt 200 129999901 1 PC 4,740.15 4,740.15 009 SCREEN FINAL (alternative) Screen MTS 2000 - 1,0 mm/SF StSt 210 TAPERED ROLLER BEARING 133711681 2 PC 1,111.13 2,222.26 220 TAPERED ROLLER BEARING 133711682 2 PC 2,351.34 4,702.68 230 TAPERED ROLLER BEARING 133711683 2 PC 1,301.16 2,602.32 240 TAPERED ROLLER BEARING 133711684 2 PC 667.35 1,334.70 250 V-BELT Group 013- Bin Activators & Dry 133474015 Slide Gates 8 PC 119.08 952.64 260 FLEXIBLE CONNECTOR 133321769 2 PC 10,309.38 20,618.76 270 BIN ACTIVATOR Group 018 - Mixer 133538461 10 PC 1,026.13 10,261.30 280 129999901 1 PC 68,380.00 68,380.00 FULL SET 018 mixing plowed 1 set with ceramic coating 290 SAFETY SWITCH 131956740 4 PC 82.52 330.08 300 SAFETY SWITCH 133711690 12 PC 121.25 1,455.00 310 BAG FILTER 133591001 36 PC 25.65 923.40 Group 030/031 Dust Scrubbers 3000 ACFM Dual Throat Air Scrubber JN 8112 320 BAG FILTER Group 070 - Pneumatic Conveyor 133591001 T 16 PC 25.65 330 LEVEL SWITCH 133623568 2 PC 1,658.80 340 LEVEL SWITCH 133711791 2 PC 1,899.73 350 REPAIR KIT 133711792 2 PC 523.47 360 REPAIR KIT 133711793 2 PC 572.00 370 129999901 2 PC 415.10 VALVE, SOLENOID, 1/4", SGL, 24VDC, 4-WAY, INT PILOT, DETENT, NEMA 7/9 ANDRITZ Separation Inc. Remit to: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Arlington, TX 76001 USA Dept: 0312 P.O. Box 120312 Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 410.40 3,317.60 3,799.46 1,046.94 1,144.00 830.20 Page 3 of * Wire instructions: Nordea Bank Abp New York Branch SWIFT: NDEAUS3N Account,8879433001 ABA:026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount 380 REPAIR KIT 133711794 2 PC 188.93 377.86 390 REPAIR KIT 133711795 2 PC 485.33 970.66 400 REPAIR KIT 133711795 2 PC 485.33 970.66 410 REPAIR KIT 133711796 4 PC 162.93 651.72 420 PRESSURE SENSOR 133711797 2 PC 3,998.80 7,997.60 430 SOLENOID VALVE 133711798 4 PC 670.80 2,683.20 440 REPAIR KIT 133711799 2 PC 164.67 329.34 450 HOSE ASSEMBLY 133711800 2 PC 7,637.07 15,274.14 460 LIMIT SWITCH 133711801 4 PC 660.40 2,641.60 470 SOLENOID VALVE 133711802 2 PC 858.00 1,716.00 480 SOLENOID VALVE Group 090 Air Com rPn _scor 133711803 2 PC 962.00 1,924.00 490 129999901 4 PC 1,586.91 6,347.64 ELEMENT, HI DUST AIR FIL 500 129999901 8 PC 2,040.93 16,327.44 ELEMENT, COOLANT FILTER 510 129999901 4 PC 354.57 1,418.28 BREATHER FILTER 520 129999901 4 PC 910.20 3,640.80 ELEMENT, FILTER FA18301H 099 Loading Spoilt 530 rmip - ACCESSORY 133711804 2 PC 2,402.40 4,804.80 540 LEVEL SWITCH Group 510 - Acid Sr_rubher 133711805 2 PC 628.16 1,256.32 550 129999901 1 PC 1,300.00 1,300.00 (30) Thirty Cubic Feet - Munters Omni-PakTm random packing. Material of construction to be polypropylene. Group 540 - Regenerative Thermal Oxidizer 560 PRESSURE REGULATOR 132743626 1 PC 1,828.58 1,828.58 Page 4 of * ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount B IRN R / COMMISTION AIR A.RSFMRI Y A FLAMF SAFETY 570 BURNER 133628124 2 PC 3,588.00 7,176.00 580 IGNITER 133544278 2 PC 424.67 849.34 590 TRANSFORMER 133711826 2 PC 339.34 678.68 Dampprs 600 129999901 1 PC 1,724.95 1,724.95 "24"" Isolation Damper Actuator Assembly, Fail Closed, Including The Following: a. MT36 SR5 F07-F10 ISO CH22 1/4"" NPT, Spring Return Fail Closed, CCW to Open b. MS45-120MO3, Mechanical Limit Switch, SPDT Switches, NEMA 4X, IP67, Omron Sensors, U Bracket c. SV61.120VAC-5-STD, Solenoid Valve, 120VAC, 3/4 Way, Namur Mount, 1/4"" NPT Connections d. T4X ASSY Service, Assembly of Actuator, Limit Switch Box, & Solenoid, NEMA 4/4X Termination Assy" 610 129999901 1 PC 7,172.69 7,172.69 "24"" Bypass Damper Actuator Assembly, Fail Open, including The Following: a. MT36 SR5 F07-F10 ISO CH22 1/4"" NPT, Spring Return Fail Open, CCW to Open b. MS45-120MO3, Mechanical Limit Switch, SPDT Switches, NEMA 4X, IP67, Omron Censors, U Bracket c. SV61.120VAC-5-STD, Solenoid Valve, 120VAC, 3/4 Way, Namur Mount, 1/4"" NPT Connections d. T4X ASSY Service, Assembly of Actuator, Limit Switch Box, & Solenoid, NEMA 4/4X Termination Assy" 620 129999901 2 PC 6,443.91 12,887.82 "30"" Process Damper Actuator Assembly, Including The Following: a. MT36 DA F10-F12 ISO CH22 1/4"" NPT, Double Acting, CCW to Open b. MS45-120MO3, Mechanical Limit Switch, SPDT Switches, NEMA 4X, IP67, Omron Censors, U Bracket c. SV61.120VAC-5-STD, Solenoid Valve, 120VAC, 3/4 Way, Namur Mount, 1/4"" NPT Connections d. T4X ASSY Service, Assembly of Actuator, Limit Switch Box, & Solenoid, NEMA 4AX Termination Assy" 630 129999901 1 PC 1,051.55 1,051.55 Page 5 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount "10"" Fresh Air Damper Actuator Assembly, Including The Following: a. MT21 DA F05-F07 ISO CH17 1/4"" NPT, Double Acting, CCW to Open b. MAYT-330ORDA5504S Smart Rotary Positioner, Namur Bracket, Standard Temp, With Limit Switches and 4- 20mA Feedback c. SST Stainless Steel Tubing and Fitting with Assy. Service d. MAFRL1N14 Filter/Regulator e. Valve, Actuator and Positioner Assembly, Testing, And Packaging Service" 640 129999901 1 PC 1,051.55 1,051.55 "10"" Purge Air Damper Actuator Assembly, Including The Following: a. MT21 DA F05-F07 ISO CH17 1/4"" NPT, Double Acting, CCW to Open b. MS45-120MO3, Mechanical Limit Switch, SPDT Switches, NEMA 4X, IP67, Omron Censors, U Bracket c. SV61.120VAC-5-STD, Solenoid Valve, 120VAC, 3/4 Way, Namur Mount, 1/4"" NPT Connections d. T4X ASSY Service, Assembly of Actuator, Limit Switch Box, & Solenoid, NEMA 4/4X Termination Assy" 650 THERMOCOUPLE 133367165 4 PC 309.40 1,237.60 660 THERMOCOUPLE 133367166 Group 600 N2 GENERATOR 4 PC 375.54 1,502.16 670 129999901 1 PC 3,203.03 3,203.03 03.000 BUTTERFLY VALVE WITH AC 680 129999901 2 PC 370.31 740.62 01.000" PROCESS VALVE REBUILD KIT 690 129999901 1 PC 341.15 341.15 0.500 PROCESS VALVE REBUILD KIT 700 129999901 1 PC 8,771.11 8,771.11 REPLACEMENT FILTER ELEMENTS 710 MODULE 131836521 2 PC 897.36 1,794.72 720 DIGITAL OUTPUT MODULE 131528271 2 PC 1,010.83 2,021.66 730 ANALOG INPUT MODULE 133521697 2 PC 2,795.47 5,590.94 Page 6 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount 740 ANALOG OUTPUT MODULE 132640966 2 PC 4,248.78 8,497.56 750 POWER SUPPLY UNIT 131524499 2 PC 1,792.18 3,584.36 760 CPU 133273721 2 PC 10,727.31 21,454.62 770 PLC FUNCTION MODULE 132633107 2 PC 3,893.76 7,787.52 780 COMMUNICATION MODULE ro tp AM - Instruments 