HomeMy WebLinkAboutContract 63100City Secretary Contract No. _____________
Vendor Services Agreement Page 1 of 12
VENDOR SERVICES AGREEMENT
_____________________________________________________________________________
This VENDOR SERVICES AGREEMENT (“Agreement”) is made and entered into by and
between the CITY OF FORT WORTH (“City”), a Texas home rule municipal corporation, and Jay
Martin Company, Inc. (“Vendor” or “Contractor”), each individually referred to as a “party” and
collectively referred to as the “parties.”
1.Scope of Services. Vendor will provide City with Original Equipment Manufacturer
Wemco pumps, components and replacement parts on an as-needed basis (“Services”), as set forth in more
detail in Exhibit “A,” attached hereto and incorporated herein for all purposes.
2. Term. The initial term of this Agreement is for 1 year, beginning on the date that this
Agreement is executed by the City’s Assistant City Manager (“Effective Date”), unless terminated earlier
in accordance with this Agreement (“Initial Term”). City will have the option, in its sole discretion, to
renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal option(s)
(each a “Renewal Term”).
3. Compensation. City willpay Vendorin accordance with the provisions of this Agreement,
including Exhibit “B,” which is attached hereto and incorporated herein for all purposes. Total annual
compensation under this Agreement will not exceed Three Hundred Fifty Thousand Dollars
($350,000.00). Vendor will not perform any additional services or bill for expenses incurred for City not
specified by this Agreement unless City requests and approves in writing the additional costs for such
services. City will not be liable for any additional expenses of Vendor not specified by this Agreement
unless City first approves such expenses in writing.
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days’ written notice of termination.
4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor
of such occurrence and this Agreement will terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and Obligations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to
the effective date of termination and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
City Secretary Contract No. _____________
Vendor Services Agreement Page 2 of 12
has received access to City Information or data as a requirement to perform services hereunder,
Vendor will return all City provided data to City in a machine-readable format or other format
deemed acceptable to City.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information.Vendor, for itself and its officers, agents and employees,
agrees that it will treat all information provided to it by City (“City Information”) as confidential
and will not disclose any such information to a third party without the prior written approval of
City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subject to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6.Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7.Independent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and work performed under this Agreement, and
not as agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
City Secretary Contract No. _____________
Vendor Services Agreement Page 3 of 12
understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any
officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment
benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on
behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors.
8.Liability and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS
OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,
AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION – Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City’s use of the software and/or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay will not apply if
City modifies or misuses the software and/or documentation. So long as Vendor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Vendor will have the right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City’s interest, and City agrees to cooperate
with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City will have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise and
to settle or compromise any such claim; however, Vendor will fully participate and cooperate
with City in defense of such claim or action. City agrees to give Vendor timely written notice
of any such claim or action, with copies of all papers City may receive relating thereto.
Notwithstanding the foregoing, City’s assumption of payment of costs or expenses will not
eliminate Vendor’s duty to indemnify City under this Agreement. If the software and/or
documentation or any part thereof is held to infringe and the use thereof is enjoined or
restrained or, if as a result of a settlement or compromise, such use is materially adversely
restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for
City Secretary Contract No. _____________
Vendor Services Agreement Page 4 of 12
City the right to continue to use the software and/or documentation; or (b) modify the
software and/or documentation to make it non-infringing, provided that such modification
does not materially adversely affect City's authorized use of the software and/or
documentation; or (c) replace the software and/or documentation with equally suitable,
compatible, and functionally equivalent non-infringing software and/or documentation at no
additional charge to City; or (d) if none of the foregoing alternatives is reasonably available
to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,
subsequent to which termination City may seek any and all remedies available to City under
law.
9.Assignment and Subcontracting.
9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10.Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of 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 occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. “Any
vehicle” will be any vehicle owned, hired and non-owned.
(c) Worker’s Compensation:
Statutory limits according to the Texas Workers’ Compensation Act or any other
state workers’ compensation laws where the Services are being performed
Employers’ liability
City Secretary Contract No. _____________
Vendor Services Agreement Page 5 of 12
$100,000 - Bodily Injury by accident; each accident/occurrence
$100,000 - Bodily Injury by disease; each employee
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims-made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers’ compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days’ notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days’ notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102,
with copies to the Fort Worth City Attorney at the same address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11.Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
City Secretary Contract No. _____________
Vendor Services Agreement Page 6 of 12
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist
from and correct the violation.
12.Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor’s duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13.Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents,
employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney’s Office at
same address
To VENDOR:
Jay Martin Company, Inc.
Deana Martin
3825 Hillwood Way
Bedford, TX 76021
Facsimile: _______________
14.Solicitation of Employees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15.Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16.No Waiver. The failure of City or Vendor to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor’s respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17.Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
City Secretary Contract No. _____________
Vendor Services Agreement Page 7 of 12
18.Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19.Force Majeure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, “Force Majeure Event”). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party’s performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20.Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21.Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or its Exhibits.
