Loading...
HomeMy WebLinkAboutContract 51967 CITY SECRETAI CONTRACT NO.. 519 fo'7 PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH(the"City"),a home rule municipal corporation situated in portions of Tarrant, Parker, Denton, and Wise Counties,Texas, as executed by Jesus"Jay"Chapa, its duly authorized Assistant City Manager,and CEM Corporation("Vendor"),a Corporation,as executed by Richard Decker, its duly authorized Vice-President, each individually referred to as a"party" and collectively referred to as the"parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Professional Services 2. Exhibit A—Scope of Services and Payment Schedule All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes.In the event of any conflict between the documents,the terms and conditions of this Professional Services Agreement shall control. 1. SCOPE OF SERVICES. Vendor hereby agrees to provide the City with on-site preventative maintenance service for the City's water and waste water laboratory.Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit"A," Scope of Services,more specifically describing the services to be provided hereunder. Vendor warrants that it will exercise reasonable skill, care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices and applicable laws. 2. TERM. This Agreement shall begin on December 05, 2018 ("Effective Date")and shall expire on December 04, 2022, unless terminated earlier in accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion,to renew this Agreement under the same terms and conditions, for up to four(4) one-year renewal options,at City's sole discretion. 3. COMPENSATION. The City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit"A,"—Price Schedule. The not to exceed amount for this Agreement shall be Thirty-Nine Thousand Five Hundred Twenty Dollars($39,520.00). Vendor shall 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 shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expense in writing. OFFICIAL RECORD' CITY SECRETARY FT WORTH,TX o�� 4. TERMINATION. 4.1. Written Notice. The 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 the City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Vendor hereby warrants to the City that Vendor has made full disclosure in writing of any existing 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 promptly to make full disclosure to the City in writing upon its first knowledge of such conflict. Vendor, for itself and its officers, agents and employees,further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City, except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the City.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify,delete or otherwise corrupt City Information in any way. Vendor shall notify the City promptly if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Vendor agrees that the City shall,until the expiration of three(3)years after final payment under this Agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents,papers and records of the Vendor involving transactions relating to this Agreement at no additional cost to the City. Vendor agrees that the City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Vendor at least five (5) business days' advance notice of intended audits. Vendor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3)years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph.City shall give subcontractor reasonable notice of intended audits. The audit rights conferred by this section shall not permit the City to access records related to the pricing of fixed-price or lump sum amounts, the build-up of agreed rates or unit prices, or Vendor's estimating records. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall 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, contractors and subcontractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors and subcontractors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. 8. LIABILITY AND INDEMNIFICATION. VENDOR SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES, FOR PERSONAL INJURIES (INCLUDING DEATH) AND THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT OR OMISSION OF VENDOR,ITS OFFICERS,AGENTS,EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. THE VENDOR SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT IS THE FAULT OF THE VENDOR, AND/OR ITS AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR OTHERS FOR WHOM VENDOR IS LEGALLY RESPONSIBLE. NOTWITHSTANDING THE FOREGOING, VENDOR AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES, INCLUDING REASONABLE ATTORNEYS'FEES AND EXPENSES,RESULTING FROM CLAIMS BY THIRD PARTIES FOR PERSONAL INJURIES (INCLUDING DEATH) OR PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF VENDOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF PROFESSIONAL DESIGN AND ENGINEERING SERVICES UNDER THIS AGREEMENT. VENDOR SHALL NOT BE OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS,AGENTS AND EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL MISCONDUCT. 9. ASSIGNMENT AND SUBCONTRACTING. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement,and Vendor shall have no further liability or obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the Vendor shall require such subcontractor to execute a written agreement with the Vendor referencing this Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of the Vendor under this Agreement as such duties and obligations may apply to the subcontractor's scope of services.The Vendor shall provide the City with a fully executed copy of any such subcontract upon request,with any financial and proprietary information redacted. 10. INSURANCE. Vendor shall provide the City with certificate(s) of insurance documenting policies of the following coverage limits that are to be in effect prior to commencement of any services pursuant to this Agreement: 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 accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Vendor, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non-owned. (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308— 1.01 et seq., Tex. Rev. Civ. Stat.) and policy limits for Employers' Liability of $100,000 each accident/occurrence,$500,000 bodily injury disease policy limit and$100,000 per disease per employee. (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 shall 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 shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any services pursuant to this Agreement.All policies except Workers'Compensation and Professional Liability shall be endorsed to name the City as an additional insured thereon,as its interests may appear. All policies except Professional Liability and Employer's Liability shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth.The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of coverage shall be provided to the City. Ten(10)days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Vendor's insurance policies. Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton,Fort Worth, Texas 76102,with copies to the City Attorney at the same address. 10.3 Waiver of Subrogation for Property Insurance. The City and Vendor waive all rights against each other and their officers, officials, directors, agents, or employees for damage covered by builder's risk insurance during and after the completion of Vendor's services. If the services result in a construction phase related to the project, a provision similar to this shall be incorporated into all construction contracts entered into by the City, and all construction contractors shall be required to provide waivers of subrogation in favor of the City and Vendor for damage or liability covered by any construction contractor's policy of property insurance, including builder's risk provided by such contractor, if applicable. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Vendor agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City notifies Vendor of any violation of such laws,ordinances,rules or regulations,Vendor shall promptly desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall 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 The CITY: To VENDOR: City of Fort Worth CEM Corporation Attn: Chris Harder, Water Director Attn: Michael E Freeman, Director of Services 200 Texas Street 3100 Smith Farm Road Fort Worth TX 76102-6311 Matthews,NC 28104 Facsimile: (817)392-8654 Facsimile: (704)973-2499 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement,the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement,venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 17. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 18. FORCE MAJEURE. The City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), 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, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. 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 shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 22. ENTIRETY OF AGREEMENT. This Agreement contains all of the covenants, statements, representations and promises agreed to by the parties. To the extent of any conflict,this Agreement supersedes the terms,conditions,and representations set forth in the City's Request for Proposals,Vendor's Proposal and revised cost. No agent of either party has authority to make,and the parties shall not be bound by,nor liable for,any covenant,statement,representation or promise not set forth herein. The parties may amend this Agreement only by a written amendment executed by both parties. 23. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has 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. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 24. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 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"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. INMn— REOF,the parties hereto have executed this Agreement in multiples this 9 � dayof 20111 CITY OF FORT WORTH By: Jesus"Jay"C apa Assistant City Manager Date: FO ATTES �of ..... A%. O By: V Mary Kay �4- City Secretary OFFICIAL RECORD '2 CITY SECRETARY �XAS FT. WORTH,TX 7•' APPROVED AS TO FORM AND LEGALITY: By: OAAO, Christa R. Lopez-Re olds Sr.Assistant City Attorney No M&C Required Contract Compliance Manager: By signing I acknowle e I am the person responsible for the monitoring and administration of this contract, in g ensurin all fo ance and reporting requirements. Name of E to ee Tit CE,M CO ORA I By:: Date: / /�o •/9 WITNESS: By:• j lL�� LGGtQ�li!