Loading...
HomeMy WebLinkAbout064242 - General - Contract - Frank Clark & Associates, Inc.64242 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 Frank Clark & Associates, Inc. ("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 Tenn"). 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 Tenn"). 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. Total 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 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. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, Vendor Services Agreement Page 2 of 12 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 AGAINST ANYAND 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 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 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 City Secretary Contract No. 11. Compliance with Laws, Ordinances, Rules and Reeulations. 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 WIN��"I is Frank Clark & Associates, Inc. Scott Clark, General Manager 6080 South Hulen St. Suite 360 PMB 390 Fort Worth, TX 76132 Facsimile: 14. Solicitation of Emvlovees. 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 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. Counteruarts. 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 City Secretary Contract No. of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature 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 Comvanv 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 City Secretary Contract No. 30. Prohibition on Bovcottina 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 AEainst Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 9 of 12 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: ,,,---------.. _ ,r--.'l-n __ Name:� Title: Assistant City Manager Date: 11/02/2025 APPROVAL RECOMMENDED: By: �� Harder Namec��o1:01:02cor) Title: Water Director ATTEST: By: �A� Name: �odall Title: City Secretary VENDOR: Frank Clark & Associates, Inc. By: llM}[.)� Name: Scott Clark Title: General Manager 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 of this contract, including ensuring all performance and reporting requirements. By: et::;; Name: 58� g�t 21, 2025 21:49:18 CDT) Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: NameD®elig �Oct 29, 202510:15:19 CDT) Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0774 Form 1295: 2025-1319956 Page 10 of12 City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES See next page. Vendor Services Agreement Page 11 of 12 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. 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 A timeline, 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) 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, 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 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 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 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. City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE See next page. Vendor Services Agreement Page 12 of 12 Primary Responses Success: All data is valid! IWSt.t.. lidiNo.Bid # Quantity Numeric Text Unit Price Brand and Make Total Cost Decis— Project Ref# 24-00nn; Project Title Required #1 1 Services, Field, Hourly Rate, 8:00am to 5:00pm, HR 250 $ 150.00 FCAAI $ 37,500.00 Monday thru Friday #1 2 Services, Field, Overtime Hourly Rate, 5:01pm to FIR 150 $ 175.00 FCAAI $ 26,250.00 7:59am, Monday thru Sunday, Holidays Success: All values provided Bid #1-3 Services, Shop, Hourly Rate, 8:00am to 5:00pm, FIR 250 $ 150.00 FCAAI $ 37,500.00 Monday thru Friday Success: All values provided Bid #1-4 Services, Shop, Overtime Hourly Rate, 5:01pm to FIR 150 $ 175.00 FCAAI $ 26,250.00 7:59am. Monday thru Sunday, Holidays Success: All values provided Bid #1-5 Services, Startup & Commissioning, Tier 1, EA 3 $ 150.00 FCAAI $ 450.00 STARTUP Not Bidding NO Bid #1-6 10 PPM CTE, Dulcotest Measurement Transducer EA 3 Monitor PKG w/ Liner Polarization Resistance Not Bidding NO Bld #1-7 3WPS SWITCH, AL, NEMA 4,.5-30PSI, SPDT, EA 3 ADJ, SCREW TERM Not Bidding No Bid #1-8 3WPS SWITCH, AL, NEMA 4, 3.85PS1, SPDT, ADJ, EA 3 SCREW TERM Not Bidding No Bid #1-9 3WPS SWITCH, AL, NEMA 4, 6-340PSI, SPDT, EA 2 ADJ, SCREW TERM Not Bidding NO Bid Actuator, Electric, 120VAC AActuator,GS Motor -Valve with acuator type 2030, EA 2 Not Bidding NO Bid 1-11Nominal size: 2" (Cv 14) 8038/050VTEI-AM-IS-B- EA 2 Z-S-247X Not Bidding No Bid #1-12 Actuator, Rotaory w/ Hardware for Field EA 2 Mounting, 11-409 Not Bidding NO Bid #1-13 'actuator, Rotary, w/ Customer Supplied Valve, 11. EA 2 o Not Bidding NO Bid #1-14 Acuator, Multi -Turn w/ Beck Supplied Gearbox EA 2 with Adaption Not Bidding NO Bid #1-15 Adapter Collar, 518 UNF (Internal) to 3/4 UNF EA 2 (external), APT -PAN Not Bidding NO Bid #1-16 Adapter Plate, for PanelView, Seale, Clayton EA 2 Not Bidding NO Bid #1-17 Analog, Pulse, Kit, DIN Model, DC Power Adapter EA 2 Not Included Not Bidding NO Bid #1-18 Analytical Technology / 046.66.1-1 Sulfite Auto- EA 2 Chem Monitor Success: All values provided Bid #1-19 Angle Mounting Bracket, For Pressure EA 2 $ 75.00 AUTROL $ 150.00 Transmitter, Stainless Not Bidding No Bid #1-20 Asembly, Adjustment Scree, Teflon Sleeve, PRH- EA 2 Not Bidding No Bid #1-21 Ashcroft, 2" Model 81, Isolation Ring, 316L body, EA 2 Not Bidding No Bid #1-22 Automatic Valve, Wall Panel Series1000 Omni- EA Valve,1000 PPD, Chlorine Success: All values provided Bid #1-23 Autrol Differential