HomeMy WebLinkAboutContract 55447CSC No. 55447
EQUIPMENT CALIBRATION SERVICES AGREEMENT
This EQUIPMENT CALIBRATION 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 Dana Burghdoff, its duly authorized Assistant City Manager,
and Aldinger Company ("Vendor"), a Corporation, as executed by Aaron Aldinger, 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 Equipment Calibration Services
2. E�ibit A: Scope of Services Specifications and Requirements
3. Exhibit B: Current list of equipment and requirements for Water Laboratory
4. Exhibit C: Current list of equipment and requirements for Police Department Crime Lab
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 Equipment Calibration Services Agreement shall control.
1. SCOPE OF SERVICES.
Vendor hereby agrees to provide the City with laboratory equipment calibration for the Centra( Water and
Wastewater Laboratory and Police Department Crime Lab for the City of Fort Worth. Attached hereto and
incorporated for all purposes incident to this Agreement is Exhibit ��A," Scope of Services, Exhibit `B," Equipment
List for Water Laboratory and Exhibit "C," Equipment List for Police Department Crime Lab more specifically
describing the equipment 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 the date it is completely executed and shall expire on September 30, 2025, 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 of the Agreement shall be Ninety-Fifty Thousand Dollars ($95,000.00) for each contract term. 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 Vendar 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 30 days written notice of termination.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
4.2 Non-a�ropriation 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 Pat�ties.
In the event that this Agreement is teiminated 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 tlle 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 nortnal
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, JUDGM�NTS 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
PERMITT�D 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 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 ha�e 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 lie 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 Propei�ty 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 ofthe 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 Woi�th, Texas 76102, with copies to the City
Attorney at the same address.
10.3 Waiver of Subro�ation for Propertv 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 reyuired to provide waivers of subrogation in fa�or 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 notifes 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 confrmation of the transmission, or (3) received by the other party by United States Mail,
registered, return receipt requested, addressed as follows:
To The CITY:
City of Fort Worth
Attn: Chris Harder, Water Director
200 Texas Street
Fort Worth TX 76102-6311
Facsimile: (817) 392-8654
14. GOVERNMENTAL POWERS.
To VENDOR:
Aldinger Company
Attn: Aaron Aldinger, Vice President
1440 Prudential Drive
Dallas, TX 75235
Phone: (214) 638-1808 Ext. 745
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 ar the United States District Court far the Northern District of Texas, Foi�t 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 Ageement, 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 ha�e reviewed and revised this Agreement and that the
normal rules of construction to the effect that any ambiguities are to be resolved against the dra$ing party shall not be
employed in the interpretation of this Agreement or e�ibits 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 atnend 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 Govermnent Code, the City is
prohibited fi•om 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" sha(1 have the meanings ascribed to those tertns in Section 808.001
of tlle Texas Govermnent Code. By signing this contract, Contractor certifies that Contractor's signature provides
written veri�cation to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during
the term of the contract.
INTENTIONALLY BLANK
Signature Page for Laboratory �qui�ment Calibration
IN WITNESS WHEREOF, tl�is Agreement shall be deemed fully executed and effective as of tlie date signed by the
City Secretary sl�own below.
CITY OF FORT WORTH
Dana Bu✓qh�%ff
By; o,,�,.,�..� z, �,z-��� :� ��T
Dana Burghdoff
Assistant City Manager
APPROVAL RECOMMENDED:
C�l�%ItD.�Gte� h`��e�
By; �hr�=toph�r����d��,Marz�,zoz��6�z���,
Chris Harder, P.E.
Director, Water
APPROVED AS TO FORM AND LEGALITY
Cl�r'�tw R. L�se�-Rer�`coCr7�
B�/� Chr'istaR.Lopez-Reynolds(Mar23,2021`�10:18CDT)
J
Christa R. Lopez-Reynolds
Sr. Assistant City Attorney
ATTEST:
By; �����
Mary Kayser
City Secretary
Date: M a r 23, 2021
No M&C Required
,dp4U�n
��
pb� �ORj ��
p ��000000000� ��
o �
0
0
�
o d
o�o �=A
0 o A
o * ��
0 0
��d� �°°0000aa°° a
����EX Asa�'�
ALDINGER COMPANY
B ; ��/(� �'1�.,
Y
Name: Aaron Aldinger
Title: Vice-President
Date: 3/15/2021
Witness:
By: �iVlc�QcL Iti.�
Name: {�(Ci �.(f1,, �7�Ip,�r1,,�
Title: UP�-P�c�. J1.L�v�a �_
Date: ;���� ��
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.
