HomeMy WebLinkAbout064487 - General - Contract - Vector Controls, LLCCity Secretary Contract No. 64487
FORTWORTH,
'1111ir
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 Vector
Controls, LLC ("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. Total
compensation under this Agreement will not exceed Two Million Five 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 OFFICIAL RECORD page 1 of 12
CITY SECRETARY
FT. WORTH, TX
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 (INCL UDINGALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCL UDING 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 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:
Vector Controls, LLC
Jeff Kramm, Inside Sales
2200 loth Street Suite 300
Plano, TX 75074
Facsimile: 972-422-1743
14. Solicitation of Emplovees. 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 Mai eure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or its Exhibits.
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. Immigration 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 Bovcottinu Enerev 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.
(signature page follows)
Vendor Services Agreement Page 9 of 12
City Secretary Contract No.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By: &aath�
Name: e
Title: Assistant City Manager
Date: 11/05/2025
APPROVAL RECOMMENDED:
By: dwfia f' d &r
Name:crk;hff0 er(bCt 27, 2025 17:30:56 CDT)
Title: Water Director
ATTEST:
�FORj�O
C!'g .1d
{ dA*°Ai d
By:
Name: rnnette Goodall
Title: City Secretary
1T/-&'1 '
Vector Controls, LLC
Jef f Kra
By:
Name: Jeff Kramm
Title: Inside Sales Engineer
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: Q e,.L.,
Name:SlShal gbPar r ad 27, 2025 09:59:34 CDT)
Title: Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: 4&01�
Name: DD400gsffi(Oct 29, 2025 10:17:23 CDT)
Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0774
Form 1295:2025-1337588
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 10 of 12
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!
Project Ref# 24-00nn; Project Title
Not Bidding
No Bid
#1-1
Services, Field, Hourly Rate, 8:00am to S:OOpm, HR
Monday thru Friday
Not Bidding
No Bid
#1-2
Services, Field, Overtime Hourly Rate, 5:01 pm to HR
7:59am, Monday thru Sunday, Holidays
Not Bidding
No Bid
#1-3
Services, Shop, Hourly Rate, 8:OOam to S:OOpm, HR
Monday thru Friday
Not Bidding
No Bid
#14
Services, Shop, Overtime Hourly Rate, 5:01 pm to HR
7:59am. Monday thru Sunday, Holidays
Not Bidding
No Bid
#1-5
Services, Startup & Commissioning, Tier 1, EA
STARTUP
Not Bidding
No Bid
#1-6
10 PPM CTE, Dulcotest Measurement Transducer EA
Monitor PKG wl Liner Polarization Resistance
Success: All values provided
Bid
#1-7
3WPS SWITCH, AL, NEMA 4, .5-30PSI, SPDT, EA
ADJ, SCREW TERM
Success: All values provided
Bid
#1-8
3WPS SWITCH, AL, NEMA 4, 3-85PSI, SPDT, ADJ, EA
SCREW TERM
Success: All values provided
Bid
#1-9
3WPS SWITCH, AL, NEMA 4, 6-340PSI, SPDT, EA
ADJ, SCREW TERM
Not Bidding
No Bid
#1-10
Actuator, Electric, 120VAC EA
Actuator, GS Motor -Valve with acuator type 2030,
Not Bidding
No Bid
91-11
Nominal size: 2" (Cv 14) 8038/050VTEI-AM-lS-B- EA
Z-S-247X
Not Bidding
No Bid
#1-12
Actuator, Rotaory w/ Hardware for Field EA
Mounting, 11-409
Not Bidding
No Bid
#1-13
Actuator, Rotary, w/Customer Supplied Valve, 11• EA
Acuator, Multi -Turn wl Beck Supplied Gearbox
Not Bidding
No Bid
#1-14
EA
with Adaption
Not Bidding
I No Bid
#1-15
Adapter Collar, 5/8 UNF (Internal) to 314 UNF EA
(external), APT -PAN
Not Bidding
No Bid
#1-16
Adapter Plate, for PanelView, Seale, Clayton EA
Not Bidding
No Bid
#1-17
Analog, Pulse, Kit, DIN Model, DC Power Adapter EA
Not Included
Not Bidding
No Bid
#1-18
Analytical Technology I Q46-66-1-1 Sulfite Auto- EA
Chem Monitor
Not Bidding
No Bid
#1-19
Angle Mounting Bracket, For Pressure EA
Transmitter, Stainless
Not Bidding
No Bid
#1-20
Asembly, Adjustment Scree, Teflon Sleeve, PRH- EA
Not Bidding
No Bid
#1-21
Ashcroft, 2" Model 81, Isolation Ring, 316L body, EA
end plates
Quantity unit Price Brand and Make Total Cost
Required
250
150
250
150
3
3
3
3
2
2
2
2
2
2
2
2
2
2
2
N
2
$ 775.45 Winters $ 2,326.35
$ 775.45 W Inters $ 2,326.35
$ 775.45 Winters $ 1,550.90
Automatic Valve, Wall Panel Series1000 Omni-
Not Bidding
#1-22
EA
Valve,1000 PPD, Chlorine
Not Bidding
No Bid
#1-23
Autrol Differential Pressure Transmitter, EA
APT3100D-5-M71-F1-
Not Bidding
NO Bid
#1-24
Autrol Gauge Pressure Transmitter, APT3200G-4- EA
M11-I'll-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
#1-30
Blower, Back Panel, with M340 PLC, Control EA
Bolt, Ashcroft, Bolt Thru Isolation Ring 1 1/2"
Process connection, Buna-N Iliner, 316L SS End
Not Bidding
No Bid
#1-31
plat and Hub material, 114" 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
MAG500016000,2x 20m Cable Kit
Not Bidding
No Bid
#1-37
Cable Remote Teflon Insulated 18ga five EA
conductor 25ft.