Pressure Transmitter, EA APT3100D-5-M11-F1- Success: All values provided Bid #1-24 Autrol Gauge Pressure Transmitter, APT3200G-4- EA M11-F1-1-S-1-M Not Bidding No Bid #1-25 Base,Trex Platform, AMS Trex Device, EA TREXLHPKLWS3S Not Bidding No Bid #1-26 Battery, Pack, B-P3A, Lithium, 9V 3.6Ah EA Not Bidding No Bid #1-27 Battery, replaceable, Prosonic Flow 93T Portable, EA DK9ZT-3 Not Bidding No Bid #1-28 BLH Weight Scales (Cells with cable) EA Not Bidding No Bid #1-29 BLH Weight Scales Display/Controller EA Not Bidding No Bid #1-3o Blower, Back Panel, with M340 PLC, Control EA Bolt, Ashcroft, Bolt Thru Isolation Ring 1 1/2" Process connection, Buna-N Hiner, 316L SS End Not Bidding No Bid #1-31 plat and Hub material, 1/4" NPT Instrument EA connection, Safe quick release (SRQ), 150-class ASME, 10 cSt silicone fill fluid Not Bidding No Bid #1-32 Bottle, Gas, Calcium, 2A310095 EA Not Bidding No Bid #1-33 Bottom Meter Block EA Not Bidding No Bid #1-34 Bracket, Wall, Reagent Bottle #47-0022 EA Not Bidding No Bid #1-35 Cable Kit, SITRANS FM Sensor, coil cable EA standard type, 5 M, Not Bidding No Bid #1-36 Cable Kit,SITRANS FM Accessory EA MAG5000/6000,2x 20m Cable Kit Not Bidding No Bid #1-37 Cable Remote Teflon Insulated 18ga five EA conductor25ft. Not Bidding No Bid #1-38 Cable, Coax Cable (for Temp), 1003208 EA Not Bidding No Bid #1-39 Cable, Communication/Data Transfer 45", 9 pin EA serial (male) to 9pin serial (female) Not Bidding No Bid #1-40 Cable, Eight Conductor, Load Cell, Ross EA Compliant 6020-0001-0, C2 Cable Not Bidding No Bid #1-41 Cable, Standard, PVC Jacket, 3 Conductor Plus EA Overall Braided Shield, FDK:001STCAB Not Bidding No Bid #1-42 Cable,Universal Cntrl Cable,5-pin Round Plug,5- EA Wire 6ft(2m) Not Bidding No Bid #1-43 Calibration Cylinder, Gas, 34 L EA Not Bidding No Bid #1-44 Calibration Gas 34L-421-CO2, includes CO, CO2, EA HS CH4, 02, N2 Not Bidding 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 #1-47 Capacitive Proximity Sensor, 15mm nonflush EA range, 30 mm diam 91 2 $ 1,045.00 AUTROL $ 2,090.00 2 $ 828.00 AUTROL $ 1,656.00 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 N Success: All values provided Bid Certification,Calibration&Certification of the #1-48 EA UA&Ubmeters at village creek WWTP Not Bidding No Bid #1-49 Charger, Power supply, Rosemount EA Not Bidding NO Bid #1-5o Chlorine, 2 ppm, calibration gas, 58L-252-2 EA Not Bidding No Bid #1-51 CHLORINE, CLX, ONLINE, 20040 EA Not Bidding No E #1-52 Chlorine, Source, Genie, GDS, -.5 to 50 ppm, EA 10hrs, 1250-00 Not Bidding No Bid #1-53 Communicator Device Base AMS Trex Platform EA TREXCHPKLWS3S Communicator, Emerson Rosemount, TREX Not Bidding No Bid #1-54 Device Code-L Upgrade from TREXCHPKLWS3S EA to TREXLHPKLWS3S Not Bidding No Bid #t-55 Connnector, Tubing, Buffer Pickup # 44-0114 EA Contegra Submersible Level Transducer w/ Controller SLX130 Tranducer w/ 30 ft Cable, Name 4x Enclosure w/ sealed breather assembly, Success: All values provided Bid #1-56 T4116 Signal conditioning/ scaling module, EA T4512 Interface/ Display Mounted to T4116 2 Independently adjustable N.O. Form Contegra Submersible Level Transmitter,15 PSIG Success: All values provided Bid #1-57 Max Sensor Ra EA Controller Level Siemens HydroRanger 200 HMI 7ML5034-4AA01 1 = Mounting: 4 BUTTON Not Bidding No Bid #1-58 HMI,Wall mount, standard enclosure A= Input EA voltage: 100 to 230 V AC A = Number of measurement points : Single point system, 6 relays" I I 2 2 2 2 $ 1,645.00 1 FCAAI 1 $ 3,290.00 2 $ 1,645.00 CONTEGRA $ 3,290.00 2 1 $ 1,500.00 I CONTEGRA I $ 3,000.00 2 Not Bidding No Bid #1-59 Controller, ConsoliDator+Multivariable EA 2 Controller, PD90000-GP-8AI-IORY-E Controller, DULCOMETER DACb, DACBWO06VA4000010010EN, Built on the Not Bidding No Bid #1-60 existing DACa platform, continuous EA 2 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 2 rings, viton valve seat, 24 VDC powered, C100H1- DD-4-OV 1-SVI-PV2-V1.44-C25 Not Bidding No Bid #1-62 Controller, PID, Cascade option EA 2 Controller, PM Plus, Panel: 1/8th DIN Horizontal, Not Bidding NO blu #1-63 PM9C2FJ-ARFAVWP, includes PID Controller EA 2 with Universal Input Not Bidding No Bid #1-64 Controller, Sentry io, 16PT, 32RLY, 16AO, STD EA 2 Not Bidding No Bid #1-65 CONTROLLER, SENTSRYDio, 8PT, 32RLY, OAO, EA 2 Controls, Eastech Flow Controls Model 4400 Success: All values provided Bid #1-66 Complete set for use with 1280 or 640KHZ EA 2 $ 5,025.00 EASTECH $ 10,050.00 Transducer Success: All values provided Bid #1-67 Controls, Flow, Eastech, FBSA Sensor W/ 50 FT EA 2 $ 1,014.00 EASTECH $ 2,028.00 Cable Success: All values provided Bid #1-68 Controls, Flow, Eastech, Model 2210 with Model EA 2 $ 2,980.00 EASTECH $ 5,960.00 1 Fl35A Tranducer Controls, Flow, Eastech, Model 4700, Complete, Success: All values provided Bid #1-69 (2 path electronics complete w/ NEMA EA 2 $ 15,875.00 EASTECH $ 31,750.00 4enclosure + display) Part # 544766-0002X Controls, Flow, Eastech, Model V20WT (P/544757- Success: Al values provided Bid #1-70 0102) Ultrasonic Transducers (640KHZ) with 50- EA 2 $ 2,435.00 EASTECH $ 4,870.00 foot cables Controls, Flow, Eastech, Model V20WT (P/544757• Success: All values provided I.AM #1-71 0102), Ultrasonic Transducers (640KHZ) with 100• EA 2 $ 2,640.00 EASTECH $ 5,280.00 foot cables Controls, Flow, Eastech, Model V20WT (P/544757- Success: All values provided Bid 91-72 1102) Ultrasonic Transducers(640KHZ) with 50- EA 2 $2,435.00 EASTECH $4,870.00 foot cables Controls, Flow, Eastech, Model V20WT (P/544757- Success: All values provided Bid 91-73 1102), Ultrasonic Transducers (640KHZ) with 100• EA 2 $ 2,640.00 EASTECH $ 5,280.00 foot cables Not Bidding No Bid #1-74 Coplanar Transmitter, Rosemount, EA 2 3051CD3A02A1AS5M5D4 Not Bidding No Bid #1-75 Delivery, Pickup, Onsite, Rate Per Mile, EA 2 Not Bidding No Bid #1-76 Demister II, Carbon Steel, 1/2 in NPT, 5DEM06 EA 2 Disc, Protection, Grounding, Promag, KD5GD- NotBitltling #1-77 1FAEL EA 2 Not Bidding No Bid #1-78 Display, LCD, Aluminum Meter Cover, 2 Line, Kit EA 2 Spares, Hart 7, PS -Free, 03031-0199-0011 Not Bidding No Bid #1-79 Display, LCD, UBD #6, Kit, PB-Free, Spares, EA 2 03031.0199-0001 Not Bidding No Bid No Bid #1-80 Display, Panel, Digital, Precision, PD765-6R0.00, EA 2 Not Bidding #1-81 Display, play, plug, Rosemount, Model EA 2 NO Bid #1-82 #644HANAJ6F6M5XA Not Bidding Display,VU331, Version 2 EA 2 Not Bidding No Bid #1-83 DLG Module, 25mm with Logo Transparent PVC EA 2 Water Sampling Holder Not Bidding No Bid #1-84 Easidew Online Hygrometer, EA2-OL-HYG- (- EA 2 110/+20C )H D-AC-SC0.8 Not Bidding .. _ _._ #1-85 Eastech Flow Controls, Vantage 7700 Flowmeter EA 2 Not Bidding No Bid #1-86 Eaton, startup, onsite, 7x24, SU05NXXX-6009UC EA 2 Not Bidding No Bid #1-87 EchoMax, XPS-10 Ultrasonic level trasducer, EA 2 Siemens Not Bidding No Bid #1-88 Equipment, Valve, Omni, Wall Panel, WPOV-1000, EA 2 CL2. 8000 PPD .2" Piping, 55-G1 Not Bidding No Bid #1-89 Ferrups, 189M full load, 405M half load, FX EA 2 48VDC EBM - 70Ah/2 Strings/48V, FXEBM01 Success: All values provided #1-90 Field Services, Meter Calibrations, UA+UB EA 2 $1,645.00 FCAAI $3,290.00 Effluent Not Bidding No Bid #1-91 Filter, Air Filter, Part No. 44.0339 EA 2 Not Bidding No Bid #1-92 Filter, Enclosure, 1.3, with RIO Hardware, NEMA EA 2 4X 304SS Not Bidding No Bid #1-93 Filter, Enclosure, 4-5, with RIO hardware, NEMA EA 2 - 4X 30488 Not Bidding No Bid #1-94 Filter, Back Panel, 6-7, with RIO Hardware EA 2 - Not Bidding No Bid #1-95 Filter, Enclosure, 8-9, with RIO Remote, IIO Panel, EA 2 NEMA 4X 304SS Not Bidding No Bid #1-96 Filter, Enclosure, 10-12, With RIO Hardware EA 2 - Not Bidding No Bid #1-97 Filter, Panel, Master Control Panel, PLC EA 2 Hardware, Modicon M580 Not Bidding No Bid #1-98 FilterSmart Controllers, Ext RF, 50ft cables, 00- EA 2 1983 Not Bidding No Bid #1-99 FilterSmart Power Supply with RF, 00-1992 EA 2 - Not Bidding NO Bid #1-1oo FilterSmart sensor with 20ft cable, 00-1808 EA 2 - Fitting, Compression, 3/4" x 3/4" MNPT, 316 SS Not Bidding No Bid #1-101 Ferrules, Single Point Mass Flow Element, PT# EA 2 - 759031-22-32 Not Bidding No Bid #1-102 Flange, Screw in, FAX50 EA 2 - Not Bidding No Bid #1-103 Flanged Ejectors, 2 inch, (Specify PPD, Nozzle, EA 2 - Throat Size) Not Bidding No Bid #1-104 Flow Meter Compact Orifice 3051 SF FLOW EA 2 - METER Not Bidding No Bid #1-1o5 Flow Meter, Electromagnetic, SITRANS FM MAG EA 2 - 5100 W, 8", #7ME6520-4PJ13.2AA2 Not Bidding No Bid #1-106 Flow Meter, Electronic Prosonic Flow 200 EA 2 Flowmeter, XPD0002-1014/0 (XPD0002-A2) Not Bidding No Bid #1-107 Flow Meter, Prosonic Flow B 200, 9B2131 F, EA 2 DN150 6", 9B2B1 F-3QK8/101 Not Bidding No Bid #1-1o8 Flow Meter, Siemens, Sitrans FS220, 7ME3570- EA 2 1JA40-OFR1 Not Bidding No Bid #1-1o9 Flow Meter, Transparent PVC, GPH Scale with EA 2 Logo Not Bidding No Bid #1-110 Flow Sensor, Electromagnetic, SITRANS FM MAG EA 2 - 5100 W, 7ME652O.4HJ13-2HE2 Not Bidding No Bid #1-111 Flow Sensor, Sitrans FM MAG 1100, EA 2 - Electromagnetic, Siemens Flow Sensor, W Electromagnetic Flow Sensor, Not Bidding No Bid #1-112 DN15 to DN 1200 Flanged, Suitable for Volume EA 2 - Flow Measurement of Liquids Not Bidding No Bid #1-113 Flow, Prosonic, 93C61-1 Inline, DN600 24", 93C61-1- EA 2 LHLC2AACBAAA Not Bidding NO Bid #1-114 Flow, Ultrasonic, 93TA1-5PK8/0 E+H EA 2 - Not Bidding No Bid #1-115 Flowmet, Electromag, Promag P500 5P5B1F- EA 2 - 43F4/0 � ��- Flowmeter, Eastech 4400 Ultrasonic Flowmeter, Success: All values provided Bid #1-116 PIN U F4400-STD-VL6401 00-C V20WT 640 KHZ EA 2 $ 9,B05.00 EASTECH $ 19,610.00 316Ss Wetted Sensor, 100 FT Transducer Cable Flowmeter, Eastech flow control transit time, Success: All values provided Bid #1-117 Model 4400 640, 100' cables, transducer mount EA hardware for use on 12" pipe Not Bidding NO Bid #1-118 Flowmeter, Endress Hauser Ultrasonic, 91 WA1- EA AA2C20AKB5AA Not Bidding No Bid #1-119 Flowmeter, Prosonic Flow, 93T, Portable EA Flowmeter, Ultrasonic, Proline Prosonic Flow, Not Bidding No Bid #1-120 91 WAII, Endress Hauser, Clamp on 1Ch Set, EA 91 WA1-AA2B20ACB4AA Not Bidding No Bid #1-121 Gas Analyzer Accessory, AMI, Guardian Base EA Design, no regulator included, 5GRD02 Gas Monitor, UltimaX5000, LEL Methane 5 Not Bidding No Bid #1-122 Stainless Steel, 3/4" NPT Conduit Entry, A-X5000- EA 0-M-10-AA-20.0 Not Bidding No Bid #1-123 Gas Monitor, UltimaX5000, LEL-Methane 5.0% EA Not Bidding No Bid #1-124 Gas, Cl2, PCB, 01-0015 At1-11 EA Not Bidding No Bid #1-125 Gas, NH3, PCB, 00-0016 EA Not Bidding No Bid #1-126 Gasket, Lead, GAH-LED-1010 EA Not Bidding No Bid #1-127 Gauge, Pressure, diaphragm pressure gauge EA PGL-300-WE-NH3 Gauge, Yokogawa Dpharp, Digital Mount Garage Not Bidding No Bid #1-128 Pressure Digital Mount Garage Pressure EA Transmitter Not Bidding No Bid #1-129 Generator, Gas, Ammonia, Genie, GDS, 1 Oppm EA to150,1250-0043 Not Bidding No Bid #1-130 Generator, Gas, Genie, Toxic Gases, 1250-0041 EA Not Bidding No Bid #1-131 Glycerin, Fill, GF-D EA Not Bidding No Bid #1-132 Grounding