HomeMy WebLinkAbout064782 - General - Contract - GK Techstar, LLCCity Secretary Contract No. V����
OR�' ORTH�
�
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 GK
TECHSTAR, 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 E�ibit "A," attached hereto and incorporated herein for all purposes.
2. Term. The initial term of this Agreement is for one (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. Comnensation. City will pay Vendor in accordance with the provisions of this Agreement,
including E�ibit "B," which is attached hereto and incorporated herein for all purposes. Total
compensation under this Agreement in an amount up to Two Million Five Hundred Thousand Dollars
($2,500,000.00) in the initial year. The Vendor acknowledges that this is a non-exclusive agreement and
there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount
stated above is the total amount of funds a�ailable, 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 for convenience by providing the other party with thirty (30) days' written notice of
termination.
4.2 Non-appronriation 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.
43 Duties and Obli�ations 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
OFFICIAL RECORD
Vendor Services Agreement CITY SECRETARY Page 1 of 12
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 Ciry 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. �ht to Audit. Vendor agrees that City will, until the expiration of one (1) year after final
payment under this Agreement, or the final conclusion of any audit commenced during the said one (1) year,
have access to and the right to examine copies of any directly pertinent books, documents, papers and
records, including, but not limited to, all electronic records, of Vendor involving transactions relating to
this Agreement (the `Books and Records") at no additional cost to City. Vendor will provide copies of all
Books and Records to City for the intended audits. Notwithstanding the foregoing, no audit rights granted
herein shall be construed to permit City to enter any premises owned or controlled by Vendor absent
Vendor's express written consent to do so. City will give Vendor reasonable advance notice of intended
audits.
7. Indeuendent 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,
INCL UDING 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 ON CITY'S PREMISES.
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, INCLUDING DEATH, TO ANYAND 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 ON
CITY'S PREMISES.
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 daims 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 modi�cation
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.
Assi�nment and Subcontractin�.
9.1 Assisnment. 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:
101 Covera�e 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.
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 accidenUoccurrence
$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
10.2
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 Reauirements
(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 favar 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.
( fl 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. Comnliance with Laws. Ordinances. Rules and Re�ulations. 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
To VENDOR:
GK TECHSTAR, LLC
Jason Leyva, Vice President of Operations
802 W. 13�' Street
Deer Park, TX 77536
Facsimile: (281)542-6606
With copy to Fort Worth City Attorney's Office at
same address
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 ganted 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. Governin� 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. Severabilitv. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Maieure. City and Vendor will eXercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings not Controllin�. 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. Counternarts. 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. Warrantv 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. Immi�ration 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. Ownershiu 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 iixation 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.
27. Si�nature 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. Chan�e in Companv Name or Ownershin. 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 other 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 Bovcottin� Energv Comnanies. 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 certi�es 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 A�ainst 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 certi�es that Vendor's signature provides written
veri�cation 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 Si�natures. 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. Entiretv of A�reement. 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: ' �
Name: c ern
Title: Assistant City Manager
vate: 02/24/2026
APPROVAL RECOMMENDED:
CONTRACT COMPLIANCE MANAGER:
By signing I aclnowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By: �� f�,�...,
Name: S���i�� 10, 2026 11:35:48 CST)
Title: Sr. Contract Compliance Specialist
BY� • _���
Name'@�r�►�f� Q�Q26 11:43:19 CST)
Title: Water Director
ATTEST:
an
4FORr°°ca
� � Faa� �oo�to9a�v
v�s o=o
ho
`o °o0��^a a��aa°
By: ��.
� �%�` aa4p nEXPsa4'
Name: nnette (ioodall
Title: ity Secretary
19 �►11�J�
G,K TECHSTAR, LLC
By: �
Nam�: son Leyva
Title: Vice President of Operations
APPROVED AS TO FORM AND LEGALITY:
By. .
Name:0ld�1��� (Feb 11, 2026 23:43:35 CST)
Title: Sr. Assistant City Attorney
CONTRACT AUT�IORIZATION:
M&C: 25-0774
Form 1295:2025-1315294
C�]��Cyl_1�:7X�%]:7��
C«] � i'�'i Xy:7 � ��1:�'1
FT. WORTH, TX
Vendor Services Agreement Page 10 of 12
EXHIBIT A
City Secretary Contract No.
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,
materials, supplies, replacement parts (together herein referred to as
"Goods"), 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 forthe 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 ofthe 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 Shipments; Risk of Loss; Title; Freight; Claims
3.15.1 Domestic U.S. Shipments. For all shipments of Goods within the United States,
delivery shall be FOB Vendor's shipping point in accordance with UCC § 2-319.
Title to and risk of loss of the Goods shall pass to City upon Vendor's tender of
the Goods to the domestic carrier at Vendor's facility. Freight charges shall be at
City's designation either Prepaid and added to City's invoice or Freight Collect
using City's designated carrier account. City shall be solely responsible for filing
and prosecuting all claims against the carrier for loss, shortage, damage, or
delay occurring after tender to the carrier.
3.15.2 International Shipments. For all shipments of Goods outside the United States,
delivery shall be made at City's designation either FCA Vendor's Facility or FOB
Port of Loading — Incoterms0 2020 (or 2024 if adopted by the ICC) at the
named place of delivery. Risk of loss shall pass to City at the point specified in
the applicable Incoterm. Title to the Goods shall pass to City upon Vendor's
tender of the Goods to the international carrier at the named delivery point,
unless otherwise expressly stated in writing. City shall be responsible for main
carriage, transit insurance, import clearance, duties, and taxes, unless otherwise
specified in the applicable Incoterm.
3.15.3 Export Compliance & Documentation. For international shipments, Vendor shall
be responsible for export clearance and export documentation, and City shall be
responsible for import clearance and all related duties, VAT, tariffs, and
governmental charges, unless otherwise required by the applicable Incoterm.
3.15.4 No Vendor Liability After Transfer. Vendor shall have no liability for any loss,
damage, or delay to the Goods occurring after the applicable transfer of risk
under this Section, including carrier delays, force majeure events affecting
carriers, port congestion, or regulatory holds.
3.15.5 Insurance. City shall be responsible, at its sole cost, for maintaining any desired
cargo or transit insurance coverage after the applicable transfer of risk.
3.15.6 Controlling Interpretation. UCC Article 2 shall govern all Domestic U.S.
Shipments. Incoterms0 2020 (or 2024, if adopted by the ICC) shall govern all
International Shipments. In the event of conflict, this Section shall control.
3.15.7 City-Designated Carrier (Domestic & International). City may designate the
carrier for any shipment by written notice. Vendor shall not be responsible for
the performance, delays, insolvency, or losses caused by any City-designated
carrier.
3.15.8 Freight Prepay & Add. If Vendor prepays freight for any shipment, such charges
shall be separately itemized and reimbursed by City in accordance with the
applicable payment terms.
3.15.9 No Setoff for Freight Damage. City may not withhold payment for the Goods
based on any carrier claim and shall pursue any such claims solely against the
carrier or insurer.
3.15.10 Revenue Recognition / Title Precision. Title transfer under this Section is
intended to define ownership for commercial risk allocation and accounting
treatment and shall not be construed as a financing or consignment
arrangement.
3.16 Changes to Project Quotes:
3.16.1 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.
3.16.2 Under no circumstances shall the Vendor proceed with
changes to the price quotation without written approval from the
Department Representative or designee.
3.16.3 The Project Quotation Change Request shall
include the following:
3.16.3.1 The adjustment in the project time, if applicable.
3.16.3.2 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 SafetyAppliance (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 Hourlv 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.
See next page.
City Secretary Contract No.
EXHIBIT B
PAYMENT SCHEDULE
Vendor Services Agreement Page 12 of 12
Primary Responses
Success: All da�a is valid!
Numeric Text
Project Ref# 24-OOnn; Project Title
Success: All values pmvided g�d py� Services, Field, HouAy Rare, B:OOam to S:OOpm, HR zso g zoo.00 reons�ar g so,oaa aa
Monday thru Friday
s�«ess:qllvaluespmvided gjd pi-2 Services,Field,OvertimeHourlyRate,5:01pmto HR isp Eaoo.00 recns�ar g5o,00000
7:59am, Monday thru Sunday, Holidays
s��oe:s: an �ai�e: pro��aea Bid py3 Services, Shop, Hourly Rate, B:OOam to 5:OOpm, HR zso g zoo.00 reons�ar g so,000.00
Monday thru Friday
success:Allvaluespmvided Bid pi-a Services,Shop,OvertimeHoudyRate,5:01pmto HR iw E3oo.00 Tecns�ar gqs,00000
7�59am. Monday thru Sunday, Holidays
Success: All values provitletl Bid pys Services, Srortup & Commissioning, Tier 1, � 3 g zoo.00 reons�ar g soo.00
STARTUP
Not Biaaing No Bid #1-6 �0 PPM CTE, OulCotest Measurement TronStlucer � 3
Monitor PKG w/ Liner Polarization Resistance
NotBidding NoBid ptq 3WPSSWITCH,AL,NEMA4,.5-30PSI,SPDT, � 3
ADJ, SCREW TERM
Not eiaaing No Bid pys 3WPS SWITCH, AL, NEMA 4, 3-85P51, SPDT, ADJ, EA 3
SCREW TERM
NotBidding NoBid gys 3WPSSWITCH,AL,NEMA4,6-340PSI,SPDT, EA Z
ADJ, SCREW TERM
�
success: all valuesprovided Bid #1-io Actuator, Elec[ric, 120VAC EA 2 $ 1,500.0o JFlow $ 3,000.00
Actuator, GS Motor-Valve with acuator type 2030,
success:Allvaluespmvided Bid #1-i1 Nominalsize:2"�Cv14�8038/050VTEI-AM-iS-B-Z- EA 2 $3,535.00 JFLOW g�,o�o.00
5-247X
sucoess:anvz�uesprovfaea Bid p�-�z A�tuator,Rotaoryw/HardwareforFieltl EA p gn,zoo.00 �F�ow Saqoo.00
Moun[ing,11�09
success:Allvaluespmvided Bid #1-is A�tuator,Rotary,w/CuZSo9merSuppliedVaWe,11 EA 2 Sa,zoo.00 JFlow ga,qoo.00
success: an values proviaea Bid pi_ia Acua[or, Muki-Turn w/ Beck Supplied Gearbox � 2 5 asoo 00 �Fiow g s.eoo.00
wi[h Adaption
Not Bidding No Bid p�-is Adapier Collar, 5I8 UNF (Internal) ro 3l4 UNF EA Z
(ezternal�, APT-PAN � -
Not Bidding No Bid ni-ie Atlapter Plate, for PanelView, Seale, Gayton en z �
Not Bidding No Bid #1-n Analog, Pulse, Kit, DIN Model, DC Power Adapter EA Z
Not Included
success:allvaluesproviaea gid pi_ie Analy[icalTechnology/Q46-66-1-1SulfiteAuto- � 2 sas0000 xyiem gspoo.00
Chem Monftor
Success: All valuespmvided Bid p�-is Angle Mounting Bracket, For Pressure EA Z g iso.00 Yokogawa EJA530E g 300.00
Transmitter, Stainless
Not Bidding No Bid pt.zo Asembly, AdjustmentS316e, Teflon Sleeve, PRH- � 2
Not Bitltling No Bid pi.r Ashcrott, 2" Model 61, Isolation Ring, 316L body, � 2
end plates
Not Bidding No Bid #1-zz Au[omatic Valve, Wall PanelSeries7000 Omni- EA Z �
Valve,1000 PPD, Chlo�ine
success:Allvaluesprovided Bid p�.Tj AutrolDifferentialPressureTransml[ter, � 2 sz25000 vokogawaEJAttoE $qsoo.00
APT3100Dd-M11-Fi-
s��oe:s: an �ai�e: pro��aea Bid p�-za Autrol Gauge Pressure Transmitter, APT3200G-4- EA Z g tsso.00 Yokogawa EJA530E $ 3,300.00
M11f1-0S-i�d
Success: All values pmvided Bid #1-zs Base,Trex Plattorm, AMS Trex Device, � p g 7,000.00 7echstar FLEx E 1q,000.00
TREXLHPKLWS35
Not eitltling No Bid �i-� Battery, Pack, B-PSA, Lithium, 9V 3.6Ah EA
Not Bidding No Bid pt.n Battery, replaceable, Prosonic Flow 93T Portable, �
DK9ZT3
�uo� a�aa��g No Bid ni-ze BLH Weight Scales (Cells wi[h cable) EA
Not eitltling No Bid xi-zs BLH Weight Scales Display/Controller e.a
su«ess: an values pro��aea Bid ��-� Blower, Back Panel, with M340 PLC, Control En
Bolt, Ashcroft, Bolt Thru Isola[ion Ring 1 1/2"
Process connection, Buna-N Iliner, 316L SS End
Not Bidding No Bid xi-si plat and Hub material, 1/4" NPT Instrument e.a
connection, Safe quick release (SRQ), 150-class
ASME, 10 c5t silicone fill Fluid
su«ess: an valuesprovided Bid ni-az Bottle, Gas, Calcium, 2A370095 EA
Not Bidding No Bid xi-a� Bottom Meter Block EA
Success:Allvaluespmvided Bid xi-3a Bracket,Wall,ReageniBottle#47-0022 en
Not Bidding No Bid pi-as Cable Kit, SITRANS FM Sensor, coil cable �
standardtype,5 M,
Not Bitltling No Bid p�-� Cable Kit,51TRANS FM Accessory �
MAG5000/6000,2z 20m Ca61e Kit
s�«ess:Allvaluespmvided Bid #1-a7 CableRemoteTeflonlnsulatedl8gafive EA
conductor25ft.