22.Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23.Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24.Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor’s
option, Vendor will either (a) use commercially reasonable efforts to re-perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25.Immigration Nationality Act. Vendor must verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures
City Secretary Contract No. _____________
Vendor Services Agreement Page 8 of 12
and controls so that no services will be performed by any Vendor employee who is not legally eligible to
perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR’S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
26.Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, “Work Product”). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work-made-
for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27.Signature Authority. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each
party is fully entitled to rely on these warranties and representations in entering into this Agreement or any
amendment hereto.
28.Change in Company Name or Ownership. Vendor must notify City’s Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
29.No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel”
and “company” has the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
By signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to
the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
30.Prohibition on Boycotting Energy Companies. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from
public funds of the City with a company with 10 or more full-time employees unless the contract contains
City Secretary Contract No. _____________
Vendor Services Agreement Page 9 of 12
a written verification from the company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor’s signature provides written verification to City that Vendor: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of this Agreement.
31.Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is
to be paid wholly or partly from public funds of the City with a company with 10 or more full-time
employees unless the contract contains a written verification from the company that it: (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written
verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
against a firearm entity or firearm trade association during the term of this Agreement.
32.Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, “electronic signature” means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
33.Entirety of Agreement. This Agreement contains the entire understanding and agreement
between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any
prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict
with any provision of this Agreement.
(signature page follows)
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:��2Name:� 'J�aMcEachern Title: Assistant City Manager
Date: 04/14/2025
APPROVAL RECOMMENDED:
By:�ef� Namecm der(Apr 3, 2025 16:00 CDT) Title: Water Director
ATTEST:
�A� By: • •
Name: �dall Title: City Secretary
VENDOR:
Jay Martin Company, Inc.
ByJO-!J }n ,di)-,;::i
Name: :Z>;; /Y7a.Ci/,J..
Title: {l,::..�; f-f b f:
Date: 2-- � I/- 2--S
Vendor Sei.vices Agreement
City Secretary Contract No. ____ _
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By: Qt� Name:SISJtab!byi �driitpr 3, 2025 15:24 CDT) Title: Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: Name:D�Bladlr.(Apr 4, 2025 16:14 CDT) Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION: M&C: 25-0020 Form 1295: 2024-1241948
Page 10 ofl2
City Secretary Contract No. _____________
Vendor Services Agreement Page 11 of 12
EXHIBIT A
SCOPE OF SERVICES
See next page.
Page 1 of 6
CITY OF FORT WORTH
CHAPTER 252 EXEMPTION FORM
Instructions: Fill out the entire form with detailed information. Once you have completed this form,
provide it to the Purchasing attorneys for review. The attorneys will review the information you
have provided to is
defensible. Failure to provide sufficient information may result in follow up questions and cause a
Section 1: General Information
Requesting Department: Water Department
Name of Contract Manager: Shatabya Bergland-Easley
Departmental Attorney: Doug Black
Item or Service sought: Wemco OEM pumps, parts and repair services
Goods:
Service:
Anticipated Amount: $350,000.00 annually
Vendor: Jay Martin Company, Inc.
Current/Prior Agreement for item/service: Yes No
CSC or Purchase Order #: 52930
Amount: $400,000.00
Projected M&C Date: N/A (previous M&C 19-0036)
How will this item or service be used? The Wemco OEM pumps and parts will be used for
sludge recirculation. Repairs and other services will be used to keep everything operating
smoothly.
Has your department started a requisition or otherwise contacted the Purchasing Division related
to obtaining this good/service? Yes No
If yes, please provide requisition number or brief explanation of contact with
Purchasing Division: Click or tap here to enter text.
Page 2 of 6
Section 2: Claimed Exemption and Justification (Other than sole source)
NOTE: For sole-source exemption requests, complete Section 3.
Please indicate the non-sole-source exemption you believe applies to the purchase and provide
information to support its applicability. Please refer to the Exemption Primer for detailed
information about common exemptions:
A procurement necessary to preserve or protect the public health or safety of the City
of Fort Worth
A procurement necessary because of unforeseen damage to public machinery,
equipment, or other property;
A procurement for personal, professional, or planning services;
A procurement for work that is performed and paid for by the day as the work
progresses;
A purchase of land or a right-of-way;
Paving drainage, street widening, and other public improvements, or related matters, if
at least one-third of the cost is to be paid by or through special assessments levied on
property that will benefit from the improvements;
A public improvement project, already in progress, authorized by the voters of the
municipality, for which there is a deficiency of funds for completing the project in
accordance with the plans and purposes authorized by the voters;
A payment under a contract by which a developer participates in the construction of a
public improvement as provided by Subchapter C, Chapter 212;
Personal property sold:
at an auction by a state licensed auctioneer;
at a going out of business sale held in compliance with Subchapter F,
Chapter 17, Business & Commerce Code;
by a political subdivision of this state, a state agency of this state, or an
entity of the federal government; or
under an interlocal contract for cooperative purchasing administered by a
regional planning commission established under Chapter 391;
Services performed by blind or severely disabled persons;
Goods purchased by a municipality for subsequent retail sale by the municipality;
Page 3 of 6
Electricity; or
Advertising, other than legal notices.
