Loading...
HomeMy WebLinkAboutContract 54962 CSC No.54962 AN AGREEMENT TO FOR THE PURCHASE OFA TRIPLE QUADRUPOLE LCIMS SYSTEM AND SUPPORT EQUIPMENT AND CONSUMABLES WITH INSTALLATION AND CONFIGURATION FOR THE CITY OF FORT WORTH This 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 Dana Burghdoff, its duly authorized Assistant City Manager, and AGILENT TECHNOLOGIES, INC. ("Vendor"), a Delaware Corporation, as executed by Michelle Katz, its duly authorized Americas Region Contracts Manager, 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 2. Exhibit A: Current list of equipment, services and unit prices 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 Agreement shall control. 1. SCOPE OF SERVICES. Vendor hereby agrees to provide the City with a Triple Quadrupole LC/MS System and support equipment and consumables with installation and configuration for the Central Water and Wastewater Laboratory for the City of Fort Worth as described in Exhibit "A," Scope of Services and Equipment List. 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. Vendor agrees that no other terms and conditions shall apply notwithstanding the language in Vendor's quotation. . 2. TERM. This Agreement shall begin on the date of last signature below ("Effective Date") and Vendor shall have up to one(1)year from the Effective Date to complete the installation of the equipment and perform the services as listed in Exhibit"A"for acceptance by the City, unless terminated earlier in accordance with this Agreement. 3. COMPENSATION. The City shall pay Vendor an amount not to exceed Seven Hundred Thousand Dollars($700,000.00) for payment of the equipment and services in Exhibit"A". Payment shall be made upon final acceptance by the City as the equipment is delivered and associated services performed. 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 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. 4.4 No Waiver of Rights and Remedies The City does not waive any rights or remedies to any damages or costs if the Vendor terminates prior to the completion of installing,configuring and other services necessary for the Triple Quadrupole LC/MS System to operate properly. 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 thirty (30) 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 SUBCONTRACTOR_ S IN THE PERFORMANCE OF THIS AGREEMENT. 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. 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 shall be endorsed to name the City as an additional insured thereon, as its interests may appear. 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 Agilent Technologies Attn: Chris Harder,Water Director Attn: Contracts Administration 200 Texas Street 2850 Centerville Road Fort Worth TX 76102-6311 Wilmington,DE 19808 Facsimile: (817)392-8654 email: lscacontracts@agilent.com 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. IN WITNESS WHEREOF,the parties hereto have executed this Agreement this day of 2020. CITY OF FORT WORTH AGILENT TECHNOLOGIES Dana&ah4ga oaaa auyhdo a,=OUMa n Dana Burghdoff Michelle K z Assistant City Manager Americas Region Contract Manager APPROVED AS TO FORM AND LEGALITY: WITNESS: ehr4wf R. L.oaez-Ye�neo�y cnrlm Rwp=-Reyaoia(oaca,mm Nss Christa R.Lopez-Reynolds NamdG RAC E C LAM PITT Sr.Assistant City Attorney Title Government Contracts Specialist APPROVAL RECOMMENDED: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 2Li6�tfa-dw- By:ChristopherH rder(Dec 2,202011:56 CST) Chris Harder,P.E. Water Department Director 44g44Un�� ATTEST: oFoRt�aa Al-IFOA91W� 60& MC2f By;for Ronald P.Gonzales(Dec 2,202015:37 CST) ~Ooo oo Mary Kayser u o �d City Secretary �� oor0000000G-o p Date: Dec 2, 2020 ���n�XA44bb M&C 20-0705 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. Patricia Stanley( ov 24,20 M '14:2n 4 CST) Patricia E. Stanley Management Analyst II OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXHIBIT A EQUIPMENT, SERVICES AND UNIT PRICE LIST Agi lent Technologies Quotation Quote No. Create Date Delivery Time Page Thomas Howard 3304783 1 08222020 1 3 Weeks 1 of 10 City of Fort Worth Water Dept