�,t��<i; St� <<,�,, 5� ��T�
Patricia E. Stanley
Management Analyst II
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
EXHIBIT A
1.0 SUPPLIER REQUIREMENTS
1.1. Supplier Standards must be traceable to National Institute of Standards and Technology [NIST].
1.2. Supplier must be accredited to ISO 17025.
1.3. Supplier must be able to respond within four [4] hours for emergency service request.
1.4. On-Site Visits: Commence within 72-hours upon notification, unless other arrangements have been made
with the requesting departinent.
2.0 LABORATORY EQUIPMENT CALIBRATION AND REPAIRS
2.1. All equipment listed in Exhibit B and C must be calibrated or verified at a minimum annually, using a
recognized National Metrology Institute, such as NationalInstitute of Standards and Technology (NIST),
traceable references when a�ailable, bracketing the Range of use as specified in the specifications.
2.1.1.Temperature-Measurin� Devices:
2.1.1.1. If the temperature-measuring device is used over a range of greater than 10°C, then the
veriiication must bracket the range of use.
2.1.1.2. If the temperature-measuring device is used over a range of 10°C or less, then a single point
verification within the range of use is acceptable.
2.2. Some items must be calibrated on-site (example: Balances, environmental chambers, walk-in coolers,
incubators).
2.3. Some items may be calibrated at the Vendor's facility (e.g. thermoineters, Weights).
2.3.1.LABORATORY: The maximum allowable days to have the equipment off-site shall be not exceed
more than fourteen [14] calendar days.
2.3.2.POLICE: The maximum allowable days to have the equipment off-site shall be not exceed more than
seven [7] calendar days.
2.4. A Calibration Certificate and/or Certificate of Conformity, along with a calibration sticker must be provided
to the City as part of theservice.
2.5. Ability to repair scales and balances.
3.0 SUBCONTRACTING: Vendor will not assign or subcontract any or all of itsrights or responsibilities under this
Agreement without the prior written approval of the City. Any purported assignments without such approval will
be a breach of this Agreement and void in allrespects.
EXHIBIT B
�y (t � �q �� "J" +��{rk�q`.t".,'` s� Pf":�j' i+ '4�'9i'3�''�knr p'vy'� pe„ ..vHrt a � -: V j��l..+d. r}.:` �2 ' � > -`" ':
'-.�,> ! f � l"�4� b� {�/ �,i " L ��A L�A _ �� . , �^�' F "���4� ^�i�d . f ,ti � , � . : " ,
t j . Y Y�����Il � ��� Q�GI' V � � Y���/1 � V � L. i s.. T r=Yt:l ���
4 7'.. �.. Z�-� ?�-. �c:-f�l c� { � ,��t . .-!`-�:.
Calib. Unit
Description Frea ,Qy UOM price Total
Balance Analytical: Mettler Analytical Balance
Model AT250 Annually 1 EA
Calibration Range: O.lg thru 100g
+�y ,. . ,
�� � =4 � � � �.`B��, Y � `JJ b.. p•,�, '+�s ."(�,�. s � . , h 1�. �, } �;y�y 4 f�_+ ,! 1 T � Y � t � fry) � . o
7 t J t :;`;� x ;f� �,,, fi,i+r �}..3��1 �1�����t*1��Y�al�; `£t + - 1 <1.._ -r,'_-T �z1..�i -
Balance Analytical: Denver Instruments Analytical Balance Model
SI-64 Annually 1 EA
Calibration Range: 0.002g thru 20g
Balance, Analytical: Ohaus
Model PX224/E Annually 1 EA
Calibration Ran e: 0.1 -200
Balance Analytical: Ohaus Analytical Balance
Model E01140 Annually 2 EA
Calibration Range: O.lg thru SOg
Balance Analytical: Ohaus Analytical Balance
Model SP202 Annually 1 EA
Calibration Range: lg thrul00g
Balance Top-Loading: Denver
Model XE-510 Annually 1 EA
Calibration Range: 1g-200g
Balance, Top-Loading Denver
Model TR-402 Annually 1 EA
Calibration Range: 2g-200g
Balance, Top-Loading Denver
Model SI-602 Annually 1 EA
Calibration Ran e: 1 -200
� R 4 " : - v - . R �.
� � "� ���.1ks- .t�a-�„ �.ay� x',� 1r-�`'6wy - - - :3;' ; `-�.�.} � ,.�w''s.�� -t- t ? �-� :
,i-S--�^+,
�Y� - . 4 5'..