Ring, C22, MAG 1100 DN2/10, Item EA FDK-083G3256 Hardware, Hardware Procurement, FB3000 Emerson FB3000 Base Bundle: Chassis, CPU, Not Bidding NO Bid #1-133 CPU Personality Module, 2 Power Blocks FB3000 EA Mixed I/O Modules, 12 Channel (8 AI/DI/PI, 2 AO, 2 DO) FB3000 Mixed I/O Surge Personality Module FB3000 Gas + Oil Calcs(4 Runs) Not Bidding No Bid #1-134 L Heater, Clamp, HTH-111-115 EA Not Bidding No Bid #1-135 Heating Cable, Self Regulating, 8 WATT at 50 EA degrees, 120 Volt HPR 321 A, 3.9 V D+HLC, Battery pack now Not Bidding No Bid #1-136 enables enhanced battery monitoring and EA prediction of battery exhaustion in advance. Not Bidding No Bid #1-137 Hydroranger, Siemens Dual Point, 6 Relays, 100- EA 230 VAC, 7ML6003-1BC00-1AA3 Not Bidding No Bid #1-138 HydroRanger, Siemens, 200 HMI Hydro Ranger EA 200 HMI Not Bidding No Bid #1-139 HydroRanger, Siemens, 200 Ultrasonic, 7ML6003- EA 1 BC00-1 AA3 2 $ 7,135.00 EASTECH $ 14,270.00 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 N 2 2 2 2 2 2 Not Bidding #1-140 HydroRanger, Siemens, Single Point, 6 Relays, EA 100-230 VAC. 7ML6003-1AC00-AA3 7 Not Bidding No Bid #1-141 Hygrometer, Easidew Advanced Online EA Hygrometer Not Bidding No Bid #1-142 Indicator, NEMA4X, Loop -Powered EA Not Bidding No Bid #1-143 In -Line Manifold Rosemount 306 EA Not Bidding No Bid #1-144 Inllne Pressure Transmitter, EA 3051TG3A2B21AS5M5 Not Bidding No Bid #1-145 Insertion Flow Meter, Ozone, 454FTB-12-HT EA Not Bidding No Bid #1-146 Intake Assy CLX, Replacement HF, 24975S EA Not Bidding No Bid #1-147 JB5000 Junction Box, 3/4" NPT, FM / 10213892 EA Not Bidding No Bid #1-148 Keypad/Display Unit MAG5000/6000 IP67I FDK- EA 085U1039 Not Bidding No Bid #1-149 Kit amplifier 93 1 CH WEA EX EA Not Bidding No Bid #1-150 Kit disp.50151/80190/65 Wall >=V1.06.00 EA Not Bidding No Bid #1-151 Kit display 10191 W with keyboard EA Not Bidding No Bid #1-152 Kit Display, mod 50151/80/65, >=V1.06.00 EA Not Bidding No Bid #1-153 Kit Main -PCB 91 W 85-250VAC EA Not Bidding No Bid #1-154 Kit, Grounding, Cable, Promag, LIW/P/S,E, EA DK5GC-1 FL Not Bidding No Bid #1-155 Kit, PM, differential, pressure, regular, KTH-6000- EA P Not Bidding No Bid #1-156 Kit, PM, for 12" Gas Flow Meter, KTH-2000-RMS- EA NH3 Not Bidding No Bid #1-157 Kit, PM, OV-1000, (200NH3 d), CL2, KTH-040.OV- EA Not Bidding No Bid #1-158 Kit, PM, Series 3000, remote meter panel, EA 2000ppd, KTH2O00-R Not Bidding No Bid #1-159 Kit, PM, Series 6000, regulator, KTH-1000-PRV- EA Not Bidding No Bid #1-160 KIT, POLE MOUNT, TEF-PMT13 EA Not Bidding No Bid 161 1 KIT, REAG., 30 DAY TOTAL JAW CLX, 9952 EA Kit, Rosemont Analytical Equipment 1 ea: Not Bidding No Bid #1-162 Rosemont Analytical 56 Dual Input Analyzer, 3 EA ea: Rosemont PH probes, 3 ea: Rosemount Variopol Cables Not Bidding No Bid #1-163 Kit, Submersion, Mag Meter Terminal Box, EA FDK:085U0220, Not Bidding No Bid #1-164 Kit, Wall Mount, Remote Mounting Transmitter, EA FDK:085U1053 Not Bidding No Bid #1-165 Leak Sensor, Ammonia 0-100 PPM XCELL EA Technology, A-5K-SENS 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 IN 2 2 2 Not Bidding NO Bid #1-166 Level Controller, Sitrans LT500 Universal, EA Hydroranger, 7ML6003-OAC20-1AA3 Not Bidding NO Bid #1-167 Level, Radar, Endress+Hauser Radar, FRM20- EA 163310, FMR20-AAPBNVCEXR01+R3 Not Bidding No Bid #1-168 Level, Radar, Endress+Hauser, FRM20-15X1/0, EA FMR20-AAPBNVCEXR02+R3 Not Bidding No Bid #1-169 License, Telog Instruments Enterprise Client EA Term License Load Point, 330 KLBI 150mt, Hermetic Sealed Not Bidding No Bid #1-170 IP68, C2, Rocker Load Sensor, 50' cable, HI EA LPRC03-33OK-41 C Not Bidding No Bid #1-171 MAG, F M, 5100 W, Sitran, Siemens 7ME6580 EA Not Bidding No Bid #1-172 Mag, Siemens, 5100W, 6", Hard Rubber, Mag EA 6000, 115-230 VAC, 7ME6520-4HJ13-2JA2 Not Bidding No Bid #1-173 Maintenance, Telog Enterprise Maint., 150 EA Site/1500 Measurements Not Bidding No Bid #1-174 Maintenance, Telog Maintenance, Enterprise EA Client Success: All values provided Bid #1-175 Manifold, 3 Valve, Model IVI-3VMT (includes EA shipping) Success: All values provided Bid #1-176 Manifold, 5 Valve, Model IVI-5VMT (includes EA shipping) Not Bidding NO Bid #1-177 Manifold, Black&Bleed valve, DA63M, DA63M- EA 1082/0 Not Bidding No Bid #1-178 Manifold, E+H Block & Bleed Valve EA Not Bidding No Bid #1-179 Manifold, In -Line, Rosemount 306 PT# EA 0306RT22AAll Not Bidding NO Bid #1-180 Manifold, Inline, Rosemount 306, Model EA 0306RT22BAll Not Bidding NO Bid #1-181 Manifold, Rosemount 305 Integral EA 0305RC321311134 Not Bidding No Bid #1-182 Manifold, Rosemount 0304, Conventional, EA 0304RT32B11 Not Bidding No Bid #1-183 McCrometer FPI mag meter converter EA Not Bidding NO Bid #1-184 McCrometer insertion magnetic flow meter, EA lengths TBD (FPI model) Not Bidding No Bid #1-185 Membrane Cap, Spare, Orange, 2/5/10 ppm, EA 792862, chlorine sensor Not Bidding No Bid #1-186 Membrane, caps (2ea), spare, 740048 and 50mL EA electrolyte for CTE (2-20 ppm) Not Bidding No Bid #1-187 Meter Base EA Not Bidding No Bid #1-188 Meter Gasket (Chlorine & S02); MG-40KG EA Not Bidding No Bid #1-189 Meter Tube 12" with Magnet (50OPPD) EA Not Bidding No Bid #1-190 Meter Tube12" with Magnet (2000PPD) EA 2 N 2 2 2 2 2 2 2 2 $ 205.00 AUTROL $ 410.00 2 $ 225.00 AUTROL $ 450.00 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Not Bidding No Bid #1-191 Meter, 12" remote meter, with 4-20mA Output - EA 2 2000 PPD Not Bidding No Bid #1-192 Meter, 12" remote meter, with 4-20mA Output-50 EA 2 PPD (NH3) RMH-500NH3-420MA Not Bidding No Bid #1-193 Meter, Field, with Control Unit, RIA46 EA 2 Not Bidding No Bid #1-194 Meter, flow element, ST80- EA 2 70C0060(TBD)10KAC0001 Meter, Flow Meter, EtherMeter SCADA Not Bidding No Bid #1-195 EtherMeter SCADAIMeter Gateway; Flw Ver. EA 2 v258 Meter, Flow, Eastech Model 4400 with V20WT 320 Not Bidding No Bid #1-195 KHZ hot shot transducers with 50-ft transducer EA 2 cables Not Bidding No Bid #1-197 Meter, Flow, Thermal, Model 454FTB-12-HT, EA 2 756053-R-32-B-1-A-000-P-99-D-032-E-0537 Not Bidding No Bid #1-198 Meter, Javelin D High -Voltage DC High Voltage EA 2 Panel, Meter, PD644-6R3-14, 118 DIN Not Bidding No Bid #1-199 Meter, Panel, Digital, PD765-6110-00 EA 2 Not Bidding No Bid #1-200 Meter, Thermal Mass Flow Insertion Air & Gas EA 2 Mass, FCI,ST80-A000120F10HABL001 Not Bidding No Bid #1-201 Meter, Trident Process & Temperature digital EA 2 panel, PT# PD765-6R0-10 Not Bidding No Bid #1-202 Meter,Flow,Eastech Model 4400, 2 Model, EA 2 V20WT,50ft Transducers, 21n Bronze ball valves Not Bidding No Bid #1-203 Micropilot, FMR20-4KW710, Endress + Hauser EA 2 Not Bidding No Bid #1-204 MicroPilot, Radar Level FMR20-4KW7/0, EA 2 AAPBMVCEVEEA Not Bidding No Bid #1-205 Micropilot, Radar Level Transmitter FMR20, EA 2 FMR20-2X51/0, (FMR20-AAPBNVCEXR03+R3) Not Bidding No Bid #1-205 Micropilot, Radar Level Transmitter FMR20- EA 2 CBPBNVCERPF2+Z1 Not Bidding No Bid #1-207 Mircropilot, FMR20, FMR20-AAPBMVCEVEE2, EA 2 Not Bidding No Bid #1-208 Module, Display, Graphic LCD, 501729-0001 EA 2 Not Bidding No Bid #1-209 Module, FX Maintenance Bypass, Ferrups, EA 2 BPEFXBB02 Not Bidding No Bid #1-210 Module, Hart, Siemens, for Mag 6000 Transmitter EA 2 Not Bidding No Bid #1-211 Module, 1/0 2-wire, 4-20mA, HART, PFS, 4-20mA EA 2 input, XPD0018-1020/0, (XPD0018-AD00) Not Bidding No Bid #1-212 Module, USM II, MODBUS RTU Model EA 2 Not Bidding No Bid #1-213 Monitor, Analytical Technology Sulfite Monitor EA 2 Q46SI66-1.1 including freight Not Bidding No Bid #1-214 Monitor, Vacuum, VM-150 EA 2 Not Bidding No Bid #1-215 Motherboard, Model 4700 PIN 152013-9001 EA 2 Not Bidding NO Bid #1-216 Motor, Reagent Pump Assembly, Part No. 03- EA 0422 Not Bidding NO Bid #1-217 Motor, Reagent Pump Motor, 6 RPM Part No. 36- EA 0049 Not Bidding No Bid #1-218 Motor, Sample Pump Assembly y- of Fort Worth, EA Part No. 03-0421 Not Bidding No Bid #1-219 Motor, Sample Pump Drain Tubing, Pkg of 5, Part EA No.05-0104 Not Bidding No Bid #1-220 Motor, Sample Pump Inlet Tubing, Pkg of 5, Part EA No. 05-0103 Not Bidding No Bid #1-221 Motor, Sample Pump Motor, 12 RPM Part No. 36- EA 0051 Not Bidding No Bid #1-222 motor, sample pump, 24 RPM, analytical EA technology, P/1,136-0051 Not Bidding NO Bid #1-223 Motor,Reagent Pump Tubing Assembly,Pkg of EA 10,Part No. 05-0102 Not Bidding No Bid #1-224 MTAP, Modem ,Technology, Telog, Assurance EA Plan Not Bidding No Bid #1-225 Oxygen, Clean and Bag per CGA G-4.1., PT# EA 759080,971710277A Not Bidding No Bid #1-226 PDA, PDA2929 Painted Steel, CSA, ULIC-UL EA Not Bidding No Bid #1-227 PDA-LH3LC-RYG, Light/Horn with Red, Yellow, EA Green Light Layers Not Bidding No Bid #1-228 PM Kit for OV-1000 (500 PPD, NH3) EA Not Bidding No Bid #1-229 PM Kit for Series 6000 Pressure Regulator up to EA 1000PPD-NH3(500PPD) Not Bidding NO Bid #1-230 PM Kit Model OV-110 and CV-230, 1000 or EA 2000ppd Not Bidding No Bid #1-231 PM Kit Series 3000 2000ppd Remote Meter Panel EA (RMH-2000-CL21SO2 Polyamid Enclosure, W/Display / 7ME6910-1AA10- Not Bidding NO Bid #1-232 1AA0 MAG 5000, IP67 I NEMA 4X/6, 115-230V AC EA 50/60 Hz Positioner, Electropneumatic, Smart, Sipart PS2, Not Bidding NO Bid #1-233 6DR5220-OE N31-OAA4, for pneumatic linear and EA part -turn actuators Not Bidding No Bid #1-234 Potting Kit, Accessory, Sitrans FM, # FDK- EA 085U0220 Not Bidding No Bid #1-235 Power Connection Kit, Hazardous Locations, EA PLSR-PTBS Not Bidding No Bid #1-23e 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, Not Bidding No Bid #1-239 fixed deadband. Dual narrow deadband. Buna-N EA actuator seal. Y." NPT female pressure connection. Factory adjusted setpoint. 30 psid. Not Bidding No Bid #1-239 Probe, Waterpilot Hydrostatic Level, FMX21 EA 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 91 2 2 2 2 2 2 Not Bidding No Bid #1-24o Prosonic Flow 93, transmitter EA 2 - Not Bidding No Bid #1-241 Prosonic Flow W 400, 9W4BA1, 9W4BA1-1 HU7/0 EA 2 1 Set Not Bidding NO Bid #1-242 Prosonic, S FMU90, FMU90-Rl 1 CA161AAIA EA 2 Not Bidding No Bid #1-243 Pulse Burst Radar Level Detector Economical EA 2 26GHz 24V Loop Powered Not Bidding No Bid #1-244 Pulse Encodalizer, (Pulse to Encoder Version) EA 2 - Model PTE, includes 4 batteries Not Bidding No Bid #1-245 Pump, Air Pump Assembly, 6 VDC I EA 2 Not Bidding No Bid #1-246 Pump, Back Panel, Transfer Panel, with RIO, EA 2 Control, Modicon X80 Not Bidding No Bid #1-247 Pump, Polymer, Blue White Flex Flo A-100 NVP EA 2 Not Bidding NO Bid #1-246 R.H.M.S. 1/4.20 x 3/4" LG (Monel) (300 RM & EA 2 Series 3000 RM) Not Bidding No Bid #1-249 Reagent, Feed Assembly # 03-0419 EA 2 Not Bidding No Bid #1-250 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 Not Bidding No Bid #1-252 Replacement Board, Advanced, Omni -Valve I EA 2 1000, OVA000-PCBA Not Bidding No Bid #1-253 Replacement Tubing and Cuvette kit, for CLX EA 2 Meter, New, 09950 Not Bidding NO Bid #1-254 Rinse, Oxygen Solvent, FD42949A & FD42950A EA 2 Not Bidding No Bid #1-255 RotoMeter, Prominent Polymer Skid EA 2 RTU, RS3307 7 channel, Ell 