success: All valuesprovided Bid #�-as Cable, Coax Cable (for Temp�, 1003208 EA
su«ess:anvaluespmvided Bid pi-ay Cable,Communiwtion/DataTransfer45",9pin �
serial (male) to 9pin serial (female)
s��oess: an �ai�e: pro��aea Bid nvw Cable, Eight Contluctor, Loatl Cell, Ross Eq
Complian[ 6020-0001-0, C2 Cable
Not Bidding No Bid ni.at Cable, Standard, PVC Jacket, 3 Conductor Plus �
Overall Braided Shield, FDK:001STCA6
s��oe:s: an �ai�e: pro��aea Bid ni.az Cable,Universal Cntd Cable,5-pin Round PIug,S- �
Wire 6ft(2m)
success: all values proviaea Bid ��-� Calibration Cylinder, Gas, 34 L Fs.
success: an vaiues proviaea Bid p�-qy Calibration Gas 34L-421-COT, includes CO, CO2, EA
HS CH4, 02, N2
s��oe:s: an �ai�e: pro��aea Bid ni-as Calibration Gas, 75PPM NH3IN2, 58L-13-75 �
success: All valuespmvided Bid #1-45 Calibrations, Mag Meters, Service, 21 meters, EA
different si[es
su«ess:anvaluespmvided gjd p�_q� CapacitiveProximity5ensor,i5mmnonflush �
ran9e, 30 mm tliam
Noteiaaing NoBid p�-qg Certification,Calibration&Certificationofthe �
UABUbmeters a[ village creek WWTP
Not aiaainq No Bid ni-a5 Charger, Power supply, Rosemount Fs.
Success: All values provitletl Bid nvso Chlorine, 2 ppm, calibration gas, 58L-252-2 �
Not eiaaing No Bid ni-st CHLORINE, CLX, ONLINE, 20040 Fs.
s��oe:s: an �ai�e: aea Bid nvsz Chlorine, Source, Genie, GDS, .5 to 50 ppm, Eq
provi 10hrs,1250-00
success:Allvaluespmvided Bid #1-53 CommunicatorDeviceBaseAMSTrexPlaHorm Eq
TREXCHPKLWSSS
Communicator, EmefsOn RoSemount, TREX
s��cess:Allvaluespmvided Bid ni-sa DeviceCode-LUpgradefromTREXCHPKLWS3S Fs.
toTREXLHPKLW53S
success: All valuespmvided Bid #1-55 Connnector, Tubing, Buffer Pickup # 440114 EA
2
2
2
2
2
2
2
2
2
z
2
2
2
2
2
2
2
2
z
2
2
2
2
z
2
2
2
2
2
2
S6aoaoa 1ns giz,oaaaa
� �
5 450.00 MSA $ 900.00
�
5 300.00 Waltron $ fi00.00
�
5400.00 Turck $8p0.00
Stoa.aa Turck $200.00
$ 150.00 Turck $ 300 00
$ 200.00 Turck $ 400.00
T� -
5 �30.00 Turck $ 260 00
E 450.00 casco $ 900 00
a aso.00 casco a eoo.00
$ 460.00 Gasco $ 960 00
5 1,950.00 Techstar Service $ 3,900.00
5 500.00 BK Vibro, Metrix, SKF $ 1,000.00
�
�
$ 350.00 Gasco $ �00 00
�
5194500 MSA $3.8900�
$ 7,000.00 Techs�ar FLEX $ 14,000.00
$�,00000 TechstarFLEX $14,00000
$ zoo.00 waliron $ 400.00
Contegra Submersible Level Transducer w/
Controller SLX130 Tranducer wl 30 ft Cable,
success: all values proviaea gjd pi-se Nema 4x Enclosure w/ sealed breather assembly, EA
T4116 Signal conditioning/ scaling motlule,
T45121ntertace/ Display Mounted to T4176 2
Independently adjustable N.O. Form
s��oe:s: an �ame: aea Bid p�-� Conregra Submersible Level Tronsmitter,l5 PSIG EA
provi Max Sensor Ra
ControllerLevel Siemens HytlroRanger 200 HMI
7ML5054-4AA01 1= Mounting: 4 BUTTON
s��oe:s: an �ai�e: pro��aea gjd pi.se HMI,WaII mount, standard enclosure A= Input �
vokage: 100 to 230 V AC A= Number of
measurement points : Single point system, 6
relays"
s��oe:s:an�ame:pro��aea Bid ni-se Controller,ConsoliDator+Multivariable �
Controller, PD90000-GP-SAIaORY-E
Controller, DULCOMETER DACb,
DACBW OO6VA4000010010EN, Built on the
Success: All valuespmvided Bid ni-eo existing DACa plattorm, continuous �
measurement and control of process variables in
water and wastewater applications.
Controller, Mass Flow CoMroller, Sierra
Instrumen[s, SmartTrak Controller, 316 s/s 6ody
Success: All valuespmvided Bid xi-si and sensor, 7/2" compression fittings, viton a en
rings, viton valve seat, 24 VDC powered, C100H1-
DDd-0V i SV I-PVT-V1 S4-C25
Success: All valuespmvided Bid xi-sz Controller, PID, Cascade option EA
Controller, PM Plus, Panel: 1/8th DIN Horizontal,
Not Bidding No Bid ni-w PM9C2FJ-ARFAVWP, includes PID Controller EA
with Universal Input
success� all values proviaea Bid ni-5a Controller, Sen[ry io, i6PT, 32RLY, i6A0, STD �
s��oess: an �ame: pro��aea Bid pi.6s CONTROLLER, SENTS Dio, BPT, 32RLY, OAO, �
Controls, Eastech Flow Controls Motle14400
success: All values pmvided Bid nv55 Complete set for use with 1280 or 640KHZ Fs.
Transducer
Not Bitltling No Bid pi.� Controls, Flow, Eastech, FBSA Sensor W/ 50 FT �
Cable
s��oe:s: an �ai�e: aea Bid ni-es Controls, Flow, Eastech, Model 227o with Model �
provi FB5A Tranducer
Controls, Flow, Eastech, Mode14700, Complete,
s�«ess: All valuespmvided Bid n�-55 (2 path electronics complete w/ NEMA 4enclosure Fs.
+ display) Part # 544766-0002X
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All valuespmvided Bid niao 0102) Ultrasonic Transducers (640KHZ) with 50- en
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All values provitletl Bid niai o102�, Ukrasonic Transducers (640KHZ) with 100- ea.
foot cables
Controls, Flow, Eastech, Model V20wT (PI544757-
success: All values pmvided Bid uv�2 7102) Ultrasonie Transducers (640KHZ) with 50- �
foot cables
Controls, Flow, Eastech, Model V20WT (P/544757-
Success: All valuespmvided Bid xias 1102�, Ukrasonic Transducers (640KHZ) with 100- En
foot cables
success:Allvaluespmvided Bid #1aa CoplanarTransmitter,Rosemount, EA
3051CDSA02A1ASSMSD4
Success: All valuespmvided Bid xias Delivery, Pickup, Onsite, Rate Per Mile, e.a
Not Bidding No Bid xt-�5 Oemister II, Car6on Steel, 7/2 in NPT, SDEMO6 EA
success: All values pmvided Bid pi.n Disc, Protection, Grounding, Promag, KDSGD- �
iFAEL
Not Bitltling No Bid pi-�e Display, LCD, Aluminum Meter Cover, 2 Line, Kit �
Spares, Hart 7, PB-Free, 0 3 0 31-01 9 9-0011
2 $ 5,000.00 Pulsar Reilec� and Ul�ra 5 $ 10,000.00
2 $ 1,500.00 APG $ 3,000.00
2 8 3,50000 Pulsar Uttra 5 $],000.00
2 $ 6,10000 MSA Sentry i0 $ 16,20000
2 $ 3000 00 Pulsar Ukra 5 $ 6,000.00
z a z000.00 sierra insn�merns
2 $ 4,000.00 Vokogawa
2
�
2 $ 6,10000 MSA Sentry i0
2 $ 6,625 00 MSA Sentry i0
2 $ 4,80000 Pulsar TTFM
2 �
2 $ 4,300.oa Pulsar DFM
2 $ 6,00000 Pulsar TTFM
2 $ 4,800.00 Pulsar TTFM
2 84,80000 PUIsarTTFM
2 5480000 PulsarTTFM
2 $ 4,800.00 Pulsar TTFM
2 5 1 b5a oa Yokogawa EJA530E
2 5 20o Techstar
� �
2
2 8650000 VokogawaAXG
2
5 ia.000.00
$ 8,000.00
816.20000
$ 13,25000
$ 9,600.00
$ 8,600.00
8 12.000 00
$ 9,600.00
$ 9,600.00
$ 9,600.00
$ 9,600.00
$ 3.30� 0�
$4aa
SikT➢➢TDI
Not eiaaing No Bid ptay Display, LCD, UBD #6, Kit, PB-Free, Spares, �
03031-0199-0001
success: All valuesprovided Bid �i-eo Display, Panel, Di9ital, Precision, PD765-6R0-00, EA
Not eiaaing No Bid pi-ai Display, play, plug, Rosemount, Model �
#644HANAJ6F6MSXA
Not siaainq No Bid ni-s2 Display,VU337, Version 2 Fs.