Mass Weight Set: Becker Class S-1 Weight Set
Model Metric Annually 1 EA
Calibration Range: (1,2,3,5,10,20,30,50,100)g
Mass Weight Set: Model Troemner Class I Weight Set
Model Metric Annually 1 EA
Calibration Range: (1,2,3,5,10,20,30,50,100)g
Mass Weight Set: Model Troemner Class S Weight Set
Model Metric Annually 1 EA
Calibration Range: (100,50,20,20,10,5,2,1)g, and 100mg
Mass Weight Set: Model Troemner Class 1 Weight Set
Model Metric Annually 1 EA
Calibration Range: 100,50,20,20,10,5,2,1g, 100mg, 2mg
Mass Weight Single: Model TROEMNER Henry Troemner LLC Annually 2 EA
Calibration Range: SOOg
Mass Weight Single: Model TROEMNER Henry Troemner LLC Annually 2 EA
Calibration Range: 200g
Mass Weight Single: Model TROEMNER Henry Troemner LLC Annually 2 EA
Calibration Range: lg
Mass Weight, Single: Model: Mettler Toledo Weight Annually 2 EA
Calibration Range: 100mg
Mass Weight Single: Model Troemner Henry Troemner LLC Annually 3 EA
Calibration Range: 2mg
� s - i� is; .,:'3'_,' `,.�. �-.�..,yyy �1 ry g -. - r -r :� - r
.: -�, az� t t.�� �r. � � �� � .� i st*; �St r . L � -# � -F ',�7
i :`e� ^',S' C 4 V'.�'` s_ " - �� M1���� t' ..�Y;�E w� :a�, r� ,���rt v.�,�t JE �, '+�c + s'14f�� �
. x_ ,.1 ti s.t :i- ..,* k.e
Infrared Thermometer:
Model Fisher Traceable Infrared Therm. Gun Cat. No. 15-077-968 Annually 4 EA
Calibration Range: -60°C to 500°C
Infrared Thermometer:
Model VWR Traceable Infared Tlierm. Gun Cat. No. 12777-848 Annually 1 EA
Calibration Range: -1°C to 300°C
Infrared Thermometer:
Model VWR Traceable Infared Therm. Gun Cat. No. 36934-178 Annually 2 EA
Calibration Range: -1°C to 300°C
Thermometer Liquid In Glass:
Model Thermo CO Liquid in Glass Thermometer Annually 1 EA
Model No. ACC6153
Calibration Range: -10°C to 200°C
Thermometer Liquid In Glass:
Model ERTCO LIG Thermometer Annually 2 EA
Mode1611-3FC
Calibration Ran e: -20°C to 110°C
Thermometer Digital
Model Type K/J Single Input Thermometer Annually
Model TM100
Calibration Range: -50°C to 538°C or'-58°F to 1000°F
Thermometer Digital
Mode Ultra Accurate Digital Thermometer with Bullet Probe Annually
Calibration Range: -80°C to 200°C �
Thermometer Liquid In Glass Autoclave
Model H-B instrument Company Autoclave LIG Thermometer Annually
Calibration Range: 90-126°C
� " .. 1 � , : y�^� .,. f � �F { F `t "r� r:?5'� h- M; Y � ;G ,
.i:�� i 4 1-' �. �� � w 7`.r'. �?' :i-7�,.c_��.
� ,�e,zi, 3`, } h :x�j,� �f.�.� . a�.r d� � b� � . �Tk;�����5���
Stop Watch, Digital
Model VWR Digital Stop Watch Mode124 Hour Annually
Calibration Range: 24 Hour
Stop Watch
Model Water Resistant Stop Watch Annually
Calibration Ran e: 1/100 sec '
UV-VIS Spectrophotometer
Model Thermo Orion Annually
Calibration Range: 254mn
1�.' s�� " ry � �` ��' +re.-. yr�.� c. j� � � s+l� s 2 - ti i
�� � � f � � � -. f' l,.y � d � 4 ��i ll��� . . fii �{ c -7,?S•
s ' �7#,: .v; �,.d�•_E- �::.t ��sxw'a� 'a ra�.. -
Muffle Oven
Model Wilt Industries Annually
Calibration Range: 550°C � 50°C
� � � ��
_ '�% � -��} � s � -r`.. �}k-� E ��"T7+c-: f'�f;`°{�: � y`�y�"'t Y �+z� - ��� � '�` .x• w.� i
, f � k�� �., -�� , � . �, , � . �,,,,,. „_�_..,: .
Hot Block
Model Environmental Express: TKN TP04 Block & Controller Annually
Calibration Range: Bracket 160°C and Bracket 380°C
Hot Block
Model Westco SmartDigest 40/20 Block & Controller
Calibration Range: Bracket 160°C and Bracket 380°C
Hot Block
Model Lachat
Calibration Ran�e: Bracket 120°C
Annually
Annually
1 EA
1 EA
3 EA
�r
e; �?� .