� G Pri / 7& / N ICIAL RECORDY SECRETARY WORTH,TX EXHIBIT A Scope and Pricing Scope of Services: On-Site Preventative Maintenance Every October, CEM Corporation will complete an on-site preventative maintenance visit [Plan2]. Upon completion of completing the maintenance and inspection. CEM will certify the CEM Instrumentation as required by TNI [Nelac] in order to maintain accreditation by presenting a Certificate of Calibration. Plan2 includes one(1)pre-scheduled on-site preventive maintenance visit,one(1)additional available preventive maintenance visit,twenty-four hourtelephone troubleshooting support,guaranteed thirty-six hour response time(exclusive of weekends and holidays)when a service visit is required and no additional charges on travel, labor and/orparts. Pricing Schedule: Mars 5 Serial Number MD8294 Description Effective Date Expiration Date Price Year Payable Customer Care Plan 2, MARS 5 12/05/18 12/04/19 $2,929.50 2018 Customer Care Plan 2, MARS 5 12/05/19 12/04/20 $3,064.50 2019 Customer Care Plan 2, MARS 5 12/05/20 12/04/21 $3,199.50 2020 Customer Care Plan 2, MARS 5 12/05/21 12/04/22 $3,334.50 2021 Customer Care Plan 2, MARS 5 12/05/22 12/04/23 $3,469.50 2022 Mars 6 Serial Number M31540 Description Effective Date Expiration Date Price Year Payable Customer Care Plan 2, MARS 6 12/05/18 12/04/19 $2,434.50 2018 Customer Care Plan 2, MARS 6 12/05/19 12/04/20 $2,569.50 2019 Customer Care Plan 2, MARS 6 12/05/20 12/04/21 $2,704.50 2020 Customer Care Plan 2, MARS 6 12/05/21 12/04/22 $2,839.50 2021 Customer Care Plan 2, MARS 6 12/05/22 12/04/23 $2,974.50 2022 Contract Quote rviue Company Address 3100 Smilh Farm Rd Created Date 121512018 Matthews,NC 28106 Quote Number 00000446 US Expiration Date 12/26/2018 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skelton@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United Slates United Slates Contract Information Effective Dale 12/5/2018 Expiration Dale 12/4/2019 Product .• Product Description Serial Quantity Discount Sales Price Total 510 1992010 CUSTOMER CARE PLAN 2,MARS 5 MD8294 1 1.00 10.00% $3,255.00 $2,929.50 Subtotal $3,255.00 Discount 10.00% Total Price $2,929.50 Grand Total $2,929.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Dale Return to: CEM Corporation,do Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mall Address(please prim dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Temaand,Cgndilions CEM Corporation shall: Contract Quote – *=-% Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009115 US Expiration Date 12/26/2019 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skelton@fod%wdhgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United Stales Contract Information Effective Date 12152019 Expiration Date 12/4/2020 Product Code Product Description Serial Quantity Discount Sales Price Total Price' 510 992010 CUSTOMER CARE PLAN 2,MARS 5 MD8294 1 1.00 10.00% $3,405.00 $3,064.50 Subtotal $3,405.00 Discount 10.00% Total Price $3,064.50 Grand Total $3,064.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Dale Return to: CEM Corporation,c/o Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service®cem.com E-mall Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote Service Company Address 3100 Smith Farm Rd Created Dale 12!5!2018 Matthews,NC 28106 Quote Number 00009116 US Expiration Dale 12/25/2020 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gambie@cem.com Email johnny.skelton@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division LaL*ratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United Stales Contract Information Effective Date 12/5/2020 Expiration Dale 12/4/2021 Product Code Product Description Serial Quantity Discount Sales Price Total Price 510 992010 CUSTOMER CARE PLAN 2,MARS 5 1 MD8294 1 1.00 10.00% $3,555.00 $3,199.50 Subtotal $3,555.00 Discount 10.00% Total Price $3,199.50 Grand Total $3,199.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,Go Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote "^ w Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009117 US Expiration Date 12/24/2021 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skeltonQfortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United States Contract Information Effective Date 12/5/2021 Expiration Date 12/4/2022 - .. .. -ProductDescription a • . : 510 992010 CUSTOMER CARE PLAN 2,MARS 5 MD8294 1.00 10.00% $3,705.00'; $3,334.50 Subtotal $3,705.00 Discount 10.00% Total Price $3,334.50 Grand Total $3,334.