132066250 2 PC 4,604.27 9,208.54 790 TEMPERATURE 133334281 2 PC 1,822.93 3,645.86 TRANSMITTER 800 TEMPERATURE SENSOR 133334282 2 PC 578.41 1,156.82 810 TEMPERATURE 133334679 2 PC 1,681.54 3,363.08 TRANSMITTER 820 SENSOR 133407150 2 PC 446.11 892.22 830 SENSOR 133407150 2 PC 446.11 892.22 840 TEMPERATURE 133334289 2 PC 1,853.07 3,706.14 TRANSMITTER 850 TEMPERATURE 133334331 1 PC 1,468.50 1,468.50 TRANSMITTER 860 TEMPERATURE 133334331 1 PC 1,468.50 1,468.50 TRANSMITTER 870 LEVEL TRANSMITTER 133334498 2 PC 10,474.38 20,948.76 880 PRESSURE TRANSMITTER 133334546 2 PC 5,143.84 10,287.68 890 PRESSURE TRANSMITTER 133334547 4 PC 5,647.74 22,590.96 900 INSTRUMENT 131915705 4 PC 3,139.64 12,558.56 910 PRESSURE TRANSMITTER 133334662 2 PC 2,835.23 5,670.46 920 PRESSURE SWITCH 133338153 4 PC 466.39 1,865.56 930 PRESSURE SWITCH 133334666 2 PC 548.08 1,096.16 940 ANALYZER 132016887 2 PC 13,556.68 27,113.36 950 POWER SUPPLY 133715526 2 PC 4,656.76 9,313.52 960 CONTROL BOARD 133715527 2 PC 4,068.32 8,136.64 970 ANALYZER 133704430 2 PC 4,876.72 9,753.44 980 FILTER 133125879 2 PC 2,436.48 4,872.96 990 GASKET 133715528 2 PC 65.87 131.74 1000 GASKET 133715529 2 PC 62.40 124.80 1010 ANALYZER 133112226 2 PC 6,737.93 13,475.86 1020 129999901 2 PC 1,924.00 3,848.00 Ultima X5000 Replacement Sensor A-5K-SENS-11-0-F-0-0 11= Carbon Monoxide 0-500 ppm Xcell 1030 ANALYZER 133112227 2 PC 6,447.88 12,895.76 Page 7 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21216842 Item Product ID No. S/W* Quantity Unit Unit Price Amount 1040 SENSOR 133374500 2 PC 1,642.10 3,284.20 1050 ANALYZER 133405884 2 PC 6,118.67 12,237.34 1060 SENSOR 133374500 2 PC 1,642.10 3,284.20 1070 LEVEL SENSOR 131396074 2 PC 6,130.49 12,260.98 1080 FLOW METER 133093905 2 PC 6,672.59 13,345.18 Total Amount S = Spare Parts, W = Wear Parts USD 638,060.57 Technical contact: Walter Bachlinger /Phone: +1 817 419 1744 / walter.bachlinger@andritz.com Terms and Conditions 2. Delivery Time: after receipt of order and any clarifications. 3. Terms of delivery: Our terms of delivery are FICA ORIGIN PREPAID, according to INCOTERMS 2020. 4. Terms of Payment: Within 30 days Due net (1 % default interest per month for delayed payment). 5. Validity of quotation: This quotation is valid to 10/31/2025. Other Terms: 6. ********** COVID-19 pandemic delays, disrupts, or prevents Andritz's performance, or increases shipping or freight costs, Andritz shall be entitled to change order containing an appropriate adjustment in the contract price and/or delivery schedule. Furthermore, in the event that developments related to the pandemic, whether initiated prior to or after the date of this proposal, quotation, or order, including but not limited to travel advisories, steps taken to protect the health and safety of employees, Government orders, and temporary facility shutdowns, increase the cost or time for delivery, Andritz shall be entitled to adjust the price and delivery dates herein to reflect these impacts. Andritz's delivery date and prices (including freight) are estimates only based on Page 8 of ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax: +1 (817) 468-3961 Federal Tax ID Number: 59-3773483 ABA: 026010786 QUOTATION Customer #120635 / Job #691-604 Village Creek WWTP Ft. Worth, TX 4500 Wihna Lane Arlington, TX 76012 Attn: Kenny Wilson KennyMilsongfortworthtexas. oovv Equipment: 2.OM SMX-S8 NGII AAMMR■TL Separation 1010 Commerical Blvd. South Arlington, TX 76001 Inside Contact: Gina Mongardo Gi na. Mongardo(aAnd ritz.com Phone: (817) 419-1790 Date: September 22, 2025 Line Andritz Part # Description Recommended Quantity Price / Each Standard Wear Items 1 131410909 84" X 805" Top Belt 1 $ 2,587.80 2 131410875 84" X 456" Bottom Belt 1 $ 1,466.80 3 131405351 Doctor Blades 2 $ 117.61 4 300036431 Wear Strips 67 $ 32.30 5 131411021 Rosta Suspension Unit 2 $ 113.39 6 j131410661 IRosta Clamp 2 $ 33.27 Roll Bearing Assemblies 7 300118073 850 DIA Perf Roll 1 $ 39,402.19 8 300066434 617 DIA S-Roll 1 $ 22,864.84 9 300118074 430 DIA Lower S-Roll 1 $ 15,486.04 10 300118183 430 DIA Upper S-Roll 1 $ 15,737.56 11 300118299 336 DIA S-Roll 1 $ 12,139.21 12 300118213 285 DIA S-Roll I $ 11,776.94 13 300117547 264 DIA Driven Roll 1 $ 12,923.77 14 300118312 264 DIA Drive Roll 1 $ 11,855.82 15 300105892 284 DIA Tension Roll 2 $ 11,716.22 16 300118646 210 DIA Tracking Roll 2 $ 9,211.99 17 1300118316 285 DIA Upper Deflection Roll 1 $ 12,847.96 18 1300119353 256 DIA Lower Deflection Roll 1 $ 10,751.93 Seals 19 300169925 Shower Seal -Upper and Lower 8 $ 9.93 20 300037939 Splash Guard Side Seal 2 $ 165.28 21 300077042 Splash Guard Seal 1 $ 114.11 22 300650191 Distribution Chute Cover Seal 1 $ 189.66 23 300631280 Distribution Chute Transversal Seal 1 $ 32.35 S-Roll Bearing Assembly 24 300064238 Bearing Assembly 2 $ 142.50 25 131078281 Retaining Ring 2 $ 3.08 26 131261986 Spherical Roller Bearing 2 $ 191.98 27 131411081 Locating Ring 4 $ 7.81 28 131142027 End Cover 2 $ 94.81 29 131046514 V-Ring 2 $ 12.05 30 131042585 O-Ring 2 $ 2.13 31 131422421 Labyrinth 2 $ 93.10 Drive & Driven Roll Bearing Assembly 32 131481434 Bearing Assembly (Open) 2 $ 259.60 33 131481370 Bearing Assembly (Closed) 2 $ 259.60 34 131441512 Spherical Roller Bearing 2 $ 225.66 35 131109703 O-Ring 2 $ 2.03 36 131240908 V-Ring 2 $ 13.24 37 131422439 Labyrinth 2 $ 104.50 38 131113659 Locating Ring 4 $ 8.55 39 100022195 Retaining Ring 2 $ 4.60 40 131410789 Four Lip Seal 2 $ 25.76 Tracking Roll Bearing Assembly 41 300075940 Bearing Assembly 1 $ 1,059.60 42 131410479 END COVER SKF ASNH 507-606 1 $ 41.55 43 131225525 V-Ring 1 $ 5.36 44 131411083 Fixed Ring 2 $ 19.99 45 131573828 Spherical Roller Bearing 1 $ 65.28 46 100022215 Retaining Ring 1 $ 1.24 47 131005108 Seal 1 $ 4.54 48 300124586 Labyrinth 1 $ 45.60 49 Tracking Yoke End 50 131194312 V-Ring 1 $ 5.40 51 100022215 Retaining Ring 1 $ 1.18 52 131405291 Labyrinth 1 $ 104.50 53 300085174 Labyrinth 1 $ 57.00 54 131454201 Spherical Roller Bearing 1 $ 120.19 Tension & Deflection Rolls 55 131405398 Bearing Assembly 2 $ 142.50 56 131261952 Spherical Roller Bearing 1 $ 83.89 57 131139254 O-Ring 2 $ 38.00 58 131225527 V-Ring 2 $ 3.93 59 131422413 Labyrinth 2 $ 104.50 60 132624330 Locating Ring 4 $ 27.51 61 100022260 Retaining Ring 2 $ 1.62 62 