Contact Phone no. Valid to Rolling Hills Water Treatment Bjorn Ogren 858-336-9402 10242020 2600 SE Loop 820 o place an order: FORT WORTH TX 76140-1010 a - - - Option For Instruments Fax :302-633-8953 Email:LSCAinstrumentsale agilent.co For Consumables Fax :302- m 633-8901 Email:CAG_sales-NA@agilent_conl For Genomics Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit Extended List Discount Net Item Product/Description Qty/Unit Price Amount Price 1000 G6495CA 1.000 EA 1,026,829.92 USD 347,293.94- 679,535.98 0495 Triple Quadrupole LC/MS System.Includes:6495 LC/TQ,workstation PC and MassHunter SW with 2 data analysis licenses,installation +familiarization training,and 1Y SW upgrade/phone assist. With the following configuration: Ship-to Country:USA Installation(44K) Familiarization at Installation(44L) 1 Year SW Update/PhoneAssist (44W) Training(44P) IYR PC Repair Recovery Service(OTP) 2000 G7120A 1.ODO EA 0.00 1200 Infinity II High Speed Pump.Power range 1300 bar and 5ml/min flow,binary high pressure mixing,lowest delay,highest precision and accuracy.Includes Active Seal Wash,Tool Kit,Solvent Cabinet bottles and ISET. With the following configuration: High speed UCT(033):selected Safe cap(034):selected Select bundled column:Poroshell 120 EC-C 18.2.lx50mm Delete ISET(895):Delete ISET Manual DVD for 1220/1260112OD:DVD included Ship-to Country:USA Agilent Lab Advisor Advanced Software Ultra Clean Tubing Kit A-Line Stay Safe Cap Starter Kit Poroshell 120EC-CIS.2.1x50mm,t.gum Delete ISET Installation(44K) Agilent Technologies Quotation Quote No. Create Date Delivery Time Page Thomas Howard 3304783 1 08/22/2020 3 Weeks 2 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336-9402 10/24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 To place an order:Uall 1-MID-221-Ulion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales@agilent_com For Consumables Fax :30 -633-8901 Email:CAG_sales-NA@agilent.com For Genomics Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit Extended List Discount Net item ProducMescription QtyAlrlit Price Amount Price 3000 G7104A 1.0D0 EA 0.00 12DO Infinity It Flexible Pump.Power range 1300 bar and 5mVmin flow,quaternary low pressure mixing,highest precision and accuracy. Includes Active Seal Wash,Tool Kit Solvent Cabinet and battles,ISET and Blend Assist. With the following configuration: High speed UCT(033):selected Safe cap(034):selected Selectbundled column:Poroshell 120 EC-C18,2.lx50mm Delete ISET(805):Delete[SET Manual DVD for 1220112WI12OD:DVD included Ship-to Country:USA Agilent Lab Advisor Advanced Software Ultra Clean Tubing Kit A-Line Stay Safe Cap Starter Kit Poroshell 12D EC-C18,2.lx5Dmm,1.gum Delete ISLET Installation(44K) 4000 G7167B 1.0D0 E4 0.00 1200 Infinity Mullisernpler up to 1300 bar for well plates and individual sample containers.Includes 1 sample drawer,2x 54-vial containers,a needle flush port,40 uL metering device,20 uL loop.(for Dual-needle instruments metering is 100 ul and loop size is 100 ul). With the following configuration: Type of SW license:MassHunter System Driver Add thermostat(101):InfLab sample thermostat incl. Dual needle selection(111):selected Dual-height drawer kit(132):2 Agilent Technologies Quotation Quote No. Create Date Delivery Time Page Thomas Howard 3304783 1 08/22/2020 1 3 Weeks 3 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336-9402 10f24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 To place an order:Uall 1- -22 1-91 f U Wion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales0agilent.com For Consumables Fax :352 633-8901 Email:CAG_sales-NA@agilent.com For Genomics Fax:512-321-3128 Email:orders®agilent.com For additional instructions,see last page unit Extended List Discount Net` Item ProductlDescription QtylUnit Price Amount Price Sample Loop-Flex 51)(1 uL:Sample Loop-Flex 5D0 uL left Ship-to Country:USA Aglent Infin tyl-ab Sample Thermostat 1200 Infinity Dual-needle option Dual-height drawer(2H) Loop kit 500ul Left Dual-Needle Installation(44K) 5000 G4227A 1.000 EA 0.00 1220 Infinity Flexible Cube with up to 2 valve drives and pressure sensor.For advanced