HomeMy WebLinkAbout064238 - General - Contract - Prime Controls L.P.Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
64238 City Secretary Contract No. _____ _
FORT WORTH®
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 Prime
Controls, L.P. ("Vendor" or "Contractor"), each individually referred to as a "party" and collectively
referred to as the "parties."
1.Scope of Services. Instrumentation equipment, parts and services ("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 automatically under the same terms and conditions, for up to four (4) one-year
renewal option(s) (each a "Renewal Term").
3.Compensation. City will pay Vendor in accordance with the provisions of this Agreement,
including Exhibit "B," which is attached hereto and incorporated herein for all purposes. Tota
l compensation under this Agreement will not exceed Two Million Five Hundred Thousand Dollars
($2,500,000.00) in the initial year. The Vendor acknowledges that this is a non-exclusive agreement and
there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount
stated above is the total amount of funds available, collectively, for any Vendor that enters into
an agreement with the City under the relevant M&C or cooperative agreement and that once the full
amount has been exhausted, whether individually or collectively, funds have therefore been exhausted
under this Agreement as well. 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
Vendor Services Agreement Page 1 of12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
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
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. Indenendent 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,
Vendor Services Agreement Page 2 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
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
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.
Liabilitv 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, FROMAND AGAINSTANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE 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
Vendor Services Agreement Page 3 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
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 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.
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:
Vendor Services Agreement Page 4 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
10.2
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$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.
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.
Vendor Services Agreement Page 5 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
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
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:
Prime Controls, L.P.
Jace McNiel, President & General Partner
1725 Lakepointe Drive
Lewisville, TX 75057
Facsimile: (972) 221-4849
14. Solicitation of Emnlovees. 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.
Vendor Services Agreement Page 6 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
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.
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 Maieure. 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. Counterbarts. 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 Nationalitv Act. Vendor must verify the identity and employment eligibility
Vendor Services Agreement Page 7 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (1-9). 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
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. OwnershiD 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 Authoritv. 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 ComDanv 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 Bovcott 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.
Vendor Services Agreement Page 8 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
30. Prohibition on Bovcotting Energv 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
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.
(vignature page follows)
Vendor Services Agreement Page 9 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:� Name:�� Title:
Date:
Assistant City Manager
11/02/2025
APPROVAL RECOMMENDED:
By: �l�<�-416-A, Name: 7ij, aJ1 eno1,202s19:30:HfCDT) Title: Water Director
ATTEST:
By: �A� Name: J�dall Title: City Secretary
VENDOR:
Prime Controls, L.P.
By: CT,. .• ,,, Jm /14NJ,
65302068080F4AA ...
Name: Jace McNiel
Title: President
Vendor Services Agreement
City Secretary Contract No. ____ _
CONTRACT COMPLIANCE MANAGER:By signing I acknowledge that I am the person responsible for the monitoring and administration ofthis contract, including ensuring all performance andreporting requirements.
By: Q Ce•·i Name: �1Bi8r.giai(K1ct27, 202519:11:30 CDT) Title: Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: Name: �htekk (Oct 29, 2025 10:18:46 CDT) Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0774
Form 1295: 2025-1315442
Page 10 of12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
EXHIBIT A
SCOPE OF SERVICES
See next page.
Vendor Services Agreement Page 11 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
1.0 SCOPE
1.1 Vendor will provide instrumentation equipment and appurtenances,
replacement parts, on -site or shop repairs, calibration, commissioning and
startup services and field troubleshooting for the Water and Transportation
and Public Works Departments on an "as needed" basis. The City intends
to award multiple agreements to provide full coverage of services for the
city.
1.2 Vendor shall provide all necessary work, services, materials, parts,
equipment and supplies on an as -needed basis, as requested by
the City.
1.3 At the time the City exercise the renewal options, the Vendor may
request a rate adjustment in an amount not to exceed the current
Producer Price Index (PPI) rate of the original contract rate price or
subsequent renewal rate price.
2.0 APPLICABLE CODES, STANDARDS AND REFERENCES
2.1 All work, equipment, and materials shall be in accordance with the
following applicable codes and standards.
2.1.1 American Water Works Association (AWWA) Manual M2-
Instrumentation and Control
2.1.2 National Electrical manufacturer's Association (NEMA)
2.1.3 American Society for Testing and Materials (ASTM)
2.1.4 Underwriters Laboratories (UL)
3.0 QUOTATION PROCESS- THE VENDOR SHALL:
3.1 Provide an itemized quotation for the products, labor, materials,
and all other costs in writing to the City of Fort Worth Water
Department.
3.1.1 The Department Contract Manager or designee shall provide
the Vendor with the location, onsite contact, and general
description of the service request, so the Vendor can come
out and review the services to be completed, and prepare an
itemized quote.
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
3.2 Submit an itemized price quotation to the Department Contract
Manager or designee for each project within five (5) business days
of the request for review by the Department Contract Manager or
designee, or at a time mutually agreed upon between the Vendor
and the Department Contract Manager or designee.
3.3 Understand the quotation will be evaluated for accuracy,
demonstrated understanding of the project scope of work,
schedule, and price.
3.4 Provide a written itemized quote, based on the labor rates,
products, and material costs.
3.5 The price quote shall include:
3.5.1 Description of the work to be performed including the type of
service or products to be provided.
3.5.2 Itemized estimate of the materials.
3.5.3 Itemized labor costs including number of hours, pay rates
and worker classifications.
3.5.4 Atimeline, including the proposed instrumentation
installation date.
3.6 Understand that by submitting an itemized price quotation, the
Vendor understands that the submission of a price quotation is
evidence that the Vendor has familiarized himself/herself with the
nature and extent of the work and any local conditions that may, in
any manner, affect the scope of the work to be done, and the
equipment, materials, labor, etc. required.
3.7 Understand that the Department Contract Manager or designee will
review the quotations and, if in agreement approves the quote, will
issue a Department Purchase Order (PO) to the Contractor.
3.8 Understand that the Vendor shall not begin work without a
Purchase Order from the City.
3.9 Understand that the City reserves the right to return the quotation to
the Vendor for revision, if the itemized pricing on the quote does not
align with the pricing in the current contract.
3.10 Acknowledge receipt of the PO by contacting the Department
Contract Manger or designee by email or phone and within two (2)
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
business days to schedule a start date. Services shall start within
the timeframe mutually agreed to between the Vendor and
Department Representative or designee or as determined by the
quotation.
3.11 Complete the work within the timeframe stated in the price
quotation.
3.12 Notify the Department Representative or designee upon completion
of the services.
3.13 Request additional time, in writing, if the Vendor determines the
services being performed cannot be completed in the timeframe
specified in the price quotation.
3.14 Not increase the original price quote for any delays caused by the
Vendor.
3.15 Changes to Project Quotes:
3.15.1 Immediately notify the Department Representative or
designee by email if additions, deletions, and/or revisions
to a job assignment are needed, and submit a revised
itemized quotation.
3.15.2 Under no circumstances shall the Vendor proceed with
changes to the price quotation without written approval
from the Department Representative or designee.
3.15.3 The Project Quotation Change Request shall include the
following:
3.15.3.1 The adjustment in the project time, if applicable.
3.15.3.2 If the City requests to change a price quote due
to a change in the scope of work that would
increase the number of labor hours required or
the amount of materials required, the Vendor
shall amend the original quote and, upon
approval and acceptance by the Department
Representative, of the amended price quote, a
new ore revised Purchase Order will be issued
to the Vendor.
4.0 PRODUCT REQUIREMENTS
4.1 All items supplied shall be of recent production, unused,
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
and suitable for their intended purpose.
4.2 The Vendor shall provide a list of all instrumentation brands
authorized to sell, repair, and troubleshoot.
4.3 New or replacement instrumentation, along with associated
materials, components and supplies may be ordered from the
Vendor. The Vendor shall be compensated for these purchases
according to the contracted pricing.
4.4 The Vendor is expected to properly size new or replacement
equipment, based on information provided by the City on
operational parameters. Should the sizing not be performed
properly based on the information provided by the City, Vendor
shall be responsible for the replacement or upgrade.
4.5 An itemized list of materials, equipment, components, and supplies shall
accompany the invoice to the City.
4.6 The Vendor shall provide one electronic copy of shop drawings, startup
reports, and O&M manuals for new equipment provided under this
contract.
4.7 The list of instrumentation equipment utilized by the City is included
below:
4.7.1
Flow Measurement, Switches and Transmitters - liquid and
gaseous
4.7.2
Venturi meters
4.7.3
Orifice plate meters
4.7.4
Magnetic flow meters
4.7.5
Sonic flow meters
4.7.6
Open channel flow meters
4.7.7
Thermal mass flow
4.8 Pressure Measurement, Switches and Transmitters
4.8.1
Temperature Measurement, Switches and Transmitters
4.8.2
Level Measurement, Controllers, Switches and Transmitters
4.8.2.1 Sonic
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
4.8.2.2 Radar
4.8.2.3 Float
4.8.3 Weight Measurement, Switches, and Transmitters
4.8.4 Analytical Measurement, Switches, and Transmitters
4.8.4.1 Ozone analyzers
4.8.4.2 Oxygen analyzers
4.8.4.3 Dewpoint analyzers
4.8.4.4 Fixed and portable gas detectors
4.8.4.5 Chlorine analyzers
4.8.5 Brands of instrumentation equipment utilized by the City
4.8.5.1
Eastech
4.8.5.2
Emerson/Rosemount
4.8.5.3
Prominent
4.8.5.4
Telog Instruments
4.8.5.5
McCrometer
4.8.5.6
Endress Hauser
4.8.5.7
Mine Safety Appliance (MSA)
4.8.5.8
Siemens
4.8.5.9
SCADAmetrics
4.8.5.10
Analytical Technology, Inc. (ATI)
4.8.5.11
Badger
4.8.5.12
Missions
4.8.5.13
ABB
4.8.5.14
Hydroverse
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
5.0 SERVICE REQUIREMENTS
5.1 The Vendor shall provide on -site or shop repairs, calibration, commissioning
and startup/commissioning services, field troubleshooting, testing, and
inspection services.
5.2 All inspections, tests, and troubleshooting shall utilize Manufacturers'
instruction manuals applicable to each particular apparatus.
5.3 At the equipment commissioning, the Vendor shall be responsible for
implementing all final settings and adjustments on equipment provided, with
input from the City on the operational parameters.
5.4 Hourly charges shall include all labor, equipment, driver(s), and fuel.
5.5 Unit prices shall include all costs associated with the specified work, including
but not limited to handling, delivery, fuel charges, and any other fees. No
additional charges will be accepted or paid by the City.
6.0 FIELD SAFETY PRECAUTIONS
6.1 The Vendor shall be responsible for meeting all federal, state, and local
requirements related to workplace safety.
6.2 The Vendor is required to provide their staff with all personal protective
equipment associated with the job requirements.
6.3 The Vendor shall coordinate with City staff to de -energize equipment prior
to initiating field work activities.
6.4 The Vendor shall provide the City with their insurance certificate prior to the
start of contract.
7.0 CITY REQUIREMENTS
7.1 The City will supply equipment shop drawings, operations and
maintenance manuals, drawings and specifications, and any
additional equipment and/or system information that would be
helpful to the Vendor prior to field investigation or
troubleshooting.