131752266 End Cover 2 $ 46.72 Shower Assembly 63 131410762 Shower Nozzle 42 $ 22.95 64 131410561 Brush for Shower Pipe 2 $ 2,356.00 65 131410781 Shower Pipe Valve Housing Seal Kit 2 $ 128.35 Belt Tension Assembly 66 131412021 Cross Shaft Bearing Assembly 4 $ 89.66 67 131408030 Pinion Gear 2 $ 157.02 68 131083238 Key 2 $ 8.47 69 131078244 Retaining Ring 2 $ 0.84 70 131410553 Bushing Tension Shaft 8 $ 42.69 Drive Assembly 71 133107457 Gearmotor Reducer 1 $ 10,030.31 72 133107458 Gearmotor Reducer 1 $ 11,501.08 73 131454299 Bull Gear 2 $ 2,816.73 74 131436907 Key 1 $ 68.40 75 131240587 Key 1 $ 104.50 Mixer 76 1131405480 6" VENTURI MIXER ASSEMBLY 1 1 $ 10,347.40 Plows 77 1300137300 jPlow Chicane 39 1 $ 11.12 Belt Tracking 78 1131464443 Control Valve 2 $ 2,025.19 79 1300586105 113elt Tracking Palm Arm Unit 2 $ 204.12 Air Bellows 80 1131410473 113elt Tracking 2 1 $ 314.98 81 1132233383 1 Belt Tension 2 1 $ 625.39 *Pricing valid through 2025 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carrier is preferred, please list as FCA, Origin Collect with preferred carrier. Otherwise, list as FCA, Origin Prepaid & Ad Freight is excluded. QUOTATION Customer #120635 / Job #807162 Village Creek WWTP Ft. Worth, TX 4500 Wilma Lane Arlington, TX 76012 Attn: Kenny Wilson Kenny.Wllsongfortworthtexas. oovv Equipment: 2.OM SMX-S8 Separation 1010 Commerical Blvd. South Arlington, TX 76001 Inside Contact: Gina Mongardo Gi na. Mongardo(oAnd ritz.com Phone: (817) 419-1790 Date: 09/19/2025 Line Andritz Part # Description Recommended Quantity Price / Each Frame Assembly 1 300059557 Frame Assembly Galvanized 1 $155,840.00 2 100003275 Screw 4 $11.99 3 100003177 Screw 12 $2.11 4 100003178 Screw 16 $2.00 5 100004457 Flat Washer 56 $0.70 6 131398633 Spring Washer 28 $0.51 7 100002083 Hex Nut 28 $1.01 8 100003185 Screw 152 $4.05 9 131042887 Flat Washer 304 $1.06 10 131161098 Spring Washer 152 $0.72 11 100002084 Hex Nut 152 $1.54 12 131543900 Flat Washer 8 $0.91 13 131398637 Spring Washer 4 $3.02 14 100002085 Hex Nut 8 $5.59 Standard Wear Items 15 131410909 84" X 805" Top Belt 1 $2,589.32 16 131410875 84" X 456" Bottom Belt 1 $1,578.71 17 131408478 Doctor Blades 2 $98.19 18 131464448 Wear Strips 67 $74.10 19 131411021 Rosta Suspension Unit 2 $113.39 20 1131410661 Rosta Clamp 2 $33.27 Roll Bearing Assemblies 21 300023154 36" Perf Roll 1 $27,905.11 22 131408256 24" S-Roll 1 $26,015.44 23 131408257 18" S-Roll 1 $23,416.75 24 131408258 16" S-Roll 1 $19,852.19 25 131408259 14" S-Roll 1 $19,698.16 26 131408260 12" S-Roll 1 $15,822.14 27 300055283 9.5" Drive Roll 1 $14,044.56 28 300152689 9.5" Driven Roll 1 $14,019.34 29 131408253 10" Tension Roll 2 $12,540.83 30 300152264 12" Deflection Roll 1 $14,852.60 31 1131408252 6.5" Tracking Roll 2 $9,535.68 32 1131408264 6" Deflection Roll 1 $6,868.81 Polyurethane Seals 33 131408512 Shower Seal -Upper and Lower 8 $169.95 34 131671768 Splash Guard Side Seal 2 $82.98 35 131408447 Splash Guard Seal 1 $213.34 36 131422425 Headbox Sidewall Seal 2 $320.40 37 131408764 Distribution Chute Cover Seal 1 $152.50 38 1131408519 IDistribution Chute Transversal Seal 1 $281.15 Buna Seals 39 300169925 Shower Seal -Upper and Lower 8 $216.50 40 300173825 Splash Guard Side Seal 2 $337.23 41 300650194 Splash Guard Seal 1 $127.42 42 131422425 Headbox Sidewall Seal 2 $320.40 43 300650189 Distribution Chute Cover Seal 1 $127.34 44 1300162454 IDistribution Chute Transversal Seal 1 $169.68 Drive Roll Bearing Assembly 45 131454231 Bearing Assembly (Free) 2 $1,450.25 46 131454230 Bearing Assembly (Held) 2 $1,450.25 47 131985848 Spherical Roller Bearing 2 $239.82 48 131410614 Tapered Adapter Assembly 2 $156.27 49 131410783 T-Seal 3 $242.46 50 131544791 Spacer Ring 2 $38.34 51 131189979 V-Ring Seal 2 $12.20 52 300007920 V-Ring (Outboard, Drive End) 1 $87.78 53 131780167 V-Ring (Outboard, Gear End) 1 $87.78 Driven Roll Bearing Assembly 54 131454231 Bearing Assembly (Free) 2 $1,450.25 55 131454228 Bearing Assembly (Held) 2 $1,450.25 56 131985848 Spherical Roller Bearing 2 $239.82 57 131410614 Tapered Adapter Assembly 2 $156.27 58 131410783 T-Seal 3 $242.46 59 131544791 Spacer Ring 2 $38.34 60 131189979 V-Ring Seal 2 $12.20 61 131780167 V-Ring (Outboard, Gear End) 1 $87.78 S-Roll Bearing Assembly 62 131454229 Bearing Assembly (Free) 1 $1,542.55 63 131454228 Bearing Assembly (Held) 1 $1,450.25 64 131985848 Spherical Roller Bearing 2 $239.82 65 131410614 Tapered Adapter Assembly 2 $156.27 66 131410783 T-Seal 2 $242.46 67 131544791 Spacer Ring 2 $38.34 68 131189979 V-Ring Seal IV 2 $12.20 69 131408609 -Ring Holder 2 $107.94 Tension, Tracking, & Defelction Rolls 70 131465248 Bearing Assembly (Free) 1 $1,542.55 71 131454227 Bearing Assembly (Held) 1 $1,450.25 72 131709194 Spherical Roller Bearing 2 $254.85 73 131410612 Tapered Adapter Assembly 2 $68.51 74 131410786 T-Seal 2 $255.19 75 131468160 V-Ring Seal 2 $12.25 76 131410799 Spacer Ring IV 2 $69.38 77 131580500 -Ring Holder (Inboard) 2 $21.85 Shower Assembly 78 1131454284 Shower Pipe 2 $3,634.70 Belt Tension Assembly 79 300060834 Pinion Shaft Bushing 2 $757.45 80 131408030 Pinion Gear 2 $309.57 81 131083238 Key 2 $21.27 82 100022261 Retaining Ring 2 $24.97 83 131454289 Bushing Tension Shaft 2 $135.97 84 1131454286 IBushing Tension Shaft 2 $145.13 Drive Assembly 85 131939222 Gearmotor Reducer 1 $7,584.32 86 131454291 Bull Gear 2 $4,170.34 87 300058779 Key 1 $115.25 Mixer 88 1131405480 6" VENTURI MIXER ASSEMBLY 1 $12,249.40 Plows 89 1131408020 Plow Chicane 1 53 1 $79.69 Belt Tracking 90 131464443 Control Valve 2 $2,475.92 91 131408204 Upper Sensor Palm 2 $161.41 92 131556886 Upper Sensor Palm Arm 2 $165.04 Air Bellows 93 131410473 113elt Tracking 2 1 $415.48 94 1131410478 1 Belt Tension 2 1 $520.34 *Pricing valid through 2025 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terns: If a specific carrier is preferred, please list as FCA, Origin Collect with preferred carrier. Otherwise, list as FCA, Origin Prepaid & Ad Freight is excluded. QUOTATION Customer #120635 / Job #821365 Village Creek WWTP Ft. Worth, TX 4500 Wihna Lane Arlington, TX 76012 Attn: Kenny Wilson KennyMilsongfortworthtexas. oovv Equipment: 2.OM SMX-Q-S8 Quantum A &MMMTL Separa#ion 1010 Commerical Blvd. South Arlington, TX 76001 Inside Contact: Sarah Toppins