1 EA
1 EA
2 EA
2 _�� t;
4 a�;� :.; �.
3 EA
� � �r��` �-
a.. _ ,.:.
1 EA
1 EA
1 EA
EXHIBIT C
s� r y � k y� .. �� � - . i •.� � t , s . _ ��..
� s �+
} 5 zr ����Q.ti��f�`��i '�� �' �,C`���bill£1k �Ol'�o.�p�' � ` � .. +r l �� j
it.; k.�. %'-xa c»_., -�e -��•-�_r
Calib. Unit
Description �,req (�ty UOM price Total
�r {��'rl/yy�j(��-� � r � �� p
{ .,,._ f .� �f ��V�h4�+4p�.1�"�'����' � F 1� .��i:f������+�L��������j } � 1��L' "' r'' 7 es a:,�, s f ��:i � �.�'T� .
Pipette- Bac 10 (Eppendor fly Annually 1 EA
Pipette- Bac 12 (Eppendorfl Annually 1 EA
Pipette- Bac 13 (Eppendorfl Annually 1 EA
Dispensette (Dispensette Iii Brand) Annually 1 EA
Pipette-BAC (0.2 To Sm1) (EPPENDORF) Annually 1 EA
Pipette Calibration, single channel 10-100uL (Eppendorf Brand) Annually 1 EA
Pipette Calibration, single channe120-200uL (Eppendorf, Rainin Annually 14 EA
Brand)
Pipette Calibration, single channel 100-1000uL (Eppendorf, Rainin Annually 10 EA
Brand)
Pipette Calibration, 8 channe10.5-10uL (Eppendorf, Rainin Brand) Annually 2 EA
Pipette Calibration, 8 channel 1-12.SuL (Matrix Brand) Annually 1 EA
Pipette Calibration, 8 channel 12.5-125uL (ThermoScientific Annually 1 EA
Brand)
Tachometer (VWR Brand), Range: 3000 to 15,000 Annually 1 EA
Timer, Range: 0-60 minutes Annually 4 EA
Thermomixer (Eppendorf Brand), Range: 0-3000 RPM, three test Annually 7 EA
points between 20-99°C
Balance (Ohaus Brand), Range: four test points between 0.1-200 g Annually 1 EA
Centrifuge Calibration (Eppendorf Vacufuge Plus) Annually 2 EA
Centrifuge Calibration (Eppendorf Brand), Range: three test points Annually 1 EA
between 5,000-13,000 RPM
Thermometer, Single Probe Annually 5 EA
Thermometer, Dual Probe Annually 4 EA
Incubator, Range 50-70°C Annually 1 EA
�,.. i �a � �,, ._ jj�f �-]r �--" � Y1 �-`i,5+. -_ �{y{ -':� .� s� �{t9 ,. g �}�1 , � . � a -
,� � � �..�t � ..1. -- i' :p��S�dP�1L'�� � �h� � �• �3 � ' .�<�i�.4� .� Y��� i•�/> .!'.-�S.°TrF.'aS,+� qil51'- _.. Fi' .�a.. �Y � � 9:.. . Y
Balance 4-Mettler Annually 1 EA
Balance 5-Mettler Annually 1 EA
Balance 6-Mettler Annually 1 EA
Balance 7-Ohaus Annually 1 EA
Balance 8-Ohaus Annually 1 EA
Balance 11-Ohaus Annually 1 EA
Balance 12-Mettler Annually 1 EA
Balance 14-Mettler Annually 1 EA
Balance 15 (0.01-520grams) Annually 1 EA
Balance 3-Ohaus Annually 1 EA
Balance 10-Ohau Annually 1 EA
�S +-1"-+`: '�s�'i��; � '�+ d�'e�'v��t.f�! sr-':'.,,,k ' "•��;{'� �.h�� '��'.: �'�' ��' ;'t' T � ��.,:
��.� �^ _ '.� ,w �.�..-'�,`i� �> ut
. i ,-{. h t+.e ,,c�•"R. � b Er a .w� _Ln,tr. �. tva��- �r,. :
Bac Temp Monitor-Small Refrig (Vwr) Annually 1 EA
Environmental Temp Monitor (Vwr) Annually 1 EA
Temp. Monitor -Refrig. Evidence/Drug Std (Vwr) Annually 1 EA
Temp. Monitor -Refi•ig. Drug Std (Vwr) Annually 1 EA
Temp. Monitor -Refrig. Blood Samples (Vwr) Annually 1 EA
-i. �,,,f - �' s; Y� Y ,'`:' i �,it:T� �.'.3�+'x•. �"• _-.. J, '_. � .->.:�. ��- ,�..�,t{ #�. i. �.y�� { �� �...