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,clo Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:if paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote Ser-mice Company Address 3100 Smith Farm Rd Created Date 12/512018 Matthews,NC 28106 Quote Number 00009118 US Expiration Date 12/26/2022 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skelton@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United States Contract Information Effective Date 12/5/2022 Expiration Date 12/4/2023 Product •de Product Description Serial Quantity Discount Sales Price Total 510 992010 CUSTOMER CARE PLAN 2,MARS 5 MD8294 1 1.00 I 10.00% $3,855.00 $3,469.50 Subtotal $3,855.00 Discount 10.00% Total Price $3,469.50 Grand Total $3,469.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,Go Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:servioe@cem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote Service Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00003854 US Expiration Dale 12/26/2018 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skellon@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United Stales United Stales Contract Information Effective Date 12/5/2018 Expiration Date 12/4/2019 Product Code Product DeSGription Serial Quantity Discount Sales Price Total Price' 510 992040 CustomerCare Plan 2,MARS 6 MJ1540 1.00 10.00% $2,705.001 $2,434.50 Subtotal $2,705.00 Discount 10.00% Total Price $2,434.50 Grand Total $2,434.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,Go Contract Administrator Purchase Order Nutnber/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mall Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote lefi' i s Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009119 US Expiration Date 12/26/2019 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skellon@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United States Contract Information Effective Date 1215/2019 Expiration Dale 12/4/2020 Product .. ProductDescription Serlal Quantity OJscount Sales Price Total Price,: 510 1992040 CustomerCare Plan 2,MARS 6 1 MJ1540 1.00 10.00%1. $2,855.00 $2,569.50 Subtotal $2,855.00 Discount 10.00% Total Price $2,569.50 Grand Total $2,569.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,do Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mail Address(please print clearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote iii"i e Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009120 US Expiration Date 12/26/2020 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.com Email johnny.skehon@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboratory Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United Slates Contract Information Effective Dale 12/5/2020 Expiration Date 12/4/2021 Product Code Product Description Serial Quantity Discount Sales Price Total Price 510 992040 1 CustomerCare Plan 2,MARS 6 1 MJ1540 1.00 10.00% $3,005.00 $2,704.50 Subtotal $3,005.00 Discount 10.00% Total Price $2,704.50 Grand Total $2,704.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Tole conditions as outlined in the agreement. Date Return to: CEM Corporation,clo Contract Administrator Purchase Order NumberlCredil Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote ervi G Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009121 US Expiration Dale 12/26/2021 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gamble@cem.corn Email johnny.skelton@fortworthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Laboraloiy Services Division Laboratory Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United Stales Contract Information Effective Date 12/5/2021 Expiration Date 12/4/2022 Product Code Product Description Serial Quantity Discount Sales Price Total Price 510 992040 CustomerCare Plan 2,MARS 6 MJ1540 1.00 10.00% $3,155.00 $2,839.50 Subtotal $3,155.00 Discount 10.00% Total Price $2,839.50 Grand Total $2,839.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Tide conditions as outlined in the agreement. DW Return to: CEM Corporation,c/o Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:service@cem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote . :� LA" Company Address 3100 Smith Farm Rd Created Date 12/5/2018 Matthews,NC 28106 Quote Number 00009122 US Expiration Date 12/26/2022 Prepared By Monica Gamble Contact Name Johnny Skelton Phone 7048217015 ext 1169 Phone (817)392-5916 Email monica.gambie@cem.com Email johnny.skelton@fodmrthgov.org Fax (704)973-2499 Fax 0 Bill To Name Fort Worth,City Of Ship To Name Fort Worth,City Of Bill To 2600 S.E.Loop 820 Ship To 2600 S.E.Loop 820 Labnralory Services Division Laboraloiy Services Division Fort Worth,TX 76140 Fort Worth,TX 76140 United States United States Contract Information Effective Date 12/5/2022 Expiration Dale 12/4/2023 Product Code Product Description Serial Quantity Discount Sales Price Total Price: 510 992040 CuslomerCare Plan 2,MARS 6 MJ1540 1.00 10.00% $3,305.00 $2,974.50 Subtotal $3,305.00 Discount 10.00% Total Price $2,974.50 Grand Total $2,974.50 Quoted Currency US Dollars Acceptance By signing this agreement,all signatories acknowledge that they have read and understood,and agree to be bound by,the terms and Customer Signature and Title conditions as