sarah.toppinsna,andritz. com Phone: (817) 419-1747 Date: September 16, 2025 Line Andritz Part # Description Recommended Quantity Price / Each Standard Wear Items 1 131410911 84" X 810" Top Belt 1 $ 2,604.90 2 132651137 84" X 460" Bottom Belt 1 $ 1,810.70 3 300279253 Doctor Blades 2 $ 83.60 4 300254336 Wear Strips 56 $ 41.42 5 300280442 Doctor Handle 4 $ 617.50 6 300280466 IDoctor Handle Spring 4 $ 39.90 Roll Bearing Assemblies 7 300252419 24" Perforated RollBrg Assembly 1 $ 27,996.80 8 300252425 15" Perforated Roll/Brg Assembly 1 $ 22,357.74 9 300252433 12" S-RollBrg Assembly 1 $ 11,080.83 10 300252412 10" S-RollBrg Assembly 3 $ 10,018.97 11 300254005 10" Drive RollBrg Assembly 2 $ 13,842.88 12 1300252442 8" Deflection RollBrg Assembly 4 $ 8,654.02 13 1300252447 8" Tension / Tracking Roll/Brg Assembly 2 $ 9,645.68 Seals 14 300265378 Shower Seal -Upper and Lower 8 $ 5.37 15 300277515 Headbox Sidewall Seal 2 $ 57.80 16 300278025 Distribution Chute Transversal Seal 1 $ 228.13 Drive Roll Bearing Assembly 17 132293334 Bearing Assembly (Thru) 2 $ 1,241.99 18 132293336 Bearing Assembly (Closed) 2 $ 880.56 19 131070184 Retaining Ring 2 $ 5.61 20 131588080 Spherical Roller Bearing 2 $ 141.46 21 131410493 Seal Assembly 3 $ 159.03 22 131071720 V-Ring 3 $ 6.50 23 131873075 Stabilizing Ring 2 $ 56.22 24 300252448 Seal Sleeve 1 $ 129.20 Perforated and S-Roll Bearing Assembly 25 132293336 Bearing Assembly 2 $ 880.56 26 131070184 Retaining Ring 2 $ 5.61 27 131588080 Spherical Roller Bearing 2 $ 141.46 28 131410493 Seal Assembly 2 $ 159.03 29 131071720 V-Ring 2 $ 6.50 30 1131873075 Stabilizing Ring 2 $ 56.22 Tension, Tracking, & Deflection Rolls 31 131465247 Bearing Assembly 2 $ 811.26 32 100022227 Retaining Ring 2 $ 9.98 33 131752573 Spherical Roller Bearing 2 $ 153.35 34 131410494 Seal Assembly 2 $ 33.52 35 131468160 V-Ring 2 $ 4.43 36 1131411090 Stabilizing Ring 2 $ 34.39 Shower Assembly 37 1300253988 1 Shower Pipe 1 2 1 $ 3,615.70 Belt Tension / Tracking Assembly 38 132441679 Rotary Transducer 2 $ 837.90 39 300282751 Belt Tracking Unit Arm 2 $ 150.10 40 132477014 Load Cell 1 $ 2,390.29 41 132451377 Linear Actuator 1 $ 8,750.08 42 131408030 Pinion Gear 4 $ 157.02 43 131581447 Bushing Pinion Gear Shaft 4 $ 55.10 44 131699683 Clevis Pin 4 $ 186.20 45 131796837 Parallel Key 4 $ 60.80 46 100022261 Retaining Ring 4 $ 5.51 47 132314967 Tension Hydraulic Cylinder 4 $ 2,327.50 48 131757225 Tracking Hydraulic Cylinder 2 $ 2,139.42 49 131530293 Tracking Hydraulic Control Valve 2 $ 1,295.80 50 131698239 Torsional Spring Bracket 2 $ 313.50 Drive Assembly 51 132442535 Gearmotor Reducer 2 $ 6,652.36 52 300255677 Drive Coupling 2 $ 4,213.68 53 300280081 Key 2 $ 80.50 Mixer 54 1131405480 6" VENTURI MIXER ASSEMBLY 1 $ 10,347.40 Plows 55 1131405955 Plow Chicane 60 $ 17.52 56 1100022528 1 Spring Pin 1 60 1 $ 5.90 Hydraulic System 57 1131506028 Filter 1 $ 96.01 58 131506027 Hydraulic Unit Reservoir 1 $ 485.72 59 300350726 Hydraulic Unit Manifold Assembly 1 $ 5,546.82 60 131505925 Pump 1 $ 1,624.50 61 131410718 Hose 2 $ 19.32 62 131410648 Hose Clamp 6 $ 2.57 63 1131899843 JAC Motor I 1 1 $ 813.54 *Pricing valid through 2025 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carrier is preferred, please list as FCA, Origin Collect with preferred carrier. Otherwise, list as FCA, Origin Prepaid & Ad Freight is excluded. QUOTATION Customer # 120635 / Job# 817925 Village Creek WWTP 4500 Wilma. Lane Arlington, TX 76012 Attn: Kenny Wilson Kenny. W ilsongfortworthtexas.eov Equipment: Model 2.OM GBT Serial# 400380883 AICMTL 1010 Commerical Blvd. South Arlington, TX 76001 Inside Contact: Gina Mongardo Gina. Moneardo#Andritz.com Phone: (8 17) 419-1790 Date: 09/19/2025 Item Drawing Andritz Part # Description Recommended Quantity Price / Each PARTS FOR FRAME ASSEMBLY 1 DMM18325 300017139 FRAME ASSEMBLY COMPLETE 1 $59,046.00 7 100003184 SCREW 16 $7.89 8 131042887 FLAT WASHER 16 $1.56 9 131161098 SPRING WASHER 16 $1.81 PARTS FOR BELT TENSION ASSEMBLY 1 DMM17082 131408030 PINION GEAR 2 $309.57 2 300186341 TENSION BRACKET RH 1 $5,617.00 3 300186340 TENSION BRACKET LH 1 $5,617.00 4 300186325 BELLOW BRACKET 2 $1,165.00 5 300186322 TENSION SHAFT WELDMENT 2 $2,729.00 6 300186321 PINION SHAFT WELDMENT 1 $3,965.00 7 131405679 BELLOW BRACKET PLATE 2 $471.00 8 131454289 BUSHING TENSION SHAFT 4 $135.97 9 131454290 BUSHING TENSION SHAFT 2 $185.80 10 131405855 PRIMARY DOCTOR ADJ PLATE 2 $256.50 11 100022261 RETAINING RING 2 $24.97 12 131083238 KEY 2 $21.27 13 131410457 AIR BELLOW 2 $453.52 14 131097290 SCREW 12 $1.15 15 100004454 PLAIN WASHER 24 $0.19 16 131161098 SPRING WASHER 12 $1.81 17 100002080 HEX NUT 12 $0.54 18 100003171 SCREW 4 $8.02 19 131043265 FLAT WASHER 8 $1.28 20 131069990 SPRING WASHER 4 $0.40 21 100002082 HEX NUT 4 $1.14 22 100003182 SCREW 8 $10.67 23 131401287 FLAT WASHER 16 $9.38 24 131161098 SPRING WASHER 16 $1.81 25 100003217 SCREW 8 $11.33 26 100007652 COUNTERSUNK HEAD SCREW 2 $11.66 27 131328843 SCREW 8 $0.96 28 131325740 FLAT WASHER 8 $0.48 29 131325745 SPRING WASHER 8 $1.37 PARTS FOR DRIP COVER ASSEMBLY 1 DMM25375 300250793 DRIP GUARD ,COVER# 1, 2.OM GBT 1 $438.32 2 300250794 DRIP GUARD, ANGLE 2.OM GBT 1 $593.20 3 300250795 DRIP GUARD, COVER# 2, 2.OM GBT 1 $404.38 4 100003157 SCREW 4 $1.59 5 100003159 SCREW 9 $1.69 6 131034864 SCREW 4 $2.20 7 131544114 FLAT WASHER 21 $0.49 8 131070103 SPRING WASHER 15 $0.20 9 100002081 HEX NUT 6 $0.88 PARTS FOR GRID ASSEMBLY 1 DMM18695 300186545 GRID WELDMENT, 316L, 2.OM 3 $4,265.00 2 131406003 WEAR -STRIP 2.OM GBT VA 69 $45.22 3 131405847 GRID STRIP CLAMP, END PAN 4 $276.60 4 131405861 GRID STRIP CLAMP, MIDDLE PAN 2 $313.50 5 100003184 SCREW 12 $7.89 6 131401287 FLAT WASHER 12 $9.38 7 131161098 SPRING WASHER 12 $1.81 PARTS FOR ROLL BEARING ASSEMBLY I DMM17236 300185574 ROLL/BEARING ASSEMBLY 11-1/4" 1 $12,614.31 2 300163198 ROLL/BEARING ASSEMBLY 6.5" 1 $9,792.07 3 300185571 ROLL/BEARING ASSEMBLY RILSAN 1 $14,198.55 4 100003594 HEX HEAD SCREW-ISO4017 - 4 $12.27 5 131401287 PLAIN WASHER BN737 16 A4 12 $9.38 6 131161098 SPRING WASHER :DIN127 - B - 16 - 8 $1.81 7 100002084 HEX NUT ISO4032 - M16 - A4-70 4 $2.98 8 100003217 HEX HEAD SCREW ISO4017 - 4 $11.33 9 100003178 HEX HEAD SCREW ISO4017 - 4 $3.88 10 131401286 PLAIN WASHER BN737 -12 4 $7.43 11 131398633 SPRING WASHER :DIN127 - A - 12 - 4 $2.45 PARTS FOR 11.25" DRIVE ROLL BEARING ASSEMBLY 2 DMM17237 131454220 BEARING PACKAGE 1 $1,433.48 3 131454222 BEARING PACKAGE 1 $1,442.48 4 131078266 RETAINING RING 2 $9.25 7 131261982 BEARING 2 $174.42 8 131410488 SEAL ASSEMBLY 2 $180.07 9 131410489 SEAL ASSEMBLY 1 $136.07 12 131411089 STABILIZING RING 2 $59.26 13 131418193 GREASE FITTING 2 $5.25 14 131457837 PLUG 4 $10.82 15 100003325 SCREW 8 $3.71 16 100004457 FLAT WASHER 8 $7.05 17 131398633 SPRING WASHER 8 $2.45 PARTS FOR 6.5" TRACKING ROLL BEARING ASSEMBLY 2 DMM17074 131465247 BEARING PACKAGE 1 $759.60 3 131465247 BEARING PACKAGE 1 $759.60 4 100022227 RETAINING RING 2 $9.77 6 131453919 BEARING 2 $105.25 7 131410494 SEAL ASSEMBLY 2 $62.50 8 131189977 V-RING 2 $10.95 9 131411090 STABILIZING RING 2 $52.50 10 131418193 GREASE FITTING 2 $5.25 11 131457837 PLUG 6 $10.82 12 100003300 SCREW 8 $7.15 13 131043265 FLAT WASHER 8 $1.28 14 131069990 SPRING WASHER 8 $0.40 PARTS FOR 10" TENSION ROLL BEARING ASSEMBLY 2 DMM17078 131454221 BEARING PACKAGE 1 $1,211.35 3 131454220 BEARING PACKAGE 1 $1,433.48 4 131078266 RETAINING RING 2 $9.25 6 131261982 BEARING 2 $174.42 7 131410488 SEAL ASSEMBLY 2 $180.07 8 131410489 SEAL ASSEMBLY 1 $136.07 9 131411089 STABILIZING RING 2 $59.26 10 131418193 GREASE FITTING 2 $5.25 11 131457837 PLUG 4 $10.82 12 100003325 SCREW 8 $5.55 13 100004457 FLAT WASHER 8 $7.05 14 131398633 SPRING WASHER 8 $2.45 PARTS FOR BELT TRACKING ASSEMBLY 1 DMM18424 300186470 BELT TRACKING UNIT ASSY 1 $3,733.00 3 131464443 CONTROL VALVE JUD 1 $2,995.86 4 131405501 BELT TRKG UNIT PALM ARM 1 $165.50 5 131405500 BELT TRACKING UNIT PALM 1 $242.53 6 100003160 SCREW 2 $1.51 7 131544114 FLAT WASHER 4 $0.49 8 131070103 SPRING WASHER 2 $0.20 9 100002081 HEX NUT 2 $0.88 10 100003152 SCREW 2 $0.58 11 100004454 FLAT WASHER 2 $0.19 12 131398617 SPRING WASHER 2 $0.46 13 100003613 SCREW 1 $0.50 14 131161176 SPRING WASHER 1 $1.13 15 100020094 SCREW 2 $0.76 16 131398615 SPRING WASHER 2 $1.25 17 100003185 SCREW 2 $5.25 18 131042887 FLAT WASHER 4 $1.56 19 131161098 SPRING WASHER 2 $1.81 20 100002084 HEX NUT 2 $2.98 * 131410473 AIR BELLOW 2 $415.48 PARTS FOR DRIVE ROLL DOCTOR ASSEMBLY I DMM17096 131628524 DOCTOR BLADE WELDMENT 1 $4,541.00 2 131527050 DOCTOR BLADE 1 $275.50 3 131628360 CLEAT 1 $218.50 4 131405869 DOCTOR BKT ANGLE SUPPORT 2 $142.50 5 131405780 HANDLE, DOCTOR ASSEMBLY 2 $544.80 6 131410661 CLAMP ROSTA 2 $62.90 7 131411021 SUSPENSION LOVEJOY 2 $112.47 8 100003159 SCREW 12 $1.69 9 131544114 FLAT WASHER 8 $0.49 10 131070103 SPRING WASHER 4 $0.20 11 100002081 HEX NUT 4 $0.88 12 131400544 SCREW 9 $0.75 13 100003152 SCREW 2 $0.58 14 100004454 FLAT WASHER 2 $0.25 15 131398617 SPRING WASHER 2 $0.46 16 100004711 FLAT WASHER 10 $0.97 PARTS FOR HEADBOX ASSEMBLY 1 DMM22889 131406015 SIDEWALL RH 3,372.00 2 131406014 SIDEWALL LH 3,372.00 3 131406007 HEADBOX SIDEWALL BRACKET 8 $151.00 4 300187256 HEADBOX FRONT COVER 1 $1,933.00 5 131405912 DISCHARGE CHUTE LATCH 2 $38.00 6 300187248 PRIMARY DOCTOR ASSEMBLY 1 $6,518.00 7 300187243 DISCHRG CHUTE TOP SUPPORT 1 $924.00 8 300187240 DISCHRG CHUTE TOP 1 $693.50 9 131517555 SEAL SIDEWALL 2.OM GBT 2 $369.24 10 100003160 SCREW 48 $1.51 11 131544114 FLAT WASHER 68 $0.49 12 131070103 SPRING WASHER 55 $0.20 13 100004711 FLAT WASHER 29 $0.97 14 100002081 HEX NUT 42 $0.88 15 131336356 SCREW 4 $0.90 16 100004453 FLAT WASHER 8 $3.91 17 131161176 SPRING WASHER 4 $1.13 18 100002079 HEX NUT 4 $3.41 19 100003158 SCREW 9 $3.58 20 100003176 SCREW 4 $4.39 21 100004457 FLAT WASHER 4 $7.05 22 131398633 SPRING WASHER 4 $2.45 23 131401286 FLAT WASHER 4 $7.43 24 100002083 HEX NUT 4 $2.47 25 131410671 CLAMP 2 $125.52 * 131518323 HEADBOX DOCTOR BLADE 1 $475.88 * 131405513 HEADBOX SHOWER SEAL 4 $178.34 PARTS FOR RETENTION TANK & CHUTE ASSEMBLY 1 DMM17249 131527151 SEAL TRANSVERSAL 2.OM GBT 1 $372.71 2 300186827 RETENTION TANK 1 $9,088.63 3 131405815 SEAL SIDE 4 $84.97 4 300186788 RETENTION TANK COVER 1 $387.41 5 131487816 CAP 1 $50.03 6 100003167 SCREW 4 $3.85 7 131043265 FLAT WASHER 8 $1.28 8 131069990 SPRING WASHER 4 $0.40 9 1000020821 HEX NUT 4 $1.14 PARTS FOR SHOWER ASSEMBLY 1 DMM17100 131454284 SHOWER PIPE 1 $5,082.25 2 131405587 SHOWER BOX 1 $9,608.77 3 131405585 SHOWER SUPPORT BRACKET 2 $232.51 4 131405586 SHOWER SUPPORT BRACKET 2 $232.51 5 300853692 SHOWER BOX HOLDER, 316L 2 $112.73 6 100003164 SCREW 4 $3.29 7 131544114 FLAT WASHER 12 $0.49 8 131070103 SPRING WASHER 8 $0.20 9 100002081 HEX NUT 4 $0.88 10 100003168 SCREW 8 $3.13 11 131043265 FLAT WASHER 16 $1.28 12 131069990 SPRING WASHER 8 $0.40 13 100002082 HEX NUT 8 $1.14 14 100004457 FLAT WASHER 8 $7.05 15 100003279 SCREW 4 $1.28 16 131457731 PIPE NIPPLE 1 $4.85 17 131457865 UNION 1 $30.68 18 131458239 PIPE (INCHES) 6 $2.22 19 131457656 ELBOW 1 $10.05 20 131457736 PIPE NIPPLE 1 $9.09 21 100003175 SCREW 8 $3.74 22 131398633 SPRING WASHER 8 $2.45 23 300186637 SHOWER BOX HOLDER, 316L 2 $135.50 * 131405513 SHOWER SEAL 4 $178.34 PARTS FOR DRIVE ASSEMBLY 1 DMM17140 132372865 GEARMOTOR REDUCER 1 $5,676.28 2 300187596 TORQUEARM WELDMENT, RH 1 $1,334.88 3 300072494 TORQUEARM BRACKET 1 $180.50 4 131408029 SPACER, REDUCER SHAFT 1 $85.50 5 100003594 SCREW 1 $12.27 6 100003182 SCREW 4 $10.67 7 131042887 FLAT WASHER 4 $1.56 8 131161098 SPRING WASHER 5 $1.81 9 100003177 SCREW 2 $3.38 10 100004457 FLAT WASHER 4 $7.05 11 131398633 SPRING WASHER 2 $2.45 12 100002083 HEX NUT 2 $2.47 PARTS FOR PLOW CHICANE ASSEMBLY - RH 1 DMM21041 300013163 PLOW SUPPORT SHAFT 8 $643.10 2 131406768 PLOW COLLAR 68 $61.03 3 131454278 PLOW BRACKET, GALVANIZED 60 $111.58 4 131405955 PLOW UHMW WHITE "V" 60 $14.18 5 131406385 PLOW SINGLE RETAINER 16 $56.24 6 100003163 SCREW 60 $3.20 7 100003168 SCREW 32 $3.13 8 100004036 SET SCREW 8 $3.13 9 131398431 FLAT WASHER 32 $2.59 11 131043265 FLAT WASHER 32 $1.28 12 100002082 HEX NUT 32 $1.14 13 100022528 PIN 60 $5.90 14 131069990 SPRING WASHER 32 $0.40 PARTS FOR TENSION ROLL GUARD ASSEMBLY - LH OR RH* 1 DMM16728 131405826 GUARD WELDMENT, LH 1 $912.08 1 * 131405827 GUARD WELDMENT, RH 1 $912.08 2 131405828 GUARD TOP SUPPORT 1 $689.00 3 131405829 GUARD SUPPORT ANGLE, LH 1 $789.00 3* 131405830 GUARD SUPPORT ANGLE, RH 1 $789.00 4 131405831 GUARD BOTTOM SUPPORT 1 $762.00 5 100003158 SCREW 5 $3.58 6 131544114 FLAT WASHER 8 $0.49 7 131070103 