5�':' .fi "'a�"�+ �j.t,�, 1f�. rF L`+LW. _y�` � f�
R's' a �... }:':t � �?6+-t ..�'��_ '� .7 �.�'� �. -5�F ;rt � a' �Y'i�^ �
Weight CLASS 2-F-10-TROEMNER Annually 1 EA
Weight Set A-Troemner Annually 1 EA
Weight Set B-Troemner Annually 1 EA
- � 'v Y � > .; �3r��� �p� � yr�..:��r�re�-t ' �-_.'.. _ ' ., 'c'T',^Y . _ r3,...fii.�� J-i,yr . f�t'•�{ -«�,i� rr u� z � ��/t yrS,A ��:
' : Y3 �`i:.`i, ��"� ,. -'�:. t�'�?;�• .: i � Q ���_.: y� �.�� s�5�= -� dxL ��tr�..vzt��-..'��`.�
Force Gage: Imada DS2-44 2 Years 4 EA
Balance: Sartorius CPA223S 2 Years 1 EA
Ruler 36": GEI 2020A ' 2 Years 2 EA
Balance: Denver AL2 2 Years 1 EA
Weight sets 2 Years 4 EA
Mikemaster set: 0-1" 9 step gauge block 2 Years 1 EA
Sieve: Hausser Scientific — Neubauer
Micrometer
Tape measure: Starret traceable 26' English/metric
Caliper: 0-6"
2 Years 2 EA
2 Years 1 EA
2 Years 1 EA
2 Years I 3 I EA
FORT VVORTH$
� CITY OF FORT WORTH BID OFFER
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@fortworlhtexas.gov
Line Details
Une: 1
Description: Qtv Unit UnitPrice 7otai
Model Thermo CO Liquid In Glass Thermometer, 1.00 EA
Model No. ACC6153, Callbretion Range: -10 C � �
to 200 C
Line: 2
Description: Otv Unit UnitPrice Totel
Model ERTCO LIG Thermometer, Model 611-3FC, 2.00 EA
Calibraqon Range; -20 C to 110 C I� ���
Line: 3
Thermometer Digital, Model Type K/J Single 1.00 EA
Input Thermometer, Model 7M100, Callbration � I
Range: -50 C to 538 C or'-58 F to 1000 F (
Line: 4
Description: Qtv Unit UnitPrice Totel
Mode Ultra Accurate Digital Thermometer with 1.00 EA
Bullet Probe, Calibration Range: -80 C to I� /
200 C �p
Line: 5
Descriqtfon: Qtv Unit UnitPrice Total
Model H-B instrument CompanyAutoclave LIG 3.00 EA
Thermometer, Calibratfon Range: 90-126 C , 15 � ����
Line: 6
Description: Qtv Unit UnitPrice Total
Model VWR Digltal Stop Watch Model 24 Hour, 1.00 EA
Calibration Range: 24 Hour — � � � � �
Line: 7 .
Descriptlon: Qty U�it UnitPrice Total
Model Water Resistant Stop Watch, Callbration 1.00 EA
Range: 1/10D sec � � � 2
J
Line: 8
Descriation: Qtv Unft UnitPrlce Total
UV-VIS Spectrophotometer, Model Thermo Orion, 2.00 EA
Calibratlon Range: 254nm � �
ITB 21-0023 Lab Equipment Calibration Services
3 of 55
FORT WORTH� �
CITY OF FORT 1NORTH BID OFFER � �
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States ��
Emafl: FMSPurchasingResponses@forlworthtexas.gov
Line: 9
Description• Qtv Unit UnitPrice Total
MuNle Oven, Model Wilt Industries, 3.00 EA
Calibration Range: 550 C 50 C � �'� � I 5�
Line: 10
Description• Qtv Unit UnitPrice Total
Hot Block, Model Environmental Express: TKN 1.00 EA
TP04 Block & Controller, Calibration Range: �( u (�
Bracket 160 C and Bracket 380 C
Line: t1
Description• Qtv Unit UnttPrice Total
Hot Block, Model Weslco SmartDigest 40/20 1.00 EA
Block & Controller, Calibration Range: lO� -� D�
Bracket 160 C and Bracket 380 C
Line: 12
Description• Qtv Unit UnitPrice Total
Hot Block, Model Lechat, Calibradon Range: 1.00 EA
Bracket 120 C C�� ��
Line: 13
Descr(ption• atv Unit UnitPrice Total
Pipette- Bac 10 (Eppendort) 1.00 EA
�O
Line: 14
,• !Jl�r I,J�ir lJ�;�Prtca Total
a6aCi ip�i0ii' --
Pipette- Bac 12 (Eppendori) 1.00 EA
�"5 S�
Line: 15
Descriqtion• �tv Unit UnitPrice Total
Plpette- Bac 13 (Eppendorl) 1.00 EA
5� _ 5�8
Line: 16
Description• Qtv Unit UnitPrice Total
Dispensette (Dispensette lil Brand) 7.00 EA
5� ,�5$
Line: 17
Descrlption• Qtv Unit UnitPrtce Total