8.0 DELIVERY OF PRODUCTS AND PERFORMANCE OF SERVICES
8.1 Response Time - Contract allows for a maximum response time of
48 hours. Vendor shall provide on -call capabilities and confirmation
that Vendor will be able to respond in a timely manner. Vendor
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
shall respond to requests for repairs, calibration, warranty work/or
troubleshooting within 48 hours of notice by the City.
8.2 Delivery and Pickup - Instrumentation requiring Vendor shop
repair and/or calibration shall be picked up by the Vendor unless
otherwise requested by the City. Compensation for pickup and
delivery of equipment shall be included in the cost of service.
Instrumentation that can't be field or shop repaired and/or
calibrated shall either be replaced, or mailed to the
manufacturer/certified representative's shop for repairs and/or
calibration. Vendor shall be required to notify the City if this is the
case to determine if the City would like to proceed with the repair
or purchase a new piece of instrumentation.
8.3 Hourly Rates - Due to the wide range of work to be performed within this
contract, compensation to the Vendor shall be broken down into hourly rates
for field services and shop services taking into account the time work is
performed. The unit price for hourly rates shall be full compensation for all
salaries, benefits, transportation costs, overhead and profits. No
compensation will be provided for tools, testing equipment, or software
necessary to perform the work.
8.4 Delivery Time - New instrumentation shall be delivered to the City
within 60 days after receipt of Purchase Order, unless the City is
notified in writing. The Vendor must disclose the time required for
delivery on the quote provided to the City. Additional time required
beyond the estimated time resulting from either the inexperience of
Vendor staff, improper sizing or application, or lack of coordination
with the supplier will not be compensated by the City.
8.5 Repair Estimates - The Vendor shall provide an estimate for repair
in writing and get the City's approval before proceeding with any
repair work. The estimate shall be provided to the City in a timely
manner. When requested, the Vendor shall provide an estimate for
replacement of the equipment, in lieu of repair if the estimate for
the repair exceeds half of the cost of replacing the instrument.
9.0 WARRANTY
9.1 The vendor shall provide warranty language for materials, equipment,
components and labor.
9.2 The minimum warranty time shall be one year from the date of
installation/delivery.
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City Secretary Contract No.
EXHIBIT B
PAYMENT SCHEDULE
See next page.
Vendor Services Agreement Page 12 of 12
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Primary Responses
Success: All data is validl
Numeric I Text
Project Ref# 24-00nn; Project Title
Success: All values provided Bid 1 #t 1 Services, Field, Hourly Rate, 8:00am to 5:00pm,
HR
250 137.50 Prime Controls $ 34,375.00
Monday thru Friday
HR
150 20625 Prime Controls $ 30,937.50
Success: All values provided Bid #1-2 Services, Field, Overtime Hourly Rate, 5:01 pm to
7:59am, Monday thru Sunday, Holidays
Services, Shop, Hourly Rate, 8:00am to 5:00pm,
Success: All values Provided Bid #1-3
HR
250 137.50 Prime Controls $ 34,375.00
Monday thru Friday
HR
150 20625 Prime Controls $ 30,937.50
Success: All values provided A19 #id I Services, Shop, Overtime Hourly Rate, 5:01 pm to
7:59am. Monday thru Sunday, Holidays
Not Bidding
No Bid
#15 Services, Startup 8: Commissioning, Tier 1, EA
3
STARTUP
#1-6 10 PP CTE, Dulcotest Measurement Transducer EA
3
Not Bidding No Bid
Monitor PKG w/ Liner Polarization Resistance
Success: All values provided Bid
#1-7 3W PS SWITC H, AL, NEMA 4,.5-30PSI, SPOT, EA
3 1114.71 Winters $3,344.13
ADJ, SCREW TERM
3 1114.71 Winters $ 3,344.13
Success: All values provided Bid
#1_8 3WPS SWITCH, AL, NEMA 4, 3-85PSI, SPOT, ADJ, EA
SCREWTERM
Success: All values provided Bid
#1-9
3W PS SWITC H, AL, NEMA 4, 6-340PSI, SPOT,
EA
2 1114.71 Winters $2,229.42
ADJ, SCREW TERM
#1-10
Actuator, Electric, 120VAC
Not Bidding No Bid
EA
2
Actuator, GS Motor -Valve with acuatortype 2030,
Not Bidding
No Bid
#1-11
Nominal size: 2" (Cv 14) 8038/050VTEI-AM-1 S-B-
EA
2
No Bid
Z-S-247X
Actuator, Rotaory w/ Hardware for Field
2
Not Bidding
#1-12
Mounting, 11-409
Not Bidding
No Bid
#1-13
Actuator, Rotary, w/Custtogmer Supplied Valve, 11
EA
2
Acuator, Multi -Turn w/ Beck Supplied Gearbox EA
2
Not Bidding No Bid
#1-14
with Adaption
#1-15
Not Bidding No Bid
Adapter Collar, 5/8 UNF (Internal) to 3/4 UNF EA
2
(external), APT -PAN
#1-16
Success: All values provided B
Adapter Plate, for Panel View, Seale, Clayton EA
2 1250.00 Custom $2,500.00
#1-17
Not Bidding No Bid
Analog,Pulse,Kit,DIN Model, DC Power Adapter EA
2
Not Included
#1-18
Success: All values provided Bid
Analytical Technology / Q46-66-1-1 Sulfite Auto- EA
2 12937.50 ATI $25,875.00
Chem Monitor
#1-19
Not Bidding No Bid
Angle Mounting Bracket, For Pressure EA
2
Transmitter, Stainless
#1-20
Asembly, Adjustment Scree, Teflon Sleeve, PRH-
EA
2
Not Bidding No Bid
Not Bidding
No Bid
#1-21
Ashcroft, 2" Model 81, Isolation Ring, 316L body,
EA
2
end plates
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Automatic Vave,100ll Panel
Not Bidding
#1-22
hlorin10000mni-
Valve,1000 PPD, Chlorine
EA
2
Not Bidding
#1-23
Autrol Differential Pressure Transmitter,
APT3100D-5-M 11-F1-
EA
2
Not Bidding
NO Bid
#1-24
Autrol Gauge Pressure Transmitter, APT3200G-4-
2
EA
M11-F1-1-S-1-M
Success: All values provided
Bid
#1-25
Base,Trex Platform, A M S Trex Device,
EA
2
15224.13 Rosemount $30,448.26
TREXLHPKLWS3S
Not Bidding
NO Bid
#1-26
Battery, Pack, B-P3A, Lithium, 9V 3.6Ah
EA
2
Not Bidding
NO Bid
#1-27
Battery, replaceable, Prosonic Flow 93T Portable,
DK9ZT-3
EA
2
--
Not Bidding
No Bid
#1-28
BLH Weight Scales (Cells with cable)
EA
2
Not Bidding
No Bid
#1-29
BLH Weight Scales Display/Controller
EA
2
EA
Not Bidding
No Bid
#1-3o
Blower, Back Panel, with M340 PLC, Control
2
Bolt, Ashcroft, Bolt Thru Isolation Ring 1 112"
Process connection, Buna-N Iliner, 316L SS End
Success: All values provided
Bid
#131
plat and Hub material, 1/4" NPT Instrument
EA
2
1960.67 Ascheroft $3,921.34
connection, Safe quick release (SRQ), 150-class
i
ASME, 10 cSt silicone fill fluid
Not Bidding
No Bid
No Bid
No Bid
#132
Bottle, Gas, Calcium, 2A310095
EA
EA
Not Bidding
#133
Bottom Meter Block
Not Bidding
#134
Bracket, Wall, Reagent Bottle #47-0022
EA
Cable Kit, SITRANS FM Sensor, coil cable
Bid
Success: All values provided
#135
standard type, 5 M,
EA
No Bid
#136
Cab Is Kit, SITRAN S F M Accessory
EA
Not Bidding
MAG5000/6000,2x 20m Cable Kit
No Bid
#137
EA
Not Bidding
Cable Remote Teflon Insulated 18ga five
conductor 25ft.
Not Bidding
Cable, Coax Cable (for Temp), 1003208
EA
No Bid
#138
Not Bidding
No Bid
#139
Cable, Communication/Data Transfer45", 9 pin
EA
serial (male) to 9pin serial (female)
Bid
Cable, Eight Conductor, Load Cell, Ross
Success: All values provided
#1-40
Compliant 6020-0001-0, C2 Cable
EA
Success: All values provided
Bid
#1-41
Cable, Standard, PVC Jacket, 3 Conductor Plus
EA
Overall Braided Shield, FDK:001STCAB
No Bid
#1-42
Cable,Universal Cntrl Cable,5-pin Round Plug,5-
EA
Not Bidding
Wire 6ft(2m)
Not Bidding
#1-03
Calibration Cylinder, Gas, 34 L
EA
Bid
Calibration Gas 34L-421-CO2, includes CO, CO2,
Success: All values provided
I�
#1-44
HS CH4, 02, N2
EA
Not Bidding
i
No Bid
#1-45
Calibration Gas, 75PPM NH3/N2, 58L-13-75
EA
Not Bidding
NO Bid
#1-46
Calibrations, Mag Meters, Service, 21 meters,
EA
different sites
Not Bidding
NO Bid
#id7
Capacitive Proximity Sensor, 15mm nonflush
EA
2
2
2
2
2
2
2
2
184.66 1 Siemens 1 $ 369.33
2 1 1989.49 1 Hardy 1 $ 3,978.98
2 1 584.38 1 Siemens 1 $1,168.75
2
2
2 20625 Gasco $ 412.50
2
2
2
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Not Bidding
Success: All values provided
No Bid
Bid
#1-48
#149
Certification,Calibration&Certification of the
UA&Ubmeters at village creek WWTP
Charger, Power supply, Rosemount
Not Bidding
No Bid
#150
Chlorine, 2 ppm, calibration gas, 58L-252-2
Success: All values provided
Bid
#151
CHLORINE, CLX, ONLINE, 20040
Success: All values provided
Bites
#152
Chlorine, Source, Genie, GDS, -.5 to 50 ppm,
10hrs, 1250-00
Communicator Device Base AM Trex Platform
Success: All values provided
Bid
#153
EA
2 --
2 744.10 Rosemount
$1,488.20
2 --
2 7320.00 HF Scientific
$14,640.00
2 202.73 ACD Genie
$ 405.45
2 13220 96 Rosemount
$ 26.441.91
- Communicator, Emerson Rosemount, TREX
Success: All values provided Bid #154 Device Code-L Upgrade from TREXCHPKLWS3S EA 2 15224.13 Rosemount $30,448.26
to TREXLHPKLWS3S
Not Bidding
Not Bidding
Not Bidding
Not Bidding
No Bid #155 Connnector, Tubing, Buffer Pickup # 44-0114 EA
Contegra Submersible Level Transducer w/
Controller SLX130 Tranducer w/ 30 ft Cable,
No Bid #156 Nema 4x Enclosure w/ sea led breather as sembly, EA
T4116 Signal conditioning/ scaling module,
T4512 Interface/ Display Mounted to T4116 2
Independently adjustable N.O. Form
No Bid #157 Contegra Submersible Level Transmitter, 15 PSI EA
Max Sensor Re
Controller Level Siemens HydroRanger 200 H MI
7ML5034-4AA01 1 = Mounting: 4 BUTTON
No Bid #158 HMI,Wa11mount, standard enclosure A=Input Ea.
voltage: 100 to 230 V AC A = Number of
measurement points : Single point system, 6
relays"
C t C D t M It' bl
Success: All values provided
Bid
#1-59
on roller, onsoli aor+u Nana e
Controller, PD90000-GP-8AI-IORY-E EA
Controller, DULCOMETER DACb,
DACBWO06VA4000010010EN, Built onthe
Not Bidding
No Bid
#150
existing DACa platform, continuous EA
measurement and control of process variables in
water and wastewater applications.