valve applications as a-g. online SPE solution. Capillaries,tubings,bottles and cables included. With the following configuration: Second valve drive(058):flex cube-second valve drive Manual DVD for 1 22 011 26011 20D:DVD included Ship-to Country:USA Flex Cube with 2nd valve drive Installation(44K) Familiarization at Installation(44L) 6000 G7116B 1.000 EA 0.00 1290 Infinity II Mulboolumn Thermostat. Capacity up to 8 columns,temperature range 4 deg C.to 110 deg C.Includes 1.5uL Quick-Connect Heat Exchanger,Quick-Connect fitting and two Quick-Turn fittings.Valve drive � . Agilent Technologies Quotatlon Quote No. Create Dam Delivery Time Page Thomas Howard 3304783 1 08/22/2020 1 3 Weeks 4 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336-9402 10/24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 To place an order:Gall 1--ElUU-221-!31tion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales@agilent.com For Consumables Fax :302-633-8901 Email:CAG sales-NA@agilent_com For Genomics Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit Extended List Discount Net Item ProductlDescription QtylUnit Price Amount Price optional. With the following configuration: Ship-to Country:USA Valve drive for IND MCT Quick-Connect HE Standard Flow Column ID kit for 1200 Infinity It MCT Installation(44K) 7000 G42320 2.01)0 E4 OAD 2pos/10port valve head.1300bar With the following configuration: Kap kit OCHE G4231C(01)5):selected Ship-to Country:USA 211 D cap kit 0.12 mm ID.incl.QC-HE Installation(44K) 8000 GIM-80659 2.000 EA 0.00 Capillary,a x 0.01mm x ODmm,1 G 9000 50%74708 1.000 EA 0.00 Online SPE Starter Kit Capillary Set for G4742A ' ,.;�,:,;• Agilent7echnologies Quotation Quote No. Create Date Delivery Time Page Thomas Howard 3304783 08/22/2020 3 Weeks 5 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336-9402 10f24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 to place an order: a - - - tlon FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales@agilent.com For Consumables Fax :302-633-8901 Email:CAG sales-NA@agilent_com For Genorrres Fax:512-321-3128 Email:orders agilent.com For additional instructions,see last page Unit Extended List Discount Net Item ProduefiDescription Qtylt)rdt Price Amount Price 10000 5067-5710 1.0D0 EA 0.00 Online SPE Direct Inject Capillary Set for G4744A 11000 PCG3501PZ302 1D.000 EA 0.00 PEEK Tubing 0.D80 ID x Min OD x 5R L 1200D 01018-60025 11.0D0 EA 0.00 Solvent inlet filter,stainless steel 13000 5063-6599 2.0D0 PK 0.00 PPS nuts,118 in.114-28 thread 10lPK 14000 0100-1700 20.00 EA 0.00 FERRULE-AY-IBIN Agilent Technologies Qu0tation Quote No. Create Date Delivery Time Page Thomas Howard 3304783 1 08/22/ = 1 3 Weeks 6 of 10 City of Fort Worth contact Phone no. Valid to Water Dept Rolling Hills Water Treatment Blom Ogren 858-336-9402 10/24/2020 2600 SE Loop 820 To place an order:Uall 1-800-22 - tion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsalesagilent.com For Consumables Fax 30 -633-8901 Email:CAG sales-NA@agilent.com For Genonycs Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit Extended List Discount Net Item ProductUesctiption QlyfUrdt Price Amount Price 15000 5067-6189 5.000 EA 0.00 1200 Infinity II inline filter(0.3um) 16000 699675-702 3.000 EA 0.00 Infinityl-ab Poroshell HPH•C18.2.1 x50 mm,1.0 um LC column with Column ID 19000 G1953A 1.000 EA 0.00 PEAK Nitrogen Generator System,including install.For model,specific information,consult ELSA N2 generator ordering guide.For extended warranty and support service,contact PEAK directly.www.peakscientific.00m With the following configuration: Ship-to Country:USA Peak Genius XE 70 Nitrogen Generator230V Installation(44K) 19000 H2149A 2.01Xl EA 0.00 Method and Application Consulting On-site consulting for a maximum of 4 participants.Certificates and manuals not included. With the following configuration: Agilent Technologies [notation Quote No. Create Date Delivery Tine Page Thomas Howard 3304783 1 08/22/2020 1 3 Weeks 7 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336-9402 10/2412020 Rolling Hills Water Treatment 2600 SE Loop 820 o p ace an order:Call 1-800-2-27-91ion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales agilent.com For Consumables Fax 30 -633-8901 Email:GAG_sales-NA@agilent.com For Genornics Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit - Extended List Discount Net Item Productlgescription Qtyfunit Price Amount Price i Ship-lo Country:USA Three Day On-site(Includes Travel) 20000 G3215A 1.000 EA 0.00 Mass Spec Bench.48#1-x 300 x 31.5#H Includes enclosure for up to two rough pumps with cooling fans for pumps With the following configuration: Ship-lo Country:USA Installation(44K) 21000 03212-60300 1.0D0 EA 0.00 GC-APCI TABLE 22000 5043-1759 1.000 EA 0.00 Flex Bench,Floor with PS With the following configuration: Ship-to Country:USA 23000 50434725 2.000 EA 0.00 Tray Accessory Kit,Flex Bench �? Agilent Technologies Quotation Quote No. Create Date Delivery Tone Page Thomas Howard 3304783 08/22/2020 1 3 Weeks 8 of 10 City of Fort Worth Contact Phone no. Vaud to Water Dept ejom Ogren 858-336-9402 10/24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 o p ace an order:Call 1-110=911101 Option FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales@2gilent.com For Consumables Fax :302-633-8901 Email:CAG�-sales-NA@agileht.com For Genornii;s Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page Unit Extended List Discount Net Item ProductlDescription Qtyiuwt Price Amount Price 24000 H2149A 1.0D0 EA 0.00 Method and Application Consulting On-site consulting for a maximum of 4 participants.Certificates and manuals not included. With the following configuration: Ship-to Country:USA Three Day On-site(Includes Travel) 29000 SYS-LM-6495-E 1,000 EA 0.00 LCMS O405 iFunnel QQQ Enhanced Features With the following configuration: Ship-to Country:USA Enhanced Ext.Warranty-3yrs Total Gross Amount $ 1,025,829.92 Total Discount $ 347,293.04 Net Amount $ e7g,535.08 Total : $ 679,535.98 Agilent Technologies Quotatlon Quote No. Create Date Delivery Tine Page Thomas Howard 3304783 T08/22-12020 1 3 Weeks 9 of 10 City of Fort Worth Contact Phone no. Valid to Water Dept Bjorn Ogren 858-336 9402 10/24/2020 Rolling Hills Water Treatment 2600 SE Loop 820 1 o place an or er:Uall 1-80n- 21-91 10 L4xion FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAi tstrumentsales a ilent.com For Consumables Fax :30 -633-8901 Email:CAG sales-NA@agilent.com For Genornics Fax: 512-321-3128 Email:orders agilent.com For additional instructions,see last page Ask about our attractive payment options and how we can help you acquire the latest innovations while minimizing the upfrant costs. Contact your Agilent sales representative today or visit us online at www.aoileril.00mfenhechnotoavlanilent-financial-solutions to learn why more and more labs are choosing these flexible payment plans and identify which works best for you. TO PLACE AN ORDER,Agilent offers several options: 1) Visit http.ltwww.anilent.corrdchemisuaolies to place online orders using a purchase order or credit card. 2) Call 1-BOD-227-9770(option 1)any weekday between Barn and 8 pm Eastern time in the U.S.,Canada&Puerto Rico. 3) To place an order for Consumables,please fax the order to 302-633-8901. To place an instrument andfor software order,please fax the order to 3D2-633-8953. To place an order for Genomics,please fax the order to 512-321-3128,or email to orders(Magilenl.com 4) Or you can mail your order to: Agilent Technologies North American Customer Contact Center 2850 Centerville Road BU3-2 Wilmington,DE 19BDB-1610 To place an order,the following information is required: Purchase order number or credit card•delivery date,ship to,invoice to,end user,and quote number. GSA customers please provide GSA contract#- EXCLUSIVE OFFERS FOR NEW INSTRUMENT CUSTOMERS,go to wwwaailent.comlchemlexclusiveoffers TO CHECK THE STATUS OF AN ORDER: 1) Visit htto-llwww.acilent.comlchemfsuoolies to check the status of your order. 