Not Bitltling No Bid p�-a� DLG Module, 25mm with Logo Transparent PVC EA
Water Sampling Holder
su«ess:Allvaluespmvided gjd pi.eq EasidewOnlineHygrome[er,EA2-OL-HYG-�- �
t � oi+zoc�r+o-qcsco.e
success: all values proviaea Bid ni-as Eastech Flow Controls, Vantage 7700 Flowmeter Fs.
Nat aiaainq No Bid ni-a5 Eaton, s[artup, onsite, 7x24, SUOSNXXX-6009UC Fs.
Success:Allvaluespmvided Bid p�-� EchoMax,XPS-0OUltrasonicleveltrasducer, EA
Siemens
success: All valuespmvided gjd p�_� Equipmen[, Valve, Omni, Wall Panel, WPOV-1000, �
CL2. 8000 PPD- 2" Piping, 55-G1
Not Bitltling No Bid p�-ay Ferrups, 189M full load, 405M half load, FX EA
48VDC EBM - 70Ah/2 Strings/48V, FXEBM01
success: All valuespmvided Bid #1-5o Field Services, Me[er Calibrations, UA+UB EA
Effluent
Success: All valuespmvided Bid xt-s� Fiher, Air Filter, Part No.440339 EA
success: all values proviaea gjd pi.q2 Fiker, Enclosure,l-5, with RIO Hardware, NEMA �
4X 304SS
Success: All valuespmvided Bid p�-y3 Fiher, Enclosure, 4!, with RIO hardware, NEMA Eq
4X 304SS
s�«ess: All valuesprovided Bid ni-ea Fil[er, Back Panel, 6-7, with RIO Hartlware EA
s�«ess: All values pmvided Bid #1-55 Fiker, Enclosure, 8-9, with RIO Remote, I/O EA
Panel, NEMA 4X 30455
Success: All values pmvided Bid xi-ss Fiker, Enclosure, 10-12, wm RIO Hardware EA
success: All values pmvided gjd pi-5� Fiker, Panel, Master Control Panel, PLC �
Hardware, Modicon M560
Not Bitltling No Bid pi.�e FiherSmart Controllers, Ext RF, 5oR cables, 00- �
7983
Not eiaaing No Bid ni-55 FikerSmart Power Supply with RF, 00-1992 Fs.
Not eiaaing No Bid ni-ioo FikerSmart sensorwith 20ft cable, 00-1808 �
Fitting, Compression, 3/4" x 5/4" MNPT, 316 SS
Not Bidding No Bid ai-ioi Ferrules, Single Point Mass Flow Element, PT# e.a
759031-22J2
Not eiaaing No Bid ui-toz Flange, Screw in, FAX50 Fs.
Not Bitltling No Bid py�oa Flanged Ejectors, 2 inch, (SpeciFy PPD, Nozzle, EA
Throat Size)
s�«ess:an�ai�es aea Bid pt-ion FlowMeterCompactOrifice30515FFLOW �
P���� METER
s��oe::: an �ai�e: pro��aea Bid pi-ios Flow Meter, Electromagnetic, SITRANS FM MAG �
5100 W, 8", #7ME6520-4PJ13-2AA2
s��oe:s: an �ai�e: pro��aea Bid uvms Flow Meter, Electronic Prosonic Flow 200 Eq
Flowmeter, XPD0002-1014/0 (XPD0002-A2)
s��cess: All values pmvided Bid ui-to� Flow Meter, Prosonic Flow B 200, 9B2BiF, DN150 �
6", 962BiF3QK81101
z
2
2
z
2
2
2
z
2
2
2
2
2
2
2
2
2
2
2
2
2
z
2
z
2
2
2
2
2
� �
�
5 a,zsa oa P�e��s�o� o�9aai g z,saoao
�
�
56,50000 MichellEasidew 5�3,00000
$ 4,80000 Pulsar TTFM $ 9,600.00
$ 1,250.00 Pulsar dBi $ 2.Sao ao
s �35.aa JFlow g i,a]o.00
�
$ zoo.00 Techstar $ 400.00
5 300.00 Xyleln $ 600.00
5 4 000 00 TAS $ 8,000.00
54,000.00 TAS $8,000.00
$ 6,0�0 00 TAS $ 12,000 00
$ 4,000.00 7A5 $ a,000.00
Saaoaoa 1ns gapaoao
$�,00000 TAS $14,00000
$ 4,50000 Vokogawa EJA910 $ 9,000.00
5�0,000.0o vokogawa.c`(c Szo,00000
g a aoa oa Pwsa� rrFM $ 9,600.00
$ 4,80000 Pulsar TTFM $ 9,600.00
success: all values proviaea Bid pt-toa Flow Meter, 5iemens, Si[rans FS220, 7ME3570- �
1JA40-OFR1
NotBitltling NoBid pytoy FlowMeter,TranspaLot�PVC,GPHScalewith EA
9
success: all values proviaea Bid ui-tm Flow Sensor, Electromagnetic, SITRANS FM MAG �
5100 W, 7ME6520-4HJ13-2HE2
Success:Allvaluespmvided Bid pytn FlowSensor,SitransFMMAGN00, EA
Electromagnetic, Siemens
Flow Sensor, W Electroma9netic Flow Sensor,
s�«ess: AII values pmvided Bid ui-tiz DN15 to DN 1200 Flanged, Suitable for Volume �
Flow Measurement of Liquids
success: an vaiues proviaea Bid pi-iia Flow, Prosonic, 93C6H Inline, DN600 24", 93C6H- �
LHLC2AACBAAA
success:allvaluesproviaea Bid ui-tin FIow,Ultrasonic,93TA1-SPK8/OE+H Fs.
s��oe:s:an�ai�e: aea Bid ai-tis Flowmet,Electromag,PromagP5005P5B1F EA
provi 43F4/0
Flowmeter, Eastech 4400 Ultrasonic Flowmeter,
s�«ess: All valuespmvided Bid ui-tis P/N UF44005TD-VL640100-C V20WT 640 KHZ Fs.
3165s Wetted Sensor, 700 FT Transducer Cable
Flowmetef, EaStech flow Contfol transit time,
Success:Allvaluespmvided Bid ai-tn Motle14400640,1oo'ca6les,transducermount En
hardware for use on 12" pipe
s��oe:s:an�ai�e:pro��aea g�d py�i8 Flowmeter,EndressHauserUltrasonic,91WA1- EA
AA2C20AKB5AA
Success: All valuespmvided Bid ai-tis Flowmeter, Prosonic Flow, 93T, Portable En
Flowmeter, UI[rasonic, Proline Prosonic Flow,
success: all values proviaea Bid ui-tzo 91Wp1, Endress Hauser, damp on iCh Set, �
91WA1-AA2620AC64AA
NotBiaa��q NoBid ui-tzi GasAnalyzerAccessory,AMl,GuardianBase �
Design, no regulator included, 5GRD02
Gas Moni[or, UltimaX5000, LEL Methane 5%,
s��oe:s: an �ai�e: pro��aea Bid ai-izz Sroinless Steel, 3/4" NPT Conduit Entry, A-X5000- e.a
O�v1-10-AA-20.0
success: all values proviaea Bid ui-tn Gas Monitor, URimaX5000, LEL-Methane 5.0 % Fs.
success: all values proviaea Bid nviza Gas, d2, PCB, 01-0015 A11-11 Fs.
success: all valaes proviaea Bid ui-tzs Gas, NHS, PCB, 00-0016 Fs.
No� ama��q No Bid #i-1zs Gasket, Lead, GAH-LED-7070 EA
s��oe:s: an �ai�e: pro��aea Bid ui-in Gauge, Pressure, diaphragm pressure gauge �
PGL300-WE�1H3
Gauge, Vokogawa Dpharp, Digital Moun[ Garage
s��oe:s: an �ai�e: pro��aea Bid uviza pressure Digirol Mount Garage Pressure EA
Transmdter
s��cess: All valuespmvided gjd gy�zq Generator, Gas, Ammonia, Genie, GDS, 10ppm EA
to150,1250-0043
su«ess: an �ai�es p.o�mea Bid #i-iaa Generator, Gas, Genie, Toxic Gases, 7250-0041 EA
Not eidding No Bid ai-7ai Glycerfn, Fill, GF-D e.a
success: All valuespmvided Bid ui-taz Grounding Ring, C22, MAG 1100 DN2/iQ I[em �
FOK-083G3T56
Hardware, Hardware Procurement, FB3000
Emerson FB3000 Base Bundle: Chassis, CPU,
Not Bitltling No Bid pi-iaa CPU Personality Module, 2 Power Bbcks FB3000 �
Mixed I/O Modules, 12 Channel (8 AI/DI/PI, 2 AO,
T DO) FB3000 Mixed I/O Surge Personality
Module FB3000 Gas + Oil Calcs�4 Runs)
Not Bitltling No Bid ai-t3a Heater, Clamp, HTH-N1-015 EA
2 $6,00000
2
�
2 $6,00000
2 $ 6,000.00
z 5 is,000.00
2
2
2
2
2
2
2
2
@
2
2
2
2
2
2
2
2
2
2
2
@
2
$ 4,800 00
$ 4,800 00
5 8,500.00
$ 4,800 00
vokoaawa (ixc s iz,00000
vokoaawa.cec siz,00000
Vokogawa AXG $ 12,000.00
vokoaawa (ixc
Pulsar TTFM
Pulsar TTFM
vokoaawa (ixc
Pulsar TTFM
$ 36,00000
$ 9,600.00
$ 9,600.00
$ 17.000.00
$ 9,600.00
5 4,800.00 Pulsar TTFM $ 9,600.00
$ 4,800.00 Pulsar TTFM $ 9,600.00
$ 4,800.00 Pulsar TTFM $ 9,600.00
84,80000 PUIsarTTFM $9,600.00
_�
$ 4,500.00 MSA X5000 $ 9,000.00
$ 4,50000 MSA X5000 $ 9,000.00
31,44900 MSA X5000 $ 2,696.00
$ 1,44900 MSA X5000 $ 2,898.00
$ 1,65000 Vokogawa EJA530E $ 3.300.00
5 1,650.00 �okogawa EJA530E $ 3,300.00
$ 1,945.00 MSA $ 3,890.00
$ 3,950.00 MSA $ ],900.00
�� �
5400.00 VokogawaAXG $80000
success: all values proviaea Bid ui-tas Heating Cable, Self Regulating, 8 WATT at 50 �
degrees, 120 Volt
HPR 32i A, 3.9 V D+HLC, Battery pack now
Not Bitltling No Bid ui-ias enables enhanced battery monitoring and ea.