Please provide details and facts to explain why you believe the exemption applies to the
purchase. You may also attach documentation to this form.
Section 3: Claimed Sole-Source Exemption and Justification
NOTE: For all non-sole-source exemption requests, complete Section 2.
Please indicate the sole-source exemption you believe applies to the purchase and provide
information to support its applicability. Please refer to the Exemption Primer for detailed
information about common exemptions
*A procurement of items that are available from only one source, including:
items that are available from only one source because of patents, copyrights,
secret processes, or natural monopolies;
films, manuscripts, or books;
gas, water, and other utility services;
captive replacement parts or components for equipment;
books, papers, and other library materials for a public library that are
available only from the persons holding exclusive distribution rights to the
materials; and
management services provided by a nonprofit organization to a municipal
museum, park, zoo, or other facility to which the organization has provided
significant financial or other benefits;
How did you determine that the item or service is only available from one source?
See below and attached letter.
Attach screenshots and provide an explanation of any independent research you conducted,
through internet searches, searching cooperatives, or discussions with others knowledgeable on
the subject matter that corroborate that the item is available only from a single source.
Jay Martin Company, Inc., is the exclusive representative for Wemco products in the Texas and
Oklahoma area. See sole source letter. Also determined by previous sole surce agreement obtained
for Wemco pumps, parts and repair.
Did you attach a sole source justification letter? Yes No
Describe the uniqueness of the item or service (e.g. compatibility or patent issues, etc.). Jay
Martin Company, Inc., is the exclusive representative for Wemco products in the Texas and
Oklahoma area. No other pump uses the same parts as the Wemco pumps. The City would have
to replace and purchase a new infrastructure if different pumps and parts were used to be
compatible with the system.
Page 4 of 6
Section 4: Attorney Determination
With the facts provided by the department, is the use of the claimed exemption defensible if the
City were to be challenged on this purchase?Yes No.
Was there anything attached to this form that was relied on in making this determination?
Yes No.
If yes, please explain:Sole source letter from vendor dated 11/8/24 regarding proprietary
parts and exclusive geographic distribution centers
Was there anything not included on this form or attached hereto that was relied on in making this
determination? Yes No.
If yes, please explain:Click or tap here to enter text.
Approved By:
Date: 11/25/24
Andrea Phillips / Jessika Williams
Assistant City Attorney
November 8, 2024
Attention: City of Fort Worth
Subject: Letter of Exclusivity
Trillium Pumps USA, Inc. is the manufacturer of WEMCO®, Roto-Jet®, and WSP proprietary pumping
equipment located in Salt Lake City, Utah, and our federal I.D. number is 87-052-9231.
Trillium Pumps USA, Inc, is the sole source for WEMCO® Torque-Flow® recessed impeller pumps; WEMCO®
Hydrogritter® grit separation systems; WEMCO® WSF Screw-Flow pumps; Weir Specialty Pumps (WSP)
Chop-Flow chopper pumps, Self-Primer pumps, and Non-Clog pumps; and parts for all the aforementioned pumping
equipment.
Our product distribution channel is structured on an exclusive geographic basis. For municipal projects in
Texas and Oklahoma, our exclusive representative for all products listed in the second paragraph is:
Jay Martin Company, Inc.
3825 Hillwood Way
Bedford, TX 76021
Phone 817-571-9494
Email: deana@hrmh2o.onmicrosoft.com
Please contact the Jay Martin Company, Inc for additional product information or pricing for any of these products
Thank you for the opportunity to serve you, and please do not hesitate to contact me if you have any questions.
Best regards,
MOBILE +1 (801) 608-8709
EMAIL Ryan.Heath@trilliumflow.com
2949 S Railroad Ave
Fresno, CA 93706
trilliumflow.com
VA LVES PUM P S SE RVICE S
2949 S Railroad Ave
Fresno, CA 83706
www.trilliumflow.com O: +1.559-442-4000
City Secretary Contract No. _____________
Vendor Services Agreement Page 12 of 12
EXHIBIT B
PAYMENT SCHEDULE
See next page.