Controller, Mass Flow Controller, Sierra
Instruments, SmartTrak Controller, 316 s/s body
Not Bidding
No Bid
#1-61
and sensor, 1/2" compression fittings, viton O- EA
rings, viton valve seat, 24 VDC powered, C10oH 1-
DD4-OV 1-SVI-PV2-V 1-S4-C25
Not Bidding
No Bid
#1-62
Controller, PID, Cascade option EA
Controller, PM Plus, Panel: 1/8th DIN Horizontal,
Not Bidding
No Bid
#1-63
PM9C2FJ-ARFAVWP, includes PID Controller EA
with Universal Input
Not Bidding
No Bid
#1-64
Controller, Sentry io, 16PT, 32RLY, 16AO, STD EA
Not Bidding
No Bid
#1-65
CONTROLLER, SENTSRYDio, 8PT, 32RLY, OAO, EA
Controls, Eastech Flow Controls Model 4400
Success: All values provided
Bid
#1-66
Complete set for use with 1280 or 640KHZ EA
Transducer
Not Bidding
No Bid
#1-67
Controls, Flow, Eastech, FB5A Sensor W/50 FT EA
Cable
Not Bidding
No Bid
#1-68
Controls, Flow, Eastech, Mode12210 with Model EA
FB5A Tranducer
I
2
2
2
2 21740.13 Precision Digftal $ 43,480.26
2
N
2
2
2
2
2 1 7245.00 1 Eastech Badger 1 $14,490.00
2
2
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Controls, Flow, Eastech, Model 4700, Complete,
Success: All values provided
Bid
#1-69
(2 path electronics complete wl NEMA
EA
4enclosure +display) Part # 544766-0002X
I
Controls, Flow, Eastech, Model V20WT (P/544757-
success: All values provided
Bid
#1-70
0102) Ultrasonic Transducers (640KHZ) with 50- EA
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All values provided
Bid
#1-71
0102), Ultrasonic Transducers (640KHZ) with 100- EA
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All values provided
Bid
#1-72
1102) Ultrasonic Transducers (640KHZ) with 50- EA
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All values provided
Bid
#1-73
1102), Ultrasonic Transducers (640KHZ) with 100- EA
foot cables
Success: All values provided
Bid
#1-74
Coplanar Transmitter, Rosemount, EA
3051CD3A02A1AS5M5D4
Not Bidding
No Bid
#1-75
Delivery, Pickup, Onsite, Rate Per Mile, EA
Not Bidding
NO Bid
#1-76
Demister 11, Carbon Steel, 112 in NPT, 5D EM06 EA
Bid
Disc, Protection, Grounding, Promag, KD5GD-
Success: All values provided
#1-77
1 FAEL
EA
Success: All values provided
Bid
#1-78
Display, LCD, Aluminum Meter Cover, 2 Line, Kit
EA
Spares, Hart 7, PB-Free, 03031-0199-0011
Success: All values provided
Bid
#1-79
Display, LCD, UBD#6, Kit, PB-Free, Spares,
EA
03031-0199-0001
Success: All values provided
Bid
#1-80
Display, Panel, Digital, Precision, PD765-6R0-00,
EA
Success: All values provided
Bid
#1-81
Display, play, plug, Rosemount, Model
EA
#644HANAJ6F6M5XA
Success: All values provided
Bid
#1-82
Display,VU331, Version 2
EA
Not Bidding
NO Bid
#1-83
DLG Module, 25mm with Logo Transparent PVC EA
Water Sampling Holder
Not Bidding
NO Bid
#1 at
Easidew Online Hygrometer, EA2-OL-HYG- (-
EA
110/+20C)HD-AC-SC0.8
Not Bidding
NO Bid
#1-85
Eastech Flow Controls, Vantage 7700 Flowmeter
EA
Success: All values provided
Bid
#1-86
Eaton, startup, onsite, 7x24, SUOSNXXX-600SUC
EA
Bid
Echo Max, XPS-10 Ultrasonic level trasducer,
Success: All values provided
#1�7
Siemens
EA
Not Bidding
NO Bid
#1�8
Equipment, Valve, Omni, Wall Panel, WPOV-1000, EA
CL2. 8000 PPD - 2" Piping, 55-Gl
Success: All values provided
Bid
#1-89
Ferrups, 189M full load, 405M half load, FX EA
48VDC EBM-70Ah/2 Strings/48V, FXEBM01
Not Bidding
No Bid
#1 -g0
Field Services, Meter Calibrations, UA+UB EA
Effluent
Not Bidding
No Bid
#1-91
Filter, Air Filter, Part No. 44-0339 EA
Not Bidding
No Bid
#1-92
Filter, Enclosure, 1-3, with RIO Hardware, NEMA EA
4X 304SS
2 22712.50 Eastech Badger $ 45,425.00
2 3485.94 Eastech Badger $ 6,971.88
2 3629.69 Eastech Badger $ 7,259.38
2 3485.94 Eastech Badger $ 6,971.88
2 3629.69 Eastech Badger $ 7,259.38
2 2706.14 Rosemount $ 5,412.27
2 _-
2 mm
2 1 493.67 E&H $ 987.33
2 85629 Rosemount $1,71Z58
2 633.15 Rosemount $1,266.29
2 576.42 Precision Digftal $1,152.85
2 1504.66 Rosemount $ 3,009.32
2 483.32 E&H $ 966.63
2
2
2
2
2
2
2
2
2
2
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Filter, Enclosure, 4-5, with RIO hardware, NEMA
Not Bidding
No Bid
#1-93
#1-94
4X 304SS
Filter, Back Panel, 6-7, with RIO Hardware
EA
EA
2
Not Bidding
No Bid
2
2
Not Bidding
No Bid
#1-95
Filter, Enclosure, 8.9, with RIO Remote, 1/0 Panel, EA
NEMA 4X 304SS
Filter, Enclosure, 10-12, With RIO Hardware
Filter, Panel, Master Control Panel, PLC
I EA
EA
2
2
Not Bidding
No Bid
#1 -6
Not Bidding
No Bid
#1-97
Hardware, Modicon M580
FilterSmart Controllers, Ext RF, 50ft cables, 00-
EA
2
Not Bidding No Bid #1-98
1983
Not Bidding
No Bid
FilterSmart Power Supply with RF, 00-1992
EA
2
Not Bidding
No Bid
E1909
FilterSmart sensor with 20ft cable, 00.1808
EA
2
Fitting, Compression, 3/4" x 3/4" MNPT, 316 SS
Success: All values provided
Bid
#1-101
Ferrules, Single Point Mass Flow Element, PT#
EA
2
280.31 E&H $560.63
759031-22-32
Not Bidding
No Bid
E-102
Flange, Screw in, FAXSO
EA
2
2
Not Bidding No Bid #1-1m
Flanged Ejectors, 2 inch, (Specify PPD, Nozzle,
EA
Throat Size)
Flow Meter CompactOrifice 3051 SF FLOWEA
2
Not Bidding NO Bid #1-104
METER
Success: All values provided
Bid
#1-105
Flow Meter, Electromagnetic, SITRANS FM MAG
EA
2
2587.27 Siemens $ 5,174.54
5100 W, 8", #7ME65204PJ13-2AA2
2
21251.44 E&H $42,502.87
Success: Al values provided Bi #1-106
Flow Meter, Electronic Prosonic Flow 200 EA
Flowmeter, XPD0002-101410 (XPDo002-A2)
Success: All values provided
I
#1-107
Flow Meter, Prosonic Flow B 200, 9132131 F,
EA
2
2463.59 E&H $ 4,927.17
DN150 6", 9B2B1F-3QK8/101
ik
Flow Meter, Siemens, Sitrans FS220, 7ME3570-
Success: All values provided
#1-108
1JA40-OFR1
EA
2
993632 Siemens $19,872.64
2
iimill
Flow Meter, Transparent PVC, GPH Scale with
No[Bidding NO Bid #1-109 EA
Logo
Success: All values provided
Bid
#1-110
Flow Sensor, Electromagnetic, SITRANS FM MAG
EA
2
4527.02 Siemens $ 9,054.05
5100 W, 7ME6520-4HJ13-2HE2
1825.26 Siemens $ 3,650.52
Success: All values provided Bid #1-111 Flow Sensor, Sitrans FM MAG 1100,EA2
Electromagnetic, Siemens
Flow Sensor, W Electromagnetic Flow Sensor,
Not Bidding
NO Bid
#1-112
ON15 to ON 1200 Flanged, Suitable for Volume
EA
2
Flow Measurement of Liquids
Not Bidding
No Bid
#1-113
Flow, Prosonic, 93C6H Inline, DN600 24", 93C6H-
EA
2
LHLC2AACBAAA
Success: All values provided
Bid
#1-114
Flow, Ultrasonic, 93TA1-5PK8/0 E+H
EA
2
21834.65 E&H $ 43,669.31
2
12538.80 E&H $25,077.59
Success: All values provided Bid #1-115 Flowmet, Electromag, Promag P5005P5B1 F- EA
43F4/0
Flowmeter, Eastech 4400 Ultrasonic Flowmeter,
Success: All values provided
Bid
#1-116
PM UF4400-STD-VL640100-C V20WT 640 KHZ
EA
2
14105.44 Eastech Badger $ 28.210.88
316Ss Wetted Sensor, 100 FT Transducer Cable
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Flowmeter, Eastech flow control transit time,
Success: All values provided
Bid
#1-117
Model 4400 640, 100' cables, transducer mount
EA
2
9990.75
Eastech Badger
$19,981.50
hardware for use on 12" pipe
Success: All values provided
Bid
#1-118
Flowmeter, Endress Hauser Ultrasonic, 91 WA1-
EA
2
11181.01
E&H
$ 22,362.01
AA2C20AKB5AA
Success: All values provided
Bid
#1-119
Flowmeter, Prosonic Flow, 93T, Portable
EA
2
1802.06
E&H
$ 3,604.12
Flowmeter, Ultrasonic, Proline Prosonic Flow,
Success: All values provided
Bid
#1-120
91WA1, Endress Hauser, Clamp on 1Ch Set,
EA
2
9436.58
E&H
$18,873.16
91WA1-AA2B20ACB4AA
Success: All values provided
Bid
#1-121
Gas Analyzer Accessory, AMI, Guardian Base
EA
2
7012.50
AMI
$14,025.00
Design, no regulator included, 5GRD02
Gas Monitor, UltimaX5000, LEL Methane 5
Success: All values provided
Bid
#1-122
Stainless Steel, 3/4" NPT Conduit Entry, A-X5000-
EA
2
7740.63
MSA
$15,481.25
0-M-10-AA-20-0
Success: All values provided
Bid
#1-123
Gas Monitor, UltimaX5000, LEL-Methane 5.0%
EA
2
7431.00
MSA
$14,862.00
Success: All values provided
Bid
#1-124
Gas, Cl2, PCB, 01-0015 At 1-11
EA
2
468.00
ATI
$ 936.00
Success: All values provided
Bid
#1-125
Gas, NH3, PCB, 00-0016
EA
2
646.50
ATI
$1,293.00
Not Bidding
No Bid
#1-126
Gasket, Lead, GAH-LED-1010
EA
2
-
Not Bidding
No Bid
#1-127
Gauge, Pressure, diaphragm pressure gauge
PGL-300-WE-NH3
EA
2
Gauge, Yokogawa Dpharp, Digital Mount Garage
Success: All values provided
Bid
#1-128
Pressure Digital Mount Garage Pressure
EA
2
3750.00
Yokogawa
$7,500.00
Transmitter
Success: All values provided
Bid
#1-129
Generator, Gas, Ammonia, Genie, GDS, 10ppm
EA
2
3121.80
ACE, Genie
$ 6,243.60
to150,1250-0043
Success: All values provided
Bid
#1-130
Generator, Gas, Genie, Toxic Gases, 1250-0041
EA
2
3121.80
ACE, Genie
$ 6,243.60
Success: All values provided
Bid
#1-131
Glycerin, Fill, GF-D
EA
2
79.86
Winters
$159.72
Bid
Grounding Ring, C22, MAG 1100 DN2I10, Item
Siemens
Success: All values provided
#1-132
FDK-083G3256
EA
2
341.70
$ 683.40
Hardware, Hardware Procurement, FB3000
Emerson FB3000 Base Bundle: Chassis, CPU,
Not Bidding
No Bid
#1-133
CPU Personality Module, 2 Power Blocks FB3000
2
Mixed IIO Modules, 12 Channel (8 AI/DI/PI, 2 AO, 2
DO) FB3000 Mixed 110 Surge Personality Module
FB3000 Gas + Oil Calcs(4 Runs)
Not Bidding
No Bid
#1-134
Heater, Clamp, HTH-111-115
EA
2
-
Not Bidding
No Bid
#1-135
Heating Cable, Self Regulating, 8 WATT at 50
EA
2
degrees, 120 Volt
HPR 32i A, 3.9 V D+HLC, Battery pack now
Not Bidding
No Bid
#1-136
enables enhanced battery monitoring and
EA
2
-
prediction of battery exhaustion in advance.