Not Bidding
No Bid
#1-36
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
#1-4o
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
#142
Cable,Universal Cntrl Cable,5-pin Round Plug,5- EA
Wire 6ft(2m)
Not Bidding
NO Bid
#143
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
#145
Calibration Gas, 75PPM NH3/N2, 58L-13-75 EA
Not Bidding
No Bid
4146
Calibrations, Mag Meters, Service, 21 meters, EA
different sites
Not Bidding
NO Bid
#147
Capacitive Proximity Sensor, 15mm nonflush EA
range, 30 mm diam
2
P]
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 #1-48 Certification,Calibration&Certification of the EA 2
UA&Ubmeters at village creek WWTP
Not Bidding NO Bid #1-49 Charger, Power supply, Rosemount EA 2
Not Bidding No Bid #1-50 Chlorine, 2 ppm, calibration gas, 58L-252-2 EA 2
Success: All values provided Bid #1-51 CHLORINE, CLX, ONLINE, 20040 EA 2 $ 5,173.33 HF Scientific $ 10,346.6E
Not Bidding No Bid #1-52 Chlorine, Source, Genie, GDS, -.5 to 50 ppm, EA 2
10hrs,1250-00
Not Bidding NO Bid #1-53 Communicator Device Base AMS Trex Platform EA 2
TREXCHPKLWS3S
Communicator, Emerson Rosemount, TREX
Not Bidding No Bid #1-54 Device Code-L Upgrade from TREXCHPKLWS3S EA 2
to TREXLHPKLWS3S
Not Bidding No Bid #1-55 Connnector, Tubing, Buffer Pickup # 44-0114 EA 2
Contegra Submersible Level Transducer wl
Controller SLX130 Tranducer w/ 30 ft Cable,
Not Bidding No Bid #1-56 Nema 4x Enclosure w/ sealed breather assembly, EA 2
T4116 Signal conditioning/ scaling module,
T4512 Interface/ Display Mounted to T4116 2
Independently adjustable N.O. Form
Not Bidding No Bid #1-57 Contegra Submersible Level Transmitter,15 PSIG EA z JME
Max Sensor Ra
Controller Level Siemens Hydro Ranger 200 HMI
7ML5034-4AA01 1 = Mounting: 4 BUTTON
Not Bidding No Bid #1-58 HMI,Wall mount, standard enclosure A = Input EA 2
voltage: 100 to 230 V AC A = Number of
measurement points : Single point system, 6
relays" all
Success: All values provided Bid #1-59 Controller, ConsoliDator+MultivariableController, PD90000-GP-8AI-IORY-E EA 2 $ 3,895.00 Precision Digital $ 7,790.00
Controller, DULCOMETER DACb,
DACBWOO6VA4000010010EN, 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 sls 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-OVI-SVI-PV2-V 1-S4-C25
Not Bidding No Bid #1-62 Controller, PID, Cascade option EA 2
Controller, PM Plus, Panel: 1/8th DIN Horizontal,
Not Bidding No Bid #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, SENTRYSTD'o, BPT, 32RLY, OAO, EA 2
Controls, Eastech Flow Controls Model 4400
Not Bidding No Bid #1-66 Complete set for use with 1280 or 640KHZ EA 2 -
Transducer
Not Bidding NO Bid #1-67 Controls, Flow, Eastech, FBSA Sensor W/ 50 FT EA 2
Cable
Not Bidding No Bid #1-68 Controls, Flow, Eastech, Model 2210 with Model EA 2
FBSA Tranducer
Controls, Flow, Eastech, Model 4700, Complete,
Not Bidding No Bid #1-69 (2 path electronics complete w/ NEMA EA
4enclosure + display) Part # 544766-0002X
Controls, Flow, Eastech, Model V20WT (P/544757•
Not Bidding
No Bid
#1-70
0102) Ultrasonic Transducers (640KHZ) with 50-
EA
2
-
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757•
Not Bidding
No Bid
#1-71
0102), Ultrasonic Transducers (640KHZ) with 100.
EA
2
-
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757•
Not Bidding
No Bid
#1-72
1102) Ultrasonic Transducers (640KHZ) with 50-
EA
2
-
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757•
Not Bidding
No Bid
#1-73
1102), Ultrasonic Transducers (640KHZ) with 100.
EA
2
foot cables
Not Bidding
No Bid
#1-74
Coplanar Transmitter, Rosemount,
3051CD3A02A1AS5M5D4
EA
2
J
Not Bidding
No Bid
#1-75
Delivery, Pickup, Onsite, Rate Per Mile,
EA
2
Not Bidding
No Bid
#1-76
Demister II, Carbon Steel, 112 in NPT, 5DEM06
EA
2
Not Bidding
No Bid
#1-77
Disc, Protection, Grounding, Promag, KDSGD-
EA
2
1FAEL
Not Bidding
No Bid
#1-78
Display, LCD, Aluminum Meter Cover, 2 Line, Kit
EA
2
Spares, Hart 7, PB-Free, 03031-0199-0011
Not Bidding
No Bid
#1-79
Display, LCD, UBD #6, Kit, PB-Free, Spares,
EA
2
03031-0199-0001
Success: All values provided
Bid
#1-80
Display, Panel, Digital, Precision, PD765-6R0-00,
EA
2
$ 290.00 Precision Digital $ 580.00
Not Bidding
No Bid
#1-81
Display, play, plug, Rosemount, Model
EA
2
#644HANAJ6F6M5XA
Success: All values provided
Bij
#1-82
Display,VU331, Version 2
EA
2
$ 309.10 Endress+Hauser $ 618.20
Not Bidding
No Bid
41-83
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
No Bid
#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-Gl
Not Bidding
No Bid
#1-as
Ferrups, 189M full load, 405M half load, FX
EA
2
48VDC EBM - 70Ah/2 Strings/48V, FXEBM01
Not Bidding
No Bid
#1-so
Field Services, Meter Calibrations, UA+UB
EA
2
Effluent
Not Bidding
No Bid
#1-91
Filter, Air Filter, Part No. 44-0339
EA
2
-
Not Bidding
No Bid
#1-92
I 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
4X 304SS
Not Bidding
NO Bid
#1-94
Filter, Back Panel, 6-7, with RIO Hardware EA
Not Bidding
NO Bid
#1-95
Filter, Enclosure, 8-9, with RIO Remote, 1/0 Panel, EA
NEMA 4X 304SS
Not Bidding
No Bid
#1-96
Filter, Enclosure, 10-12, With RIO Hardware EA
Not Bidding
NO Bid
#1-97
Filter, Panel, Master Control Panel, PLC EA
Hardware, Modicon M580
Not Bidding
No Bid
#1-98
FilterSmart Controllers, Ext RF, 50ft cables, 00- EA
1983
Not Bidding
No Bid
#1-99
FilterSmart Power Supply with RF, 00-1992 EA
Not Bidding
No Bid
#1-loo
FilterSmart sensor with 20ft cable, 00-1808 EA