outlined in the agreement. Date Return to: CEM Corporation,Go Contract Administrator Purchase Order Number/Credit Card and Expiration. P.O.Box 200 Matthews,NC 28106-0200 Email:serviceecem.com E-mail Address(please print dearly) Fax:(704)973-2499 NOTE:If paying by credit card,please write"Credit Card"in the purchase order section and return to CEM.A representative will contact you for the specific card details once the signed contract is received. Terms and Conditions CEM Corporation shall: Contract Quote ,Serrvilu 1.Provide repair service for instrument(s)covered by this agreement,provided the instrument(s)is at the location specified on this agreement; 2.Warrant that all parts furnished hereunder will be free of defects in materials and workmanship at the time of installation; 3.Based on selected type of Agreement,provide: Plan 1—One(1)repair service visit during specified effective dates,at no additional charge,at the location specified on this agreement;or Plan 2—One(1)scheduled preventive maintenance visit during specified effective dates,at no additional charge,at the location specified on this agreement;or Plan 3—One(1)scheduled preventive maintenance visit during specified effective dates,at no additional charge,at the location specified on this agreement;and pay freight charges for instrument(s)which must be returned to factory for repair and provide a loaner instrument,at no additional charge,to the location specified on this agreement if repaired instrument cannot be returned to customer within 36 business hours;or MONITOR/AUDIT-MONITOR provides one(1)sample set delivered to the customer each month for the duration of the contract.AUDIT provides the option to return up to three(3)samples quarterly for moisture or fat determination for the duration of the contract. 4.Render invoice upon receipt of a signed copy of this agreement. Customer shall: 1.Pay all charges due here-under within 10 days from receipt of invoice;and 2.Have three alternative methods of repair under this agreement: a.Customer shall notify the CEM Service Department of any instrument malfunction.A Technical Support Representative will determine the need for and authorize required field service by a CEM service representative. b.Customer can forward instrument,freight prepaid,to CEM Corporation.If failure is governed by Section 608 of the Clean Air Act or the National Recycling and Emissions Program,instrument must be returned to CEM for necessary repairs.Necessary repairs will be made at no additional charge to customer. c.Customer may return defective parts to CEM Corporation on an exchange basis.Customer will be invoiced for replacement parts.Upon receipt of defective parts at CEM Corporation,repairability of parts will be determined and customer will be issued any credit due.Excluded here-under are shipping costs,attachments,supplies,accessories,or other devices that are not service items. NOTE:If instrument is subject to OSHA regulations governing McC12 exposure limits,customer shall provide environment which meets OSHA regulations. NOTE:If instrument utilizes acids,customer is responsible for providing acid handling materials. General 1.This agreement does not cover: a.The repair of damage or replacement or maintenance of parts caused by accident,disaster,neglect,abuse,misuse,use of the instrument for purposes other that for which designed,transportation,alterations,attachments,accessories,supplies,non-CEM repairs or activities or failure to provide a suitable environment and b.Expendable supply items(balance pans,balance stems,air shields,pads,etc.). 2.CEM Corporation's liability to the customer for damages from any cause whatsoever and regardless of the form of action, including negligence,is limited to actual damages up to the lesser of the value of the instrument or an amount equal to one year's maintenance charges for the specific instruments under this Agreement that caused the damages or that are the subject matter of or are directly related to the cause of action.This limitation of liability will not apply to claims for personal injury or damage to real property or tangible personal property caused by CEM's negligence. In no event will CEM Corporation be liable for loss of use of instrument,any lost profits,lost savings,or other consequential damages even if CEM has been advised of the possibility of such damages,or for any claim against the customer by any other party. Some states do not allow the exclusion or limitation of consequential damages,so the above limitations or exclusions may not apply to the customer.This Agreement gives the customer specific legal rights,and the customer may also have other rights that may vary from state to state. 3.CEM Corporation shall not be responsible for failure to render service due to strikes,fire,Flood or causes beyond its control. 4.If a customer does not pay the amount due hereunder,CEM Corporation may(a)refuse to continue to service the equipment or(b)furnish service only on a'per call'basis. 