prediction of battery exhaustion in advance.
s�«es:� all values pmvided Bid pt-ta� Hydroranger, Siemens Dual Point, 6 Relays, 700- �
230 VAC, 7ML6003-1BC00-0AA3
success: nll values proviaea Bld p�-�3g HytlroRanger, Siemens, 200 HMI Hyd�o Range� �
200 HMI
su«ess: an valuespmvided Bid gy�3y HydroRanger, 5iemens, 200 Ukrasonic, 7ML6003- EA
iBC00-1AA3
success: all values proviaea Bid p�qqp HytlroRanger, Siemens, Single Point, 6 Relays, �
100-230 VAC. 7ML6003-1AC00-AA3
s��oe:s:an�ai�e:pro��aea gid pi-�ai Hygrometer,EasidewAdvancedOnline EA
Hygrometer
Not Bidding No Bid ui-inz Indica[or, NEMA 4X, Loop-Poweretl EA
success: All valuesprovided Bid #1-143 In-Line Manifold Rosemount 306 EA
success:Allvaluesprovided Bid #1-144 �nlinePressureTransml[[er, EA
3051TG3A2621A55M5
Not Bidding No Bid ai-tas Insenion Flow Meter, Ozone, 454FT6-12-FiT e.a
�uo� a�aa��g No Bid #i-�4s Mtake Assy CLX, Replacement HF, 249755 EA
Success: All valuespmvided Bid ai-ia� JB5000 Junetion Box, 3/4" NPT, FM I 1021369T e.a
Noteitltling NoBid pt-taa Keypad/DisplayUnitMAG5000/60001P67/FDK- �
085L11039
I Not eiaaing No Bid ui-tas Ki[ ampliFier 93 iCH WEA EX Fs.
F
No/ eitltling No Bid ai-isa Kit tlisp.50I51I80190I65 Wall >=W.U6.00 EA
Not Bidding No Bid ai-tsi Kit display 10191 W with keyboartl ea.
Not eitltling No Bid ui-isz Kit Display, motl 50/57/80/65, >=V7.06.00 EA
Not Bitltling No Bid ai-isa Kit Main-PCB 91 W 85-25oVAC EA
s�«ess: AII valuespmvided Bid gyisa Ki[, Grounding, Cable, Promag, L/W/P/S,E, Eq
DK5GC-iFL
s�«ess: AII values pmvided Bid ui-tss Kit, PM, differential, preDs�re, regular, KTH-6000- �
Not Bitltling No Bid ui-iss Kit, PM, for 12" Gas FI NHMeter, KTH-2000-RMS- �
success: All valuespmvided Bid giq5� Ki[, PM, OV-7000, (200NH3d�, CL2, KTH-040-OV- EA
Not eiaaing No Bid ui-tsa Kit, PM, Series 3000, remo[e me[er panel, �
2000ppd,KTH2O00-R
Success: All valuespmvided Bid pyise Kit, PM, Series 6000, regulator, KTH-0Ooo-PRV- EA
NH3
�uot Bidding No Bid ui-tsa KIT, POLE MOl1NT , TEF-PMT13 EA
s��oe:s: an �ai�e: pro��aea Bid ui-isi KIT, REAG., 30 DAY TOTAL JAW CLX, 9952 �
Kit, Rosemont Analytical Equfpment 1 ea:
Success:Allvaluespmvided Bid ui-�sz RosemontAnalytica156DuallnputAnalyzer,3 �
ea: Rosemont PH probes, 3 ea: Rosemount
Variopol Cables
Success: All valuespmvided Bid py�sa Kit, Submersion, Mag MeterTerminal Box, �
FDK:085U0TT0,
2 $ 250.00
2
z
2
2
2
2
z
2
2
2
2
2
z
z
2
2
2
2
2
2
2
2
2
2
z
2
2
2
Proline RatliaM $ 500 00
s s,000 0o awsar Reeecc and wna s s�o,000 oo
5500000 PulsarReilectandUltraS 51D,00000
$ S,aoa oa Pulsar Reilec� and Ul�ra 5 $ 10,Oaa aa
$ 5,000 00 Pulsar Reilect and Ulira 5 5 10,000 00
$ z,iso oa Michell Easidew $ 4,3ao.00
5250.00 Precisian.Mul�ilnstrumen[s $50000
5 1,650.00 Yokogawa EJA530E $ 3,30000
�
� -
5550.00 MSAX5000 $1,10000
� -
-
�
7 -
$ 6,soa oa vokogawa AXc $ 1a,oaa aa
$2,15000 VokogawaEJA110E $4,300.00
� "
S�nssoa msn gz.sioao
L �
$ 1,455.00 MSA $ 2,910.00
$ 80.00 Waltron $ 160 00
$ 6,500.00 Vokogawa FLXA 402, Wal�ron $ 13,000.00
$ 3,500.00 Vokogawa AXG $ ],000.00
Not eiaaing No Bid pt-tsa Kit, Wall Mount, Remote Mounting Transmitter, �
FDK:OSSU1053
Success�Allvaluespmvided Bid pi-tss LeakSensor,Ammonia0-100PPMXCELL Eq
Technology, AlKSENS
success: all valuesproviaea Bid pi-tss Level Controller, Si[rans LT500 Universal, �
Hydroranger, 7ML6003-OAC20-7AA3
su«e��: an vawe:pmvided Bid ai-ts� Level, Ratlar, Endress+HauserRatlar, FRM20- Eq
1633/0, FMR20-AAPBNVCEXR07+R3
s�«ess: an �ai�es p.o�mea Bid pi-isa Level, Radar, Endress+Hauser, FRM20-15X1/0, �
FMR20-AAPBNVCEXR02+R3
Not Bitltling No Bid pi-�s9 License, Telog Instruments Enterprise Client EA
Term License
Loatl Point, 330 KLB/ 150mt, Hermetic Sealetl
success: All valuespmvided Bid ui-no IP68, C2, Rocker Load Sensor, 50' cable, HI Fs.
LPRC03330K-41C
Success: All values pmvided Bid ai-ni MAG, F M, 5100 W, Sitran, Siemens 7ME6580 En
success: all values proviaea Bid ui-nz Mag, Siemens, 5700W, 6", Hard Rubber, Mag �
6000, 115-230 VAC, 7ME6520-0HJ13-2JA2
Not Bidding No Bid pi-tr3 Maintenance, Telog Enterprise Maint., 150 �
SiteN500 Measurements
Not eiaaing No Bid ui-na Maintenance, Telog Maintenance, Enterprise �
dient
Success: All valuespmvided Bid pyns ManiFold, 3 Valve, Model IVI-3VMT (includes EA
shipping)
success: All valuespmvided Bid ui-ns Manifold, 5 Valve, Model IVISVMT (includes �
shipping)
Success: All values proviaea Bjd g�-7�� Manifoltl, Black861eed ValVe, DA63M, DA63M- EA
1082/0
su«ess: an �aluesprovided Bid ui-i�a Manifoltl, E+H Block 8 Bleetl Valve EA
su«ess: an valuespmvided Bid giq�y Manifold, In�ine, Rosemoun[ 306 PT# EA
0306RT22AA11
Success: All values proviaea Bid #1-18o ManifOltl, Inline, RoSemOunt 306, Motlel �
0306RT22BA17
Success:Allvaluesprovided Bjd g�-7g� Manifoltl,Rosemoun[3051ntegfal EA
0305RC32B71B4
success:Allvaluespmvided Bid ui-taz Manifold,Rosemount0304,Conventional, �
0304RT32B11
Success:Allvaluespmvided Bid ai-iea McCrometerFPlmagmererconveHer e.a
success:Allvaluesprovided Bid p�-�gq McCrometerinsertionmagneticflowme[er, �
lengths TBD (FPI model)
Not Bitltling No Bid ui-ias Membrane Cap, Spare, orange, 2/5no ppm, �
792862, chlorine sensor
Not Biddt�q No Bid gy�es Membrane, caps (2ea�, spare, 740048 and 50mL �
electrolyte for CTE (2-20 ppm)
NotBidding NoBid ai-ie� MererBase e.a
Not Bidding No Bid #1-1ea Meter Gasket (Chlofine & 502�; MG-40KG EA
Not Bidding No Bid ni-ies Meter Tube 1T" with Magnet (SOOPPD) En
Not aiaainq No Bid ui-t5o Meter Tube12" wi[h Magnet (2000PPD) �
Success: All valuespmvided g�d py�yi Meter, 1T" remote meter, with 4TOmA Output- EA
T000 PPD
success: All values pmvided Bid ui-tsz Meter, 12" remote meter, with 4-20mA Output-50 �
PPD (NHS) RMH-SOONH3-420MA
2
2
2
2
2
2
2
2
z
2
z
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
z
2
2
� ,
�
519]000 MSAX50�0 $3.94�0�
$ 5,00000 Pulsar Reilect and Ulira 5 $ iD,00000
$ 3,490.00 Magnetrol R@J $ 6,980.00
5 3490 00 Magnetrol R80 $ 6,980.00
$6,00000 MettlerToledo $12,00000
$ 6,100.00 Vokogawa AXG $ 16,200.00
sa,i0000 vokoeawaaxc sie,z0000
5 300.00 Preci5lo�, MUkI I�S�fllfne��5 $ fi00.��
8 SD0.00 Precision, Mutti Ins�rumen�s $ 1,000.00
5 Soa.aa Preaswn, Mutti Ins�rumen�s $ 1,000.00
5 Soa.aa Preaswn, Mutti Ins�rumen�s $ i,oao ao
5 So0.00 Preaswn, Mutti Ins�rumen�s $ 1,000.00
$ 255.00 Precision, Muki InsVumeMs $ 510 00
5 Soa.aa Preaswn, Mutti Ins�rumen�s $ 1,000.00
5 SD0.00 Precision, Mutti Ins�rumen�s $ 1,000.00
$ 4,863.00 McGrome�er - PHS-RA2-SEN $ 9,726.00
$ 15,454.00 MCCrometer - FP3394HB5-026SN0B3222-SEN $ 3D,90800
■I �
$ 19,000.0o Yokogawa RotamAss TI $ a5,oaa aa
$ 18,000.00 Vokogawa RotaMASS TI $ 36,00000
Not Bidding No Bid ai-taa Meter, Field, with Control Unit, RIA46 e.a
NotBidding NoBid ui-tsa Meter,flowelement,ST80- �
70C0060�TBD)10KAC0001
success:Allvaluespmvided gjd gy�g� Meter,FlowMeter,EtherMeterSCADAEtherMe[er EA
SCADAIMeter Gateway; F/w Ver: v258
Me[er, Flow, Eastech Mode14400wi[h V20WT 320
Success: All values proviaea Bid Ni-196 KHZ hot shot transtluCefS Wlth 50-ft transtlucef E4
cables
su«ess:anvaluespmvided Bid ui-ts� Meter,Flow,Thermal,Mode1454FTB-12-HT, �
756053-R32-B-7-A-000-P-99-D-03T-E-0537
Not Bitltling No Bid ui-i9a Meter, Javelin o High -Volroge DC High Volroge �
Panel, Me[er, PD644-6R3-14, 1/8 DIN
success: all values proviaea Bid ui-ts5 Meter, Panel, Digital, PD765-6R0-00 Fs.