Fitting, Compression, 3/4" x 314" MNPT, 316 SS
Not Bidding
NO Bid
#1-101
Ferrules, Single Point Mass Flow Element, PT# EA
759031-22-32
Not Bidding
No Bid
#1-102
Flange, Screw in, FAX50 EA
Flanged Ejectors, 2 inch, (Specify PPD, Nozzle,
Not Bidding
No Bid
#1-103
EA
Throat Size)
Not Bidding
No Bid
#1-104
Flow Meter Compact Orifice 3051 SF FLOW EA
METER
Not Bidding
NO Bid
#1-105
Flow Meter, Electromagnetic, SITRANS FM MAG EA
5100 W, 8", #7ME6520-4PJ13-2AA2
Success: All values provided
Bid
#1-106
Flow Meter, Electronic Prosonic Flow 200 EA
Flowmeter, XPD0002-101410 (XPD0002-A2)
Success: All values provided
Bid
41-107
Flow Meter, Prosonic Flow B 200, 9B2B1 F, EA
DN150 6", 9132131 F-3QK8/101
Not Bidding
NO Bid
#1-108
Flow Meter, Siemens, Sitrans FS220, 7ME3570- EA
1JA40.OFR1
Not Bidding
NO Bid
#1-109
Flow Meter, Transparent GPH Scale with EA
oPVC,
9
Not Bidding
No Bid
#1-110
Flow Sensor, Electromagnetic, SITRANS FM MAG EA
5100 W, 7ME6520-4HJ13-2HE2
Not Bidding
No Bid
#1-111
Flow Sensor, Sitrans FM MAG 1100, EA
Electromagnetic, Siemens
Flow Sensor, W Electromagnetic Flow Sensor,
Not Bidding
NO Bid
#1-112
DN15 to ON 1200 Flanged, Suitable for Volume EA
Flow Measurement of Liquids
Not Bidding
No Bid
#1-113
Flow, Prosonic, 93C6H Inline, DN600 24", 93C6H- EA
LHLC2AACBAAA
Success: All values provided
Bid
#1-114
Flow, Ultrasonic, 93TA1-5PK8/0 E+H EA
Success: All values provided
Bid
#1-115
Flowmet, Electromag, Promag P500 5P5B1 F- EA
43F410
Flowmeter, Eastech 4400 Ultrasonic Flowmeter,
Not Bidding
No Bid
#1-116
P/N UF4400-STD-VL640100-C V20WT 640 KHZ EA
316Ss Wetted Sensor. 100 FT Transducer Cable
2
4
N
2
2
2
2
2
2
2
2
2
2
2
2
$ 3,208.09 Endress+Hauser $ 6,416.18
$ 15,381.99 Endress+Hauser $ 30,763.98
2 $ 9,075.70 Endress+Hauser $ 18,151.40
20 1 -
Not Bidding
Success: All values provided
Success: All values provided
Flowmeter, Eastech flow control transit time,
NO I_.,w #1-117 Model 4400 640, 100' cables, transducer mount
hardware for use on 12" pipe
Flowmeter, Endress Hauser Ultrasonic, 91WA1-
#1-118 AA2C20AKB5AA
-4
Bid #1-119 Flowmeter, Prosonic Flow, 93T, Portable
EA
EA
EA
2
2
$ 8,092.92 Endress+Hauser $ 16,185.84
2
$ 15,804.13 endress+Hauser $ 31,608.26
Flowmeter, Ultrasonic, Proline Prosonic Flow,
Success: All values provided
#1-120
91 WAII, Endress Hauser, Clamp on 1Ch Set,
EA
2
$ 6,830.29 Endress+Hauser $ 13,660.58
I
91 WA1-AA2B20ACB4AA
Not Bidding
No Bid
#1-121
Gas Analyzer Accessory, AMI, Guardian Base
EA
2
Design, no regulator included, 5GRD02
Gas Monitor, UltlmaX5000, LEL Methane 5
Not Bidding
No Bid
#1-122
Stainless Steel, 3/4" NPT Conduit Entry, A-X5000-
EA
2
0-M-10-AA-20-0
Not Bidding
No Bid
#1-123
Gas Monitor, UltimaX5000, LEL-Methane 5.0%
EA
2
Not Bidding
NO Bid
#1-124
Gas, C12, PCB, 01-0015 All-11
EA
2
Not Bidding
No Bid
#1-125
Gas, NH3, PCB, 00-0016
EA
2
Not Bidding
No Bid
#1-126
Gasket, Lead, GAH-LED-1010
EA
2
Not Bidding
No Bid
#1-127
Gauge, Pressure, diaphragm pressure gauge
EA
2
PGL-300-WE-NH3
Gauge, Yokogawa Dpharp, Digital Mount Garage
Not Bidding
ivy —
#1-128
Pressure Digital Mount Garage Pressure
EA
2
Transmitter
Not Bidding
No Bid
41-129
Generator, Gas, Ammonia, Genie, GDS, 10ppm
EA
2
to150,1250-0043
Not Bidding
No Bid
#1-130
Generator, Gas, Genie, Toxic Gases, 1250-0041
EA
2
Success: All values provided
Bid
t#1-131
Glycerin, Fill, GF-D
EA
2
$ 53.24 Winters $ 106.48
Not Bidding
NO L
#1-132
Grounding Ring, C22, MAG 1100 DN2/10, Item
EA
2
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
2
Mixed 1/0 Modules, 12 Channel (8 AI/D#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
Heating Cable, Self Regulating, 8 WATT at 50
_
Not Bidding
NO Bid
# 1-135
EA
2
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
2
prediction of battery exhaustion in advance.
Not Bidding
No Bid
41-137
Hydroranger, Siemens Dual Point, 6 Relays, 100-
EA
2
230 VAC, 7ML6003-1BC00-1AA3
Not Bidding
No Bid
#1-138
HydroRanger, Siemens, 200 HMI Hydro Ranger
200 HMI
EA
2
HydroRanger, Siemens, 200 Ultrasonic, 7ML6003-
Not Bidding
No 1
#1-139
1 BC00-1 AA3
EA
2
-
I
Not Bidding
NO Bid
#1-140tH"'.Ranger,
Siemens, Single Point, 6 Relays,
EA
2
100-230 VAC. 7ML6003-1 AC00-AA3
Hygrometer, Easidew Advanced Online
Not Bidding
No Bid
#1-141
Hygrometer
Indicator, NEMA 4X, Loop -Powered
EA
2
Not Bidding
No Bid
#1-142
EA
2
#1-143
In -Line Manifold Rosemount 306
EA
2
Not Bidding No Bid
Not Bidding
NO Bid
#1-144
Inline Pressure Transmitter,
EA
2
3051TG3A2B21 AS5M5
#1-145
EA
2
Success: All values provided
Bi
Insertion Flow Meter, Ozone, 454FTB-12-HT
#1-146
EA
2
Success: All values provided
Intake Assy CLX, Replacement HF, 24975S
#1-147
JB5000 Junction Box, 3/4" NPT, FM/10213892
Keypad/Display Unit MAG5000/6000 IP67 / FDK-
EA
2
Not Bidding No Bid
Not Bidding
NO Bid
#1-148
EA
2
0851.11039
Kit amplifier 931 CH WEA EX
Kit dlsp.50/51/80/90/65 Wall >=V1.06.00
Not Bidding
NO Bid
#1-149
EA
EA
2
2
Not Bidding
NO Bid
#1-150
Not Bidding
No Bid
#1-151
Kit display 10191 W with keyboard
EA
2
Not Bidding
NO Bid
#1-152
Kit Display, mod 50151180/65, >=V1.06.00
EA
2
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
DKSGC-1 FL
Not Bidding
No Bid
#1-155
Kit, PM, differential, preesPsure, regular, KTH-6000-
EA
2
Not Bidding
No Bid
#1-156
Kit, PM, for 12" Gas FINH3 Meter, KTH-2000-RMS-
EA
2
Not Bidding
No Bid
#1-157
Kit, PM, OV-1000, (20 0 p d), CL2, KTH-040-OV-
EA
2
Not Bidding
NO Bid
#1-158
Kit, PM, Series 3000, remote meter panel,
EA
2
2000ppd, KTH2O00-R
Not Bidding
No L._.