5.Parts will be furnished by CEM Corporation on an exchange basis and will be new or guaranteed to perform as new. 6.CEM Corporation disclaims all warranties not appearing on the face hereof,whether expressed or implied,including the warranties of merchantability,and of fitness for a particular purpose. 7.Services provided under this Agreement do not assure uninterrupted operation of the equipment,and CEM Corporation is not responsible for failure to render services due to causes beyond its control. 8.This agreement is not assignable without the prior written consent of CEM Corporation.Any attempt to assign any of the rights,duties or obligations of the Agreement without such consent is void. 9.CEM Corporation may void this agreement on any or all instruments at any time if purchaser does not property maintain instrument(s). 10.This agreement shall be governed by the laws of the State of North Carolina and constitutes the entire agreement between the parties hereto with respect to service of equipment,and shall supersede all previous negotiations,commitments and writings with respect to matters set forth herein. If applicable to this purchase order,subcontract,or bill of lading,the affirmative action cause for disabled workers(41 CFR§60-741.4),the equal opportunity cause in Section 202 of Executive Order 11246(41 CFR§60-1 through 60-50),and the affirmative action clause for covered veterans(41 CFR 6-300)are hereby incorporated herein by reference.Further,if applicable,seller agrees to file Standard Form 100 (EEO-1)and the VETS-100A report.The contractor agrees to comply with 29 CFR Part 471,Appendix A to Subpart A. This contractor and subcontractor shall abide by the requirements of 41 CFR§§ 60-1.4(a),60-300.5(a) and 60-741.5(a).These regulations prohibit discrimination against qualified individuals based on their Contract Quote status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity or national origin. Moreover,these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race,color, religion, sex, sexual orientation, gender identity, national origin, protected veteran status or disability. CustomerCare YOUR • PROMPT, • ATTENTION The following is a description of the inclusions of each CustomerCare PLUS contract plan Detailed information can be found in the contract terms and conditions. • Plan 1 includes one(1)on-site maintenance visit to be used at your discretion,twenty-four hour telephone troubleshooting support,guaranteed priority response time when a service visit is required, and 20%discounts on any additional travel,labor and parts. • Plan 2 includes one(1)pre-scheduled on-site preventive maintenance visit, one(1)additional available preventive maintenance visit,twenty-four hour telephone troubleshooting support,guaranteed thirty-six hour response time(exclusive of weekends and holidays)when a service visit is required and no additional charges on travel,labor and/or parts. • Plan 3 includes one(1)pre-scheduled on-site preventive maintenance visit,one(1)available preventive maintenance visit,twenty-four hour telephone troubleshooting support,guaranteed thirty-six hour response time(exclusive of weekends and holidays)when a service visit is required,and no additional charges on travel,labor and/or parts(shipping included). Additionally, instruments requiring factory repair service will include no charge shipping and the availability of a rental instrument at no charge, providing the instrument cannot be returned within thirty six hours (exclusive of weekends and holidays). • WWTP is a return only contract specifically for the SMART System 5 WWTP.The contract covers parts and labor for the period specified if the instrument is returned freight prepaid to CEM Corporation, 3100 Smith Farm Rd, Matthews, NC 28104.Contact CEM prior to return to request an RMA.This contract does not cover on-site visits by Field Representatives. NIST Traceable Calibrations All CustomerCare PLUS plans include NIST traceable calibrations. Seminars CustomerCare Plus®also provides the opportunity for a representative of your company to attend free-of-charge(travel not included)one of the service seminars offered quarterly. CEM service seminars are designed to educate operators and in-plant technicians about operation,maintenance and service of your CEM instrument. Insurance CEM maintains insurance coverage in compliance with applicable State and Federal Laws covering our employees and automatically provides a Certificate of Insurance naming our company as Certificate Holder. Preventive Maintenance Each preventive maintenance visit includes thorough cleaning of Instrument(s),parts checked and replaced when necessary,adjustments and NIST traceable calibrations and sufficient testing to ensure full efficiency. All preventive maintenance and service is performed b experienced,qualified CEM technicians trained on CEM microwave products. To activate the agreement of your choice, please sign and return the Plan selected with your company purchase order to the CEM Service Department. For additional information and assistance, please contact the CEM Service Department toll free at 1-800-726-3331.