FORT WORTH VILLAGE CREEK
2024-2025 Page 1
OEM Wemco Replacement Parts - for pricing purposes
Item Part Number
Unit Cost (including
Freight)Availability
Split Gland 41506A $655.00 LEAD
Housing Gland 21430A $1,722.00 TIMES
Impeller 11" trim 52139AR-110 $1,550.00 FOR
Impeller 8" Mod C CCW 21298F $8,818.00 PARTS
Lantern Ring Set 181206 $156.00 TO
Retaining Ring 142010 $10.00 BE
Lockscrew, Impeller 63655-01 $206.00 DETERMINED
Impeller, 8" Mod C CW 21298E $6,048.00 AT
Impeller Mounting Kit Mod C 72951-K08R/L $413.00/$142.00 TIME
Shaft Sleeve,8" C 410 SST 47207B $1,729.00 OF
Lower Bearing 100254 $330.00 ORDER
Locknut, 6" 53551A $646.00
Wearplate, 4" C NH 24071E $2,474.00
Split Gland Set 41503A $405.00
Gland Housing,3&4" C 63022-1 $745.00
Bearing Cap 40749A $320.00
Intake Flange, 6x6 C 15182F $4,244.00
Gasket 42742A $122.00
Gland Housing, 6" C CI 67959-1 $906.00
Packing Gland 41505A $716.00
Lockscrew, Imp STL 46046AR $145.00
Wear Plate (Stud/Hex Nut) 221500/V2607 $17.00/$8.00
Slinger 181163 $18.00
Slinger 145085 $23.00
Slinger 145086 $9.00
Slinger 142048 $9.00
Case Gasket 42741A $101.00
Case Gasket, Neoprene 42743A $219.00
Wear Plate Grommet 145083 $9.00
Wear Plate Washer, Cupped 56935B $9.00
Gasket 45862A $10.00
Shim-Red 45862C $9.00
Shim, Green 45862B $18.00
Shim 45873A $9.00
Gland Housing Grommet 145082 $9.00
Gland Housing Washer 56935A $9.00
Shaft Sleeve, Mod C 6" 416SST 47607B $771.00
Cone Liner, 1000 Neoprene 50708AN $849.00
Sleeve Bearing, Bronze 100299 $62.00
Thrust Bearing 100300 $50.00
Apex Liner, Fixed 48028GN $1,130.00
Seal 157206 $182.00
Lower Bearing 400L 66245-01 $3,911.00
FORT WORTH VILLAGE CREEK Page 2
OEM Wemco Replacement Parts - for pricing purposes
Item Part Number Unit Cost (including
Freight)Availability
Wearplate Stud/Nut 221005V2637 $17.00/$13.00 LEAD
Apex Housing, Fixed 59636-2 $1,213.00 TIMES
O'Ring 142028 $9.00 FOR
Gland Housing Gasket 40959A $19.00 PARTS
Gland Housing Gasket 80982A $9.00 TO
O'Ring 142035 $9.00 BE
Impeller 6"Mod C -CW 21172CR $5,692.00 DETERMINED
Gland Housing, 6" C CI 67959-1 $906.00 AT
Snap Ring 142004 $12.00 TIME
Stud 221005 $18.00 OF
Wearplate, 8" Mod C 24118C $3,739.00 ORDER
Snap Ring 142008 $10.00
Snap Ring 142007 $9.00
O-Ring 142035 $9.00
Lantern Ring 181315 $189.00
Shim, 7" clear 45859A $21.00
Shim 45859B $8.00
Wearplate Nut V2637 $13.00
Impeller Mounting Kit 72951-K06-R $329.00
Bearing Cap, Inner (8x8 C) 40952A $722.00
Shaft, 8x8 Mod C CW 1045 STL 25427AR $2,580.00
Shaft Sleeve, 8"Mod C 416SST 47207A $1,684.00
Shaft, 6x6 1045STL 40751AR $1,557.00
Overflow Adapter Flange 47820A $1,978.00
Vortex Finder Gasket 48233A $24.00
Vortex Finder 30464NI $1,492.00
Cover Plate Liner 47826AN $2,226.00
Gasket 42296A $9.00
Intake Flange, 8x8 C 15183C $5,951.00
Shaft Sleeve, 3x3 C 410SST 47460C $800.00
Impeller, 3" Model C CW 21315FR $3,054.00
Impeller, 3" Model C CCW 21315FL $3,054.00
Wearplate, 6x6 24021E $3,214.00
Slinger 181163 $20.00
Impeller Key 44397V $9.00
Splash Skirt 48027AN $573.00
Feedbox Cover 61331-1 $482.00
Feedbox Weldment 61328-01 $3,287.00
Splash Guard 61329-2 $77.00
Coupling, VIC 10" 148017 $1,262.00
Elbow, VIC #12 STL 148277 $4,653.00
Adaptor, 10" 62449-01 $4,200.00
Plug, PP Sq HD Galv 242522 $40.00
Flange, 10" 148117 $1,485.00
Bearing, Ball #7311 38807 $98.00
Bearing Ball Bore 100320 $59.00
FORT WORTH VILLAGE CREEK Page 3
OEM Wemco Replacement Parts - for pricing purposes
Item Part Number Unit Cost (including
Freight)Availability
Ring, Snap, Ext. 142007 $8.00 LEAD
Ring, Lantern 181308 $50.00 TIMES
O-Ring 142099 $8.00 FOR
Gasket 80826A $10.00 PARTS
Packing 145078 $9.00 TO
Screw, Drive 210025 $7.00 BE
Lockscrew, Impeller STL. RH 46046AR $145.00 DETERMINED
Lockscrew, Impeller STL. LH 46046AL $315.00 AT
Lifting Screw 304 SST 68149-4 $2,195.00 TIME
Yoke Base 30857CD $460.00 OF
Yoke, Swivel 43854W $986.00 ORDER
Handwheel Assembly 43612A $3,474.00
Bearing, Ball Thrust 100004 $206.00
Wearplate 11CE NH 61596C $1,203.00
Backplate 61595A $1,896.00
Cap, Bearing 48065W $35.00
Shaft, 11CE 1045 STL 63936-1 $1,084.00
Sleeve, Shaft CE 416SST 47629D $667.00
Set, Split Gland 31164NB $176.00
Bearing, Ball #5310 100214 $420.00
Bearing, Ball SGL ROW 100215 $119.00
Seal, Oil Spr STL 157073 $52.00