SPRING WASHER 6 $0.20 8 100002081 HEX NUT 2 $0.88 9 100003159 SCREW 1 $1.69 PARTS FOR MIXER ASSEMBLY 1 DMA1659D 1 131405480 6" VENTURI MIXER ASSEMBLY 1 $12,616.88 *Pricing valid through 2025 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carver is preferred, please list as FCA, Origin Collect with preferred carver. Otherwise, list as FCA, Origin Prepaid & Add. Freight is excluded. QUOTATION Customer # 120635/ Job# 840352 Village Creek WWTP 4500 Wilma. Lane Arlington, TX 76012 Attn: Kenny Wilson Kenny. W ilsongfortworthtexas.eov Equipment: Model PDR1200 Serial# 400420997-400421006 A%MTL 1010 Commerical Blvd. South Arlington, TX 76001 Inside Contact: Gina Mongardo Gina. Moneardo#Andritz.com Phone: (8 17) 419-1790 Date: 09/19/2025 Item Drawing Andritz Part # Description Recommended Quantity Price / Each PARTS FOR FRAME / TANK ASSEMBLY 1 702912241 206378484 TANK / FRAME ASSEMBLY 1 $145,000.00 4 206464359 SAMPLING DEVICE 1 $264.51 11 131872608 BALL VALVE 1 $64.98 12 131828019 PLUG 1 $12.34 PARTS FOR DRUM ASSEMBLY 1 702891692 206381532 DRUM 1 $29,385.00 4 206378481 BEARING ASSEMBLY 1 N/A 4.1 131219368 BEARING HOUSING 124.55 4.2 132650570 SPHERICAL ROLLER BEARING 474.26 4.3 131443879 ADAPTER SLEEVE 1 $132.93 4.4 131219363 LIP SEAL 2 $52.09 4.5 132178550 FIXING RING 2 $6.84 5 206378482 BEARING ASSEMBLY I N/A 5.1 131219368 BEARING HOUSING 124.55 5.2 132650570 SPHERICAL ROLLER BEARING 474.26 5.3 131443879 ADAPTER SLEEVE 1 $132.93 5.4 131219363 LIP SEAL 1 $52.09 5.5 131142027 END COVER 1 $8.02 6 133095686 PROCESSING BELT 2 $1,284.00 7 133095688 BELT SPIRAL 2 $1,250.25 8 133097698 GEARMOTOR REDUCER 1 $3,966.84 9 133097523 HOSE CLAMP 12 $151.52 10 131032538 O-RING 2 $9.26 11 131798174 KEY 1 $123.62 14 131045594 SCREW 4 $7.56 15 131075888 SPRING WASHER 4 $1.88 16 100004492 FLAT WASHER 4 $0.85 17 131738764 SCREW 1 $56.61 18 132767903 FLAT WASHER 2 $3.65 19 131130014 SPRING WASHER 1 $4.25 20 131041702 HEX NUT 1 $3.26 PARTS FOR COVER ASSEMBLY 8 131962601 AXLE 10 $327.40 9 131962603 LOCK WASHER 10 $10.90 13 100003190 SCREW 2 $8.25 14 132208269 FLAT WASHER 2 $2.95 16 100003152 SCREW 4 $2.32 17 131398617 SPRING WASHER 4 $3.68 18 100004454 FLAT WASHER 8 $1.52 19 100002080 HEX NUT 4 $0.54 21 100020304 SCREW 4 $0.68 22 131957905 SAFETY SWITCH 1 $156.98 PARTS FOR SPRAY BAR 1 702892526 206387364 SELF CLEANING SPRAY BAR 1 $3,087.50 1.1 131321232 SPRAY NOZZLE 40 $23.03 1.2 133343738 LOCKING RING 40 $11.65 1.3 131877775 RETAINING RING 40 $8.58 2 206630198 SEALING RING 1 $30.61 3 206383942 RUBBER SEAL 1 $30.61 4 206383936 SEAL WASHER 2 $95.00 5 131045600 SCREW 8 $0.65 6 131123013 FLAT WASHER 8 $2.93 7 131060171 SPRING WASHER 8 $0.83 *Pricing valid through 2025 Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carrier is preferred, please list as FCA, Origin Collect with preferred carrier. Otherwise, list as FCA, Origin Prepaid & Add. Freight is excluded. QUOTATION Customer: 120635 City of Fort Worth Village Creek WWTP- North Arlington 4500 Wilma Lane ARLINGTON TX 76012 Contact: Phone no: E-mail: Your inquiry: EMAIL Your inquiry date: 06/25/2025 Our quote no: 21212025 Dear Sir / Madam, ANMTL Supplier: Andritz Separation Inc. Contact: Sarah J Toppins Phone: +1 817 419 1747 Fax: E-mail: sarah.toppins@andritz.com Date: 06/25/2025 We thank you for your inquiry and are pleased to quote as follows: 1. Scope of supply Should you choose to place an order, please provide the following information: 1. Shipping Address for Delivery 2. Billing Address for Invoice 3. Shipping Terms: If a specific carrier is preferred, please list as FICA, Origin Collect with preferred carrier. Otherwise, list as FICA, Origin Prepaid & Add. 4. Reference this quote number. Freight is excluded. Delivery of product(s) to be determined from receipt of approved purchase order and any clarifications. **ANDRITZ HAS A $250 USD MINIMUM ORDER AMOUNT** Please note currency is in US Dollars Andritz Inc Standard Terms & Conditions apply Returned goods require pre approval and are subject to restocking and inspection fees. Item Product ID No. S/W antity Unit Unit Price Amount 10 O-RING 131183949 2 PC 31.29 62.58 Equipment no.: 400448060 HS No: 4016.93.0000 20 SEALING RING 131073758 2 PC 25.02 50.04 Page 1 of 12 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax:+1 (817)468-3961 Federal Tax lD Number: 59-3773483 ABA: 026010786 AVMTL Our quote no: 21212025 Item Product ID No. S/W* Q antity Unit Unit Price Amount Equipment no.: 400448060 HS No: 7415.29.0000 30 SEALING RING 132281771 4 PC 4.40 17.60 Equipment no.: 400448060 HS No: 7415.29.0000 40 ROTARY SHAFT SEAL 131184075 2 PC 65.55 131.10 Equipment no.: 400448060 HS No: 4016.93.0000 50 CYL.ROLLER BEARING 131045808 2 PC 776.03 1,552.06 Equipment no.: 400448060 HS No: 8482.50.0000 60 SEALING RING 131183716 2 PC 167.56 335.12 Equipment no.: 400448060 HS No: 8487.90.0040 70 V-RING 131184074 2 PC 61.84 123.68 Equipment no.: 400448060 HS No: 4016.93.0000 80 O-RING 131128747 4 PC 3.39 13.56 Equipment no.: 400448060 HS No: 4016.93.0000 90 O-RING 131031874 2 PC 2.20 4.40 Equipment no.: 400448060 100 ROTARY SHAFT SEAL 131283003 2 PC 77.31 154.62 Equipment no.: 400448060 HS No: 4016.93.0000 110 SEALING RING DEC-53766 L 202694248 2 PC 798.05 1,596.10 35 D 279 MM D7LL Equipment no.: 400448060 120 O-RING 131434400 16 PC 30.32 485.12 Equipment no.: 400448060 130 O-RING 131046516 2 PC 4.80 9.60 Equipment no.: 400448060 HS No: 4016.93.0000 140 NOZZLE FOR BOWL D7 L 71.5 201861299 16 PC 1,217.67 19,482.72 D 119.39 MM Equipment no.: 400448060 HS No: 8421.91.0000 150 O-RING 131215627 2 PC 2.57 5.14 Equipment no.: 400448060 HS No: 4016.93.0000 Page 2 of 12 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax:+1 (817)468-3961 Federal Tax lD Number: 59-3773483 ABA: 026010786 AMMTL Our quote no: 21212025 Item Product ID No. S/W* Q antity Unit Unit Price Amount 160 ANGULAR CONTACT RADIAL 131045434 4 PC 794.03 3,176.12 BALL BEARING Equipment no.: 400448060 HS No: 8482.10.5028 170 TURCON-GLYD-RING 131258234 2 PC 221.35 442.70 Equipment no.: 400448060 HS No: 3926.90.4500 180 O-RING 131456496 2 PC 5.70 11.40 Equipment no.: 400448060 HS No: 4016.93.0000 190 O-RING 131320522 2 PC 14.16 28.32 Equipment no.: 400448060 HS No: 4016.93.0000 200 NOZZLE ASSEMBLY CARBIDE 202930632 8 PC 1,101.89 8,815.12 