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) Not Bidding No Bid #1-256 Seal Kit, Green Lighted End, Hazardous EA 2 Locations Not Bidding No Bid #1-259 Seal, Industrial, #70 SEAL - 316 ST. / ST. 1" EA 2 BOTTOM, D70964, Winter I Not Bidding No Bid #1-260 I Seal, Industrial, #70 SEAL ,316 ST / ST 1 / 2" NPT' EA 2 TOP, D709, Winter Not Bidding No Bid 41-261 Sensor flow, Set, Prosonic Flow W, Endress EA 2 Hauser, DK9WS-AA + Not Bidding No Bid #1-262 Sensor flow, Set, Prosonic Flow W, Endress EA 2 Hauser, DK9WS-RA Not Bidding NO Bid #1-263 Sensor Mounting Brackets, lit, SS, 00.1831 EA 2 Sensor&Transmitter Thermal Mass Flowmeter Not Bidding No Bid #1-264 Model: 454FTB-12-HT Enclosure Remote EA 2 - Electronics Polycarbonate Type 4 F1 R 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)-00-8HN 31 Not Bidding No Bid #1-257 Sensor, ATI, 02 Sensor EA Sensor, Chlorine Sensor, CTE 1-DMT-10ppm Not Bidding No Bid #1-259 Chlorine Measurement in Potable Water, EA Swimming Pool Water, Industrial Water, Process Water and Waste Water Not Bidding No Bid #1-259 Sensor, Chlorine, 0-5PPM, GP SS EA Not Bidding No Bid #1-279 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 Sensor, Electromagnetic Flow Sensor 4P DN 200, Bin, J ANSI B 16.5, Class 150, 1 Carbon Steel Not Bidding No Bid #1-272 ASTM A 105 Corrosion -resistant coating of EA Category C4 3 Liner Material: Hard # 7ME6520- 4PJ13-2JA2 Sensor, Electromagnetic Flow Sensor 5D DN 300, 12in, J ANSI B 16.5, Class 150, 1 Carbon Steel Not Bidding No 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 DN 2 to DN 100 (1/12" to 4") Sensor, Electromagnetic Flow Sensor, wafer Not Bidding No Bid #1-275 design, Sitrans FM Mag 1100, Diameter DN 2 to EA DN 100 (1112 to 4) 7ME6110-1RA10-1AA2 Not Bidding No Bid #1-276 Sensor, flow sensor set, DK9PT-AA / Prosonic EA Flow 93T, DK9PT-1035/0 Not Bidding No Bid #1-277 Sensor, flow sensor set, DK9PT-BA / Prosonic EA Flow 93T, DK9PT-1014/0 Not Bidding No Bid #1-279 Sensor, Gas Phase Sulfite Part No. 00-0954 EA Not Bidding No Bid #1-279 Sensor, Gas, Cl2, 00-0081 EA Not Bidding No Bid #1-280 Sensor, Gas, NH3, 00.0085 A10-15 EA Not Bidding No Bid #1-281 Sensor, Honeywell, SR-X2v 02, EA Not Bidding No Bid #1-232 Sensor, LEL, SR-W-MP75C EA Not Bidding No Bid #1-283 Sensor, NH3, 00.0608 EA Not Bidding No Bid #1-284 Sensor, Oxygen Sensor, 0-25 % EA Sensor, pH Sensor, Rosemount Analytical Not Bidding No Bid #1-285 Insertion/Submersion/Flow-Through Model # EA 396P-01.10.55.41 Not Bidding No Bid #1-235 Sensor, Prosonic Flow P 500, 9P5BA4, 1 set, # EA 9P5BA4-2DV610 Not Bidding No Bid #1-287 Sensor, Rosemount 214A Temperature Sensor, EA 214A1AAN12013 2 2 2 2 2 2 2 2 2 N 2 2 2 2 2 2 2 2 2 2 2 2 Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding NO Bid #1-289 Sensor, Rosemount 214A Temperature Sensor, EA 214A1AAN12108 Sensor, Rosemount Analytical pH/ORP, TUpH No Bid #1-289 Insertion, Submersion, Flow -Through, Model # EA 396P-01-10-54 No Bid #1-290 Sensor, RTD Assembly, Pt 100, Part No. 00-1654 EA NO Bid #1-291 Sensor, Thermocouple, AR Style, Mineral EA Insulated, Watlow, ARJEFOF024UJ000 NO Bid #1-292 Sensor, Trojan, UV Intensity EA No Bid #1-293 Sensor, TUpH Insertion/Submersion/Flow- EA Through (396P), pH/O NO Bid Sensor,Micropolit FMR20, FMR201191/0, (FMR20- #1-2sa EA AAPBMVCEVEE2) NO Bid #1-295 Sensor,Micropolit FMR53, FMR53-3QX9/0, EA (FMR53-AAAC C DC BRGJ+PB) Service, CT2-SEN, Recalibration of Cermet II No Bid #1-296 Sensor at 13 points between -100 and +20C (-148 EA to +20F) dew point. Supplied with traceable calibration certificate. NO Bid #1-297 Shield, SITRANS FM Sun shield for transmitter, EA remote mount Signal Generator, for AMI/AMR, TheEncodalizer, No Bid #1-298 Conduit Knockout Mount Modbus-to-Encoder, EA I.ASM.MBE.V1 NO Bid #1-299 Signal Insolator, Field -Configurable, Input - 0.10V EA into 2 in NO Bid #1-3oo Signal Splitter, Milliamp, MTMM EA SITRANS F M Accessory MAG 5000/6000 2x 10 in (32.8 ft) Cable kit including standard coil cable, No Bid #1-3o1 3x 1.5 mm2 (3x 0.0024 inch2), gage 18, single EA shielded with PVC jacket, and special electrode cable No Bid #1-302 Solution, Electrolyte, Prominent, 792892 EA No Bid #1-3o3 Spare Sensor Cable, 10m (32 ft 9 in) length with EA mini -DIN mating socket I EA2-CAB-10 No Bid #1-304 Spare Sensor Cable, 2m with mini -DIN mating EA socket No Bid #1-3o5 Splice Connection Kit, Hazardous Locations EA No Bid #1-306 Subscription, Annual, Telog Instruments, Celluar EA Service, Verizon Cellular Service Summing Card, in a Junction box, SS Enclosure, NO Bid #1-307 Integrated Technician, NEMA 4XIIP 66, HI 6020IT- EA SS1 No Bid #1-3o8 Sunshields, (5) each, 14 ga. powder coated, Artic EA White No Bid #1-3os Sunshields, no paint, no doors, 14 gauge, EA l8x20xl4x3x7 No Bid #1-310 Sunshields, no paint, no doors, 14 gauge, EA 22x24x14x3x7 91 2 2 2 2 2 2 2 91 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding No Bid #1-311 System, 1-lot Ammonia, Pressure, Feed, Auto EA Valve and Remote Meter Panel No Bid #1-312 Telogger, Seven -Channel, R-3307 Model 3307A EA No Bid #1-313 Temperature Sensor, Rosemount 214C, EA 214CRTSMB184E0042SLXTXA No Bid #1-314 Temperature Sensor, Rosemount 214C, EA 241CRTSMB1S4E0042SLE5XAX No Bid #1-315 Temperature Sensor, Rosemount EA 214C,214CRTSMB1S4E0042SLE5XWXA No Bid #1-316 Temperature Transmitter, Rosemount 644, EA 644HAE5J6M5Q4XA Template, GDS Model, C64/N4-11-00-0/0-00-0100/0- 0-0-1/0-0-3 GDS Corp C64 Protector Controller in No Bid #1-317 EA N4 NEMA 4x non-metallic enclosure with One 16Ch Analog