#1-159
Kit, PM, Series 6000, regulator, KTH-1000-PRV-
EA
2
Not Bidding
NO
#1-160
KIT, POLE MOUNT, TEF-PMT13
EA
2
Success: All values provided
Bid
#1-161
KIT, REAG., 30 DAY TOTAL JAW CLX, 9952
EA
2
Kit, Rosemont Analytical Equipment 1 ea:
Not Bidding
No —
#1-162
Rosemont Analytical 56 Dual Input Analyzer, 3
EA
2
ea: Rosemont PH probes, 3 ea: Rosemount
Variopol Cables
Not Bidding
NO Bid
#1-163
Kit, Submersion, Mag Meter Terminal Box,
EA
2
FDK:085U0220,
Not Bidding
NO Bid
#1-164
Kit, Wall Mount, Remote Mounting Transmitter,
EA
2
FDK:085U1053
Not Bidding
No Bid
#1-165
Leak Sensor, Ammonia 0-100 PPM XCELL
EA
2
Technology, A-5K-SENS
$ 7,238.00 Kurz $ 14,476.00
$ 577.17 Kurz $ 1,154.34
$ 56.62 I Endress+Hauser I $ 113.24
$ 81.62 HF Scientific $ 163.24
Not Bidding
No I
#1-166
Level Controller, Sitrans LT500 Universal,
EA
2
Hydroranger, 7ML6003-OAC20-1 AA3
Success: All values provided
Bid
#1-167
Level, Radar, Endress+Hauser Radar, FRM20-
EA
2
$ 1,409.72 Endress+Hauser $ 2,819A4
1633/0, FMR20-AAPBNVCEXR01+R3
Success: All values provided
#1-168
Level, Radar, Endress+Hauser, FRM20-15X7/0,
EA
2
$ 1,443.82 Endress+Hauser $ 2,887.64
FMR20-AAPBNVCEXR02+R3
Not Bidding
No Bid
#1-169
License, Telog Instruments Enterprise Client
EA
2
Term License
Load Point, 330 KLB/ 150mt, Hermetic Sealed
Not Bidding
No Bid
#1-170
IP68, C2, Rocker Load Sensor, 50' cable, HI
EA
2
LPRC03-33OK-41 C
Not Bidding
NO Bid
#1-171
MAG, F M, 5100 W, Sitran, Siemens 7ME6580
EA
2
Not Bidding
NO Bid
#1-172
Mag, Siemens, 5100W, 6", Hard Rubber, Mag
EA
2
6000, 115-230 VAC, 7ME6520-4HJ13-2JA2
Not Bidding
NO Bid
#1-173
Maintenance, Telog Enterprise Maint., 150
EA
2
Site/9500 Measurements
Not Bidding
NO Bid
#1-174
Maintenance, Telog Maintenance, Enterprise
EA
2
Client
Not Bidding
No Bid
#1-175
Manifold, 3 Valve, Model IVI-3VMT (includes
EA
2
shipping)
Not Bidding
No Bid
#1-176
Manifold, 5 Valve, Model IVI-5VMT (includes
EA
2
shipping)
Success: All values provided
Bid
#1-177
Manifold, Black&Bleed valve, DA63M, DA63M-
EA
2
$ 531.99 Endress+Hauser $1,063.98
1082/0
Success: All values provided
I
#1-178
Manifold, E+H Block & Bleed Valve
EA
2
$ 531.99 Endress+Hauser $ 1,063.98
Not Bidding
No Bid
#1-179
Manifold, In -Line, Rosemount 306 PT#
EA
2
0306RT22AA11
Not Bidding
No Bid
#1-180
Manifold, Inline, Rosemount 306, Model
EA
2
0306RT22BAl l
Not Bidding
No Bid
#1-181
Manifold, Rosemount 305 Integral
EA
2
0305RC321311134
Not Bidding
No Bid
#1-182
Manifold, Rosemount 0304, Conventional,
EA
2
0304RT32B11
Not Bidding
No Bid
#1-183
McCrometer FPI mag meter converter
EA
2
Not Bidding
No Bid
#1-184
McCrometer insertion magnetic flow meter,
EA
2
lengths TBD (FPI model)
Not Bidding
NO Bid
#1-185
Membrane Cap, Spare, Orange, 2/5/10 ppm,
EA
2
792862, chlorine sensor
Not Bidding
No Bid
#1-186
Membrane, caps (2ea), spare, 740048 and 50mL
EA
2
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 (50OPPD)
EA
2
Not Bidding
No Bid
#1-190
Meter Tube12" with Magnet (2000PPD)
EA
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
7000060(TB D)10KAC0001
Meter, Flow Meter, EtherMeter SCADA
Not Bidding
No Bid
#1-195
EtherMeter SCADA/Meter Gateway; F/w Ver:
EA
2
v258
Meter, Flow, Eastech Model 4400 with V20WT 320
Not Bidding
No Bid
#1-196
KHZ hot shot transducers with 50-ft transducer
EA
2
cables
Success: All values provided
Bid
#1-197
Meter, Flow, Thermal, Model 454FTB-12-HT,
EA
2
$ 7,238.00 Kurz $ 14,476.00
756053a2-32-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, 1/8 DIN
Success: All values provided
Bid
#1-199
Meter, Panel, Digital, PD765-6R0-00
EA
2
$ 290.00 Precision Digital $ 580.00
Not Bidding
No Bid
41-200
Meter, Thermal Mass Flow Insertion Air & Gas
EA
2
Mass, FCI, ST80-A000120F10HABL001
Success: All values provided
Bid
#1-201
Meter, Trident Process & Temperature digital
EA
2
$ 336.00 Entlress+Hauser $ 672.00
panel, PT# P13765-6110-10
Meter,Flow,Eastech Model 4400, 2 Model,
Not Bidding
,.