Success: All values provided
Bid
#1-137
Hydroranger, Siemens Dual Point, 6 Relays, 100-
EA
2
3500.00
Siemens
$ 7,000.00
230 VAC, 7ML6003-1BC00-1AA3
Success: All values provided
Bid
#1-138
HydroRanger, Siemens, 200 H MI Hydro Ranger
EA
2
3500.00
Siemens
$7,000.00
200 H M I
Success: All values provided
Bid
#1-139
HydroRanger, Siemens, 200 Ultrasonic, 7ML6003-
1 BC00-1 AA3
EA
2
3500.00
Siemens
$7,000.00
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success: All values provided
I Bid
#1-140
HydroRanger, Siemens, Single Point, 6 Relays,
EA
2
3500.00
Siemens $ 7,000.00
100-230 VAC. 7ML6003-1AC00-AA3
Not Bidding
No Bid
#1-141
Hygrometer, Easidew Advanced Online
EA
2
Hygrometer
Indicator, NEMA 4X, Loop -Powered
2
1078.13
Precision Digital $ 2,156.25
Success: All values provided Bid
#1-142
EA
Success: All values provided
Bld
#1-143
In -Line Manifold Rosemount 306
EA
2
279.85
Rosemount $ 559.71
EA
2306.91
Success: All values provided Bld #1-144
Inline Pressure Transmitter,
2
Rosemount $ 4,613.83
3051TG3A2B21AS5M5
Not Bidding
No Bid
#1-145
Insertion Flow Meter, Ozone, 454FTB-12-HT
Intake Assy CLX, Replacement HF, 24975S
EA
2
Not Bidding
No Bid #1-146
EA
EA
2
2
2
Not Bidding
No Bid #1-147
JB5000 Junction Box, 3/4" NPT, FM / 10213892
Keypad/Display Unit MAG5000/6000IP67/FDK-
Not Bidding
No Bid #1-148
EA
No Bid
No Bid
#1-149
#1-150
08SU1039
Kit amplifier 93 1CH WEA EX
2
2
2
Not Bidding
EA
Not Bidding
Kit disp.50/51/80/90/65 Wall >=V1.06.00
EA
Not Bidding
No Bid
#1-151
Kit display 10/91 W with keyboard
EA
Bid
#1-152
Kit Display, mod 50/51/80/65, >=V1.06.00
EA
Success: All values provided
2
0.00
E&H $ 0.00
Not Bidding
No Bid
#1-153
Kit Main -PCB 91 W 85-250VAC
EA
2
Success: All values provided
Bid
#1-154
Kit, Grounding, Cable, Promag, L/W/P/S,E,
EA
2
0.00
E&H $ 0.00
DK5GC-1FL
Not Bidding
No Bid
#1-155
Kit, PM, differential, preDssure, regular, KTH-6000-
EA
2
Kit, PM, for 12" Gas FlowNH3 Meter, KTH-2000-RMS-
EA
2
Not Bidding No Bid #1-156
2
Not Bidding No Bid #1-157
Kit, PM, OV-1000, (200d), CL2, KTH-040-OV- EA
NH3
Not Bidding
No Bid
#1-158
Kit, PM, Series 3000, remote meter panel,
EA
2
2000ppd, KTH2O00-R
Not Bidding
No Bid
#1-159
Kit, PM, Series 6000, rlet or, KTH-1000-PRV-
EA
2
NH3
Success: All values provided
I BI
#1-160
KIT, POLE MOUNT, TEF-PMT13
EA
2
125.99
Transtector $ 251.97
Success: All values provided
BI
#1-161
KIT, REAG., 30 DAY TOTAL JAW CLX, 9952
EA
2
115.50
HF Scientific $ 231.00
Kit, Rosemont Analytical Equipment 1 ea:
Not Bidding
No Bid
#1-162
Rosemont Analytical 56 Dual Input Analyzer, 3
EA
2
as: Rosemont PH probes, 3 ea: Rosemount
10252.18
Variopol Cables
Success: All values provided
Bid
#1-163
Kit, Submersion, Mag Meter Terminal Box,
EA
y
Siemens $504.37
FDK:085U0220,
Success: All values provided
Bid
1 #1 164
1 Kit, Wall Mount, Remote Mounting Transmitter,
EA
2
41323
Siemens $ 826.47
FDK:085U1053
Not Bidding
No Bid
#1 -165
Leak Sensor, Ammonia 0-100 PPM XCELL
EA
2
Technology, A-5K-SENS
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Not Bidding
NO Bid
#1-166
Level Controller, Sitrans LT500 Universal,
EA
2
Hydroranger, 7ML6003-OAC20-1AA3
Success: All values provided
Bid
#1-167
Level, Radar, Endress+Hauser Radar, FRM20-
EA
2
1897.05 E&H $ 3,794.09
1633/0, FMR20-AAPBNVCEXR01+R3
Success: All values provided
Bid
#1-168
Level, Radar, Endress+Hauser, FRM20-15X1/0,
EA
2
1942.95 E&H $ 3,885.89
FMR20-AAPBNVCEXR02+R3
Not Bidding
No Bid
#1-169
License, Telog Instruments Enterprise Client
Term License
EA
2
��-
Load Point, 330 KLB/ 150mt, Hermetic Sealed
Not Bidding
No Bid
#1-m
IP68, C2, Rocker Load Sensor, 50' cable, HI
EA
2
4NE
LPRC03-33OK-41C
Not Bidding
NO Bid
#1-171
MAG, F M, 5100 W, Sitran, Siemens 7ME6580
EA
2
Not Bidding
NO Bid
#1-172
Mag, Siemens, 51Hard Rubber, MagEA
6000, 115-230 VAC,
, 7ME6520-4HJ13-2JA2
2
Jm-
-�
Not Bidding
NO Bid
#1-173
Maintenance, Telog Enterprise Maint., 150
EA
2
Site/1500 Measurements
Not Bidding
NO Bid
#1-174
Maintenance, Telog Maintenance, Enterprise
EA
2
Client
Success: All values provided
Bid
#1-175
Manifold, 3 Valve, Model IVI-3VMT (includes
EA
2
600.00 Custom $1,200.00
shipping)
Success: All values provided
Bid
#1-176
Manifold, 5 Valve, Model IVI-5VMT (includes
EA
2
975.00 Custom $1,950.00
shipping)
Success: All values provided
Bid
#1-177
Manifold, Black&Bleed valve, DA63M, DA63M-
EA
2
763.62 E&H $1,527.24
1082/0
Success: All values provided
Bid
#1-178
Manifold, E+H Block & Bleed Valve
EA
2
316.41 E&H $ 632.82
Success: All values provided
Bid
#1-179
Manifold, In -Line, Rosemount 306 PT#
EA
2
292.02 Rosemount $ 584.04
0306RT22AAll
Success: All values provided
Bid
#1-180
Manifold, Inline, Rosemount 306, Model
EA
2
292.02 Rosemount $ 584.04
0306RT22BAll
Success: All values provided
Bid
#1-181
Manifold, Rosemount 305 Integral
EA
2
592.29 Rosemount $1,184.58
0305RC32B1'1 B4
Success: All values provided
Bid
#1-182
Manifold, Rosemount 0304, Conventional,
EA
2
472.68 Rosemount $ 945.36
0304RT32B11
Success: All values provided
Bid
#1-183
McCrometer FPI mag meter converter
EA
2
6694.50 McCrometer $13,389.00
Success: All values provided
Bid
#1-184
McCrometer insertion magnetic flow meter,
EA
2
23518.50 McCrometer $ 47,037.00
lengths TBD (FPI model)
Not Bidding
NO Bid
#1-185
Membrane Cap, Spare, Orange, 215/10 ppm,
792862,
EA
2
ME
chlorine sensor
Success: All values provided
Bid
#1-186
Membrane, caps (2ea), spare, 740048 and 5OmL
EA
2
546.88 Prominent $1,093.75
electrolyte for CTE (2-20 ppm)
Not Bidding
NO Bid
#1-187
Meter Base
EA
2
Not Bidding
No Bid
#1-188
Meter Gasket (Chlorine & S02); MG-40KG
EA
2
Not Bidding
No Bid
#1-189
Meter Tube 12" with Magnet (500PPD)
EA
2
Not Bidding
No Bid
#1-190
Meter Tube12" with Magnet (2000PPD)
EA
2
--
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Meter, 12 remote meter, with 4-2OmA Output -
Not Bidding
#1 -191
EA
2000 PPD
Not Bidding
No Bid
#1-192
Meter, 12" remote meter, with 4-20mA Output-50 EA
PPD (NH3) RMH-50ONH3-420MA
Not Bidding
No Bid
#1-193
Meter, Field, with Control Unit, RIA46 EA
Success: All values provided
Bid
#1-194
Meter, flow element, ST80- EA
70C0060(TBD) 10KAC0001
Meter, Flow Meter, EtherMeter SCADA
Success: All values provided
Bid
#1-195
EtherMeterSCADA/Meter Gateway; F/w Ver: EA
v258
Meter, Flow, Eastech Model 4400 with V20WT 320
Success: All values provided
Bid
#1-196
KHZ hot shot transducers with 50-ft transducer EA
cables
Success: All values provided
Bid
#1-197
Meter, Flow, Thermal, Model 454FTB-12-HT, EA
756053-R-32-B-1-A-000-P-99-D-032-E-0537
Success: All values provided
Bid
#1-198
Meter, Javelin D High -Voltage DC High Voltage EA
Panel, Meter, PD644-6R3-14, 1/8 DIN
Success: All values provided
Bid
#1-199
Meter, Panel, Digital, PD765-6RO-00 EA
Success: All values provided
Bid
#1-200
Meter, Thermal Mass Flow Insertion Air & Gas EA
Mass, FCI, ST80-A000120F10HABL001
Success: All values provided
Bid
#1-201
Meter, Trident Process & Temperature digital EA
panel, PT# PD765-6RO-10
Meter,Flow,Eastech Model 4400, 2 Model,
Not Bidding
No Bid
#1-202
V20WT,50ft Transducers, tin Bronze ball valves EA
Success: All values provided
Bid
#1-203
M icro p i lot, F MR20-4KW7/0, Endres s+Hauser EA
Bid
M icroPilot, Radar Level F M R20-4KW7/0,
Success: All values provided
#1-204
EA
AAPBMVCEVEEA
Bid
Micropilot, Radar Level Tra ns m itter FM R20,
Success: All values provided
#1-205
EA
FMR20-2X51/0, (FMR20-AAPBNVCEXR03+R3)