Pipette-BAC (0.2 To 5ml) (EPPENDORF) 1.00 EA
5� ��5'�
ITB 21-0023 Lab Equipment Calibration Services
4 of 55
FORT VVORTH�
Event ID
CFWO1-21-01
EventRound
1
Event Name
ITB Lab Eat
Start Tlme
CITY OF FORT WORTH BID OFFER
Line: i8
Descriation:
Plpette Calibratlon, single chennel 10-100uL
(Eppendori Brand)
Line: 19
Description:
P(pette Calibration, single channel 20-200uL
(Eppendorf, Rainin Brand)
Line: 20
� �No..� vanviuuvi�, suiyie cnannei
100-1000uL (Eppendor(, Rainin Brand)
Line: 21
Description:
Pipette Calibratlon, 8 channel 0.5-10uL
(Eppendorf, Rainin Brand)
Line: 22
Description:
Plpette Callbration, 8 channel 1-12.5uL
(Matrix Brand)
Line: 23
Descriptlon:
Pipette Calibration, 8 channel 12.5-125uL
(ThermoScientllic Brand)
.00 EA
5B
Otv Unit UnitPrice
4.00 EA
_ 58
Qtv Unit UnitPrice
D,00 EA
5$
Qtv Unit UnitPrice
00 EA
� ��
]ty Unit UnitPrice
00 EA
(D
1.00
, •
� o' �
S�v
, � r
. �
� �o
�Ic� �lo�l
Line: 24
Description: Qtv Unit UnitPrice Total
Tachometer (VWR Brand), Range: 3000 to 15,000 1.00 EA
. �i 3 $
Line: 25
Description: Qtv Unit UnitPrice Total
Timer, Range: 0-60 minutes 4.00 EA
53 � Z.
Line: 26
Description: Qtv Unit UnitPrice Total
Thermomixer (Eppendorl Brand), Range: 0-3000 7.00 EA
RPM, three test points between 20•99 C ��.� ��� I
�
Page
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
Unfted States
Email: FMSPurchasingResponses@fortworthtexas.gov
ITB 21-0023 Lab Equipment Calibration Services
5 of 55
FORT VVORTH�
CITY OF FORT WORTH BID OFFER
Invited:
5ubmit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 27
Description• Qtv Unit UnitPrice Total
Balance (Ohaus Brand), Range: four lest 1.00 EA ^
points between 0.1-200 g � � I�
Line: 28
Description• �tv Unit UnitPrice Totel
Centrifuge Calibration (Eppendort Vacufuge 2.00 EA
P��S, � .53 .� �
Line: 29
Description• Qtv Unit UnitPrice Totel
Thermometer, Single Probe 5.00 EA
.� ���� "�S ��r -k5� po�v�� �'SZ � ' �r
Line: 30
Description• Qtv Unit UnitPrice Total
Thermometer, Dual Probe 4.00 EA
� �Y�12 i5 �Zr -�k.g`E Dp►� . �Z. L�d
I
Line: 31
Description• Qtv Unit UnitPrice Total
Incubator, Range 50•70 C 1.00 EA
r �4v� - lo
line: 32
Cesc�E't�an; �E�� l.�n!t llnitPrir,F Total
Balance 4-Mettler 1.00 EA
�I�:S �Il�
Line: 33
Description• Otv Unit UnitPrice Total
Balance 5-Meltler 1.00 EA
� � II
Line: 34
Descriptfon• QtV Unit UnitPrice Totai
Balance 6-Mettlec 1.00 EA
� I I � � � l
Line: 35
Description• atv Unit UnitPrice Totat
Balance 7-Ohaus 1.00 EA
��� ��
ITB 21-0023 Lab Equipment Calibration Services
6 of 55
FORT WORTH�
� CITY OF FORT WORTH BID OFFER
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LaWER LEVEL CITY HALL
200 TEXAS S7.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 36
Descriation: Qtv Unit UnttPrice Total
Balance 8-Ohaus 1.00 EA
���� E�
Line: 37
Descriation: Qtv Unit UnitPrice Total
Balance 11 Ohaus 1.00 EA
� I 15 � 1
Line: 38
Descriation: Otv Unit UnitPrice Total
Balance 12 Meltler 1.00 EA
� 1�5 ���
Line: 39
Description: atv Unit UnitPrice Total
Balance 14 Mettler 1.00 EA
( l 5 I l5
Line: 40
Description: Qtv Unit UnitPrice 7otal
Balance 15 (0.01 520grams) 1.00 EA
11S t1.5
Line: 41
Descriation: Qtv Unit UnitPrice Total
Balance 3-Ohaus 1.00 EA
11S $il
Line: 42
Description: Otv Unit UnitPrice Total
Balance 10 Ohaus 1.00 EA
�
lI� 1I
Line: 43
Description: Qtv Unit UnitPrice Total
Bac Temp Monitor-Small Re(rig (Vwr) 1.00 EA
� ('r�.0 �u- Po �In�
52 5z.
Line: 44
Descriation: Qtv Unit UnitPrice Total
Environmental Temp Monitor (VWR) 1.00 EA
iE �ar�v�. �-r PotvJ�'
_��Z !�5Z
ITB 21-0023 Lab Equipment Calibration Services
7 of 55
FORT WORTHx
`�`°�°'�" CITY OF FORT WORTH BID OFFER
EventlD Page
CFWO1-21-0023 B
Event Round Version
1 1
Event Neme
ITB Lab E ui ment Calibration Services
Start Tlme Finish Time
12/16/2020 09:00:00 CST O1/O7/2021 13:30:00 CST
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 45
Descriation• atv Unit UnitPrice Total
Temp. Monitor -Re(rig. Evidence/Drug Std 1.00 EA
(VWR) , '
�F (�r�c.e � s �•t ��7�- �o c� � 2 ' S �.
Line: 46
Description• atv Unit UnitPrice Total
Temp. Monitor-Refrig. Blood Samples (VWR) 1,00 EA
.�- P�r��.e is �,�� � 5'�- pv �w�' �Z � Z 52.
Line: 47
Descriplion• Otv Unit UnftPrice Total
Weight CLASS 2-F-10-TROEMNER 1.00 EA
�F (�r �c,e ��� � ��- �,✓z� �' - 3 3
Line: 48
Description• Otv Unit UnitPrice Total
Weight Set A-Troemner 1.00 EA
� 3°t
Une: 49
Description• �tV Unit UnitPrice Total
Weigh[ Set B-Troemner 1.00 EA
3°� (v 3
Line: 50
po��.��t��.�• Qtv __L�nit........._.._._._�__UnitPrice, Total
Force Gage: Imada DS2-44 4.00 EA
. � IB�, ��5�
Line: 51
Description• QtV Unit UnitPrice Total
Balance: Sartorius CPA223S 1.00 EA
l-�`-�-�
Line: 52
Description• Qtv Unit UnitPrice Total
Ruler 36": GEI 2020A 2.00 EA
� �31� � 2�
Line: 53
Description• atv Unit UnitPrice Total
Balance: Denver AL2 1.00 EA
� �l '�
ITB 21-0023 Lab Equipment Calibration Services
8 of 55
FOR�T WORTH�
CITY OF FORT WORTH BID OFFER
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 7EXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponsesQfortworthtexas.gov
Line: 54
Description: Qtv Unit UnitPrice Total
Weight sets 4.00 EA
� pr�� ��s �e�- w�:��c� ,�i�, i
� i-( �1 I� (.P
Line: 55
Descriation: Qtv Unit UnitPrice Total
Mikemaster set. 0-1 9 step gauge block 1.00 EA
1� 35
Ltne: 56
Descriation: atv Unit UnitPrice Total
Sieve. Hausser Scientific Neubauer Ruling 2.00 EA
� 1`lv � 3
Line: 67 �
_Description: Qtv Unit UnitPrice ' Total
Mlcrometer 1.00 EA
�
Line: 58
Descriution: Otv Unit UnitPrice Tatal
Tape measure. Starret traceab�e 26 1.00 EA
English/metrlc � � G
J
Line: 59
Descriation: Qtv Unit UnitPrice Totai
Temp. Monitor -Retrig. Drug Std (VWR) 1.00 EA
� ���v� �s �� �s� �n►�
. 52 5Z
Ltne: 60
Descriqtton: Qtv Unit UnitPrice Totel
Oaliper.0-6 Mitutoyo 3.00 EA
rr,
Line: 61
Centri Cal flange: lhree test points
5,000-13,000 RPM
Line: 62
Mettler Analytical Balance, Model7
Calibration Range: O.ig thru 10og
�2 $
1.00
53 � 5
1.00
"It5
�I15
ITB 21-0023 Lab Equipment Calibration Services
9 of 55
FORT WORTH�
EventlD
CFWO1-21-0023
EventRound
1
Event Name
ITB Lab Equipmer
Start Time
Emaii: FMSPurchasingResponses@fortworthtexas.gov
Line: 63
Descriation• Qtv Unit UnitPrice Total
Denver Instruments Analytical, SI-64, 1.00 EA
Calibration Range: .002g thru 20g � l�i
Line: 64
Description• Qtv Unit UnitPrice Total
Balance, Analylical: Ohaus, Model PX224/E, 1.00 EA
Calibration Range O.ig - 200g I 1 l��5
ll
Line: 65
CITY OF FORT WORTH BID OFFER
Finish
Invited:
Submit To: City of Fort Worth
� PURCHASING DIVISION
1 13: 30: oo csm LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States
Ohaus Analytical Balance, Model E01140,
Calibration Range .ig thru 50g
Line: 66
Calibration
�lance, Model SP202,
1g thru 100g
1.00
Line: 67
[� �5 _ ���o
�� �
Balance Top•Loading: Denver, Model XE-510, 1.00 EA
Calibration Range: ig - 200g ' 1� 1(_'
l7
Line: 68
Daecrlatia�s. nt„ ��n!r �!!�BEPr!ce _Tot�!