2) Call 1-800-227-9770(option 1)any weekday between 8 am and 8 pm Eastern time,in the U.S.,Canada 8 Puerto Rico.You wig need to know the purchase order or credit card number the order was placed on. TERMS AND CONDITIONS: Pricing:Web prices are provided only for the U.S.in U.S.dodlars.All phone prices are in local currency and for end use. Applicable local taxes are applied. All Sales Tax is subject to change at the time of order. Shipping and Handling Charges:Orders with a value less than$4000 or those requiring special services such as overnight delivery may be subject to additional shipping&handling fees.Some of these charges may be avoided by ordering via the Web Payment Terms:Net 30 days from invoice date,subject to credit approval. 'Quotation Validity-This quotation is valid for 90 days unless otherwise indicated. 'Warranty period for instrumentation is 1 year.The Warranty period for columns and oonsumables is 90 days. Visit www-aailent.comichem For Training course information and registration including e•Seminars,select Ed-i—lion For Literature.Application notes,and other information,select Lilbragr_ For Online Technical Support including the Technical Support Assistant and Frequently Asked Questions, Select TnrhninAlR pplort It is Agilent Technologies intent to ship product at the earliest available date unless specified otherwise. Agilent Technologies Quotation quote No. Create Date Delivery Tine Page Thomas Howard 3304783 08/222020 1 3 Weeks 10 of 10 City of Fort Worth contact Phone no. valid to Water Dept 858-336-9402 1024/2020 Rolling Hills Water Treatment Bjom C1gren 2600 SE Loop 820 o p ace an order:Uall 1-800:2 1-9lon FORT WORTH TX 76140-1010 For Instruments Fax :302-633-8953 Email:LSCAinstrumentsales a ilent.00m For Consumables Fax :302-633-8901 Email:CAG--�Sales-NA@agilent.com For Genorrics Fax:512-321-3128 Email:orders@agilent.com For additional instructions,see last page MUMof antl 3ervloec ncetl In UYe qutatm K the In ouneM verxan 6 T�ry�e or Sale aM an al T a Oo I Resler Terms at a vU�er aepllrade rem�s nere�iiaetl hereh me sale of htl es Protluds chat Ge sibJec116NlaopaAes Terms of Sale ano��mTeims Q iha aapglraCle Eerms reteeenoed reign.The cane at M a�eAsoTpapayl Prio�csuresC�ssbhafl be topMr IM02sl�ens Toorl �Tepm�rsy of Sale and Su emenhl Tyepryrisnaor�other owin,rerelcartvras�d ea�tl�Axlldule�lcoarpttYre a�toyloBurh3vea s�vloeaegewernerl[IeRect YOAUCIerc �npnregntihe Steak Q�arrd Se ywr puMosl4 and �UpY6p� Gon f1 re 1ermasgree�rnde Wtl rage puaPr ductarSevloes dales areaepapurlyhale0 tee of Ure quoin.Adrrar�eoNermyaYe a�del sebylNuilpntlrvaorIvA over aI tr►e aanaM tEdges arg re�� � hom the UM IL or Rpmloetler e the�rlrr1Ure U S.FxpatAerlrtbtrabon1 ��Me. e>PorMrg ooudrkK�larw and regAatlans Draon oortlary ro U.S.law and aPP�+ +e ag i lentag reementfi nalv2 Final Audit Report 2020-11-18 Created: 2020-11-18 By: Michelle katz(michelle.katz@agilent.com) Status: Signed Transaction ID: ' CBJCHBCAABAAdma_CdDUzE-1-7uC9aFfS69xBAX02syP flag ilentagreementfinalv2" History Document created by Michelle katz(michelle.katz@agilent.com) 2020-11-18-3:19:17 AM GMT-IP address:3.218.2.112 40 Document e-signed by Michelle katz(michelle.katz@agilent.com) Signature Date:2020-11-18-12:54:02 PM GMT-Time Source:server-IP address:3.218.2.112 Document emailed to GRACE CLAMPITT(grace.clampitt@agilent.com)for signature 2020-11-18-12:54:05 PM GMT !n Email viewed by GRACE CLAMPITT(grace.clampitt@agilent.com) 2020-11-18-12:54:20 PM GMT-IP address:104.47.59.254 GSa Document e-signed by GRACE CLAMPITT(grace.clampitt@agilent.com) Signature Date:2020-11-18-12:54:39 PM GMT-Time Source:server-IP address:3.218.2.112 O Agreement completed. 2020-11-18-12:54:39 PM GMT c'� AgilenlTechnologies M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTIi DATE: 9/22/2020 REFERENCE **M&C 20- LOG NAME: 60PFAS ANALYTICAL NO.: 0705 EQUIPMENT CODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL)Authorize an Agreement for the Purchase of the Triple Quadrupole LC/MS System, Supporting Equipment and Consumables and Support Services from Agilent Technologies for the Amount Not to Exceed $700,000.00 for the Water Central Laboratory and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: { 1. Authorize an agreement for the purchase of a Triple Quadrupole LC/MS System, supporting equipment, and support services manufactured and