Micropilot, Rada r Level Transmitter F M R20-
Not Bidding
No kill
#1-206
EA
CBPBNVCERPF2+Z1
Success: All values provided
Bid
#1-207
Mireropilot, FMR20, FMR20-AAPBMVCEVEE2, EA
Success: All values provided
Bid
#1-208
Module, Display, Graphic LCD, 50 17 29- 0001 EA
Success: All values provided
Bid
#1-209
Module, FX Maintenance Bypass, Ferrups, EA
BPEFXBB02
Success: All values provided
Bid
#1-210
Module,Hart, Siemens, for Mag 6000 Transmitter EA
Not Bidding
No Bidl
#1-211
ModuIs, I/02-wire, 4-2OmA, HART, PFS, 4-2OmA EA
input, XPDO018-1020/0, (XPDO018-ADOO)
Not Bidding
No Bid
#1-212
Module, USM II, MODBUSRTU Modul EA
Success: All values provided
Bid
#1-213
Monitor, Analytical Technology Sulfite Monitor EA
Q46S/66-1-1 including freight
Not Bidding
No Bid
#1-214
Monitor, Vacuum, VM-150 EA
I
I
Not Bidding
rNoBid
#1-215
Motherboard, Model 4700 P/N 152013-9001 EA
N
2
E
z
2 6299.25 FCIq$1
2 1259.85 1 Ethenneter 1 $ 2,519.70
2 1 13570.34 1 Eastech Badger 1 $ 27,140.69
2 2079.39
Kum
$ 4,158.78
2 539.13
Precision Digital
$1,078.25
2 2007.60
Precision Digital
$ 4,015.20
2 11436.54
FCI
$ 22,873.09
2 476.70
Precision Digital
$ 953.40
2
2 0.00
E&H
$ 0.00
2 0.00
E&H
$ 0.00
2 0.00
E&H
$ 0.00
2
2 0.00
E&H
$ 0.00
2 0.00
Eastech Badger
$ 0.00
2 1743.24
Eaton
$ 3,486.48
2 365.78
Siemens
$ 731.56
2
2
2
2
2
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Motor, Reagent Pump Assembly, Part No. 03-
Not Bidding
#1-216
0422
EA
2
2
Motor, Reagent Pump Motor, 6 RPM Part No.36-
Not Bidding #1 -217
0049
Not Bidding
No Bid
#1-218
Motor, Sample Pump Assembly y- of Fort Worth,
EA
2
Part No. 03-0421
2
Not Bidding No Bid #1-219 Motor, Sample Pump Drain Tubing, Pkg of 5, Part EA
No. 05-0104
2
Not Bidding No Bid #1-22o Motor, Sample Pump Inlet Tubing, Pkg of5, Part EA
No. 05-0103
I
2
Not Bidding No Bid #1-221 Motor, Sample Pump Motor, 12 RPM Part No. 36- EA
0051
2
Success: All values provided Bid #1-222 motor, sample pump, 24 RPM, analytical EA
technology, P/N36-0051
2
I
Not Bidding No Bid #1-223 Motor,Reagent Pump Tubing Assem bly,Pkg of EA
10,Part No. 05-0102
Not Bidding
No Bid
#1-224
MTAP, Modem ,Technology, Telog, Assurance
EA
2
Plan
2
Not Bidding No Bid #1-225 Oxygen, Clean and Bag per CGA G-4.1, PT# EA
759080,971710277A
Success: All values provided
Bid
#1-225
PDA, PDA2929 Painted Steel, CSA, UUC-UL
EA
2
2
Bj #1-� PDA-LH3LC-RYG, Light/Horn with Red, Yellow,
Success: All EA
values provided
Green Light Layers
Not Bidding
No Bid
#1-228
PM Kit for OV-1000 (500 PPD, NH3)
EA
2
2
Not Bidding NO Bid #1-229 PM Kit for Series 6000 Pressure Regulator up to EA
1 OOOPPD-NH3(50OPPD)
Not Bidding
No Bid
#1-230
PM Kit Model OV-110 and CV-230, 1000 or
EA
2
2000ppd
No Bid
#1-231
Not Bidding
PM Kit Series 3000 2000ppd Remote Meter Panel
EA
2
(RMH-2000-CL2/SO2
Polyamid Enclosure, W/Display / 7ME6910-1 AA10
Success: All values provided
#1-232
1AAO MAG 5000, IP67 / NEMA 4X/6, 115-230V AC
EA
50/60 Hz
Positioner, Electropneumatic, Smart, Sipart PS2,
Not Bidding
No Bid
#1-233
6DR5220-0E N31-OAA4, for pneumatic linear and
EA
part -turn actuators
Success: All values provided Bid
#1-234
Potting Kit, Accessory, Sitrans FM, # FDK-
EA
085UO220
Not Bidding
No Bid
#1-235
Power Connection Kit, Hazardous Locations,
EA
PLSR-PTBS
Not Bidding
No Bid
#1-236
Pressure Regulator, Series 6000 (500 PPD NH3)
EA
Not Bidding
No Bid
#1-237
Pressure Regulator, Valve, Omni, Wall Panel,
EA
WPOV-1000, CL2 10000 PPD - 2" Pipe
Pressure Switch Ashcroft L-Series Differential
LDDN4KKB25XFS Epoxy coated, dual setpoint,
Success: All values provided Bid
#1-238 fixed deadband. Dual narrow deadband. Buna-N
EA
actuator seal. '/4" N PT female pressure
connection. Factory adjusted setpoint. 30 psid.
Success: All values Drovided
Bid
#1-239
I Probe. Wateroilot Hvdrostatic Level. FMX21 I
EA
199.50 ATI $ 399.00
913.00 Precision Digital $1,826.00
7841.38 Precision Digital $ 15,682.76
2 2219.46 Siemens $ 4,438.91
2
2
2
2
2
2 0.00 Aschcroft $ 0.00
2 1 0.00 1 ERH 1 $ 0.00
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Not Bidding
#1-240 Prosonic Flow 93, transmitter EA
2
0.00 E&H $ 0.00
Success: All values provided
Bid
Prosonic Flow W 400, 9W4BA1, 9W4BA1-1 HU7/0
#1-241 EA2
1 Set
Success: All values provided
Bid
#1-242 Prosonic, S F M U90, F M U 90-R11 CA161 AA1A EA
2 0.00 E&H $0.00
NO Bid
Not Bidding
#1-243 Pulse Burst Radar Level Detector Economical EA
2
26GHz 24V Loop Powered
NO Bid
2
Not Bidding
#1-244 Pulse Eric o da lizer, (Pulse to Encoder Version) EA
Model PTE, includes 4 batteries
NO Bid
Not Bidding
#1-245 Pump, Air Pump Assembly, 6 VDC EA
2
NO Bid
Not Bidding
#1-246 Pump, Back Panel, Transfer Panel, with RIO,
2
NO Bid
NO Bid
Control, Modicon X80
#1-247 Pump, Polymer, Blue White Flex Flo A-100 NVP EA
#1-248 R.H.M.S. 1/4-20 x 3/4" LG (Mortal) (300 RM & EA
2
2
Not Bidding
Not Bidding
Series 3000 RM)
2
Not Bidding
No Bid #1-249
Reagent, Feed Assembly # 03-0419
EA
Not Bidding
NO Bid r#1-25o
Remote Mount Controller/Transmitter, EA
2
McCrometer, PC-RA1
Repair, Electronic Replacement, Bench
Not Bidding
NO Bid #1-251
Calibration Serial Number: 691923; Replace EA
2
cornsion damaged electrionics and bench
calibrate to latest data on file
Replacement Board, Advanced, Omni -Valve
Not Bidding
#1-252
EA
1000, OV-1000-PCBA
2
uccess: ve use provided
#1-253
Replacement Tubing and Cuvette kit, for CLX
EA
2 2793.75 HF S ieMifc $ 5,587.50
Meter, New, 09950
Rinse, Oxygen Solvent, FD42949A & FD42950A
EA
2 437.50 Noble Chemical $ 875.00
Success: All values provided
Bid #1-254
Not Bidding
NO Bid
#1-255
Roto Meter, Prominent Polymer Skid
EA
2
RTU, RS-3307 7 channel, E1 enclosure, LTE Cat/1
Not Bidding
No Bid
#1-256
Verizon, AC power battery backup, Ext Antenna
EA
2
Conn, TRMB Act
Not Bidding NO Bid
#1-257
Sample Block, 5/8" UNF SS (with 1/8in NPT inlet
EA
2
& outlet ports)
#1-258
Not Bidding NO Bid
Seal Kit, Green Lighted End, Hazardous
EA
2
Locations
#1_259
Success: All values provided Bij
Seal,Industrial,#70 SEAL -316 ST./ST. 1"
EA
2 2239.62 Writers $4,479.25
BOTTOM, D70964, Winter
Seal, Industrial, #70 SEAL ,316 ST / ST 1 / 2" NPT
Writers
Success: All values provided
#1-260
TOP, D709, Winter
EA
2 69.88 $139.76
#1-661
Sensorflow, Set, Prosonic Flow W, Endress
EA
2 2860.28 E&H
$ 5,720.56
Success: All values provided
7BI
Hauser, DK9WS-AA
#1-262
Sensorflow, Set, Prosonic Flow W, Endress
EA
2 3511.75 E&H $ 7,023.50
Success: All values provided Bid
I
Hauser, DK9WS-RA
#1-263
Not Bidding NO Bid
Sensor Mounting Brackets, 1ft, SS, 00-1831
EA
2
Sensor&Transmitter Thermal Mass Flow" eter
Success: All values provided Bid
#1-264
Model:454FTB-12-HT Enclosure Remote
EA
2 9220.13 Kurz $18,440.25
Electronics Polycarbonate Type 4 F1 R
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Not Bidding
No Bid
#1-265
Sensor, 10" Wafer Pressure Sensor, Body, EA
Flange 48W, SS Body
Not Bidding
No Bid
#1-266
Sensor, 12" Probe, Thermocouple, Pyromation, EA
J48U-002(1 /2}00-8HN31
Not Bidding
No Bid
#1-267
Sensor, ATI, 02 Sensor EA
Sensor, Chlorine Sensor, CTE 1-DMT-10ppm
Not Bidding
No Bid
#1-268
Chlorine Measurement in Potable Water, EA
Swimming Pool Water, Industrial Water, Process
Water and Waste Water
Not Bidding
No Bid
#1-269
Sensor, Chlorine, 0-5PPM, GP SS EA
Success: All values provided
Bid
#1-270
Sensor, Chlorine, Prominent, 1007540 for 10PM EA
Sensor, Cylindrical Proximity, 20 to 250V, ACDC.