Input Board No Bid #1-315 Template, GDS Model, GMII-27.12-3/27-12-3/3-0 EA GDS Corp GASMAXII Gas Monitor No Bid #1-319 Template, GDS Model, GMII-27.20.6/27-20-6/3-0 EA GDS Corp GASMAX II Gas Monitor No Bid #1-320 Template, GDS Model, GMII-4-12-3/0-00-0/3-0 EA GDS Corp GASMAX II Gas Monitor No Bid #1-321 The Meter Display, Remote Wall Display EA No Bid #1-322 Thermal Mass Flow Meter for 6 in pipe 25ft Cable, EA ST80-701,1OO60J2BKACA001 No Bid #1-323 Thermal Mass Flow Meter for 6 in pipe 50ft Cable, EA ST80-701,1OO60J2CKACA001 No Bid #1-324 Thermal Mass Flow Meter for 8 in pipe 25ft Cable, EA ST80-70N0060J2BKAFA001 No Bid #1-325 Thermometer, Resistance Thermometer, 305063 EA No Bid #1-325 Thermostat, Watlow EA No Bid #1-327 Thermowell, Rosemount 114C, EA 114CE0015WAA2SCO27AXT No Bid #1-325 Thermowell, Rosemount 114C, EA 114CE0020TAA2SCO22AXW No Bid #1-329 Top Meter Block; MBH-41 O-CAB-40 EA No Bid #1-330 Tower, 120/120, Eaton FX3100 3.1kVA, 60 Hz, EA Ferrups FX enclosure, FX310001AAA1 Transducer Level EchoMax XPS-15 Ultrasonic No Bid #1-331 continuous, non -contact, 15 in (49.21 ft), for EA liquids and solids." No Bid #1-332 Transducer, Ultrasonic Level EchoMax XPS-15, E EA Cable length: 30m, 7ML1118.OEA30 No Bid #1-333 Transducer, Ultrasonic Level EchoMax XRS-5, E EA Cable Iength:30m, 7ML1106-1CA20-0A No Bid #1-334 Transimitter, Level, Radar, Micropilot FMR20, EA FMR20-1CM910, (FMR20-AAPBMVCEVEE2+R4) No Bid #1-335 Transmitter Coplanar Rosemount 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 Not Bidding NO Bid #1-336 Transmitter Inline Pressure 3051T INLINE EA 2 TRANSMITTER Not Bidding No Bid #1-337 Transmitter Pressure Compact Cerabar PMC21 EA 2 Not Bidding No Bid #1-338 Transmitter, Autrol differential pressure EA 2 transmitter Model (includes shipping) Not Bidding No Bid #1-339 Transmitter, Autrol Differential Pressure, EA 2 APT3100D-5-M11-F1.1S1-M1 Not Bidding NO Bid #1-340 Transmitter, Autrol Differential Pressure, Coated, EA 2 Aluminum Not Bidding No Bid #1-341 Transmitter, Autrol guage pressure transmitter EA 2 Model (includes shipping) Not Bidding No Bid #1-342 Transmitter, Coplanar, Pressure, Rosemount, EA 2 Model 3051 CD2A53 Not Bidding No Bid #1-343 Transmitter, Coplanar, Pressure, Rosemount, EA 2 Model3051CG4A53 Not Bidding No Bid #1-344 Transmitter, Coplanar, Rosemount 305, EA 2 3051CD2A02A1AM4D4S5Q4 Not Bidding No Bid #1-345 Transmitter, Coplanar, Rosemount, EA 2 3051CD2A02A1AS5M4Q4C7 Not Bidding NO Bid #1-346 Transmitter, Coplanar, Rosemount, EA 2 3051CD3A02A1AH2B1E5M4 Not Bidding No Bid #1-347 Transmitter, Coplanar, EA 2 Rosemount,3051 CD2A22A1 AB4M4DA Not Bidding No Bid #1-348 Transmitter, Differential Pressure, E+H Deltabar EA 2 Not Bidding NO Bid #1-349 Transmitter, Differential, Press, PMD75- EA 2 6JU061101 Not Bidding No Bid #1-350 Transmitter, Dual Channel, Analytical, EA 2 Rosemount (56), Model # 56-02.22.38-HT Not Bidding No Bid #1-351 Transmitter, Dual Channel, Analytical, EA 2 Rosemount 56.03.22.38 Not Bidding No Bid #1-352 Transmitter, Gauge, Pressure, 2051TG, Model # EA 2 2051TG3AB11AB4 Not Bidding No Bid #1-353 Transmitter, Hygienic Pressure Transmitter, EA 2 3051HTAA1A31AT32 Not Bidding No Bid #1-354 Transmitter, Inline Pressure Transmitter, EA 2 3051TG3A2B21AM5S5 Not Bidding No Bid #1-355 Transmitter, Inline Pressure, EA 2 3051TG2A2B21AB4K5M5 Not Bidding No Bid #1-356 Transmitter, Inline Pressure, PT# EA 2 3051 TG3A2B21 ADW M4 Not Bidding No Bid #1-357 Transmitter, Inline, Pressure, Rosemount, Model EA 2 3051TA2A21332 Transmitter, MAG 6000,IP67, Nema 4X/6, Not Bidding No Bid #1-358 Polyamid enclosure, With Display, 115-230V AC EA 2 50/60 Hz Not Bidding No Bid #1-359 Transmitter, Meter, Magnetic Flow, Rosemount, EA 2 Model 8712EMR1 Not Bidding NO Bid #1-360 Transmitter, NH3, 01-0087, PCB EA Not Bidding No Bid #1-361 Transmitter, Press, Cerabar S PMC71 Process, EA Transmitter S-Class Not Bidding NO Bid #1-362 Transmitter, Press, PMP71-63N44/101 EA Not Bidding NO Bid #1-363 Transmitter, Press, PMP71-63N51/101 EA Transmitter, Pressure Transmitter, PMP71B- Not Bidding No Bid #1-364 3C9K310 / Cerabar, PMP71 B- EA AABAFJH8AA3PFAIVXJAI) Not Bidding NO Bid #1-365 Transmitter, Pressure, Cerabar, PMP71B- EA 4P4431101 Not Bidding No Bid #1-366 Transmitter, Pressure, Cl2 rail car platform EA Transmitter, Pressure, Differential, Deltabar Not Bidding NO Bid #1-367 PMD75B-2RET3/101, PMD75B- EA AABAFJH37FJGSAJA7B+HB Not Bidding No Bid #1-368 Transmitter, Pressure, Inline, EA 3051TG2A2B21AM4B4Q4RK Not Bidding NO Bid #1-369 Transmitter, Pressure, Rosemount, Model EA 3051CD2AO2A1AM5D4K5K Not Bidding No Bid #1-370 Transmitter, Pressure, Rosemount, Model EA 3051SMV1P41NNN2E11A Not Bidding No Bid #1-371 Transmitter, Pressure, Rosemount, Model EA 3051TG2A2B21AB4Q4D4M Not Bidding No Bid #1-372 Transmitter, Pressure, Smart PMP71B, Cerabrra, EA PMP71B-AABAFJH6AA3KFAIVWJAI Not Bidding NO Bid #1-373 Transmitter, ProMinent Dulcometer DMTa, EA DMTAW090CI OE0000 Transmitter, Radar Level, Continuous, non - Not Bidding No Bid #1-374 contact, 15m range, SIEMENS 7ML5310-1CA06- EA OAAO Not Bidding No Bid #1-375 Transmitter, Radar Level, LRIOOSITRANS EA Not Bidding NO Bid #1-376 transmitter, Rosemount 2051 Coplanar Pressure EA 2051CD2AO2A1AS5MSD4Q4 Transmitter, Rosemount 2088, Not Bidding No Bid #1-377 2088G1S22A1M4B4Q4S5, Gage and Absolute EA Pressure Transmitter Transmitter, Rosemount 2088, Not Bidding No Bid #1-376 2088G3S22A1B4E5S5, Gage and Pressure EA Transmitter Transmitter, Rosemount 2088, Not Bidding No Bid #1-379 