s�«ess: an �ai�es aea gjd gyzpp Meter, Thermal Mass Flow Insertion Air & Gas Eq
pro�� Mass, FCI, ST80-A000120F70HABL001
Not eiaaing No Bid pi-2oi Meter, Trident Process 8 Temperature digital �
panel, PT# PD765-6R0-10
success: all values proviaea Bid pt-2oz Meter,Flow,Eastech Model 4400, 2 Model, �
V20WT,50ft Transducers, 2in Bronze ball valves
Success:Allvaluespmvided Bid ai-zoa Micropilot,FMR20-4KW7/O,Endress+Hauser En
success:Allvaluespmvided gjd #i-zoa MicroPilo[,RadarLeveIFMR20-4KW7/0, EA
AAPBMVCEVEEA
s��oe:s:an�ai�e:pro��aea Bid ui-zos Micropilot,RadarLevelTransmitterFMR20, �
FMR20-2X51/0, (FMR20-AAPBNVCEXR03+R3)
Success:Allvaluespmvided gid pyzos Micropilot,RadarLevelTransmitterFMR2o- EA
CBPBNVCERPF2+Z1
su�oe::: nn vawes P.o�mea Bid ai-zo� Mircropilot, FMRTO, FMRTO-AAPBMVCEVEE2, En
Not eitltling No Bid wi-zaa Motlule, Display, Grophfc LCo, 501729-0001 e.a
Not Bidding No Bid #i-zo5 Module, FX Maintenance Bypass, Ferrups, EA
BPEFXBBOT
success: all values proviaea Bid ui-2m Module, Hart, Siemens, for Mag 6000 Transmitter Fs.
Not Bidding No Bid pyzn Module, I/O 2-wire, 4TOmA, HART, PFS, 4-20mA EA
input, XPD0018-10T0/0, (XPD0016-AD00)
Not Bitltling No Bid wi-ziz Motlule, USM II, MODBIIs RTU Modul EA
s�«ess: All valuespmvided Bid pt-2is Monitor, Analy[ical Technology Sulfte Monitor �
Q465I66-1-1 including freight
Not eiaaing No Bid ui-2ia Monitor, Vacuum, VM-150 Fs.
Not eiaaing No Bid ui-2is Motherboard, Mode14700 P/N 1 5 2 01 3-9001 Fs.
success:nllvaluesproviaea Bld p�-Zi6 Motor,Reagen[PumpAssembly,PartNo.03- �
�422
success: All values pmvided gjd gypi� Motor, Reagent Pump Motor, 6 RPM Part No. 36- EA
0049
success: All values pmvided Bid ui-2is Motor, Sample Pump Assembly y- of Fort Worth, �
Part No. 03-0421
s��oe:s: an �ai�e: pro��aea gid pyZiy Moror, Sample Pump Drain Tubing, Pkg of 5, Part EA
No. 05-0104
s�«ess: AII values pmvided Bid pt-2zo Motor, Sample Pump Inlet Tubing, Pkg of 5, Part �
No. OS-0103
z �
2 �
2 $ 950.00 SCADAmetncs $ 1,900.00
2 85,30000 PNsarTTFM giD,60000
2
2
2
2
2
2
2
2
2
2
2
2
2
z
2
2
2
2
2
2
2
2
2
2
54,90000 FoxThermal,5ierralnstruments $9.800.00
5 �,25000 Precision Digital $ 2,500.00
54,900.00 FoxThermal,5ierralns�rumen�s $9,800.00
�
84,80000 PUIsarTTFM $9,600.00
$ 1,290.00 Pulsar Reflec� $ 2,580.00
$ 4,500.00 Pulsar Reilec� and Ul�ra 5 $ 9,000.00
$ 1,29000 Pulsar Reflect $ 2,580.00
5 1?90.00 Pulsar Reflec� $ 2,580.00
$ 3,490.00 Magnetrol R80 $ 6,980.00
� �
� �
s�,i0000 vokoaawa.cec sia,20000
�
�
E 4,000 0o xylem $ b,000.00
� -
� -
$ 1,50000 Xylem $ 3,000.00
$ 1,500.00 Xylem $ 3,000.00
$ 1,50000 Xylem $ 3,000.00
$ 300.00 Xylem $ 600.00
$ 3D0.00 Xylem $ 600 00
success: all values proviaea Bid pt-2zt Motor, Sample Pump Motor, 12 RPM Part No. 36- �
0051
No� ama��q No Bid #i-m motor, sample pump, 24 RPM, analytical Eq
technology,PIN36-0051
success: all values proviaea Bid pt-2z3 Motor,Reagent Pump Tubing Assembly,Pkg of �
10,Part No. OS-0102
Not Biaa��g No Bid gi-zzn MTAP, Motlem,Technology, Telog, Assurance Eq
Plan
Not Bidding No Bid pi-2zs Oxygeq dean and Bag per CGA G-0A., PT# �
759080, 9N710T77A
Not aiaainq No Bid ni-zzs PDA, PDA2929 Painted Steel, CSA, UL/C-UL �
Success: All values provitletl Bid ui-zn PDA-LH3LC-RYG, LightlHorn with Red, Yellow, �
Green Light Layers
Nat aiaainq No Bid ni-zza PM Ki[ for OV-1000 (500 PPD, NH3) �
Not Bidding No Bid pi-zzs PM Kitfor Series 6000 Pressure Regularor up to EA
1000PPD-NH3(500PPD)
Not Bma��q No Bid pi-2ao PM Kit Model OV-110 and CV-230, 1000 or �
2000ppd
Not Bitltling No Bid pi-ati PM Kit Series 3000 2000ppd Remote Merer Panel Eq
(RMH-2000LL2/S02
Polyamid Enclosure, W/Display / 7ME6910-1AA70-
Not eiaaing No Bid ui-z+z 1AA0 MAG 5000, IP67 / NEMA 4X/6, 115-230V AC Fs.
50/60 Hz
Positioner, Electropneumatic, Smart, SipartPS2,
s�«ess:Allvaluespmvided Bid #i-2� 6DR5220-OEN3I-OAA4,forpneumaticlinearand Fs.
part-turn actuators
nlot siaaing No Bid #i-zi4 Po[ting Kit, Accessory, Sitrans FM, # FOK- EA
OSSU0220
Not Bidding No Bid pi-za5 Power Connection Kit, Hazardous Lowtions, �
PLSR-PTBS
Success: All values pmvided Bid ai-z+s Pressure Regulator, Series 6000 (500 PPD NH3) en
Not Bidding No Bid pi-2s� Pressure Regulator, VaWe, Omni, Wall Panel, �
W POV-1000, CL2 10000 PPD - 2" Pipe
Pre55ure Switch Ashcroft L-Sefies Dlffefential
LDDN4KK625XFS Epoxy coated, dual setpoint,
Not eiaaing No Bid ui-z+s fixed deadband. Dual narrow deadband. Buna-N Fs.
actuator seal. Y." NPT female pressure
connection. Factory adjusted setpoiM. 30 psid.
success: all values proviaea Bid ui-z+s Probe, Wa[erpilo[ Hydros[atic Level, FMX21 Fs.
success: an values proviaea Bid ni-zno Prosonic Flow 93, [ransmitter �
s��oe:s: an �ame:pro��aea gid pyzai Prosonic Flow W 400, 9W46A1, 9W4BA1-1HU7I0 EA
1 Set
success:anvaluesproviaea Bid ui-znz Prosonic,5FMU90,FMU90-R77CA761AA1A �
s�«ess:Allvaluespmvided Bid gyz4a PulseBurs[RadarLevelDe[ec[orEconomical EA
26GHz 24V Loop Powered
Not ama��q No Bid pi-2aa Pulse Encodalizer, (Pulse to Encoder Version) �
Model PTE, includes 4 batteries
Not eitltling No Bid ai-zas Pump, Air Pump Assembly, 6 VDC e.a
Success: All values provitletl Bid pi-2as Pump, Back Panel, Transfer Panel, wi[h RIO, �
Control, Modicon XBO
Not siaainq No Bid ui-2a� Pump, Polymer, Blue Whi[e Flex Flo A-100 NVP Fs.
Not Bitltling No Bid ui-zaa R.H.M.S. 1I420 x 3/4" LG (Monel) (300 RM & �
Series 3000 RM)
z Et,s0000 xylem
z
2 E 300.00 xylem
2 ��
2
z
2
z
2
F�
$ 600 00
$ BD0.00 MSA $ 1,600.00
�
z
2
2
2 $1,3�500 JFlow
2
2
2
2
@
2
2
2
2
2
5 350.00 MSA X5000 $ ]p0.00
� �
� .
51,10000 APG $2,200.00
5450000 PWsarTTFM $9,000.00
$ 4,500.00 Pulsar TTFM $ 9,000.00
5445000 PulsarTTFM $8,900.00
$ 1,450 oa Magnetrol RBG $ 2.900.00
2 � �
2 �
2 $6,00000 TAS $12,00000
� �
2
s��oes:: nn vawe: pmvidea Bid ai-za9 Reagent, Feed Assembly # 03-0419 e.a
�uo�Bidding NoBid pi-zso Remo[eMountController/Transmitter, �
MCCfometel', PC-RA1
Repair, Electronic Replacement, Bench
Calibration Serial Number: 691923; Replace
Not eiaaing No Bid ui-25i ea.
corrision damaged electrionics and bench
calibrate to latest data on file
nlot eiaaing No Bid p�-�z Replacement Boartl, Ativancetl, Omni-Valve 7000, �
OV-7000-PCBA
Not Bidding No Bid #i-zsa Replacement Tubing and Cuvette kit, for CLX EA
Meter, New, 09950
Not Bidding No Bid ui-zsn Rinse, oxyqen Solvent, FD42949A & FD42950A EA
Success: All values pmvided Bid ai-zss RotoMeter, Prominent Polymer Skid En
A
RTU, RS-3307 7 channel, E1 enclosure, LTE Catl1
su«ess: All valuespmvided Bid ui-25s Verizon, AC power battery backup, Ext Antenna Fs.
Conn, TRMB Act
Not Bitltling No Bid ui-zn Sample Block, 5/8" UNF SS (with 118in NPT inlet �
& outlet ports)
Not Bida��q No Bid #i-zsa Seal Kit, Green Lighted End, Hazardous Eq
Locations
Not eiaaing No Bid pi-25s Seal, Industrial, #70 SEAL - 316 ST. / ST. 1" �
BOTTOM, D70964, Win[er
No� a�aa��g No Bid gi-�o Seal, Intlustrial, tt70 SEAL,376 ST / ST 7I2" NPT EA
TOP, D709, Winter
success: all values proviaea Bid pt-2et Sensor flow, Set, Prosonic Flow W, Endress �
Hauser, DK9WS-AA
Success: All valuespmvided gid pyzsz SensorFlow, Set, Prosonic Flow w, Endress EA
Hauser, DK9WS-RA
Not Bidding No Bid ni-zss Sensor Mounting Brackets, 1tt, SS, 00-0831 En
SensorBTransmitterThermal Mass Flowmeter
success: all values proviaea Bid ui-25a Mode1:454FTB-12-HT Enclosure Remote �
Electronics Polycarbonate Type 4 F1 R
Success: All values provitletl Bid pi-255 Sensor,l0" Wafer Pressure Sensor, Body, �
Flange 48W, SS Body
s��oe:s: an �ai�e: pro��aea gid ui.z�s Sensor, 12" Probe, Thermocouple, Pyromation, Eq
J48U-002 ( i /2)-0O�H N 51
Success: All values pmvided Bid ai-zs� Sensor, ATI, 02 Sensor e.a
Sensor, Chlorine Sensor, CTE 1-DMT-10ppm
Not Bidding No Bid pi-zsa Chlorine Measurement in Poroble Water, EA
Swimming Pool Water, Industrial Water, Process
Water and Waste Water
success all values proviaea Bid #i-2ss Sensor, Chlorine, 0-SPPM, GP SS Fs.
Success: All values provitletl Bid ni-z�o Sensor, Chlorine, Prominen[, 1007540 for 70PM �
Sensor, Cylindrical Proximity, 20 to 250V, ACDC.
s��oe:s: an �ai�e: pro��aea Bid ui-zn 2 wire,l5 mm Max, Derecting Disronce, 2m Cable, En
Efector
Sensor, Electromagnetic Flow Sensor 4P DN 200,
8in, J ANSI B 16.5, Class 150, 1 Carbon Steel
Success: All values pmvided Bid nvnz ASTM A 105 Corrosion-resistant coating of �
Ca[egory 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
success: all values proviaea Bid #i-Zis ASTM A 105 Corrosion-resistant eoating of EA
Category C4 3 Liner Material, # 7ME6520SDJ13-
LA2
2 5 aoa.aa Waliron $ aao.00
z
2
2
2
2
2 S4a0aoa
2 51,50000
2
2
2 �
2 �
2 $ 6D0.00
2 5 600 00
2
2 sasoaoo
2 $4,50000
2 5 950 00
2 5 969 00
2
2 5 969.00
2 5 696.00
2 $ 400.00
�
��
Pulsar TTFM
Pulsar TTFM
Fox me�mai, s�erra i�sn�me�ts
Retl Valve
Pyromanoo
MSA X5000
�
$ 1,200.00
$ 1,200.00
$ 9,800.00
$ 9,000.00
$ 1,90� 0�
$ 1,9380�
MSA Xv000 $ 1,936.00
MSA $ 1,392.00
BK Vibro, Me�nx, SKF $ 800.00
VokogawaAXG $2D,00000
Vokogawa AXG $ 24,000.00
Vokogawa $ 8,000.00
SignalFire $ 3,000.00
■-
Sensor, Electromagnetic Flow Sensor,
s�«ess:Allvaluespmvided Bid #i-Z�4 Electromagneticflowsensor,waferdesign, EA
diameter DN 2 to DN 100 (1N 2" to 4")
Sensor, Electromagnetic Flow Sensor, wafer
s��oe:s: an �ame: pro��aea Bid ai-vs design, Sitrans FM Mag N00, Diameter DN 2 to en
DN 100 (i/12 to 4) 7ME6110-1 RA10-1AA2
su«ess:Allvaluespmvided Bid gyzis Sensor,flowsensorset,DK9PT-AA/Prosonic EA
Flow 93T, DK9PT-1035/0
s��oess: an �ai�e: pro��aea Bid pi-zn Sensor, flow sensor set, DK9PT-BA I Prosonic �
Flow 93T, DK9PT-1014/0
success: all values proviaea Bid ui-2�s Sensor, Gas Phase Sulfite Part No. 00-0954 Fs.
Success: All values provitletl BIf� #1-2'/9 Sensor, Gas, d2, 00-0081 E4
success: an values proviaea Bid ui-2eo Sensor, Gas, NH3, 00-0085 A10-15 Fs.
success: an values proviaea Bid ui-2ai Sensor, Honeywell, SR-X2v 02, Fs.
su«ess:anvaluesprovided Bid #i-2a2 Sensor,LEL,SR-W-MP75C EA
Success: All valuespmvided Bid ai-zaa Sensor, NH3, 00-0608 en
s�«ess:anvaluespmvided Bid ui-zea Sensor,Oxygen5ensor,0-25% EA
Sensor, pH Sensor, Rosemount Analytical
su«ess:Allvaluespmvided Bid ui-2es Insertion/Submersion/Flow-ThroughModel# Fs.
396P-01-10-SSdi
Success: All values provitletl Bid pi-zss Sensor, Pmsonic Flow P 500, 9PSBA4, 7 set, # �
9PSBA4-2DV6/0
s�«ess�allvaluespmvided gjd gy�� Sensor,Rosemount214ATemperatureSensor, �
T14A1AAN12013
s�«ess:Allvaluespmvided Bid pt-2ea Sensor,Rosemount214ATemperatureSensor, �
274A1AAN12108
Sensor, Rosemount Analy[ical pH/ORP, TUpH
s��oe:s: an �ai�e: pro��aea Bid ai-za9 Insenion, Submersion, Flow-Through, Model # EA
396P-01-10.54
s��oe:s: an �ai�e: pro��aea Bid ui-zao Sensor, RTD Assem6ty, Pt 100, Pan No. 00-1654 �
s��cess:Allvaluespmvided Bid gyzsi Sensor,Thermocouple,ARStyle,Mineral EA
Insulated, Watlow, ARJEFOF0T4UJ000
n�o� amdinq No Bid ui-�z Sensor, Trojan, UV Intensity EA
s�«ess:an�awespmvidea Bid pt-2ya Sensor,TUpHlnsertion/Submersion/Flow- �
Through(396P�,pHlO
success:anvaiuesproviaea Bid pi-zya Sensor,MieropolitFMR20,FMR20119110,�FMR20- �
AAPBMVCEVEE2)
s��oe:s: an �ai�e: pro��aea Bid pi-zys Sensor,Micropolit FMR53, FMR53-3QX9/0, EA
(FMR53-AAACCDCBRGJ+pB)
Service, CT2SEN, Recalibration of Cermet II
Not Bitltling No Bid pi-zw Sensor at 13 points between -100 and +20C (-148 �
to +20F) dew point. Supplied wi[h traceable
calibration certficate.
success: All valuespmvided Bid pt-2y� Shield, SITRANS FM Sun shield fortransmi[ter, �
remote mount
Signal Generator, for AMIIAMR, TheEncodalizer,
Not Bidding No Bid ai-z9s Conduit Knockout Mount Modbusro-Encoder, e.a
I.ASM.MBE.V1
s��oe:s:an�ai�e:pro��aea gid pyZyy Signallnsolator,Field-Configurable,lnput-O-0OV EA
into 2 m
Success: All valuespmvided Bid ai-soo Signal Splitter, Milliamp, MTMM EA
z a �,soo.00
2
2
2
2
2
2
2
2
2
2
2
$ 7,500.00
$ 600.00
$ 6D0.00
$ 4,000 00
$ 696.00
5 696.00
$ 3,500 00
5 Bfi2 00
$ 1,449.00
$ 895 00
$ BD0.00
2
2
2
2
2
2
z
2
2
2
2
$ 6D0.00
$ 1,050.00
$ 1,05000
$ 800.00
5 �,25000
5 450 00
vokoaawa .c�cc
Vokogawa AXG
PNsar TTFM
Pulsar TTFM
xylem
MSA X5000
MSA Xv000
Ame�ek
MSA XSaoo
MSA X5000
MSA X5000
Vokogawa FU20, WaXron
Pulsar TTFM
Moorelndus�nes, Yokogawa YTA
Moore Intlustries, Vokogawa VTA
Yokogawa FU20, Watlron
Maore Industnes
Moare Intlusiries
515,000.00
$ 15,000.00
$ 1,200.00
$ 1,200.00
$ 8,000.00
$ 1,392.00
$ 1,392.00
$ ],000.00
$ 1.724.00
$ 2,898.00
$ 1 �9� 0�
$ 1,600.00
$ 1,200.00
$ 2,100.00
$ 2,�00.00
$ 1,600.00
$ 2,500.00
$ 900.00
s�,zoo 0o vokoaawa Fuzo a zaoo.00
$ 1,29000 Pulsar Reflect $ 2,580.00
s� z9a oo Pmsar Rene�c g zsao ao
2 5 350.00 0'Bnen $]00 00
2
2
2
�
�
$ 850.00 Moore Industries
5 850.00 Moore Intlusines
$ 1,700.00
$ 1,700.00
SITRANS F M Accessory MAG 5000/6000 2x 10 m
(32.8 ft) Cable kit including srondard coil cable,
success: all values proviaea Bid #i-soi 3x 1.5 mm2 (3x 0.0024 inch2�, gage 18, single EA
shielded wkh PVCjacket, and special electrode
cable
Nat aiaainq No Bid ni-aaz Solu[ion, Electrolyte, Prominent, 792892 �
Not Bitltlinq No Bid ui-aoa Spare Sensor Cable, 10m (3T ft 9 in) length wkh �
mini-0IN mating socket / EA2-CAB-10
Not Biaa��q No Bid #i-3aa Spare Sensor Cable, 2m wi[h mini-DIN ma[ing Eq
socket
Not Bida��q No Bid #i-so5 Splice Connec[ion Kit, Hazardous Loca[ions EA
Not Bitltling No Bid pi-� Subscription, Annual, Telog Insiruments, Celluar �
$2NIC2� �/2fIZOf1 CC��II�df $CNIC2
Summing Card, in a Junction box, SS Enclosure,
Not eiaaing No Bid #1-3W Mtegratetl Technician, NEMA 4XflP 66, HI 60201T- EA
557
s�«ess: All valuespmvided gjd gy� Sunshields, (5) each, 74 ga. powder coated, Artic EA
Whi[e
success: an values proviaea Bid pt-aos Sunshields, no pain[, no doors, 14 gauge, �
i8x20x14x3x7
success: All valuesprovided Bid #�-3�o Sunshieltls, no pain[, no tloors, 74 gauge, �
22x24x14x3x7
success:allvaluesproviaea Bid pt-3tt Sys[em,laotAmmonia,Pressure,Feed,Auto �
Valve and Remote Meter Panel
Not eiaaing No Bid ni-3iz Telogger, SevemChannel, R-5307 Model 3307A �
s��oe:s:an�ai�e:pro��aea Bid py3is Temperature5ensor,Rosemount214C, EA
214C RTSMBi S4E0042SLXTXA
success:Allvaluespmvided gjd #i-aia Tempera[ureSensor,Rosemount214C, �
241 CRTSMB154E0042SLESXAX
Success: All values proviaea Bid #1-315 Temperature SenSor, Rosemount �
214C,214C RTSMBi S4E00425LE5XW XA
s�«ess:Allvaluespmvided Bid #i-sis TemperatureTransmitter,Rosemount644, �
644HAESJ6MSQ4XA
Templa[e, GDS Model, C64/N4-11-00-0/0-00-0/00/0-
success: an vaiues proviaea Bid pi-3n 0-0-0/0-0-3 GDS Corp C64 Protector Controller in �
N4 NEMA 4x nonrnetallic enclosure with One
16Ch Analog Input Board
s�«ess: AII valuespmvided Bid pt-3ta Template, GDS Model, GMII-27-12-3/27-12-3/3-0 �
GDS Corp GASMAXII Gas Monitor
s��oe:s: an �ame: pro��aea Bid py3�y Template, GDS Model, GMII-27-20-6/T7-TO-613-0 �
GDS Corp GASMAX II Gas Monitor
success:nllvaluespmvided Bid pt-3zo Template,GDSModeI,GMl1-4-723/0-00-0/3-OGDS �
Corp GASMAX II Gas Monito�
Not Bidding No Bid #i-szi The Meter Display, Remote Wall Oisplay Fa
s�«ess: AII values pmvided Bid pt-3zz Thermal Mass Flow Meter for 6 in pipe 25ft Cable, �
5T60-70NOO60J26KACA001
s��oe:s: an �ame: pro��aea Bid pi-� Thermal Mass Flow Meter for 6 in pipe SOft Cable, �
ST80-70NOO60J2CKACA001
Success: All values pmvided Bid ai.aza Thermal Mass Flow Meter for 8 in pipe 25ft Ca61e, Eq
5T60-70NOO60J28KAFA001
Not Bidding No Bid #i-�'z5 Thermometer, Resistance Thermometer, 305063 Fa
�uo� ama��q No Bid ui-azs Thermostat, Watlow EA
success:Allvaluespmvided Bid pi-3n Thermowell,Rosemount114C, �
114CE0015WAATSCO27AXT
2 $ 500.00
2
2
2
2
2
2
2 5 500.00
2 5 450.00
2 $ 450.00
2 $3,50000
z
z Sipsaoa
2 $ 1,OSO.Oa
2 $1,05000
2 $ 1,050.00
�
2 $ 4,800 00
2 $ 4,800.00
2 5480000
z
2 5 5,800 00
2 $5,80000
z Ssaoaoa
2
z
2 5 200.00
Vokogawa AXG
7A5
TAS
TAS
JFlow
�
Moore Intlus[ries, Vokogawa YTA
Moorelndus�nes, Yokogawa YTA
Moore Intlusiries, Vokogawa VTA
Moorelndus�nes, Yokogawa YTA
�
$ 1,000.00
$ 900 00
g eoo.00
$ ],000.00
g z mo ao
$ 2,100.00
$ 2,100.00
$ 2,100.00
MSA Sentry i0 $ 15,60000
MSA X5000 $ 9,600.00
MSA X5000 $ 9,600.00
MSA X5000 $ 9,600.00
FoxThermal,SierralnsVumeMs 811,60000
FoxThermal, Sierra InsVumeMs $ 11,60000
Fox Termal and Serra Ins�rumerrts 5 11,6aa aa
Moore Intlusiries $ 40000
success:allvaluesproviaea Bid pi-3za Thermowell,Rosemount114C, �
114CE0020TAA2SCO22AXW
Not eiaaing No Bid ui-3zs Top Meter Block; MBH-410-CAB-0O Fs.
Tower,1201120, Eaton FX3100 3.1 kVA, 60 Hz,
Not eiaaing No Bid ai-a3a en
Ferrups FX enclosure, FX510001AAAt
Transducer Level EchoMax XPS-15 Ultrasonic
success: All values pmvided Bid #i-a�i continuous, nomcontact, 15 m(49.21 tt), for Fs.
liquids and solids."
s��oe:s: an �ai�e: pro��aea gid pi-�2 Transducer, Ukrasonic Level EchoMax XPS-15, E �
Cable length: 30m, 7ML1178-OEA30
Success: All valuespmvided g�d py� Transducer, Ukrasonic Level EchoMax XRSS, E EA
Cable Iength:SOm, 7ML1106-0CATO-OA
success: all values proviaea Bid pt-�q Transimitter, Level, Radar, Micropilot FMR2Q �
FMR20-iCM9/0, (FMR20-AAPBMVCEVEE2+R4)
success: all values proviaea Bid ui-a45 Transmitter Coplanar RosemouM Fs.
s��oe:s:an�ai�e: aea Bid ui-�s TransmitterinlinePressure3051TINLINE �
provi TRANSMITTER
success: all values proviaea Bid ui-a3� Transmitter Pressure Compact Cerabar PMC21 Fs.
Success:Allvaluespmvided Bid pi-saa Transmitter,Autroldifferentialpressure Eq
transmitter Model (inclutles shipping)
success:allvaluesproviaea Bid pi-a3s Transmitter,AutrolDifferentialPressure, �
APT3100D5�N11-F1-151-M1
Success:Allvaluespmvided g�d pyyw Transmitter,AutrolDifferentialPressure,Coatetl, Eq
Aluminum
success:allvaluesproviaea Bid pt-3at Transmitter,Autrolguagepressuretransmitter �
Model (includes shipping)
success: All valuespmvided gjd gyytz Transmitter, Coplanar, Pressure, Rosemount, EA
Mode13057CD2A53
success: All valuespmvided Bid pt-� Transmitter, Coplanar, Pressure, Rosemount, �
Mode13057CG4A53
sucoess:anvziuesprov�aea Bid ui-3nn Transmitter,Coplanar,Rosemount3o5, �
3051CD2A02A1AM4D4SSQ4
soccess:Allvaluespmvided Bid gy3q5 Transmitter,Coplanar,Rosemount, �
3051CDZAOTA1A55M4Q4C1
s�«ess:Allvaluespmvided Bid pi-3q5 Transmitter,Coplanar,Rosemount, �
3051CD3AOTA1AH2B1E5M4
s��oe:s: an �ai�e: pro��aea Bid pi-�.n Transmitter, Coplanar, EA
Rosemount,3051CD2A22A1AB4M4DA
s��oe:s: an �ai�e: pro��aea Bid ui-3as Transmitter, Differential Pressure, E+H Deltabar �
Success: All valuespmvided Bid ai-sas Transmitter, Differential, Press, PMD75-6JUO6I101 En
A
s�«ess: All valuespmvided Bid pi-�,o Transmitter, Dual Channel, Analytical, �
RoSemOunt (56�, MOdel # 56-02-2T-38-HT
s��oe:s: an �ai�e: pro��aea Bid ui-�i Transmitter, Dual Channel, Analytical, �
Rosemount 56-03-22-38
success: All valuespmvided gjd gy�p Transmitter, Gauge, Pressure, 2051TG, Model # Eq
2051TG3A611AB4
success: all values aea Bid pt-3sa Transmitter, Hygienic Pressure Transmitter, �
provi 3051HTAA1A31AT32
Success:Allvaluespmvided Bid ui-asa Transmitter,InlinePressureTransmitter, Eq
3051TG3A2B21AM555
s��cess:Allvaluespmvided Bid ui-�s Transmitter,InlinePressure, �
3051TG2A2B21A64KSM5
2 $ 2D0.00 Moore Intlustries
2 �
2 �
2 51,42500 Pulsard6i
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
$ 1 425 00
$ 1,425.00
5 �,295 00
$ 1,65000
$ 1,650 00
$ 1,65000
5 z z5o oa
$ 2,250 00
$ 2250.00
$ 1,65000
$ 1,650.00
$ 1,65000
$ 1,65000
$ 2250.00
5 �,650 00
$ 1,650.00
$ 2,250 00
$ 2250.00
5 3 000 00
$ 3,00000
$ 1,650.Oa
$ 2,250 00
$ 2250.00
$ 2,250 00
Pulsard6i
Pulsar dBi
PulsarReflect
Yokogawa EJA530E
Vokogawa EJA530E
Vokogawa EJA530E
Vokogawa EJA11aE
Vokogawa EJA110E
Yokogawa EJA110E
Vokogawa EJA530E
Vokogawa EJA530E
Vokogawa EJA530E
Yokogawa EJA530E
Yokogawa EJA110E
Vokogawa EJA530E
Yokogawa EJA530E
Vokogawa EJA110E
Yokogawa EJA110E
Yokoqawa FLXA 402
Vokogawa FLXA 402
Vokogawa EJA530E
Vokogawa EJA110E
Yokogawa EJA110E
Yokogawa EJA110E
$ 400 00
E�
$ 2,650.00
$ 2,850.00
$ 2,590.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 4,500.00
$ 4,500.00
$ 4,500.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 4,500.00
$ 3,300.00
$ 3,300.00
$ 4,500.00
$ 4,500.00
$ 6,000.00
$ 6,000.00
$ 3,300.00
$ 4,500.00
$ 4,500.00
$ 4,500.00
success:allvaluesproviaea Bid pi-ass Transmitter,InlinePressure,PT# �
3051TG5A2B21ADWM4
Success: All valuespmvided gid py3,� Transmitter, Inline, Pressure, Rosemount, Model EA
3051TA2A2632
Transmitter, MAG 6000,IP67, Nema 4XI6,
s�«ess: AII valuespmvided Bid ui-a5a Polyamid enclosure, With Display,115-230V AC EA
SOI60 Hz
s��oe:s: an �ai�e: pro��aea g�d py3,y Transmitter, Meter, Magnetic Flow, Rosemount, Eq
Mode18712EMR1
success: All valuesprovided Bid #1-36o Transmitter, NH3, 07-0087, PCB EA
Not Bidding No Bid gy3si Transmitter, Press, Cerabar S PMC71 Process, EA
Transmitter 5-Class
success:Allvaluespmvided Bid ui-3sz Transmi[[er,Press,PMP77-63N44/101 EA
Success:Allvaluespmvided Bid ai-�a Transmitter,Press,PMP71-63N51N01 e.a
Transmitter, Pressure Transmitter, PMP716-
success: All values pmvided Bid ui-a54 3C9K5/0 / Cerabar, PMP71B- Fs.