#1-202
V20WT,50ft Transducers, tin Bronze ball valves
EA
2
Success: All values provided
Bid
#1-203
Micropilot, FMR20-4KW7/0, Endress + Hauser
EA
2
$ 1,478.73 Endress+Hauser $ 2,957.46
Success: All values provided
Bid
#1-204
MicroPilot, Radar Level FMR204KW7/0,
EA
2
$ 1,478.73 Entlress+Hauser $ 2,957A6
AAPBMVCEVEEA
Success: All values provided
Bid
#1-205
Micropilot, Radar Level Transmitter FMR20,
EA
2
$ 1,512.01 Entlress+Hauser $ 3,024.02
FMR20-2X5110, (FMR20-AAPBNVCEXR03+R3)
Success: All values provided
Bid
#1-206
Micropilot, Radar Level Transmitter FMR20-
EA
2
$ 1,544.31 Endress+Hauser $ 3,088.62
CBPBNVCERPF2+Z1
Success: All values provided
Bid
#1-207
Mircropilot, FMR20, FMR20-AAPBMVCEVEE2,
EA
2
$ 1,304.35 Endress+Hauser $2,608.70
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
FA
2
Not Bidding
No Bid
#1-211
Module, I/O 2-wire, 4-20mA, HART, PFS, 4-20mA
EA
2
input, XPD0018-102010, (XPD0018-AD00)
Not Bidding
No Bid
#1-212
Module, USM II, MODBUS RTU Modul
EA
2
Not Bidding
No Bid
#1-213
Monitor, Analytical Technology Sulfite Monitor
EA
2
Q46S/66-1-1 including freight
Not Bidding
No Bid
#1-214
Monitor, Vacuum, VM-150
FA
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/N36-0051
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
Success: All values provided
Bid
#1-225
Oxygen, Clean and Bag per CGA G4.1., PT# EA
759080,971710277A
Success: All values provided
#1-226
PDA, PDA2929 Painted Steel, CSA, UL1C-UL EA
Success: All values provided
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
1 OOOPPD-NH3 (50OPPD)
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
(RM H-2000-C L2/SO2
Polyamid Enclosure, W/Display / 7ME6910-1AA10-
Not Bidding
No Bid
#1-232
1AA0 MAG 5000, IP67 / NEMA 4X/6, 115-230V AC EA
50160 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
#1-236
Pressure Regulator, Series 6000 (500 PPD NH3) EA
Not Bidding
No Bid
41-237
Pressure Regulator, Valve, Omni, Wall Panel, EA
WPOV-1000, CL210000 PPD -2" Pipe
Pressure Switch Ashcroft L-Series Differential
LDDN4KKB25XFS Epoxy coated, dual setpoint,
Not Bidding
No Bid
#1-23B
fixed deadband. Dual narrow deadband. Buna-N EA
actuator seal.''/." NPT female pressure
connection. Factory adjusted setpoint. 30 psid.
Success: All values provided
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
2
$ 346.00 Precision Digital $ 692.00
2
2
1 -
2
2
N
2 $ 1,531.61 Endress+Hauser $ 3,063.22
Not Bidding
NO d #1-240
Prosonic Flow 93, transmitter
EA
2
I
Success: es provided
Bid #1-241
Prosonic Flow W 400, 9W4BA1, 9W4BA1-1 HU7/0
EA
2
$ 8,229.44 Endress+Hauser $ 16,458.88
1 Set
Success: All values provided
Bid #1-242
Prosonic,$FMU90, FMU90-RllCA161AAlA
EA
2
$2,313.12 Endress+Hauser $4,626.24
Not Bidding
No Bid #143
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
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 #1-248
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 Control ler/Transmitter,
EA
2
McCrometer, PC-RA1
Repair, Electronic Replacement, Bench
Not Bidding
NO Bid #1-251
Calibration Serial Number: 691923; Replace
EA
2
corrision damaged electrionics and bench
calibrate to latest data on file
Not Bidding
No Bid #1-252
Replacement Board, Advanced, Omni -Valve
EA
2
1000, OV-1000-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, 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
Sample Block, 5/8" UNF SS (with 1/8in NPT inlet
Not Bidding
No the 41-257
& outlet ports)
EA
2
Not Bidding
NO Bid #1-258
Seal Kit, Green Lighted End, Hazardous
EA
2
Locations
Success: All values provided
Bid #1-259
Seal, Industrial, #70 SEAL - 316 ST. / ST. 1"
EA
2
$179.81 Winters $ 359.62
BOTTOM, D70964, Winter
Success: All values provided
Bid #1-260
Seal, Industrial, #70 SEAL ,316 ST / ST 1 / 2" NPT
EA
2
$ 198.73 Winters $ 397.46
TOP, D709, Winter
Success: All values provided
flow, Set, Prosonic Flow W, Endress
EA
2
$ 2,277.33 Endress+Hauser $ 4,554.66
Jj#1-26Sensor
Hauser, DK9WS-AA
Success: All values provided
Bid #1-262
W, Endress
Sensor flow, Set, PrO50nic9W
EA
2
$ 2,796.02 Endress+Hauser $ 5,592.04
-RAlow
Hauser, DK9WS-RA
Not Bidding
No #1-263
Sensor Mounting Brackets, lit, SS, 00-1831
EA
2
Sensor&Transmitter Thermal Mass Flowmeter
Success: All values provided
Bid #1-264
Model: 454FTB-12-HT Enclosure Remote
EA
2
$ 6,414.00 Kurz $ 12,828.00
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-BH N31
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
Not Bidding
No Bid
#1-270
Sensor, Chlorine, Prominent, 1007540 for 10PM EA
Sensor, Cylindrical Proximity, 20 to 250V, ACDC.
Not Bidding
No Bid
41-271
2 wire, 15 mm 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
41-275
design, Sitrans FM Mag 1100, Diameter DN 2 to EA
DN 100 (1/12 to 4) 7ME6110-1RA10-1AA2
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
Sensor, 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
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
#1-282
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
#1-286
Sensor, Prosonic Flow P 500, 9P5BA4, 1 set, # EA
9P5BA4-2DV6/0
Not Bidding
No Bid
#1-287
Sensor, Rosemount 214A Temperature Sensor, EA
214AIAAN12013
2
2
2
2
2
2
2
2
2
2
2
2 $ 3,694.73 Endress+Hauser $ 7,389A6
2
2
2
2
2
2
2
2
2
2
$ 3,694.73 Endress+Hauser $ 7,389.46
Not Bidding
No Bid
#1-288
Sensor, Rosemount 214A Temperature Sensor, EA
214AIAAN12108
Sensor, Rosemount Analytical pH/ORP, TUpH
Not Bidding
No Bid
#1-289
Insertion, Submersion, Flow -Through, Model # EA
396P-01-10-54
Not Bidding
No Bid
#1-290
Sensor, RTD Assembly, Pt 100, Part No. 00-1654 EA
Not Bidding
No Bid
#1-291
Sensor, Thermocouple, AR Style, Mineral EA
Insulated, Watlow, ARJEFOF024UJ000
Not Bidding
No Bid
#1-292
Sensor, Trojan, UV Intensity EA
Not Bidding
No Bid
#1-293
Sensor, TUpH Insertion/Submersion/Flow- EA
Through(396P), pH/O
Success: All values provided
Bid
#1-294
Sensor,Micropolit FMR20, FMR201191/0, (FMR20-
EA
AAPBMVCEVEE2)
Success: all values provided
Bid
#1-295
Sensor,Micropolit FMR53, FMR53-3QX9/0, EA
(FMR53-AAACC DC BRGJ+PB)
Service, CT2-SEN, Recalibration of Cermet II
Not Bidding
No Bid
41-296
Sensor at 13 points between -100 and +20C (448 EA
to +20F) dew point. Supplied with traceable
calibration certificate.