L21OW110H63.5MM Equipment no.: 400448060 210 O-RING 131226040 2 PC 3.13 6.26 Equipment no.: 400448060 HS No: 4016.93.0000 220 CYL.ROLLER BEARING 131286087 2 PC 2,281.58 4,563.16 Equipment no.: 400448060 HS No: 8482.50.0000 230 O-RING 131032028 2 PC 10.62 21.24 Equipment no.: 400448060 HS No: 4016.93.0000 240 SEALING RING DEC-33655 L 131285023 4 PC 514.59 2,058.36 21 D 341.9 MM Equipment no.: 400448060 HS No: 8421.91.0000 250 SEALING RING 131060257 8 PC 6.65 53.20 Equipment no.: 400448060 HS No: 7415.29.0000 260 SEALING RING DEC-33655 L 131285023 2 PC 514.59 1,029.18 21 D 341.9 MM Equipment no.: 400448060 HS No: 8421.91.0000 270 CYL.ROLLER BEARING 131184078 2 PC 4,575.69 9,151.38 Equipment no.: 400448060 HS No: 8482.50.0000 280 O-RING 131032028 4 PC 10.62 42.48 Equipment no.: 400448060 Page 3 of 12 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax:+1 (817)468-3961 Federal Tax lD Number: 59-3773483 ABA: 026010786 ANMTL Our quote no: 21212025 Item Product ID No. S/W* Q antity Unit Unit Price Amount HS No: 4016.93.0000 290 SEALING ASSEMBLY 201815731 2 PC 8,493.46 16,986.92 DEC-40886 L 80.6 W 335 H 335 MM Equipment no.: 400448060 300 O-RING 131226040 2 PC 3.13 6.26 Equipment no.: 400448060 HS No: 4016.93.0000 310 SEALING RING 132281771 8 PC 4.40 35.20 Equipment no.: 400448060 HS No: 7415.29.0000 320 FILTER 132135617 2 PC 197.28 394.56 Equipment no.: 400448060 HS No: 8421.29.0040 330 O-RING 131320474 2 PC 3.15 6.30 Equipment no.: 400448060 HS No: 4016.93.0000 Total Amount USD USD 70,851.60 ` S = Spare Parts, W = Wear Parts Technical contact: Armando Alvarado /Phone: +1 817 419 1728 / armondo.alvarado@andritz.com Terms and Conditions 2. Delivery Time: after receipt of order and any clarifications. 3. Terms of delivery: Our terms of delivery are FCA ORIGIN PREPAID, according to INCOTERMS 2020. 4. Terms of Payment: Within 30 days Due net (1 % default interest per month for delayed payment). Page 4 of 12 ANDRITZ Separation Inc. Remit to: Wire instructions: 1010 Commercial Blvd. South ANDRITZ Separation Inc. Nordea Bank Abp Arlington, TX 76001 USA Dept: 0312 New York Branch P.O. Box 120312 SWIFT: NDEAUS3N Tel : +1 (817) 465-5611 Dallas, TX 75312-0312 Account: 8879433001 Fax:+1 (817)468-3961 Federal Tax lD Number: 59-3773483 ABA: 026010786 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA Create New From This M&C REFERENCE **M&C 25- DATE: 1012112025 NO.: 0963 LOG NAME CODE: p TYPE: CONSENT PUBLIC HEARING: FORT NVO RT I I 60SS ANDRITZ LIQUID AND SOLID SEPARATION EQUIPMENT WATER SB NO SUBJECT: (ALL) Authorize Execution of Sole Source Agreement with Andritz Separation, Inc. for Original Equipment Manufacturer Liquid and Solid Separation Equipment, Replacement Parts, and Services for the Water Department in an Amount Up to $3,000,000.00 for the First Year and Authorize Four One -Year Renewals in the Same Amount RECOMMENDATION: It is recommended that the City Council authorize the execution of a sole source agreement with Andritz Separation, Inc. for Original Equipment Manufacturer liquid and solid separation equipment, replacement parts, and services for the Water Department in an amount up to $3,000,000.00 for the first year and authorize four one-year renewals in the same amount. DISCUSSION: The Water Department will use this contract to purchase Original Equipment Manufacturer (OEM) Andritz Separation, Andritz-Ruthner, Netzsch Filter Press, Bird Machine and Humboldt product line equipment, replacement parts, accessories and services for liquid and solid separation processes. Andritz Separation, Inc., is the documented sole manufacturer and supplier of all product line equipment, replacement parts, accessories and services of OEM Andritz Separation, Andritz- Ruthner, Netzsch Filter Press, Bird Machine and Humboldt which includes but not limited to Andritz Aqua -Screens, Andritz Washer/Compactors, Andritz 2.Om Gravity Belt Thickeners VA, Andritz Rotary Drum Thickeners, Andritz Belt Filter Press Models, Andritz Drum Drying Systems, and Andritz Centrigues all operating at Village Creek Water Reclamation Facility. SMALL BUSINESS GOAL -A small business goal was not assigned for this procurement because it is exempt under Section 252.022 of the Texas Local Government Code AGREEMENT TERMS - The initial term of the Agreement shall begin upon execution and shall end one year from that date. RENEWAL OPTIONS - The Agreement may be renewed at the City's option for up to four one-year terms This action does not require City Council approval, provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. Funding is budgeted in the General Operating & Maintenance category within the Water & Sewer Fund for the Water Department. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the Water & Sewer Fund. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I I Year I (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I I Year I (Chartfield 2) Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Jesica McEachern (5804) Chris Harder (5020) Chris Harder (5020) ATTACHMENTS 60SS ANDRITZ LIQUID AND SOLID SEPARATION EQUIPMENT WATER SB funds availability .pdf (CFW Internal) Andritz 1295.0 (CFW Internal) Andritz FID.xlsx (CFW Internal) Approved Andritz Chapter 252 Exemption Form.0 (CFW Internal) CITY OF FORT WORTH CHAPTER 252 EXEMPTION FORM See next page. Page 8 of 6 FORT WORTH CITY OF FORT WORTH CHAPTER 252 EXEMPTION FORM Instructions: Fill out the entire form with detailed information. Once you have completed this form, provide it to the Purchasing attorneys for review. The attorneys will review the information you have provided to determine whether an exemption to Chapter 252's bidding requirements is defensible. Failure to provide sufficient information may result in follow up questions and cause a delay in the attorney's determination. Section 1: General Information Requesting Department: Name of Contract Manager: Departmental Attorney: Item or Service sought: Goods: Service: Anticipated Amount: Vendor: Current/Prior Agreement for item/service CSC or Purchase Order #: Amount: Projected M&C Date: Water Department Shatabya Easley Doug Black Andritz OEM Equipment, Parts & Services ❑X ❑X $3,000,000 annually Andritz Separation, Inc. Yes ❑X No ❑ 54131 $500,000.00 10/21 /2025 How will