Ring, Snap Ext 142027 $12.00
Gasket 145008 $9.00
O-Ring 142142 $8.00
Packing TFLN 145014 $12.00
Gasket 81951A $23.00
O-Ring 142131 $56.00
Impeller 3" Mod C CW 21315CR $3,054.00
Impeller 3" Mod C CCW 21315CL $3,054.00
Wearplate 3" C 24059C $1,371.00
Shaft 3 & 4" C 1045 STL 40796AR $1,362.00
Sleeve, Shaft 3&4" C 416SST 47460D $800.00
Seal, Oil Spr STL 157062 $36.00
Gasket 42740A $84.00
Stud 221003 $14.00
Washer Self-Locking Impeller 72795-2 $141.00
Locking Collar/Self Lock Imp. 72796-4 $431.00
Screw, Hex STL 204437 $55.00
Shaft 3&4" C CCW 1045 STL 40796AL $1,362.00
Gasket Sq 42296A $9.00
Sleeve, Shaft S SZ E 48172A $757.00
Shaft S SZ E 1045 STL 704109-1 $1,674.00
Set, Split Gland 30992AB $237.00
Ring, Lantern Split 181205 $226.00
Bearing, Ball Dbl Row Ang. 805671 $151.00
Bearing Ball RAD 100234 $120.00
FORT WORTH VILLAGE CREEK Page 4
OEM Wemco Replacement Parts - for pricing purposes
Item Part Number Unit Cost (including
Freight)Availability
Slinger 145012 $9.00 LEAD
Gasket 81968C $54.00 TIMES
Housing, Bearing 19524A $3,891.00 FOR
Backplate 19487A $3,102.00 PARTS
TO
BE
DETERMINED
AT
TIME
OF
ORDER
Page 1 of 20
Trillium Pumps USA Inc
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Quotation
3825 Hillwood Way
Bedford, Texas 76021
Attn: Deana Martin
Project: Fort Worth-Village Creek 2024/2025 Contract
Your reference:
Quotation number: 2375922
Revision:
We thank you for your above referenced inquiry, and are pleased to submit our quotation for your consideration.
Please see the next page for a summary of our offer. Full details can be found in subsequent pages.
We hope you find our quotation in line with your requirements. However, if you have any questions, please do not hesitate
to contact us.
Sincerely,
Bill Pavao
Trillium Pumps USA Inc
Page 2 of 20
Trillium Pumps USA Inc
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Quotation Summary
3825 Hillwood Way
Bedford, Texas 76021
Attn: Deana Martin
Project: Fort Worth-Village Creek 2024/2025 Contract
Your reference:
Quotation number: 2375922
Revision:
The following is a price summary for this quotation. Please see item specific pages for more details.
Item number Service Size Unit Price Unit Freight Qty Extended Price
001 3" Model C $ 1 $ 408 1 $ 1 5
002 Model 3S2 $$ 372 1 $
003 4" Model C $ 1 $ 705 1 $ 1
004 6" Model C $ $ 807 1 $
005 8" Model C $ $ 1,278 1 $ 3
006 6X11 ModelCLCESR $ 4 $ 873 1 $ 4
007 4X9S Model EVP $ 2 $ 608 1 $ 2
Grand Total $ 1
PUMP FEATURES: All Trillium Pumps USA INC are designed to reduce maintenance costs through greater pump
reliability and improved mean time between failure.
SCOPE OF SUPPLY: Only that material detailed in this quotation is being offered. No assumptions should be made that
anything not specifically specified is included.
QUALITY STANDARDS: Trillium Pumps USA INC is an ISO ISO 9001:2015 certified plant.
PRICE BASIS: This offer is valid for 365 days from date issued. Quoted prices are based on current material and
commodity rates. Due to the volatility of both, market prices may change and must be confirmed at the time of order
placement.
PRICE: Price quoted is for all items purchased at one time. In the event of a partial order, we will review and adjust
accordingly.
SHIPMENT: Approximately 26-28 weeks after receipt of approved purchase order and/or final approval of submittal and
drawings.
START-UP: Not included.
TERMS AND CONDITIONS: The Terms and Conditions of Sale attached hereto as Trillium Global Terms and Conditions
of Sale (July 2022) ("these Terms") apply to the sale of goods and ancillary services (collectively, "Goods") by Seller to
its customer (the "Buyer"). These Terms are the only terms and conditions, oral or written, applying to the sale of Goods
to Buyer except for additional terms consistent with these Terms regarding prices, quantities, and the description of the
Goods as set forth in an order form accepted by Seller ("Order"). Seller expressly rejects any additions to or modifications
of these Terms, or terms and conditions in Buyer's purchase Order(s). Buyer's assent to these Terms is conclusively
established by Buyer's: (i) issuance or placement of a purchase Order or (ii) acceptance of any of the Goods covered by
these Terms.