Not Bidding
No Bid
#1-297
Shield, SITRANS FM Sun shield for transmitter, EA
remote mount
Signal Generator, for AMI/AMR, TheEncodalizer,
Not Bidding
No Bid
#1-298
Conduit Knockout Mount Modbus-to-Encoder, EA
I.ASM.MBE.V1
Not Bidding
No Bid
41-299
Signal Insolator, Field -Configurable, Input - 0-10V EA
into 2 m
Not Bidding
No Bid
411-300
Signal Splitter, Milliamp, MTMM EA
SITRANS F M Accessory MAG 5000/6000 2x 10 m
(32.8 ft) Cable kit including standard coil cable,
Not Bidding
No Bid
#1-301
3x 1.5 mm2 (3x 0.0024 inch2), gage 18, single EA
shielded with PVC jacket, and special electrode
cable
Not Bidding
No Bid
#1-302
Solution, Electrolyte, Prominent, 792892 EA
Not Bidding
No Bid
41-303
Spare Sensor Cable, 10m (32 ft 9 in) length with EA
mini -DIN mating socket / EA2-CAB-10
Not Bidding
No Bid
#1-304
Spare Sensor Cable, 2m with mini -DIN mating EA
socket
Not Bidding
No Bid
#1-305
Splice Connection Kit, Hazardous Locations EA
Not Bidding
No Bid
41-306
Subscription, Annual, Telog Instruments, Celluar EA
Service, Verizon Cellular Service
Summing Card, in a Junction box, SS Enclosure,
Not Bidding
No Bid
#1-307
Integrated Technician, NEMA 4X/IP 66, HI 60201T- EA
SS1
Not Bidding
No Bid
#1-308
Sunshields, (5) each, 14 ga. powder coated, Artic EA
White
Not Bidding
No Bid
#1-309
Sunshields, no paint, no doors, 14 gauge, EA
18x2Oxl4x3x7
Not Bidding
No Bid
#1-310
Sunshields, no paint, no doors, 14 gauge, EA
22x24xl4x3x7
2
2
2
2
2
2
2 $ 1,304.35 Endress+Hauser $ 2,608.70
2 $ 5,959.45 Endress+Hauser $ 11,918.90
z01 -
2
2
2
z -
2
N
2
N
2
2
2
2
2
2
Not Bidding
Not Bidding
NM Riddlnn
- oiaamg
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
214CRTSMB1S4EO042SLXTXA
No Bid
#1-314 Temperature Sensor, Rosemount 214C, EA
241 CRTSMB1S4EO042SLE5XAX
No Bid
#1-315 Temperature Sensor, Rosemount EA
214C,214CRTS M B 1 S4EO042SLE5XWXA
No Bid
#1-316 Temperature Transmitter, Rosemount 644, EA
644HAE5J6M5Q4XA
Template, GDS Model, C64/N4-11-00-0/0-00-0/00/0•
No Bid
0-0-1/0-03 GDS Corp C64 Protector Controller in
#1-317 EA
N4 NEMA 4x non-metallic enclosure with One
16Ch Analog Input Board
No Bid
#1-318 Template, GDS Model, GMII-27-12-3/27-12-3/3-0 EA
GDS Corp GASMAXII Gas Monitor
No Bid
#i-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
Not Bidding
Not Bidding
Not Bidding
Not Bidding
No Bid
No Bid
No Bid
No Bid
#1-322
#1-323
#1-324
#1-325
Thermal Mass Flow Meter for 6 in pipe 25ft Cable,
ST80-70 N OO6OJ 2 B KACA001
Thermal Mass Flow Meter for 6 in pipe 50ft Cable,
ST80 -70 N OO60J 2 C KACA001
Thermal Mass Flow Meter for 8 in pipe 25ft Cable,
ST80-70NO060J213KAFA001
Thermometer, Resistance Thermometer, 305063
EA
EA
EA
EA
Not Bidding
No Bid
#1-326
Thermostat, Watlow
EA
Not Bidding
No Bid
#1-327
Thermowell, Rosemount 114C,
EA
114CE0015WAA2SCO27AXT
Not Bidding
No Bid
#1-328
Thermowell, Rosemount 114C,
EA
114CE0020TAA2SCO22AXW
Not Bidding
No Bid
#1-329
Top Meter Block; MBH-41O-CAB-40
EA
Not Bidding
No Bid
#1-330
Tower, 120/120, Eaton FX3100 3.1kVA, 60 Hz,
EA
Ferrups FX enclosure, FX310001AAAI
Transducer Level EchoMax XPS-15 Ultrasonic
Not Bidding
No Bid
41-331
continuous, non -contact, 15 m (49.21 ft), for
EA
liquids and solids."