this item or service be used? Equipment will be used for liquid and solid separation processes and the services will be used to maintain the equipment. Has your department started a requisition or otherwise contacted the Purchasing Division related to obtaining this good/service? Yes ❑ No If yes, please provide requisition number or brief explanation of contact with Purchasing Division: N/A Page 1 of 6 Section 2: Claimed Exemption and Justification (Other than sole source) NOTE: For sole -source exemption requests, complete Section 3. Please indicate the non -sole -source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer (starting on page 5) for detailed information about common exemptions: ❑ A procurement necessary to preserve or protect the public health or safety of the City of Fort Worth's residents; ❑ A procurement necessary because of unforeseen damage to public machinery, equipment, or other property; ❑ A procurement for personal, professional, or planning services; ❑ A procurement for work that is performed and paid for by the day as the work progresses; ❑ A purchase of land or a right-of-way; ❑ Paving drainage, street widening, and other public improvements, or related matters, if at least one-third of the cost is to be paid by or through special assessments levied on property that will benefit from the improvements; ❑ A public improvement project, already in progress, authorized by the voters of the municipality, for which there is a deficiency of funds for completing the project in accordance with the plans and purposes authorized by the voters; ❑ A payment under a contract by which a developer participates in the construction of a public improvement as provided by Subchapter C, Chapter 212; ❑ Personal property sold: • at an auction by a state licensed auctioneer; • at a going out of business sale held in compliance with Subchapter F, Chapter 17, Business & Commerce Code; • by a political subdivision of this state, a state agency of this state, or an entity of the federal government; or • under an interlocal contract for cooperative purchasing administered by a regional planning commission established under Chapter 391; ❑ Services performed by blind or severely disabled persons; ❑ Goods purchased by a municipality for subsequent retail sale by the municipality; Page 2of6 ❑ Electricity; or ❑ Advertising, other than legal notices. Please provide details and facts to explain why you believe the exemption applies to the purchase. You may also attach documentation to this form. Click or tap here to enter text. Section 3: Claimed Sole -Source Exemption and Justification NOTE: For all non -sole -source exemption requests, complete Section 2. Please indicate the sole -source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer (starting on page 5) for detailed information about common exemptions: © items that are available from only one source because of patents, copyrights, secret processes, or natural monopolies; ❑ films, manuscripts, or books; ❑ gas, water, and other utility services; ❑ captive replacement parts or components for equipment; ❑ books, papers, and other library materials for a public library that are available only from the persons holding exclusive distribution rights to the materials; and ❑ management services provided by a nonprofit organization to a municipal museum, park, zoo, or other facility to which the organization has provided significant financial or other benefits; How did you determine that the item or service is only available from one source? Determined by previous sole source with Andritz Separation, Inc., for Aqua -Screens. With the new Biosolids project the department is needing Aqua -Screens as well as other Andritz equipment to be able to operate and maintain liquid and solid separation processes. Attach screenshots and provide an explanation of any independent research you conducted, through internet searches, searching cooperatives, or discussions with others knowledgeable on the subject matter that corroborate that the item is available only from a single source. Previous sole source with vendor, current sole source justification letter (along with itemized quotes), department subject matter experts discussions with Andritz and their equipment. Did you attach a sole source justification letter? ❑X Yes ❑ No Describe the uniqueness of the item or service (e.g. compatibility or patent issues, etc.). Andritz Separation, Inc., is the original equipment manufacturer of the equipment used for liquid and solid separation processes at Village Creek Water Reclamation Facility (VCWRF). Andritz has the sole rights and ownership on all the replacement parts, accessories and services done on the equipment as well. With all the current Andritz equipment (see sole source justification letter) using any non-Andritz OEM parts or services will void the warranty. Page 3 of 6 Section 4: Attorney Determination With the facts provided by the department, is the use of the claimed exemption defensible if the City were to be challenged on this purchase? ®Yes ❑No. Was there anything attached to this form that was relied on in making this determination? OYes ❑No. If yes, please explain:Letter from Vendor dated July 18, 2025 detailing OEM parts and warranty Was there anything not included on this form or attached hereto that was relied on in making this determination? ❑Yes ®No. If yes, please explain:Click or tap here to enter text. Approved By: (;4Z4 Waz� Date: 9/27/25 marna Muhammad / Jessika Williams Assistant City Attorney Page 4 of 6 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Andritz Separation Inc. Subject of the Agreement: Original equipment manufacturer liquid and solid separation equipment, parts and services on an as -needed basis M&C Approved by the Council? * Yes © No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No © If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Date signed by ACM If different from the approval date. Expiration Date: One year from effective date If applicable. Is a 1295 Form required? * Yes © No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes © No ❑ Contracts need to be routed for CSO processing in the following,oder:. 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank