HomeMy WebLinkAboutContract 55210 CSC No.55210
AN AGREEMENT FOR THE PURCHASE OF BIOTAGE PARTS AND TO PROVIDE
PREVENTATIVE MAINTENANCE 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,Denton, Parker and Wise
Counties,Texas,as executed by Dana Burghdoff, its duly authorized Assistant City Manager,and BIOTAGE,
LLC,("Vendor"),a Delaware Limited Liability Corporation, as executed by Eberhard Rau, its duly authorized
Chief Financial Officer,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: Scope of Work
3. Exhibit B: Unit Prices (The prices in Exhibit "B" shall apply to all terms of the Agreement
notwithstanding language limiting the effective date of the quote.)
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 parts and preventative services 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 executed by the City Secretary ("Effective Date") and Vendor shall
and shall be for a term one (1) year from the Effective Date, unless terminated earlier in accordance with this
Agreement. The City may exercise four(4)options to renew at the prices shown in Exhibit"B"for each corresponding
renewal year.
3. COMPENSATION.
The City shall pay Vendor an amount not to exceed ninety five thousand dollars ($95,000) per year for
payment of the parts and services in Exhibits"A"and °B". 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.
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 90 days written notice of termination.
OFFICIAL RECORD
CITY SECRETARY
FT.WORTH, TX
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 end of the agreement period.
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
SUBCONTRACTORS 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 Biotage,LLC
Attn: Chris Harder, Water Director Eberhard Rau
200 Texas Street 10430 Harris Oak Blvd, Suite C
Fort Worth TX 76102-6311 Charlotte,NC 28269-7518
Facsimile: (817)392-8654 Email: eb.rau@biotage.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.
Biotage, LLC
Signature Page
IN WITNESS WHEREOF,the parties hereto have fully executed this Agreement on the date signed by the City
Secretary as shown below.
CITY OF FORT WORTH BIOTAGE,LLC
Dana Bunati
Dana Burghdoff an 27,202114:19 CST)
Dana Burghdoff Eberhard Rau
Assistant City Manager Chief Financial Officer
Date: ,+Xv0-ry
APPROVED AS TO FORM AND LEGALITY: WITNESS:
Christa R.Lopez-Reynold (Jan 27,2021 4:03 CST)
Christa R. Lopez-Reynolds Name: c,-6 IL tv7,*f7-1,f
Sr. Assistant City Attorney Title: V tApd& 6C wicL
APPROVAL RECOMMENDED:
(Gl ih�0v�tfa�a'e�_
Christopher H rder(Jan 25,202112:33 CS"
Chris Harder,P.E.
Water Department Director
ATTEST: a�4�ORn��a
p;FoF0000rlyaa��
0 °
0
Mary Kayser �vo S=d
0
City Secretary ��a o00 0 �*�
Date:
Jan 27, 2021 Qa4 nEnpS�pp
OFFICIAL RECORD
NO M&C REQUIRED CITY SECRETARY
FT.WORTH, TX
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.
N
F1,1, ia Stan[ J7.70'"0 03 CST;
Patricia E.Stanley
Management Analyst II
EXHIBIT A
Scope of Services
1.0 COVERAGE TO INCLUDE
1.1. All service parts,labor and travel to 2600 SE Loop 820,Fort Worth,TX 76140
1.2. It is understood that normal consumable parts including but not limited to such items as columns,glassware,and
TurboVap sensors(level sensor kit)are billable and not covered as a service part.
2.0 RESPONSE TIME
2.1. At the time of a service request,Biotage will endeavor to respond within three(3)working days of notification of
the issue or sooner as possible.
2.2. Biotage may provide parts to the customer for installation if this is a reasonable remedy,repair the system onsite,or
ship components back to the factory for repair,whichever is deemed appropriate by a service manager.
2.3. In order to expedite the onsite service,if parts are required that are not covered under this service agreement(see
exclusions above),Biotage will provide a good faith estimate of parts required and will respond onsite as quickly as
possible.
2.4. Verbal approval may be accepted to complete the repair but a Purchase Order authorization for non-covered items
is required prior to the repairs being completed.
3.0 REPLACEMENT PARTS
3.1. Replacement parts will be sent to the customer if a repair can be accomplished without the presence of a service
engineer.
3.2. The service engineer will supply all parts required for each visit to ensure quality of each repair.
4.0 PREVENTATIVE MAINTENANCE(PM):
4.1. Biotage will provide an annual PM(Preventative Maintenance)visit to be scheduled by the customer at least 3
weeks in advance.