Not Bidding
No Bid
#1-271
2 wire, 15 min Max, Detecting Distance, 2m EA
Cable, Efector
I
Sensor, Electromagnetic Flow Sensor4P ON 200,
8in, J ANSI B 16.5, Class 150, 1 Carbon Steel
Success: All values provided
Bid
#1-272
ASTM A 105 Corrosion -resistant coating of EA
Category C4 3 Liner Material: Hard # 7ME6520-
4PJ13-2JA2
Sensor, Electromagnetic Flow Sensor SO ON 300,
12in, J ANSI B 16.5, Class 150,1 Carbon Steel
Success: All values provided
Bid
#1-273
ASTM A 105 Corrosion -resistant coating of EA
Category C4 3 Liner Material, # 7ME6520-5DJ13-
2JA2
Sensor, Electromagnetic Flow Sensor,
Not Bidding
No Bid
#1-274
Electromagnetic flow sensor, wafer design, EA
diameter ON 2 to DN 100 (1112" to 4")
Sensor, Electromagnetic Flow Sensor, wafer
Success: All values provided
Bid
#1-275
design, Sitrans FM Mag 1100, Diameter ON 2 to EA
ON 100 (1112 to 4) 7M E6110-1 RA10-1 AA2
Success: All values provided
Bid
#1-276
Sensor, flow sensor set, DK9PT-AA/Prosonic EA
Flow 93T, DK9PT-1035/0
Success: All values provided
Bid
#1-277
I
Se nsor, flow sensor set, DK9PT-BA /Prosonic EA
Flow 93T, DK9PT-1014/0
Not Bidding
No Bid
#1-278
Sensor, Gas Phase Sulfite Part No. 00-0954 EA
Success: All values provided
Bid
#1-279
Sensor, Gas, C12, 00-0081 EA
Success: All values provided
Bid
#1-280
Sensor, Gas, NH3, 00-0085 A10-15 EA
Success: All values provided
Bid
#1-281
Sensor, Honeywell, SR-X2v 02, EA
Success: All values provided
Bid
#1-282
Sensor, LEL, SR-W-MP75C EA
Success: All values provided
I Bid
#1-283
Sensor, NH3, 00-0608 EA
Not Bidding
No Bid
#1-2&4
Sensor, Oxygen Sensor, 0-25% EA
Sensor, pH Sensor, Rosemount Analytical
Not Bidding
#1-285
Insertion/Submersion/Flow-Through Model # EA
396P-01-10-55-41
Success: All values provided
Bid
#1-286
Sensor, Prosonic Flow P 500, 9P5BA4, 1 set, # EA
9P5BA4-2D V6/0
Success: All values provided
Bid
#1-287
Sensor, Rosemount 214A Temperature Sensor, EA
214A1AAN12013
2
2
2
2
2
2
2
2 4461.60 Siemens $ 8,923.20
2 6594.09 Siemens $13,188.18
2
2
2
2
2
2
2
2
2
2
2
9
4144.42 E&H $ 8,288.84
4987.89 E&H $ 9,975.77
364.38
ATI
$ 728.75
391.88
ATI
$ 783.75
375.83
Honeywell
$ 751.66
402.75
Honeywell
$ 805.50
464.75
ATI
$ 929.50
2 1082821 E&H $21,656.42
2 261.86 Rosemount $ 523.71
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success: All values provided
I Bid
#1-288
Sensor, Rosemount 214A Tempe rat ure Sensor,
EA
2
253.78
Rosemount $507.57
214A1AAN12108
Sensor, Rosemount Analytical pH/ORP, TUpH
Not Bidding
No Bid
#1-289
Insertion, Submersion, Flow -Through, Model #
EA
2
396P-01-10-54
Success: All values provided
Bid
#1-290
Sensor, RTD Assembly, Pt 100, Part No. 0 0- 1654
EA
2
250.00
Custom $ 500.00
Not Bidding
No Bid
#1-291
Sensor, Thermocouple, AR Style, Mineral
�
2
Insulated, Watlow, ARJEFOF024UJ000
Not Bidding
No Bid
#1-292
#1-293
Sensor, Trojan, UV Intensity
Sensor, TUpH Insertion/Submersion/Flow-
EA
EA
2
2
Not Bidding No Bid
Through (396P) , pH/O
#1_294
2
1638.63
E&H $3,277.26
Success: All values provided Bil
Sensor, M ieropolit F MR20, FMR201191/0, IF M R20- EA
AAPBMVCEVEE2)
I
Sensor, M icropolit FMR53, FMR53-3QX9/0,
Success: All values provided
#1_295
(FMR53-AAACCDCBRGJ+PB )
EA
2
10164.55
E&H $20,329.10
Service, CT2-SEN, Recalibration of Cermet II
Not Bidding
No Bid
#1-296
Sensor at 13 points between-100 and +20C (-148
EA
2
to +20F) dew point. Supplied with traceable
calibration certificate.
Success: All values provided
BI
#1-297
Shield, SITRANS FM Sun shield for transmitter,
EA
415.01
Siemens $ 830.03
remote mount
I
Signal Generator, for AM I/AMR, TheEncodalizer,
Success: All values provided
Be
#1-298
Conduit Knockout Mount Modbus-to-Encoder,
EA
2
1980.00
Ethenneler $3,960.00
I.ASM.MBE.V1
Not Bidding
No Bid
#1-299
Sig nallnsoIator,FieId- Configurable,Input -0-1OV
Ea.
2
MEMO
into 2 m
No Bid
#1300
Signal Splitter, Milliamp, MTMM
EA
2
�Not
SITRANS F M Accessory MAG 5000/6000 2x 10 m
(32.8 ft) Cable kit including standard coil cable,
Success: All values provided
Bid
#1301
3x 1.5 mm2 (3x 0.0024 irteh2), gage 18, single
EA
2
272.00
Siemens $ 544.00
shielded with PVC jacket, and special electrode
cable
Success: All values provided
Bid
#1302
Solution, Electrolyte, Prominent, 792892
EA
2
125.00
Prominent $ 250.00
2
Spare Sensor Cable, 1 Om (32 ft 9 in) length with
Not Bidding NO Bid #1303 �'
mini -DIN mating socket / EA2-CAB-10
Not Bidding
No Bid
#13o4
Spare Sensor Cable, 2m with mini -DIN mating
EA
2
socket
EA
EA
2
2
Not Bidding
NO Bid
#1305
Splice Connection Kit, Hazardous Locations
Subscription, Annual, Telog Instruments, Celluar
Not Bidding
No Bid
#1306
Service, Verizon Cellular Service
Summing Card, in a Junction box, SS Enclosure,
Not Bidding
No Bid
#1307
Integrated Technician, NEMA 4X/IP 66, HI 60201T-
EA
2
SS1
#1308
Success: All values provided
Bid
Sunshields, (5) each, 14 ga. powder coated, Artic
EA
2
7500.00
Custom $15,000.00
White
Success: All values provided
Bid
#1309
Sunshields, no paint, no doors, 14 gauge,
EA
2
5625.00
Custom $11,250.00
18x2Oxl4x3x7
Sunshields, no paint, no doors, 14 gauge,
Success: All values provided
B
#1310
22x24xl4x3x7
EA
2
6952.50
Custom $13,905.00
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Not Bidding #1-311 System, 1-lot Ammonia, Pressure, Feed, Auto
2
Valve and Remote Meter Panel
Not Bidding No Bid #1312 Telogger, Seven -Channel, R-3307 Model 3307A EA
2
Success: All values provided Bid #1313 Temperature Sensor, Rosemount 214C,
EA
2 371.00 Rosemount $742.00
214CRTSMB1S4E0042SLXTXA
2 244.56 Rosemount $ 489.11
Success: All values provided Bid #1-314 Temperature Sensor, Rosemount 214C, EA
241 CRTSMB1 S4EO042SLE5XAX
2 244.56 Rosemount $489.11
Success: All values provided Bid #1-315 Temperature Sensor, Rosemount EA
214C,214CRTSMB1S4EO042SLE5XWXA
2 1600.15 Rosemount $ 3,200.30
Success: All values provided Bid #1316 Temperature Transmitter, Rosemount 644, EA
644HAE5J6M5Q4XA
Template, GDS Model, C64/N4-11-00-0/0-00-010010
Not Bidding NO Bid #1317 0-0-1/0-0-3 GDS Corp C64 Protector Controller in EA
2
N4 NEMA 4x non-metallic enclosure with One
16Ch Analog Input Board
Not Bidding No Bid #1318 Template, GDS Model, GMII-27-12-3/27-12-3/3-0 EA
2
GDS Corp GASMAXII Gas Monitor
2
Not Bidding No Bid #1319
Template, GDS Model, GMII-27-20-6/27-20-6/3-0 EA
GDS Corp GASMAX II Gas Monitor
Template, GDS Model,
EA
2
Not Bidding
NO Bid
#1320
X 11 Gas Monitor
GDS Corp GASMAX II Gas Monitor
2
2
Not Bidding
NO Bid
#1321
The Meter Display, Remote Wall Display
EA
Not Bidding
NO Bid
#1322
Thermal Mass Flow Meter for 6 in pipe 25ft Cable,
EA
ST80-70N0060J2BKACA001
Thermal Mass Flow Meter for 6 in pipe SOft Cable,EA
2 ---
Not Bidding
NO Bid #1323
ST80-70N0060J2CKACA001
2 ---
Not Bidding
No Bid #1324
Thermal Mass Flow Meter for 8 in pipe 25ft Cable,EA
ST80-70N0060J2BKAFA001
2
Not Bidding No Bid #1325 Thermometer, Resistance Thermometer, 305063 EA
Not Bidding No Bid [#1325 Thermostat, Watlow EA
2 ---
Success: All values provided Bid #1327 Thermowell, Rosemount 114C, EA
2 371.00 Rosemount $ 742.00
114CE0015WAA2SCO27AXT
Success: All values provided Bid #1328 Thermowell, Rosemount 114C, EA
2 118.80 Rosemount $ 237.60
114CE0020TAA2SCO22AXW
Not Bidding No Bid #1329 Top Meter Block; MBH-41O-CAB40 EA
2
Success: All values provided Bid #1330 Tower, 120/120, Eaton FX3100 3.1 kVA, 60 Hz, EA
2 18700.85 Eaton $ 37,401.69
Ferrups FX enclosure, FX310001 AAA1
Transducer Level Echo Max XPS-15 Ultrasonic
Not Bidding Bid #1331 continuous, non -contact, 15 in (49.21 ft), for EA
2
�No
liquids and solids."