2088G3S22A1K6S5, Gage and Absolute Pressure EA Transmitter Transmitter, Rosemount 2088, Not Bidding No Bid #1-380 2088G3S22A1M4E5T1Q4S5, Gage and Absolute EA Pressure Transmitter Not Bidding No Bid #1-381 Transmitter, Rosemount 248R Temperature EA Transmitter, 24BRANARK Not Bidding No Bid #1-362 Transmitter, Rosemount 3144P, Temperature, EA 3144PD1AINABSQ4XA Not Bidding No Bid #1-363 Transmitter, Rosemount Coplanar 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 Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding Not Bidding No Bid #1-384 I Transmitter, Rosemount Coplanar CD2 EA 2 NO Bid #1-385 Transmitter, Rosemount Coplanar CG4 I EA 2 No Bid #1-386 Transmitter, Rosemount Coplanar PT# EA 2 3051CD2A22A1ADWM4 No Bid #1-387 Transmitter, Rosemount Coplanar PT# EA 2 3051CD3A22A1ADWM4 No Bid #1-388 Transmitter, Rosemount Coplanar Transmitter, EA 2 3051 CD3A02A1 AH2 NO Bid #1-389 1 Transmitter, Rosemount Coplanar Transmitter, EA 2 - 3051CD3AO2A1AH2E5M4S6 No Bid #1-390 Transmitter, Rosemount Coplanar Transmitter, EA 2 3051CD4A02A1AK6S5 No Bid #1-391 Transmitter, Rosemount Coplanar, EA 2 #3051CG4AO2A2AM4D4B8H2P2Q4 I No Bid #1-392 Transmitter, Rosemount Coplanar, EA 2 3051CD2AO2A1AH2M5B7 No Bid #1-393 1 Transmitter, Scalable MultiVariable Pressure EA 2 No Bid #1-394 Transmitter, Scalable Pressure Transmitter, # EA 2 305l S2CD2A2El2A2EK5MB I No Bid #1-395 Transmitter, S-Class, Differential, PMD75B- EA 2 4PK6/0, Deltabar EA 2 No Bid #1-396 Transmitter, Sensor, NH3, B12-15-6-0100-1 NO Bid #1-397 I Transmitter, Temp, TMT162- EA 2 1 H47/0.(88OC1923223) No Bid #1-398 Transmitter, Temp, TMT162- EA 2 1 H47/0.(890BE123223) No Bid #1-399 Transmitter, Temperature, Rosemount 3144, EA 2 Model 3144PD1A1E5 No Bid #1-4o0 Transmitter, Temperature. Rosemount, EA 2 644HANAM5F6Q4 NO Bid #1-401 TRANSTECTOR, ENCLOSURE, 18X16X10, EA 2 - POLYCARBONATE WEATHERPROOF NO Bid #1-402 1 Tubing, PVC Tubing, 1/6" I.D. x 1/8" O.D. Part No EA 2 - 44-0333 NO Bid #1-403 Tubing, Tygon Tubing, 1/8" I.D. x 1/8" O.D. Part EA 2 - No.44.0334 No Bid #1-404 UltimaX5000 Gas Monitor/A-X5000-0-F-0.0-0.31- EA 2 31.0 / Chlorine No Bid #1405 UltimaX5000Gas Monitor /A-X5000-0-F-0.0-0.40- I EA 2 40-0 / Ammonia No Bid #1406 UltimaX5000 Gas Monitor / A-X5000-0-F-0-10-32- EA 2 - 00.0, Chlorine 0-20 PPM No Bid #1-407 Universal Level Controller, SITRANS LT500, EA 2 - HydroRanger No Bid #1-408 Valve, Ball, IRS Series, SVF EA 2 M Not Bidding No Bid #14o9 Valve, block and bleed valve, Model IVI-BB-SQ EA 2 - Not Bidding NO Bid #1410 Valve, Block and Bleed, 316, Stainless Steel, EA 2 - Model IVT-BB-SQ Not Bidding NO Bid #1411 Valve, Check, 1.5" FPT Inlet/Outlet, 1-1.5 PSI EA 2 - cracking pres Not Bidding No Bid #1412 Valve, Header, Ammonia, MV-1A EA 2 - Not Bidding NO Bid #1413 Valve, Vacuum Trim, CI-2, VTV-10K-CL2 (For EA 2 - Chlorine), 55-1-1 Not Bidding No Bid #1414 Valve,BI-Eccentric Plug, Flange, 100 % PortlDirect EA 2 2" OP Nut/ Not Bidding NO Bid #1415 VLT Control Panel LCP 102-Item ID: 130131107 EA 2 - Not Bidding NO Bid #1416 VM-150.1 Vacuum Monitor EA 2 - Not Bidding NO Bid #1417 Wall Mount, Wall mounting unit, 4x 1/2 NPT cable EA 2 - glands Not Bidding No Bid #1418 Waterpilot FMX21, Hydrostatic Level EA 2 Measurement Transmitter Not Bidding No Bid #1419 Weather Station, ER0000 / WE900 4-20mA EA 2 - Not Bidding No Bid #1420 Weight Processors, Analog & Ether Net IIP, with EA 2 display, HI 6510-WP-10-EIP $ 249,544.00 $ 249,544.00 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 jPrime Controls IPVS DX, Inc. (Macaulay Controls IG.K. Techstar, LLC (Omicron Controls, Inc IABB, Inc. lFrank Clark & Associates, Inc IlEvaluation Factors l Ila• IIb• III• IId• IlTotal 1116 1116 Ill 6.67 110.15078 1148.67 II15.33 p16 1116.67 111.585 1148 47.33 115 .55 1115.33 15.33 16.67 I�0.83748 I�16 0.112843 I�47.33 II15.33 II15.33 1115.33 1120 1146 II 15. 33 II 15.33 II 15.33 II0. 95871 I�46 http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025 IVector 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 IJ I15.33 I�l I�0.64662 I�46 115.33 15.33 15.33 14.67 45.33 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 (FIDs): TO Fund Department Account Project Program ctivity I Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program ctivityl Budget Reference # Amount ID ID I Year I (Chartfield 2) CERTIFICATIONS: Reginald Zeno (8517) Submitted for Citv Manager'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 Brandy Hazel (8087) Additional Information Contact: LaKita Slack -Johnson (8314) ATTACHMENTS 1. 1295 - ABB.pdf (CFW Internal) 2. 1295 - Macaulev.pdf (CFW Internal) 3. 1295 - Omicron.pdf (CFW Internal) 4. 1295 - Vector.pdf (CFW Internal) 5. 1295 AV Water.pdf (CFW Internal) 6. 13P25-0123 INSTRUMENTATION EQUIPMENT AND RELATED SVS LSJ WATER funds avail.docx (CFW Internal) 7. 295 HB Svstems Inc.pdf (CFW Internal) 8. ABB SOS.pdf (CFW Internal) 9. FID TABLE - Instrumentation.xlsx (CFW Internal) 10. Form 1295 Certificate Frank.pdf (CFW Internal) 11. Frank SOS.pdf (CFW Internal) 12. Prime 1295.pdf (CFW Internal) 13. Request for Waiver Approved Siqned Water.ndf (CFW Internal) 14. SOS - Macaulev.pdf (CFW Internal) 15. SOS AV.pdf (CFW Internal) 16. SOS GK Techstar. LLC.pdf (CFW Internal) 17. SOS HB Svstems, Inc..pdf (CFW Internal) 18. SOS Omicron Controls, Inc.pdf (Public) 19. SOS Prime.pdf (CFW Internal) 20. SOS PVS DX, Inc..pdf (CFW Internal) 21. SOS Vector Controls. LLC..pdf (CFW Internal) 22. TechStar Form 1295 Certificate 101373865.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025