4.2. During the PM visit the systems performance will be verified to be within Biotage system specifications.
5.0 Technical Support Functions:
5.1. Unlimited toll-free phone and electronic mail consultations are covered by this contract for its duration.
6.0 Software:
6.1. Receive patches for bug fixes for the existing software version.
6.2. Unlimited software phone consultations for Biotage software products are included for the term of this contract.
7.0 Equi meet list for covera e:
Description Part Number Serial Number
5000 SPE-DEX SER-5000SPE-DAP 20-1208
20-1209
19-1133
19-1134
19-1135
DryVap SER-DVC-SAP TBD
TBD
3100 Extractor SER-3100EXT-SAP 18-0240
17-0173
3100 Controller SER-3100CNT-SAF 18-0253
17-0177
SpeedVap III and IV SER-VAP-SAF 18-0133
18-0134
Bilotage BlotagO Hohzon 3100 Verification
I Basic[nftxma6m
Account Name:
Street Address:
City&State:
Country:
Zip Code:
Contact Name:
Contact Enail:
F S,E flan--:
Order Number,
D3be of Service:
I A Initial Setup
EaactorS,"N:
Controller Sill:
B. Cannviricatm TeWy
H,YdAore%-ersim:
Software Version:
Hours(hr):
Star,Up Tone: Yes or No
Blue LED: Yes or No
C Mbow Submtem Teft
Extractor Pressure(0):
Solvent Press me(psi):
Hexane Pressure(psi):
Methard Pressure(psi):
Position I WI'!Open: Yes or No
Position 2 WV Open: Yes or No
Position 3 WIV Open: Yes or No
1 D. VamjumSLftyzWnTedn_g
'Vacuum Pump(in.Hg):
Position I Position 2 Position 3
Sample(in.Hg):
Solvent(in.Hg):
Elute(in.Hg):
E FkjidcTestM
Position 1 Posiaim 2 Position 3
ConditknM Solvent
Fiexz'tne Delir aced: Yes or tJo Yes or No Yes or PJo
Hexa G4scarded- Yes.or No Yes or No Yes or No
Methanol Delivered- 'Yes or No Yes or No Yes or No
�&-thanol Gscarded= Yes or No Yes,or No Yes or
Rinse Satvent
Hexane Delivered= Yevot Pto Yes or No Yer or No
Hexane Collected: Yes esr Pao Yes or Na Yes or No
Methanol Delivered_ Yes or No Yes or No 'Yes or No
Methanol Discarded= 'Yes or No Yes or No Yes or No
Check Valle Leaks: Yes.or No Yes or No Yes or No
WFJ opened- I 'Yes or No Yes or No Yes or No
Collected Vol_(mL):
F. TTtemvstcw TesUM
Position t Porltlan 2 Position 3
Load Heigftt: Yes or No Yes or No Yes or No
Ctverflow Heigfit: Yes or No Yes or No Yea or No
W—ng Drsplayed: Yen or No Ye--or No Yes or No
Sample Water Delivered- Yes or No Yes or No Yes or No
Sample Water Drained: Yes or No I Yes or No I Yes or No
Method Compieted: Yes or No I Yes or No Yes or No
G
DryVap Instrument
Date: Service Engineer(s)
Account Information
Account Name RMA#
Street Address Service Request#
City and State Serial Number
Country Rework Order#
Zip Code
Reported Issues
Parts Received
Packaging Power Cord ❑
Glassware
Part Num.
Qty.
Misc.
Incoming Inspection
Visual Inspection
Sheet Metal Adjustment Knobs
Sparge Gas Cover
Visual Inspection Misc.
Connection Setup
Power Up ❑ All Stations Ready ❑
Sparge Gas Steady ❑ DryVap Monitor Comm. ❑
DryVap Instrument Repair Report
Complete Incoming Inspection Table
Misc. Issues Found
Repairs
Items Repaired
Minimum Repairs:
Clean Heaters
Clean Liquid Sensors
• Verify and Tighten Sparge Tubes
• Direct Rinse Hooks towards Heaters
Preventative Maintenance Repairs:
• Replace Seals&Jackets
Non-Standard Repairs:
Parts Used
Part Number =Description
Outgoing Inspection
Complete outgoing Inspection Table
Comments & Suggestions
INCOMING INSPECTION Nominal 1 2 3 4 5 6
Visual Inspection
Lid Condition ✓
Lid Movement ✓
Lid Deflection 1-6 cm
Heater Type Ring
Heater Condition ✓
0
Sparge Tube Condition Tight
Rinse Hook Condition Tight u
DryDisk Connection Tight
cr
Seal&Jacket Condition ✓
Cradle ✓
Cradle Cover ✓
v
w
Cradle Sensor Type ✓
Ready Light ✓
Diagnostics 4
Heater T13 Value <300
Liquid Sensor Reading(No Tube) 400-900
Liquid Sensor Reading(1 mL DCM) 500-10M
Dry Volume Populates ✓
Heater Power Populates ✓
Heater Timer Populates ✓
INCOMING INSPECTION Nominal 1 2 3 4 5 6
Diagnostics(Continued)
Auto Rinse Mode Populates ✓
Manual Rinse Function(Optional) ✓
Sparge Valve Vacuum Reading 0 in.Hg
Sparge Flow At 20 psi
`140-220 mUmin for units with Serial Numbers 5 1147;120-2D0 mUmin forSN>1147
G
5Q
2
m
�i
m
SPE-DEX 5000 Instrument
Date; Service Engineer(s)
Account and Service Information
Account Name Service Contract#
Street Address Purchase Order#
City and State
Country Start of Service
Zip Code End of Service
Reported Issues
Parts Received
WIV oty USB Cable
Disk Holder Oty Power Cord
Size Power Supply
Solvent Lines
Misc.
System Serial Numbers
Module 1 Module 2
Module 3 Module 4
Incoming Inspection
Visual Inspection Notes
Communication
1 2 3 4
Module Powers Up ❑ ❑ ❑ ❑
Module Communicates ❑ ❑
Module Shows Idle ❑ ❑
Run Sample Method
Module 1 Module 2 Module 3 Module 4
1 2 3 1 2 3 1 2 3 1 2 3
WIV Opens ❑ I ❑ ❑ I ❑ ❑
Solvent Pump Activates LI ❑ 1-1
Solvent 1 ❑ ❑ ❑ ❑
Solvent 2 ❑ ❑ ❑ ❑
Solvent 3 ❑ ❑ ❑ ❑
Solvent 4 ❑ ❑ ❑ ❑
Solvent 5 ❑ ❑ ❑ ❑
Solvent 6 ❑ ❑ ❑ ❑
Solvent 7 ❑ ❑ ❑ ❑
Solvent 8 ❑ ❑ ❑
Rinse Alignment ❑ DiD 01010 ❑ ❑
Nitrogen Activates ❑ ❑ �❑ ElElEl ❑ ❑ ❑ ❑ ❑
Vacuum Pump Activates ❑ 11 ❑ ❑
Elute ❑ ❑ I ❑ ❑ ❑ ❑ ED El
Solvent Waste ❑ ElEl ❑ ❑ El ❑ ❑ ❑ El LI
ElWater Waste ❑ ❑ El ❑ ❑ 1-1Load Sensor Wet/Dry ❑ ❑ ❑ El ❑ LI ❑
Overflow Sensor Wet/Dry ❑ 1 1 ❑ ❑
Misc.
Repairs Made
Parts Used:
Part Number Q Description
Post-inspection Testing
Communication
1 2 3 4
Module Powers Up ElEl El ❑
Module Communicates LI ❑
Module Shows Idle
Run Sample Method
Module 1 Module 2 Module 3 Module 4
1 1 2 1 3 1 1 2 1 3 1 1 2 1 3 1 2 1 3
WIV Opens LIIEJIEJ LIIUIL ❑ ❑ I ❑
Solvent Pump Activates ❑ ❑ ❑ U.
Solvent 1 ❑ ❑ ❑ ❑
Solvent 2 ❑ LI ❑ ❑
Solvent 3 ❑ ❑ ❑ ❑
Solvent 4 ❑ ❑ El 11
Solvent 5 ❑ ❑ ❑ ❑
Solvent 6 ❑ ❑ ❑ ❑
Solvent 7 ❑ D ❑
Solvent 8 ❑ LI 71LI
Rinse Ali nment El ❑ ❑ ❑ ElEl ❑►vitro en Activates ❑ El ❑ ElElElEl ❑ El FI ❑
Vacuum Pump Activates ❑ ❑ ❑ ❑
Elute ❑ ❑ 1 ❑ ❑ 1 ❑ I ❑ ❑ I El I ❑ ❑ 1 ❑ I ❑
Solvent Waste ❑ ❑ I ❑ ❑ ❑ ❑ ❑ ❑ I
Water Waste El ❑ ❑ ❑ ❑ ❑ ❑ ❑ KEIEJ
Load Sensor Wet/D El ❑_ ❑ ❑ ❑ ❑ ❑ ❑Overflow Sensor Wet/D ❑
Additional Notes & Recommendations
EXHIBIT B
UNIT PRICES
The prices in Exhibit B shall apply to all terms of the Agreement notwithstanding language limiting the
effective date of the quote.
Service Agreement-Quotation
B i of age VALID FOR 30 DAYS FROM QUOTE DATE
Quote Number, 20-0024 R-6
Quote Date: December 09,2020
PO To Be Issued To: Quote Expiration Date: December 28,2020
0 e
143 a 043 Harris Oaks BMd,Ste C Effective-Date(sl
Charlotte NO 2e2eg Awiust 01.2020 through July 3 I,2025
Email:orderrna7lboa(Mbioage com
Customer Contract Number: (TBD) ATTN: Patty Stanley
Bill To:
City of Fort Worth
2600 SE Loop 820
Fort Worth,TX 76140
OiSCRS4f10N PA1tTNUMEIER SFAIAENUMBER cmuaerPrks CUMractP►ka Cp-&WPAq Conv�ctP+k.� C-l'"tPdo
202012011 2021.1ou 2M-2023 2023-MZA 2024.2025 SU6lorAL
5000SPE-VEX SEk-Somplk-SAP 10.1 56434.1)o $b-93400 56.93400 S6,939M0 53p.739.00
SOW SPE-UE% On•S.ta SEk-S00%PE-SAP 20.1209 S6.934.W 5i.934.00 S6.934.00 56.�34.W 530.739.00
sux SCE-VEX On-Saa SEX-S0005PE-SAf' 19,1133 j•1 $693-100 %.93400 93400 S69311.0D $33283.00
SCOU SI'k�otx or'-S•fd SEk-50)MPE-SAr' 19.113401 $6,934.00 5691400 S6;934.00 S6.934.00 533.28300
SI'EOkx 0M141e SER-SOODSPE.SAI' 10.1135 i•1 $6,934.00 $6.91400 56934-00 S6.WCOID 53328300
U On-Slie SER•U'Jc-SM IBU '•i HJA I S1.1S3L0 $3,119W 53.719.00 S3J19.00 $12.940.W
Dfwap Oc-SITe SER-Dvc-SAP [SDI-I NIA SI.783.00 S3319.00 S3.719.00 S3.11 D.W 532,04000
3100twaclor or..Sa* SER-3100EXT-SAP 1"40 S65011M S654300 $6,503.00 56.503XV S29,84300
31011twacroe 0-sae Skk•3100k%T-5AI' 11.0113 t'1 56,698,00 56.09 UV S6,6911I.UD 56,698.W S30.e21 D0
lOO.CoMrollef laciory SEk•3100CNT-SAF 1"253 Vi 5701100 $7o8 vo SMS.00 S706.410 $I.749.W
3300Com"Atr favory SEk•330XNt-SAI 11-U17J " $708.0D S7oa.00 S70a.00 S708.00 53249.00
dVa ill and PJ fats SER-VAP-SAI 18.0133 562.00 S562.00 SS62 00 Sb62.00 52,S/'3.00
dVa RI and IV f M SER-VAP-SAI 1"114j*l S562.00 SS62.00 SS62 00 S562.00 7 579.00
I urbovap ll of4it SER-IV•SAP 1DA401917 SL!441.00 jsi,sH40o I 53.M4.08 $3.su'oo S6.710.00
Turbova Ilontl:eI 51,144V.SAP 204501952 51.584.o0 S1.594.00 Si_Sa4.00 51.584.00 %Jrlo.O8
Sub Totals 532,553.o0 $57,145.00 $61.017.00 561,01740 $61.017.W S272,749.00
S%Discount for Multi Ynr s Cavero a A
SERVICE AGREEMENT Sub Iotal S30,92S35 SS4,287.7S S57,2"AS SS7,966.15 SS7,966.15 5259,111.55
total $30,925.35 S54,287.75 SS7,966.15 S57,966.15 1 %7,966AS 1 $259,111.55
VERSION-1216 19