produced solely by Agilent Technologies in the amount not to exceed $700,000.00 for the Water Department Central Laboratory; and 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund In the amount of$700,000.00, transferred from j available funds within the Water and Sewer Fund, for the Polyfluoroalkyl Substances Analytical Equipment project (City Project No.102946). DISCUSSION: Background: The U.S. Environmental Protection Agency (EPA) finalized two regulatory actions for per- and polyfluoroalkyl substances (PFAS) in late June. The first rule is the statutory implementation of the addition of certain PFAS to the Toxics Release Inventory in accordance with the National Defense Authorization Act for Fiscal Year 2020 (NDAA 2020). Under the final rule, applicable facilities will be required to submit information by July 1, 2021, for calendar year 2020. PFAS are a large group of man-made chemicals used in consumer products and industrial processes. These properties were first used commercially in the 1950's, and they are used in a wide variety of consumer products, including carpets, clothing, non-stick pans, paints, polishes, cleaning products and food packaging. Firefighters and the military use them in fire-suppressing foam. PFAS are resistant to heat, oils, grease, stains and water properties and is persistent-they do not break down in the environment and they are bio-accumulative, meaning they accumulate faster than they break down. Exposure to PFAS could occur through: public water systems and drinking water wells, soil, and outdoor air near industrial areas with frequent j PFAS manufacture, disposal, or use Indoor air or dust in spaces that contain carpets, textiles, and other consumer products treated with PFAS to resist stains surface water(lakes, ponds, etc.) or groundwater receiving run-off or seepage from areas where firefighting foam was often used (like military or civilian airfields) fish from contaminated bodies of water food items sold in the marketplace food packaging Additionally,the Safe Drinking Water Act(SDWA) requires that EPA monitor for no more than 30 unregulated contaminants every five years. The EPA is committed to monitoring for PFAS in the next Unregulated Contaminant Monitoring Rule (UCMR) 5 cycle. Existing Analytical instrumentation in the Water Central Lab cannot detect PFAS at the levels necessary to ensure regulatory compliance. 1 Due to insufficient funds remaining in the Water Pay-As-You Go allocation for FY2020, Sewer funding is being used to fund the Water costs required in this Mayor and Council Communication (M&C). Funding of http://apps.cfwnet.org/council_packet/Mc review.asp7ID=28274&councildate=9/22/2020 10/28/2020 i M&C Review Page 2 of 2 this instrumentation will allow the Water Department to properly monitor drinking and wastewater streams for the presence of PFAS in a timely manner. Failure to fund this package will force the Water Department to rely solely on the use of outside laboratories to ensure regulatory compliance,which poses a risk in terms of obtaining drinking water and wastewater PFAS levels in a timely manner. BID ADVERTISEMENT-This procurement is exempt from the competitive bidding requirements as provided for under Section 252.022(7)(A) of the Texas Local Government Code because Agilent Technologies is the sole provider and patent holder of the Triple Quadrupole LC/MS System. 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. M/WBE OFFICE-A waiver of the goal for M/WBE subcontracting requirements was requested by the Water Department and approved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the PFAS Analytical Equipment project to support the approval of the above recommendations and purchase agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount 1 ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID I I Year Chartfield 2 Submitted for City Manager's Office by: Dana Burghdoff(8018) Originating Department Head: Chris Harder(5020) Additional Information Contact: Stacy Walters(8203) ATTACHMENTS 60PFAS ANALYTICAL EQUIPMENT 56002 A020(r2).docx littp://apps.cfwnet.org/coiiiicit 10/28/2020