PAYMENT TERMS: 100% Net 30 days (subject to credit approval). Purchase orders must be made out to Trillium Pumps
USA INC.
Page 3 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 3" Model C / 1
Item number 001 Pump speed 1700 rpm
Customer reference Quote number 2375922
Totals
Grand Total $ 1 Lead Time Total N/A
Pump $ 1 Total unit weight 670.0 lb
Pump
Qty Description Unit Price Extended Price
1 3" Model C $ 1 $ 1
General Pump Options
Pump Options
Clockwise rotation (CW)
Steel pump hardware
Bearing lubrication
Oil lubricated bearings
Nitrile elastomers
Case Assembly
3x3 Case
Vertical Top
High chrome case (650+ BHN hardness)
No case vent & drain
Standard suction connection
Rotating Assembly
Rotating Assembly
High chrome impeller (650+ BHN hardness)
Static balance
Steel shaft
Steel impeller bolt
Pump Sealing
Pump sealing
Seal Type: Packing
Acrylic/graphite packing
416 SST shaft sleeve
Cast iron gland housing/backplate
Bronze gland
Driver
Motors
No Motor Supplied: No Motor Supplied
Baseplate and Drive
No Baseplate
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Material Testing
Material Testing
No Hardness Testing
Page 4 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 670.0 lb
Baseplate: 0.00 lb
Driver: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 670.0 lb
Page 5 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages Model 3S2 / 1
Item number 002 Pump speed 1,160
Customer reference Quote number 2375922
Totals
Grand Total $Lead Time Total N/A
Pump $Total unit weight 350.0 lb
Pump
Qty Description Unit Price Extended Price
1 Model 3S2 $ $
General Pump Options
Pump Options
Clockwise rotation (CW)
Stainless steel pump hardware
Nitrile elastomers
Case Assembly
3x3 Case
Cast iron case
No easy out
Rotating Assembly
Rotating Assembly
Cast iron impeller
Stainless steel impeller lockscrew
Pump Sealing
Pump sealing
Seal Type: No Pump Sealing Required
Driver
Motors
Trillium Supplied Motor: Trillium Supplied Motor
3HP 180TY 1200RPM Standard Efficiency TENV Submersible Motor
All motors are sized and selected in accordance with Hydraulic Institute
Grade 2 - 2B performance test acceptance grades and tolerances
which adds 8% to the rated horsepower requirement of the pump. This
calculation has not changed the rated horsepower or efficiency shown
on the Performance Data Sheet. View the link for more information from
Hydraulic Institute.
Motor manufacturer - Trillium Standard
Standard Carbon/Ceramic Motor Seal
Motor options
Moisture Detector Relay
25 ft. motor cable
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Unless otherwise noted all motors will be supplied with manufacturer's
standard coating only
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Material Testing
Material Testing
No Hardness Testing
Page 6 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 150.0 lb
Pump Support: 0.00 lb
Driver: 200.0 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 350.0 lb
Page 7 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 4" Model C / 1
Item number 003 Pump speed 1500 rpm
Customer reference Quote number 2375922
Totals
Grand Total $ 1 Lead Time Total N/A
Pump $ 1 Total unit weight 890.0 lb
Pump
Qty Description Unit Price Extended Price
1 4" Model C $ 1 $ 1
General Pump Options
Pump Options
Clockwise rotation (CW)
Steel pump hardware
Bearing lubrication
Oil lubricated bearings
Nitrile elastomers
Case Assembly
4x4 Case
Vertical Top
High chrome case (650+ BHN hardness)
No case vent & drain
Standard suction connection
Rotating Assembly
Rotating Assembly
High chrome impeller (650+ BHN hardness)
Static balance
Steel shaft
Steel impeller bolt
Pump Sealing
Pump sealing
Seal Type: Packing
Acrylic/graphite packing
416 SST shaft sleeve
Cast iron gland housing/backplate
Bronze gland
Driver
Motors
No Motor Supplied: No Motor Supplied
Baseplate and Drive
No Baseplate
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Material Testing
Material Testing
No Hardness Testing
Page 8 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 890.0 lb
Baseplate: 0.00 lb
Driver: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 890.0 lb
Page 9 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 6" Model C / 1
Item number 004 Pump speed 1200 rpm
Customer reference Quote number 2375922
Totals
Grand Total $ Lead Time Total N/A
Pump $ Total unit weight 1,200.0 lb
Pump
Qty Description Unit Price Extended Price
1 6" Model C $ $
General Pump Options
Pump Options
Clockwise rotation (CW)
Steel pump hardware
Bearing lubrication
Oil lubricated bearings
Nitrile elastomers
Case Assembly
6x6 Case
Vertical Top
High chrome case (650+ BHN hardness)
No case vent & drain
Standard suction connection
Rotating Assembly
Rotating Assembly
High chrome impeller (650+ BHN hardness)
Static balance
Steel shaft
Steel impeller bolt
Pump Sealing
Pump sealing
Seal Type: Packing
Acrylic/graphite packing
416 SST shaft sleeve
Cast iron gland housing/backplate
Bronze gland
Driver
Motors
No Motor Supplied: No Motor Supplied
Baseplate and Drive
No Baseplate
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Material Testing
Material Testing
No Hardness Testing
Page 10 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 1,200.0 lb
Baseplate: 0.00 lb
Driver: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 1,200.0 lb
Page 11 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 8" Model C / 1
Item number 005 Pump speed 1200 rpm
Customer reference Quote number 2375922
Totals
Grand Total $ 3 Lead Time Total N/A
Pump $ 5 Total unit weight 1,900.0 lb
Pump
Qty Description Unit Price Extended Price
1 8" Model C $ 3 5 $ 3 5
General Pump Options
Pump Options
Clockwise rotation (CW)
Steel pump hardware
Bearing lubrication
Oil lubricated bearings
Nitrile elastomers
Case Assembly
8x8 Case
Vertical Top
High chrome case (650+ BHN hardness)
No case vent & drain
Standard suction connection
Rotating Assembly
Rotating Assembly
High chrome impeller (650+ BHN hardness)
Static balance
Steel shaft
Steel impeller bolt
Pump Sealing
Pump sealing
Seal Type: Packing
Acrylic/graphite packing
416 SST shaft sleeve
Cast iron gland housing/backplate
Bronze gland
Driver
Motors
No Motor Supplied: No Motor Supplied
Baseplate and Drive
No Baseplate
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Material Testing
Material Testing
No Hardness Testing
Page 12 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 1,900.0 lb
Baseplate: 0.00 lb
Driver: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 1,900.0 lb
Page 13 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 6X11 ModelCLCESR / 1
Item number 006 Pump speed 1,170
Customer reference Quote number 2375922
Totals
Grand Total $ 4 Lead Time Total N/A
Pump $ 4 Total unit weight 1,125.0 lb
Pump
Qty Description Unit Price Extended Price
1 6X11 ModelCLCESR $ 4 $ 4
General Pump Options
Pump Options
Clockwise rotation (CW)
Stainless steel pump hardware
Nitrile elastomers
Case Assembly
6x6 Case
Ni-Hard case (650+ BHN hardness)
Standard suction connection
No fastout supplied
Rotating Assembly
Rotating Assembly
Ni-Hard impeller (650+ BHN hardness)
Stainless steel shaft adapter
Stainless steel impeller lockscrew
Pump Sealing
Pump sealing
Seal Type: No Pump Sealing Required
Driver
Motors
Trillium Supplied Motor: Trillium Supplied Motor
25HP 250TY 1800RPM Standard Efficiency TENV Submersible Motor
All motors are sized and selected in accordance with Hydraulic Institute
Grade 2 - 2B performance test acceptance grades and tolerances
which adds 8% to the rated horsepower requirement of the pump. This
calculation has not changed the rated horsepower or efficiency shown
on the Performance Data Sheet. View the link for more information from
Hydraulic Institute.
Motor manufacturer - Trillium Standard
Tungsten carbide inner and outer seal
Motor options
Moisture Detector Relay
75 Motor Cable
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Unless otherwise noted all motors will be supplied with manufacturer's
standard coating only
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Page 14 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
Material Testing
Material Testing
No Hardness Testing
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 530.0 lb
Pump Support: 0.00 lb
Driver: 445.0 lb
Misc. Weight: 150.0 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 1,125.0 lb
Page 15 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Customer Price Sheet
Customer - Bedford, TX Size / Stages 4X9S Model EVP / 1
Item number 007 Pump speed 1,165
Customer reference Quote number 2375922
Totals
Grand Total $ 2 Lead Time Total N/A
Pump $ 2 Total unit weight 665.0 lb
Pump
Qty Description Unit Price Extended Price
1 4X9S Model EVP $ 2 $ 2
General Pump Options
Pump Options
Clockwise rotation (CW)
Steel pump hardware
Bearing lubrication
Grease lubricated bearings
Nitrile elastomers
Suction and Discharge Arrangement: Arrangement E
Case Assembly
4x4 Case
Cast iron case
Suction elbow with cleanout
Cast iron suction elbow
Rotating Assembly
Rotating Assembly
Cast iron impeller
Steel shaft
Steel impeller lockscrew
Pump Sealing
Pump sealing
Seal Type: Packing
Acrylic/graphite packing
416 SST shaft sleeve
Cast iron gland housing/backplate
Bronze gland
Driver
Motors
Trillium Supplied Motor: Trillium Supplied Motor
7.5HP 254HP 1200RPM Premium Efficiency TEFC Vertical Motor
Motor manufacturer - Trillium Standard
Baseplate and Drive
Coupling - Trillium Standard
Protective Coatings
Paint type
Epoxy 2 Coat Paint - Blue (Prime and Top Coat) - Option #8A
Unless otherwise noted all motors will be supplied with manufacturer's
standard coating only
Packing & Shipping
Shipping
No Boxing
Trillium Decision Carrier
Freight Rates
Freight Rates - Texas: Texas
Page 16 of 20
Trillium Pumps USA Inc. 24.3.4
Trillium Pumps USA Inc · 2495 S Golden State Blvd · Fresno, California 93706
phone: 801 359 8731 · www.trilliumflow.com
Pump
Qty Description Unit Price Extended Price
Material Testing
Material Testing
No Hardness Testing
No Non-Destructive Testing
Testing
Testing
No Testing
Estimated Weights
Bareshaft Pump: 435.0 lb
Pump Support: 0.00 lb
Driver: 230.0 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Misc. Weight: 0.00 lb
Total Per Unit Weight: 665.0 lb
Page 17 of 20
VALVES PUMPS SERVICES
Trillium Pumps USA , Inc.