Not Bidding No Bid #1-m Transducer, Ultrasonic Level Echo Max XPS-15, E EA
2
Cable length: 30m, 7ML7118-OEA30
Transducer, Ultrasonic Level Echo Max XRS-5, E
Not Bidding No Cltl #1-333
2
Cable length:30m, 7ML1106-1CA20-OA
Not Bidding
NO Bid
#1334
Transimitter, Level, Radar, Micropilot FMR20,
EA
2
FMR20-1CM9/0, (FMR20-AAPBMVCEVEE2+R4)
Success: All values provided
Bid
#1335
Transmitter Coplanar Rosemount
EA
2 2210.55 Rosemount $4,421.09
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success: All values provided Bid
#1336
Transmitter lnline Pressure 3051T IN LINE
EA
2
1831.49
Rosemount
$3,662.97
TRANSMITTER
Success: All values provided Bid
I
#1337
Transmitter Pressure Compact Cerebar PMC21
EA
2
551.36
E&H
$1,102.72
Success: All values provided Bid
#1338
Transmitter, Autrol differential pressure
EA
2
1443.75
Autrol
$ 2,887.50
transmitter Model (includes shipping)
#1339
EA
2
1443.75
Autrol
$2,887.50
Success: All values provided Bid
Transmitter, Autrol Differential Pressure,
APT3100D-5-M11-F1-1S1-M1
#1340
1443.75
Autrol
$2,887.50
Success: All values provided Bid
Transmitter, Autrol Differential Pressure, Coated,
EA2
Aluminum
I
Success: All values provided BI
#1341
Transmitter, Autrol guage pressure transmitter
EA
1168.00
Autrol
$2,332.00
Model (includes shipping)
B
Transmitter, Coplanar, Pressure, Rosemount,
Rosemount
Success: All values provided
#1342
Model 3051 CD2A53
EA
2
2448.82
$4,897.64
BI
Transmitter, Coplanar, Pressure, Rosemount,
Rosemount
Success: All values provided #1343
EA Model 3051 CG4A53
2 2332.21 $4,664.41
Success: All values provided Bid #1344
Transmitter, Coplanar, Rosemount 305, EA
2 542.93 Rosemount $1,085.87
3051 CD2A02A1 AM4D4S5Q4
Success: All values provided Bid #1345
Transmitter, Coplanar, Rosemount, EA
2 2790.78 Rosemount $ 5,581.57
3051 CD2A02A1 AS5M4Q4C1
Success: All values provided Bid #1-M
Transmitter, Coplanar, Rosemount, EA
2 2954.33 Rosemount $ 5,908.65
3051 CD3A02A1 AH2B1 E5M4
Transmitter, Coplanar,
EA
Success: All values provided Bid #1347
2 297286 Rosemount $5,945.72
Rosemount,3051 CD2A22A1AB4M4DA
Transmitter, Differential Pressure, E+H Deltabar
EA
Success: All values provided Bld #1-M
2 3398.33 E&H $ 6,796.65
EA
Success: All values provided Bid #1-M
Transmitter, Differential, Press, PMD75-
2 3526.44 E&H $ 7,052.87
6JU061101
Not Bidding O Bid #135o
Transmitter, Dual Channel, Analytical,
EA
2Rosemount
4No
(56), Model # 56-02-22-38-HT
Not Bidding Bid #1351
Transmitter, Dual Channel, Analytical,
EA
2
Rosemount 56-03-22-38
Transmitter, Gauge, Pressure, 2051 TG, Model #
Bi
Rosemount
Success: All values provided #1352
2051TG3AB11AB4
EA
2 1561.89 $ 3,123.77
Transmitter, Hygienic Pressure Transmitter, EA
Success: All values provided Bid #1353
2 6536.75 Rosemount $13,073.49
3051HTAA1A31AT32
Success: All values provided Bid #1354
Transmitter, lnline Pressure Transmitter, EA
2 2232.69 Rosemount $ 4,465.38
3051TG3A2B21AM5S5
Success: All values provided Bid #1355
Transmitter, lnline Pressure, EA
2 2288.98 Rosemount $ 4,577.96
3051TG2A2B21AB4K5M5
Transmitter, lnline Pressure, PT#
EA
I
Success: All values provided Bid #1356
2 2339.87 Rosemount $ 4,679.75
3051TG3A2621ADWM4
EA
Success: All values provided Bid #1357
Transmitter, lnline, Pressure, Rosemount, Model
2 2880.35 Rosemount $5,760.69
3051TA2A2B32
Transmitter, MAG 6000,IP67, Name 4X16,
Success: All values provided #1358
Polyamid enclosure, With Display, 115-230V AC
EA
2 2021.14 Siemens $ 4,042.28
50160 Hz
Success: All values provided
Bid
#1359
Transmitter, Meter, Magnetic Flow, Rosemount,
EA
2
2351.02
Rosemount
$ 4,702.04
Model 8712EMR1
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success:
All values provided
Bid
#1360
Transmitter, NH3, 01-0087, PCB
EA
2
677.54
ATI
$1,355.08
Not Bidding
No Bid
#1361
Transmitter, Press, Cerabar S PMC71 Process,
EA
2
Transmitter S-Class
Success:
All values provided
Bid
#1-362
Transmitter, Press, PMP71-63N44/101
EA
2
3229.30
E&H
$6,458.W
Success:
All values provided
Bid
#1-363
Transmitter, Press, PMP71-63N51/101
EA
2
3229.30
E&H
$6,458.60
Transmitter, Pressure Transmitter, PMP71B-
Success:Allvaluesprovided
Bid 1
#1-364
3C9K3/0 I Cerabar,PM P71 B-
EA
2
3085.36
E&H
$6,170.73
AABAFJH8AA3PFA1VXJA1)
Bid
Transmitter, Pressure, Cerabar, PMP71B-
Success:
All values provided
#1-365
4P443/101
EA
2
3085.36
E&H
$ 6,170.73
Not Bidding
#1-366
Transmitter, Pressure, C12 rail car platform
EA
2
Transmitter, Pressure, Differential, Deltabar
Success:
All values provided
Bid
#1367
PMD75B-2RET3/101, PMD75B-
EA
2
35,99.14
E&H
$ 7,198.27
AABAFJH37FJGSAJA7B+HB
Success:
All values provided
Bid
#1368
Transmitter, Pressure, Inline,
2
2569.42
Rosemount
$ 5,138.84
3051TG2A2B21AM4B4Q4RK
Success:
All values provided
Bid
#1-369
Transmitter, Pressure, Rosemount, Model
EA
2
299944
Rosemount
$ 5,998.88
3051CD2A02A1AMSD4K5K
Bid
Transmitter, Pressure, Rosemount, Model
Rosemount
Success:
All values provided
#1370
3051SMV1P41NNN2E11A
EA
2
5145.28
$ 10290.56
Success:
All values provided
Bid
#1371
Transmitter, Pressure, Rosemount, Model
EA
2
299944
Rosemount
$5,998.88
3051TG2A2B21AB4Q4D4M
Success:
All values provided
Bid
#1372
Transmitter, Pressure, Smart PMP71B, Cerabrra,
EA
2
2484.92
E&H
$ 4,969.83
PMP71 B-AABAFJH6AA3KFAI VWJAI
Success:
All values provided
Bid
#1373
Transmitter, Pro M inent Dulcometer D MTa,
EA
2
1100.93
Prominent
$2,201.85
DMTAW090C10E0000
Transmitter, Radar Level, Continuous, non -
Not Bidding
No Bid
#1374
contact, 1 Sm range, SIEMENS 7ML5310-1 CA06-
EA
2
11111111111111
0AA0
Success:
All values provided
Bi
#1375
Transmitter, Radar Level, LR100SITRAN S
EA
2
1018.46
Siemens
$2,036.93
Bil
transmitter, Rosemount 2051 Coplanar Pressure
Rosemount
Success:
All values provided
#1376
2051 CD2A02A1 ASS M5D4Q4
EA
2
216662
$4,333.23
Transmitter, Rosemount 2088,
Success:
All values provided
Bid
#1-377
2088G1 S22A 1 M 4B4Q4S5, Ga g e a nd A bs of ute
EA
2
1651.27
Rosemount
$3,302.53
Pressure Transmitter
Transmitter, Rosemount 2088,
Success:
All values provided
Bid
#1-378
2088G 3S22A 1 B4E5 S5, Gage a nd P res s u re
EA
2
1327.47
Rosemount
$2,654.93
Transmitter
Transmitter, Rosemount 2088,
Success:
All values provided
Bid
#1379
2088G3S22A1 K6S5, Gage and Absolute Pressure
EA
2
1286.57
Rosemount
$2,573.15
Transmitter
Transmitter, Rosemount 088,
Success:
All values provided
Bid
#1380
2088G3S22A1 M4E5T1 Q4S5, Gage and Absolute
EA
2
1772.51
Rosemount
$ 3,545.03
Pressure Transmitter
Success:
All values provided
Bid
#1381
Transmitter, Rosemount 248R Temperature
EA
2
609.95
Rosemount
$1,219.90
Transmitter, 248RANARK
Success:
All values provided
Bid
#1-382
Transmitter, Rosemount 3144P, Temperature,
EA
2
1741.71
Rosemount
$3,483.51
3144PD1A1NAB5Q4XA
Success:
All values provided
Bid
#1-383
Transmitter, Rosemount Coplanar
EA
2
2975.40
Rosemount
$5,950.81
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success:
All values provided
Bid
#1-384
Transmitter, Ros e m ou nt Co pla na r CD2 EA
Success:
All values provided
Bid
#1-385
Transmitter, Res e m ou nt Co pla na r CG4 EA
Success:
All values provided
Bid
#1-386
Transmitter, Rosemount Coplanar PT#
EA
3051CD2A22A1ADWM4
Success:
All values provided
Bid
#1-387
Transmitter, Res e m ou nt Co pla nar PT# EA
3051CD3A22A1ADWM4
Success:
All values provided
Bid
#1-388
Transmitter, Res e m ou nt Co pla na r T ra ns m itter, EA
3051CD3A02A1AH2
Success:
All values provided
Bid
#1-389
Transmitter, Res e m ou nt Co pla na r T ra ns m itter, EA
3051 C D3A02A1 AH 2E5 M4S6
Success:
All values provided
Bid
#1390
Transmitter, Rosemount Coplanar Transmitter, EA
3051 CD4A02A1 AK6S5
Bid
#1391
Transmitter, Rosemount Coplanar, EA
Success:
All values provided
#3051 CG4A02A2AM4D4B8H2P2Q4
Success:
All
Bid
#1392
Transmitter, Rosemount Coplanar,
EA
values provided
3051CD2A02A1AH2M5B1
Success:
All values provided
Bid
#1393
Transmitter, Scalable MultiVariable Pressure EA
Bid
#1-394
Transmitter, Scalable Pressure Transmitter,# EA
Success:
All values provided
3051 S2C D2A2E12A2EK5MB
Success:
All values provided
Bid
#1395
Tra n s m itter, S-C lass, Differential, PM D75B- EA
4PK6/0, Deltabar
Success:
All values provided
Bid
#1396
Transmitter, Sensor, NH3, B12-15-6-0100-1 EA
Success:
All values provided
Bid
#1397
Transmitter, Temp, T M T 162- EA
1H4710.(880C1923223)
Success:
All values provided
Bid
#1398
Transmitter, Temp, T M T 162- EA
1H4710.(890BE123223)
Bid
#1-M
Transmitter, Temperature, Rosemount 3144, EA
Success:
All values provided
Model 3144PD1 Al E5
Success:
All values provided
Bid
#1-400
Transmitter, Temperature. Rosemount, EA
644HANAM5F6Q4
Bid
TRAN STECTOR, ENCLOSURE, 18X16X10,
Success:
All values provided
#1-401
POLYCARB ON AT E WEATHERPROOF EA
Bid
Tubing, PVC Tubing, 116" I.D. x 1/8" O.D. Part No
Success:
All values provided
#1-402
EA
44-0333
Bid
#1-403
Tubing, Tygon Tubing, 118" I.D. x 1 /8" O.D. Part EA
Success:
All values provided
No.44-0334
Bid
#1404