Not Bidding
No Bid
#1-332
Transducer, Ultrasonic Level EchoMax XPS-15, E
EA
Cable length: 30m, 7ML1118-OEA30
Not Bidding
No Bid
#1-333
Transducer, Ultrasonic Level EchoMax XRS-5, E
EA
Cable Iength:30m, 7ML1106-1CA20-OA
Success: All values provided
Bid
#1-334
Transimitter, Level, Radar, Micropilot FMR20,
EA
FMR20-1CM9/0, (FMR20-AAPBMVCEVEE2+R4)
Not Bidding
NO Bid
#1-335
Transmitter Coplanar Rosemount
EA
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
N
2
2
2
2
$ 1,615.85 1 Endress+Hauser1 $ 3,231.70
Not Bidding
No Bid
#1-336
Transmitter Inline Pressure 3051T INLINE EA
TRANSMITTER
Success: All values provided
Bid
#1-337
Transmitter Pressure Compact Cerabar PMC21 EA
Not Bidding
No Bid
#1-338
Transmitter, Autrol differential pressure EA
transmitter Model (includes shipping)
Not Bidding
No Bid
#1-339
Transmitter, Autrol Differential Pressure, EA
APT3100D-5-M11-F1-1S1-M1
Not Bidding
No Bid
#1-340
Transmitter, Autrol Differential Pressure, Coated, EA
Aluminum
Not Bidding
No Bid
#1-341
Transmitter, Autrol guage pressure transmitter EA
Model (includes shipping)
Not Bidding
No Bid
41-342
Transmitter, Coplanar, Pressure, Rosemount, EA
Model 3051 C D2A53
Not Bidding
No Bid
#1-343
Transmitter, Coplanar, Pressure, Rosemount, EA
Model 3051 CG4A53
Not Bidding
No Bid
#1-344
Transmitter, Coplanar, Rosemount 305, EA
3051CD2A02A1AM4D4S5Q4
Not Bidding
No Bid
#1-345
Transmitter, Coplanar, Rosemount, EA
3051CD2A02A1AS5M4Q4C1
Not Bidding
No Bid
#1-346
Transmitter, Coplanar, Rosemount, EA
3051CD3A02A1AH2B1E5M4
Not Bidding
No Bid
#1-347
Transmitter, Coplanar, EA
Rosemount,3051CD2A22A1AB4M4DA
Success: All values provided
Bid
41-348
Transmitter, Differential Pressure, E+H Deltabar EA
Success: All values provided
Bid
#1-349
Transmitter, Differential, Press, PMD75- EA
6JU06/101
Not Bidding
No Bid
#1-35o
Transmitter, Dual Channel, Analytical, EA
Rosemount (56), Model # 56-02-2238-HT
Not Bidding
No Bid
#1-351
Transmitter, Dual Channel, Analytical, EA
Rosemount 56-03-22-38
Not Bidding
No Bid
#1-352
Transmitter, Gauge, Pressure, 2051TG, Model # EA
2051TG3AB11AB4
Not Bidding
No Bid
#1-353
Transmitter, Hygienic Pressure Transmitter, EA
3051HTAA1A31AT32
Not Bidding
No Bid
#1-354
Transmitter, Inline Pressure Transmitter, EA
3051TG3A2B21AM5S5
Not Bidding
No Bid
#1-355
Transmitter, Inline Pressure, EA
3051TG2A2B21AB4K5M5
Not Bidding
No Bid
#1-356
Transmitter, Inline Pressure, PT# EA
3051TG3A2B21ADWM4
Not Bidding
No Bid
#1-357
Transmitter, Inline, Pressure, Rosemount, Model EA
3051TA2A2B32
Transmitter, MAG 6000,IP67, Nema 4X/6,
Not Bidding
No Bid
#1-358
Polyamid enclosure, With Display, 115-230V AC EA
50160 Hz
Not Bidding
No Bid
#1-359
Transmitter, Meter, Magnetic Flow, Rosemount, EA
Model 8712EMR1
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
$ 2,582.73 Endress+Hauser $ 5,165.46
$ 2,680.09 Endress+Hauser $ 5,360.18
Not Bidding
No
#1-360
Transmitter, NH3, 01-0087, PCB
Transmitter, Press, Cerabar S PMC71 Process,
Transmitter S-Class
Transmitter, Press, PMP71-63N44/101
Transmitter, Press, PMP71-63N51/101
EA 2
EA 2
EA 2
EA 2
#1-361
Success: All values provided Bld
Success: all values provided Bid
Success: All values provided Bid
#1-362
01-363
Transmitter, Pressure Transmitter, PMP71B-
Success: All values provided Bid #1-364 3C9K3/0 / Cerabar, PMP71B- EA
AABAFJH8AA3PFAIVXJA1)
Transmitter, Pressure, Cerabar, PMP71B-
Success: All values provided Bid #1-365 EA 4P443/101
Not Bidding No Bid #1-366 Transmitter, Pressure, Cl2 rail car platform EA
Transmitter, Pressure, Differential, Deltabar
Success: All values provided Bid 41-367 PMD75B-2RET3/101, PMD75B- EA
AABAFJH37FJGSAJA7B+HB
Not Bidding No Bid #1-368 Transmitter, Pressure, Inline, EA
3051TG2A2B21AM4B4Q4RK
Not Bidding No Bid #1�69Transmitter, Pressure, Rosemount, Model EA
Not Bidding No Bid
3051 CD2A02A1 AM5D4K5K
Not Bidding No Bid #1-370 Transmitter, Pressure, Rosemount, Model EA,
3051SMV1P41NNN2E11A
Not Bidding No E #1-371 Transmitter, Pressure, Rosemount, Model EA
3051TG2A2B21AB4Q4D4M
Success: All values provided Bid #1-372 Transmitter, Pressure, Smart PMP71B, Cerabrra, EA
PMP71 B-AABAFJH6AA3KFA1VWJA1
Not Bidding No Bid #1-373 Transmitter, ProMinent Dulcometer DMTa, EA
DMTAW09OC1 OE0000
Transmitter, Radar Level, Continuous, non -
Not Bidding No #1-374 contact, 15m range, SIEMENS 7ML5310-1 CA06- EA
OAAO
Not Bidding No Bid 41-375 Transmitter, Radar Level, LRIOOSITRANS EA
Not Bidding No Bid #1-376 transmitter, Rosemount 2051 Coplanar Pressure EA
2051 CD2AO2A1AS5M5D4Q4
Transmitter, Rosemount 2088,
Not Bidding No Bid #1-377 2088G7 S22A1 M4B404S5, Gage and Absolute EA
Pressure Transmitter
Transmitter, Rosemount 2088,
Not Bidding No Bid #1-378 2088G3S22A1 B4E5S5, Gage and Pressure EA
Transmitter
Transmitter, Rosemount 2088,
Not Bidding No 1 #1-379 2088G3S22A1 K6S5, Gage and Absolute Pressure EA
Transmitter
Transmitter, Rosemount 2088,
Not Bidding No Bid #1-3ao 2088G3S22A1 M4E5T1 Q4S5, Gage and Absolute EA
Pressure Transmitter
Not Bidding No Bid #1-381 Transmitter, Rosemount 248R Temperature EA
Transmitter, 24BRANARK
Not Bidding No L #1-382 Transmitter, Rosemount 3144P, Temperature, EA
3144PD1A1NAB5Q4XA
Not Bidding No Bid #1-383 Transmitter, Rosemount Coplanar EA
$ 1,783.17 Endress+Hauser $ 3,566.34
$2,347.56 Endress+Hauser $4,695.12
$2,347.56 Endress+Hauser $4,695.12