2495 S Golden Gate Blvd
Fresno, CA 93706-5109
USA
www.trilliumflow.com
Fort Worth-Village Creek
2024/2025 Contract
WEMCO Pumps Unit Price Delivery Schedule (weeks)
Model C 3x3 Pump1 $1 .00 21-23
Model 3S2 Pump2 $.00 18-20
Model C 4x4 Pump1 $1 .00 21-23
Model C 6x6 Pump1 $.00 21-23
Model C 8x8 Pumps1 $3 5.00 22-24
Model 6x11 CLCESR3 $4 .00 26-28
(s/n DW11831)
Model 4x9S EVP4 $2 .00 26-28
1Hi-chrome iron wet end materials with packed stuffing box, bare shaft pumps.
2Cast iron wet end materials with a 3 hp/1200 rpm submersible motor.
3Ni-hard wet end materials with a 25 hp/1800 rpm submersible motor and guide shoe.
(To duplicate s/n 18DW11831-01) [does not include fast-out]
4Cast iron wet end materials with a 7.5 hp/1200 rpm vertical P-base motor with suction elbow
and pump/motor support. (To duplicate s/n 14DW09975-01)
Prices valid from November 13, 2024 to November 12, 2025.
CITY COUNCIL AGENDA
Create New From This M8�C
DATE: 1/14/2025 REFERENCE
N O..
F��T��o�7��
-��-
**M&C 25- LOG NAME: 60WEMC0 PUMPS - JAY
0020 MARTIN COMPANY
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Sole Source Agreement with Jay Martin Company, Inc. for
Original Equipment Manufacturer Wemco Pumps, Components and Replacement
Parts for the Water Department in an Annual Amount Up to $350,000.00 for the First Year
and Authorize Four One-Year Renewal Options for the Same Amount
RECOMMENDATION:
It is recommended that the City Council authorize execution of sole source agreement with Jay Martin
Company, Inc. for Original Equipment Manufacturer Wemco pumps, components and replacement
parts for the Water Department in an annual amount up to $350,000.00 for the first year and
authorize four one-year renewal options for the same amount.
DISCUSSION:
The Water Department (Department) will use this agreement to obtain replacement parts to repair the
existing Wemco pump units at Village Creek Wastewater Reclamation Facility and if repairs are not
feasible, replace these Original Equipment Manufacturer (OEM) units for which Jay Martin Company,
Inc. is the authorized representative in the Fort Worth—Dallas area.
Jay Martin Company, Inc. is under Trillum Pumps USA, Inc., as the exclusive authorized municipal
representative to solicit and obtain orders and contracts in Texas and Oklahoma for our Wemco pump.
The pumps are already in our system and they cannot be replaced with any other pump without
changing the fittings, pad, and connections. No other sources are available to buy replacement parts
or replacement pumps.
DVIN-BE: This project was approved for a waiver per the Chapter 252 exemption, as a sole source by
the Legal Department. Therefore, the business equity goal requirement is not applicable.
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 Fort Worth City Code and does not
require specific City Council approval as long as sufficient funds have been appropriated.
AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and
expires one year later.
RENEWAL OPTIONS: The agreement may be renewed for four (4) additional one-year periods. This
action does not require specific City Council approval provided that the City Council has appropriated
sufficient funds to satisfy the City's obligations during the renewal term.
The maximum amount allowed under this agreement will be $350,000.00 annually. However, the
actual amount used will be based on the needs of the departments and the available budget. Funding
is budgeted in the Other Contractual Services account in the Water & Sewer Operating Fund for the
Water Department, as appropriated.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously
appropriated, in the Water and Sewer Fund to support the approval of the above recommendation and
execution of the agreement. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
Fund Department Account Project Program I Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
William Johnson (5806)
Chris Harder (5020)
Shatabya Bergland (8277)
ATTACHMENTS
60WEMC0 PUMPS - JAY MARTIN COMPANY funds availability_pdf (CFW Internal)
Approved Jay Martin - Chapter 252 Exemption Form 2024.pdf (CFW Internal)
Approved Waiver (SS WEMCO Pumps, Parts & Repairs)_pdf (CFW Internal)
FID TABLE BLANK - Wemco.xlsx (CFW Internal)
Jay Martin Co. Form 1295 11-21-24.pdf (CFW Internal)