UltimaX5000 Gas Monitor/ A-X5000-0-F-0-0-0-31 - EA
Success:
All values provided
31-0 / Chlorine
Success:
All values provided
Bid
#1-405
UltimaX5000 Gas Monitor/A-X5000-0-F-0-0-0-40- EA
40-0 / Ammonia
Not Bidding
NO Bid
#1 d06
Ultima X5000 Gas M o n ito r/A-X5000-0-F-0-10-32- EA
00-0, Chlorine 0-20 PPM
Not Bidding
NO Bid
#1-007
Universal Level Controller, SITRANS LT500, EA
HydroRanger
Not Bidding
NO Bid
#1-4m
Valve, Ball, R8 Series, SVF EA
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2327.15
Rosemount
$4,654.29
2210.55
Rosemount
$4,421.09
2808.20
Rosemount
$ 5,616.41
2808.20
Rosemount
$ 5,616.41
2406.68
Rosemount
$ 4,813.35
2975.40
Rosemount
$ 5,950.81
2535.09
Rosemount
$ 5,070.18
3173.50
Rosemount
$ 6,347.00
2760.73
Rosemount
$ 5,521.45
4879.24
Rosemount
$ 9,758.49
3813.41
Rosemount
$ 7,626.82
1945.69
E&H
$ 3,891.39
1161.88
ATI
$ 2,323.75
2693.58
E&H
$ 5,387.17
2693.58
E&H
$ 5,387.17
1582.60
Rosemount
$ 3,165.20
1404.71
Rosemount
$ 2,809.43
610.49
Tiansleclor
$1,220.97
2.75
Custom
$ 5.50
2.75
Custom
$ 5.50
6811.75
MSA
$13,623.50
6811.75
MSA
$13,623.50
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Success: All values provided
Bid
#1d09
Valve, block and bleed valve, Model IVI-BB-SQ
EA
Success: All values provided
Bid
#1d10
Valve, Block and Bleed, 316, Stainless Steel,
EA
Model IVT-BB-SQ
Not Bidding
No Bid
#i-w
Valve, Check, 1.5" FPT Inlet/Outlet, 1-1.5 PSI
EA
cracking pres
Not Bidding
NO Bid
#1-412
Valve, Header, Ammonia, MV-1A
EA
Not Bidding
NO Bid
#1-413
Valve, Vacuum Trim, CI-2, VTV-10K-CL2(For
EA
Chlorine), 55-L1
Not Bidding
NO Bid
#id14
Valve,Bi-Eccentric Plug, Flange, 100 % Port/Direct
EA
2" OP Nut/
Not Bidding
NO Bid
#1-415
VLT Control Panel LCP 102-Item to: 13081107
EA
Not Bidding
NO Bid
#1-416
VM-150-1 Vacuum Monitor
EA
B'
#idt7
Wall Mount, Wall mounting unit, 4x 112 NPT cable
EA
Success: All values provided
glands
Success: All values provided
Bid
#1 -418
Waterpilot FMX21, Hydrostatic Level
EA
Measurement Transmitter
Not Bidding
,-.. ..,.,
#1-419
Weather Station, ER00001 WE9004-20mA
EA
Not Bidding
NO Bid
#1_420
Weight Processors, Analog & Ether Net IIP, with
EA
display, HI 6510-WP-10-EIP
BasketTotal
I
2
2
2
2
2
2
2
2
2
2
2
2
312.50 Custom $ 625.00
218.75 Custom $ 437.50
386.86 1 Siemens 1 $ 773.71
5311.17 1 E&H 1 $10,622.35
$ 1,586,64627
$ 1,586,646.27
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, August 26, 2025 REFERENCE NO.: **M&C 25-0774
LOG NAME: 13P25-0123 INSTRUMENTATION EQUIPMENT AND RELATED SVS LSJ WATER
SUBJECT:
(ALL) Authorize Execution of Non -Exclusive Agreements with Identified Vendors for Instrumentation
Equipment, Parts, and Services for the Water Department in a Collective Annual Amount Up to
$2,500,000.00 for the Initial Term and Authorize Four One -Year Renewals in Amounts Up to $2,625,000.00
for the First Renewal, $2,756,250.00 for the Second Renewal, $2,894,062.50 for the Third Renewal, and
$3,038,765.62 for the Fourth Renewal
RECOMMENDATION:
It is recommended that the City Council authorize the execution of non-exclusive agreements with the
identified vendors for instrumentation equipment, parts, and services for the Water Department in a
collective annual amount up to $2,500,000.00 for the initial term and authorize four one-year renewals in
amounts up to $2,625,000.00 for the first renewal, $2,756,250.00 for the second renewal, $2,894,062.50
for the third renewal, and $3,038,765.62 for the fourth renewal.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize non-exclusive agreements
for instrumentation equipment, parts, and services for Water Department. The awarded vendors
include: ABB, Inc., AV Water Technologies, Inc., Frank Clark & Associates, Inc., GK Techstar, LLC, HB
Systems, Inc., Macaulay Controls Company, Omicron Controls, Inc., Prime Controls, L.P., PVS DX, Inc.,
and Vector Controls, LLC.
The Water Department will use these agreements to purchase instrumentation equipment and
appurtenances, replacement parts, on -site or shop repairs, field troubleshooting, calibration,
commissioning, and startup services. Purchasing Staff issued Request for Proposal (RFP) Number 25-
0123. The RFP consisted of detailed specifications describing the required responsibilities and
requirements to provide these services for the City of Fort Worth. The RFP was advertised in the Fort
Worth Star Telegram on April 16, 2025, April 23, 2025, April 30, 2025, May 7, 2025, May 14, 2025, and
May 21, 2025. The City received ten (10) responses.
An evaluation panel consisting of representatives from the Water Department and Transportation and
Public Works Department reviewed and scored the submittals using Best Value criteria. The individual
scores were averaged for each of the criteria and the final scores are listed in the table below.
Best Value Criteria
Proposers
I
(Prime Controls
IPVS DX, Inc.
Macaulay Controls
IG.K. Techstar, LLC
Omicron Controls, Inc
IABB, Inc.
(Frank Clark & Associates, Inc
IlEvaluation Factors 1
Ila• IIb• III. IId• IlTotall
II 16 1116 1116. 67110.15078 1148.671
1115.331116 1116.67111.585 1148 1
II 16 II 15.33 1116 110.83748 1147.33 1
1115.55 Ill 5.33 Ill 6.67 II 0.12843 1147.331
II 15.33 Ill 5.33 Ill 5.33 1120 1146 1
II 15.33 1115.33 1115.33 II 1.472 1146 1
II 15.33 1115.33 1115.33 110.95871 1146 1
http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Vector Controls
JAV Water Technologies LLC
JHB Systems, Inc.
a. Qualifications and Experience
b. Approach to Perform Services
c. Ability to meet the City's needs
d. Cost of services
1115.331115.33 115.33 II 0.64662 1146
II 15. 331115. 331115. 331114. 67 1145.33
II 14. 671114. 671114. 67111. 578 1144
After evaluation, the panel concluded that ABB, Inc., AV Water Technologies, Inc., Frank Clark &
Associates, Inc., GK Techstar, LLC, HB Systems, Inc., Macaulay Controls Company, Omicron Controls,
Inc., Prime Controls, L.P., PVS DX, Inc., and Vector Controls, LLC provided the best value to the City. No
guarantee was made that a specific amount of services would be purchased. Staff certifies that the
recommended vendor bid met specifications. The collective maximum annual amount under
these agreements will be $2,500,000.00. However, the actual amount used will be based on the needs of
the departments and the available budget.
Funding is budgeted in the General Operating & Maintenance category in the Water & Sewer Fund for the
Water Department.
AGREEMENT TERMS: The initial term of the Agreements shall begin upon execution and shall end one
year from that date.
RENEWAL OPTIONS: The Agreements may be renewed at the City's option for four, one-year terms. This
action does not require City Council approval, provided that the City Council has appropriated sufficient
funds to satisfy the City's obligations during the renewal terms.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the
City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not
require specific City Council approval as long as sufficient funds have been appropriated.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously
appropriated, in the Water & Sewer Fund to support the approval of the above recommendation and
execution of the agreements. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
BQN\\
FUND IDENTIFIERS IFIDsJ:
TO
Fund Department
Account
I
Project Program Activity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department
Account
Project Program
Activity
Budget
Reference #
Amoun
ID
I
ID
I
Year
(Chartfield 2)
CERTIFICATIONS:
Reginald Zeno (8517)
Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804)
Reginald Zeno (8517)
Oriainatina Department Head: Christopher Harder (5020)
http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025
Docusign Envelope ID: 60DE5518-4272-4D72-84B5-428A24F77B89
Brandy Hazel (8087)
Additional Information Contact: LaKita Slack -Johnson (8314)
ATTACHMENTS
1. 1295 - ABB.odf (CFW Internal)
2. 1295 - Macaulev. Ddf (CFW Internal)
3. 1295 - Omicron.0df (CFW Internal)
4. 1295 - Vector.0df (CFW Internal)
5. 1295 AV Waterxdf (CFW Internal)
6. 13P25-0123 INSTRUMENTATION EQUIPMENT AND RELATED SVS LSJ WATER funds avail.docx
(CFW Internal)
7. 295 HB Svstems Inc.Ddf (CFW Internal)
8. ABB SOS.r)df (CFW Internal)
9. FID TABLE - Instrumentation.xlsx (CFW Internal)
10. Form 1295 Certificate Frank.Ddf (CFW Internal)
11. Frank SOS.Ddf (CFW Internal)
12. Prime 1295.Ddf (CFW Internal)
13. Reauest for Waiver ADaroved Sianed Water.Ddf (CFW Internal)
14. SOS - Macaulev.0df (CFW Internal)
15. SOS AV.r)df (CFW Internal)
16. SOS GK Techstar. LLC.Ddf (CFW Internal)
17. SOS HB Svstems. lnc..Ddf (CFW Internal)
18. SOS Omicron Controls. Inc.Ddf (Public)
19. SOS Prime.Ddf (CFW Internal)
20. SOS PVS DX. Inc..Ddf (CFW Internal)
21. SOS Vector Controls. LLC..Ddf (CFW Internal)
22. TechStar Form 1295 Certificate 101373865.Ddf (CFW Internal)
http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025