2 1 $ 1,783.17 1 Endress+Hauser 1 $ 3,566.34
2 $ 2,242.93 Endress+Hauser $ 4,485.86
2
2 1 $ 2,582.73 I Endress+Hauser I $ 5,165A6
2
2
2
2
2 $ 1,783.17 I Endress+Hauser 1 $ 3,566.34
2
2
2
2
2
2
2
2
2
2
2
Not Bidding No Bid
#1-384
Transmitter, Rosemount Coplanar C D2
EA
2
#1-385
EA
Not Bidding No Bid
Transmitter, Rosemount Coplanar CG4
2
EA
2
Not Bidding No Bid
#1-386
Transmitter, Rosemount Coplanar PT#
3051 CD2A22A1 AD WM4
Not Bidding
No Bid
#1-387 Transmitter, Rosemount Coplanar PT# EA 2
3051CD3A22A1ADWM4
#1-388 Transmitter, Rosemount Coplanar Transmitter, EA 2
Not Bidding
No Bid
3051CD3A02A1AH2
#1-389 Transmitter, Rosemount Coplanar Transmitter, EA 2
Not Bidding
No Bid
3051 CD3A02A1AH2E5M4S6
#1-390 Transmitter, Rosemount Coplanar Transmitter, EA 2
Not Bidding
No
3051CD4A02A1AK6S5
#1-391 Transmitter, Rosemount Coplanar, EA 2
Not Bidding
No Bid
#3051CG4A02A2AM4D4B8H2P2Q4
Not Bidding
NO Bid
#1-392
Transmitter, Rosemount Coplanar,
EA
2
3051CD2A02A1AH2M5B1
Transmitter, Scalable MultiVarlable Pressure
EA
2
2
Not Bidding
No Bid
#1-393
Not Bidding No Bid
#1-394
Transmitter, Scalable Pressure Transmitter, # EA
3051 S2CD2A2E12A2EK5MB
#1-395
Transmitter, S-Class, Differential, PMD75B- EA
2
Success: All values provided Bid
4PK6/0, Deltabar
#1-396
2
Not Bidding No Bid
Transmitter, Sensor, NH3, B12-15-6-0100-1 EA
Transmitter Tem TMT762-
$ 2,583.18 1 Endress+Hauser$ 5,166.36
Success: All values provided I #1-397 1p' EA 2 $ 2,047.12 Endress+Hauser $ 4,094.24
lH47/0.(880C1923223)
Success: All values provided
Bid #1-398
Transmitter, Temp, TMT162-
1H47/0.(890BE123223)
Not Bidding
No Bid
#1-399
Transmitter, Temperature, Rosemount 3144,
Model 3144PD1A1E5
Not Bidding
No Bid #1-400
Transmitter, Temperature. Rosemount,
644HANAM5F604
Not Bidding
No tied #1-401
TRANSTECTOR, ENCLOSURE, 18X16X10,
POLYCARBONATE WEATHERPROOF
EA 2 $ 2,047.12 Endress+Hauser $ 4,094.24
EA 12
Tubing, PVC Tubing, 1/6" I.D. x 1/8" O.D. Part No
Not Bidding
#1-402
44-0333
EA
2
Tubing, Tygon Tubing, 1/8" I.D. x 1/8" O.D. Part
Not Bidding
#1-403
No. 44-0334
EA
2
Not Bidding
No Bid
#1-404
UltimaX5000 Gas Monitor / A-X5000-0-F-0-0-031-
EA
2
31-01 Chlorine
Not Bidding
No Bid
#1-405
UltimaX5000 Gas Monitor / A-X5000-0-F-0-M40-
EA
2
40-0 / Ammonia
Not Bidding
No Bid
#1-406
UltimaX5000 Gas Monitor / A-X5000-0-F-0-10-32-
EA
2
00-0, Chlorine 0-20 PPM
Not Bidding
No b—
#1-407
Universal Level Controller, SITRANS LT500,
EA
2 -
HydroRanger
Not Bidding
No Bid
#1-408
Valve, Ball, R8 Series, SVF
EA
2 -
Not Bidding
No Bid
#1-409
Valve, block and bleed valve, Model IVI-BBSQ EA
Not Bidding
No Bid
#1-410
Valve, Block and Bleed, 316, Stainless Steel, EA
Model IVT-BB-SQ
Not Bidding
No Bid
#1-411
Valve, Check, 1.5" FPT Inlet/Outlet, 1-1.5 PSI EA
cracking pres
Not Bidding
No Bid
41-412
Valve, Header, Ammonia, MV-1A EA
Not Bidding
No Bid
#1-413
Valve, Vacuum Trim, CL2, VTV-10K-CL2 (For EA
Chlorine), 55-L1
Not Bidding
No Bid
41-414
Valve,Bi-Eccentric Plug, Flange, 100 % Port/Direct EA
2" OP Nut/
Not Bidding
No Bid
#1-415
VLT Control Panel LCP 102-Item ID: 130B1107 EA
Not Bidding
No Bid
#1-416
VM-150-1 Vacuum Monitor EA
Not Bidding
No Bid
#1-417
Wall Mount, Wall mounting unit, 4x 1/2 NPT cable EA
glands
Success: All values provided
Bid
41-416
Waterpilot FMX21, Hydrostatic Level EA
Measurement Transmitter
Not Bidding
No Bid
#1-419
Weather Station, ER0000 / WE900 4-20mA EA
Not Bidding
No Bid
41-420
Weight Processors, Analog & Ether Net /IP, with EA
Basket Total
display, HI 6510-WP-10-EIP
2
2
2
2
2
2
2
2
2 $ 1,531.60 Endress+Hauser $ 3,063.20
2 MR_-
2 41--
$ 369,984.22
$ 369,984.22
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.
(Frank Clark & Associates, Inc.
IlEvaluation Factors
Ila• IIb• III• IId• IlTotal
II 16 II 16 Ill 6.67 110.15078 1148.67
1115.331116 1116.67111.585 1148
II 16 II 15.33 II 16 110.83748 1147.33
II15.55 1I15.33 1116.67 110.12843 1147.33
II15.33 II15.33 1115.33 1120 1146
II 15.33 II 15.33 115.33 11.472 1146
15.33 115.33 �115.33 �10.95871 146
http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025
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
II 15.33 II 15.33 II 15.33 110.64662 1146
II 15.33 I1 15.33 1115.33 1114.67 1145.33
II 14.671114.67 1114.67111.578 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 ProgramActivity
Budget
Reference # 'Amount
ID ID
Year
(Chartfield 2)
FROM
Fund
Department Account Project ProgramActivity
Budget
Reference # Amount
ID ID
Year
(Chartfield 2)
CERTIFICATIONS:
Reginald Zeno (8517)
Submitted for Citv Manager's Office bv: Jesica McEachern (5804)
Reginald Zeno (8517)
Oriqinatinq 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.odf (CFW Internal)
2. 1295 - Macaulev.Ddf (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.Ddf (CFW Internal)
9. FID TABLE - Instrumentation.xlsx (CFW Internal)
10. Form 1295 Certificate Frank.odf (CFW Internal)
11. Frank SOS.pdf (CFW Internal)
12. Prime 1295.pdf (CFW Internal)
13. Reauest for Waiver Approved Signed Water.pdf (CFW Internal)
14. SOS - Macaulev.Ddf (CFW Internal)
15. SOS AV.pdf (CFW Internal)
16. SOS GK Techstar, LLC.Ddf (CFW Internal)
17. SOS HB Svstems, Inc..Ddf (CFW Internal)
18. SOS Omicron Controls, Inc.pdf (Public)
19. SOS Prime.Ddf (CFW Internal)
20. SOS PVS DX, Inc..Pdf (CFW Internal)
21. SOS Vector Controls, LLC..Ddf (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