Balance, Top-Loading Denver, Model TR-402, 1.00 EA
Calibration Range: 2g - 200g 1� • I 14,
J
Line: 69
Description• Oty Unit UnitPrice Total
Balance, Top Loading Denver, Model SI 602, 1.00 EA
Calibration Range 1g - 200g 1 1 _ r 1�
1�
Line: 70
Descriptiom Otv Unit UnitPrice 7otal
Mass Weight Set: Becker Class S-1 Weight Set, 1.00 EA
Model Metrlc, Calibration Range ' 2 G
(1,2,3,5,10,20,30,50,100)g •� ��
Line: 71 _ _ .
Mass Weight Set: Model Troemner Class I 1.00 EA
Welght Set, Model Metrix, Calibration Range:
(1, 2, 3, 5,10, 20, 30, 50,100) g
ITB 21-0023 Lab Equipment Calibration Services
10 of 55
FORT V'VORTH�
�'f'�J CITY OF FORT WORTH BID OFFER
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
2b0 TEXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@foriworthtexas.gov
Line: 72
Description: Qtv Unit UnitPrice Total
Mass Welght Set: Model Troemner Class S 1.00 EA
Weight Set, Model Metric, Calibration �
Range:(100,50,20,20,10,5,2,1)g and 100mg
Line: 73 '
Description: Qtv Unit UnitPrice Total
Mass Welght Set: Model Troemner Class 1 1.00 EA
Weight Set, Model Metric, Callbratlon Set: � � �
(100,50,20,20,10,5,2,1)g, 100mg, 2mg
Line: 74
EA
��'-L . '8 8
7roemner LLC, Calibration Range: 500g
Line: 75
mass weight Single: Model Troemner Henry 2.00 EA
Troemner LLC, Calibration Range: 200g �� ��
Line: 76
Descripiion: Qtv Unit UnitPrice Total
Mass Weight Single: Model Troemner Henry 2.00 EA
Troemner LLC, Calibratlon Range: 1g ��` �v
O
Line: 77
Description: Qtv Unit UnitPrice Total
Mass Welght Smgle: Model Mettler Toledo 2.00 EA
Weight, Calibration Range: 100mg L
Line: 78
Mass Welght Set: Model Troemner Henry 3,00 EA
Troemner LLC, Calibration Range: 2mg � �
Line: 79
Description: Qty Unit UnitPrice Total
Model Fisher Traceable inirared Therm. Gun 4.00 EA
Cat 15-077-968, Calibratlon Range: •60 C to I 1� ��
500 C
Line: 80
Description: Qtv Unit UnitPrice Total
Model VWR Traceable Inirared Therm. Qun Cet 1.00 �A
No 12777-848, Calibration Range: -1 C to 300 1 O �� 1'\
C lV
ITB 21-0023 Lab Equipment Calibration Services
11 of 55
FORT WORTHt
CITY OF FORT WORTH BID OFFER
Invited:
Submit To: City of Fort Worth
PURCHASING DIVISION
LOWER LEVEL CITY HALL
200 TEXAS ST.
Fort Worth TX 76102
United States
Email: FMSPurchasingResponses@fortworthtexas.gov
Line: 81
Description• Qtv Unit UnitPrice Total
Model VWR Traceable Intrared Therm. Gun Cat 2.00 EA
No36934-178, Calibratlon Range: -1 C to 300 C � 1� Z'�
Total Bid Amount: •k �� 2� 2�
I .� 1 7���J �J
ITB 21-0023 Lab Equipment Calibration Services
12 of 55 -