AABAFJH8AA3PFAIVXJAI)
s��oe:s: an �ame: aea gid pi-sss Transmitter, Pressure, Cerabar, PMP716- Eq
provi 4P445/101
Success: All valuespmvided Bid #i-� Transmi[[er, Pressure, Cl2 rail car plattorm EA
Transmitter, Pressure, Differential, Deltabar
Success:Allvaluesprovitletl Bid ui-ae� PMD75B-2RET3/101,PMD75B- Fs.
AABAFJH37FJGSAJA76+H6
success:allvaluesproviaea Bid ni-asa Transmitter,Pressure,lnline, �
3051TG2A2B21AM4B4Q4RK
Success:Allvaluespmvided Bid py3sy Transmitter,Pressure,Rosemount,Model EA
3051CDZA02A1AMSD4K5K
success: All values pmvided Bid pi-3�o Transmitter, Pressure, Rosemount, Model �
3051SMV1P41NNNTEIIA
s��oe:s: an �ai�e: pro��aea Bid py3�i Transmitter, Pressure, Rosemount, Model EA
3051TG2A2B21AB4Q4D4M
Not Bidding No Bid ui-s�z Transmitter, Pressure, Smart PMP77B, Cerabrra, Eq
PMP71B-AABAFJH6AA3KFAIVWJAI
Not6itltling NoBid ui-�s Transmitter,ProMinentDulcomererDMTa, �
DMTAW090C10E0000
Transmitter, Radar Level, Continuous, non-
Noteiaaing NoBid #i-s�4 contact,l5mrange,SIEMEN57ML5310-1CA06- En
OAAO
s��oe:s: an �ai�e: pro��aea Bid ui-3�s Transmitter, Radar Level, LR100517F2AN5 �
success:Allvaluespmvided Bid #i-3�s �ransmi[[er,Rosemoun[2057CoplanarPressure Eq
2051CD2A02A7ASSMSO4Q4
Transmitter, Rosemount 2088,
success:Allvaluespmvided Bid ui-sn 2088GiS22A1M4B4Q4S5,GageandAbsolute Fs.
Pressure Transmitter
Transmitter, Rosemount 2068,
success: an vaiues proviaea Bid ni-s�e 2068G352TA164ESS5, Gage and Pressure EA
Transmitter
Transmitter, Rosemount 2088,
success: an vaiues proviaea Bid ui-�s 2068G3522A1K655, Gage and Absolute Pressure Fs.
Transmdter
Transmitter, Rosemount T088,
s��cess:Allvaluespmvided Bid ui-3eo 2088G3S22A1M4E5T1Q4S5,GageandAbsolute Fs.
Pressure Transmitter
s��oe:s: an �ai�e: pro��aea Bid ui-3ai Transmitter, Rosemount 246R Temperature �
Transmitter, 248RANARK
2 $1,65000
2 $ 1,650.00
2 $ 6,000.00
2 $7,150.00
2 5 1 449 00
2
2 51fi5000
2 51fi5000
2 $ 4D0.00
2 $ 400.00
2 $ 1,650.00
2 $ 2,250 00
2 $ 2,250 00
2 $ 1,650.00
2 $1,65000
2 51fi5000
2
2 �
2 �
2 $3,50000
2 $ 1,650.00
2 $1,65000
Vokogawa EJA530E
Yokogawa EJA530E
vokoaawa (ixc
Vokogawa AXG
MSA X5000
Vokogawa EJA530E
Yokogawa EJA530E
Gefran, APG
Gefran, APG
Vokogawa EJA530E
Yokogawa EJA110E
Vokogawa EJA110E
Yokogawa EJA530E
Yokogawa EJA530E
Vokogawa EJA530E
Magnetrol RB]
Vokogawa EJA530E
Vokogawa EJA530E
$ 3,300.00
$ 3,300.00
$ 12.000.00
5 14,300.00
$ 2,89800
$ 3.300.00
$ 3,300.00
$ 800 00
$ 800.00
$ 3,300.00
$ 4,500.00
$ 4,500.00
$ 3,300.00
$ 3,300.00
$ 3.300 00
$ ],000.00
$ 3,300.00
$ 3,300.00
2 $ 1,650.00 Yokogawa EJA530E $ 3,300.00
2 81,65000 Yokogawa EJA530E $ 3,300.00
2 $ 1,65000 Vokogawa EJA530E $ 3,300.00
2 $ 1,05000 Moore Intlusiries, Vokogawa VTA $ 2,100.00
success:allvaluesproviaea Bid pt-3az Transmitter,Rosemount3144P,Temperature, �
3144PD1A1NABSQ4XA
success: all values proviaea Bid #i-� Transmitter, Rosemount Coplanar Fs.
success:allvaluesproviaea Bid ui-3e4 Transmitter,Rosemoun[CoplanarCD2 Fs.
su«ess:Allvaluespmvided Bid #i-sa5 Transmitter,RosemountCoplanarCG4 EA
sucoess:anvziuesproviaea Bid ui-3a5 Transmitter,RosemountCoplanarPT# �
3051CD2A22A1ADWM4
success: All values pmvided Bid gy3a� Transmitter, Rosemount Coplanar PT# EA
3051CDSA22A1ADWM4
s��oe:s: an �ai�e: pro��aea Bid pi-3ea Transmitter, Rosemount Coplanar Transmitter, �
3051CD5A02A1AH2
s��oe:s: an �ai�e: pro��aea g�d py�y Transmitter, Rosemount Coplanar Transmitter, EA
3051CD3A02A1AH2ESM4S6
s�«ess:Allvaluespmvided Bid pt-3yo Transmitter,RosemountCoplanarTransmitter, �
3051CD4A02A1AK6S5
s��oe:s:an�ai�e:pro��aea gid py3yi Transmitter,RosemountCoplanar, Eq
#3051CG4A02A2AM4D4BSH2P2�4
success:Allvaluespmvided Bid pi-35z Transmitter,RosemountCoplanar, �
3051CD2A02A1AHTM561
s�«ess: All valuespmvided Bid #i-aaa Transmi[[er, Scalable MultiVariable Pressure EA
success: all values proviaea Bid pt-3ya Transmitter, Scalable Pressure Transmitter, tt �
3051S2CD2A2E12A2EKSMB
Not6itltling NoBid pi-aas Transmitter,5-Class,Differential,PMD75B- Eq
4PK6/0, Deltabar
success: All valuespmvided Bid #i-� Transmi[[er, Sensor, NH3, B12-05-6-0100-1 EA
s�«ess:Allvaluespmvided gjd #i-aa� Transmitter,Temp,TMT162- EA
1 H47I0.�880C 1923T23)
Success:Allvaluesproviaea Bid #1-39s TranSmittel',Temp,TMT162- �
1 H47/0.�890BE723223)
success:Allvaluespmvided gjd gy�y Transmitter,Temperature,Rosemount3144, Eq
Mode13144PD1A1E5
s��oe:s:an�ai�e:pro��aea Bid ui-aoo Transmitter,Temperamre.Rosemount, �
644HANAMSF6Q4
s��oe:s: an �ai�e: pro��aea gid pi-aoi TRANSTECTOR, ENCLOSURE,18X16X10, �
POLYCARBONATEWEATHERPROOF
s�«ess: All values pmvided gjd gi-0pp Tubing, PVC Tubing, 1/6" I.D. x 1/8" O.D. Part No EA
44-0333
s��oe:s: an �ai�e: pro��aea Bid pi.ms Tubing, Tygon Tubing, 1I6" I.D. x 1I6" O.D. Part �
No. 440334
s�«ess:an�ai�es aea gjd gyqpq UkimaX5000GasMonitor/A-X5000-0-F-0-0-0-31- EA
pravi 31-0 / Chlofine
success:nllvaluespmvided Bid pt.qo, UkimaX5000GasMonitor/A-X5000-0-F-0-0-0-40- �
40-0 / Ammonia
success:anvaiuesproviaea Bid pi.aoe UkimaX5000GasMonitorlA-X5oo0-0-F-o-to-32- �
00-0, Chlorine 0-20 PPM
Success: All values pmvided Bid pi-ao� Universal Level Controller, SITRANS LT500, EA
HydroRanger
s�ccess:Allvaluesprovided Bid ui-aos Valve,BaII,R85eries,SVF EA
Success: All valuespmvided Bid ai-m9 Valve, block and bleed valve, Model IVI-BBSQ e.a
s��cess: All valuespmvided Bid pt.qto Valve, Block and Bleed, 316, Stainless S[eel, �
Model IVT-BB-SQ
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
2
2
2
2
$ 1,05000
$ 1,65000
5 �,65000
$ 1,650.00
$ 1,65000
$ 1,650.00
$ 2,250 00
$ 2,250.00
5 2,250 00
$ 1,650.00
$ 1,65000
$ 1,650.00
5 �,650 00
5 a ssa oa
$ 1,050.00
51,05000
$ 1,050.00
$ 1,05000
$ 1,950.00
$ 300.00
$ 3D0.00
$ 4,550.00
$ 4,550 00
$ 4,550 00
$ 5,100.00
5 t sa aa
$ 300.00
$ SD0.00
Moore Intlusiries, Vokogawa VTA
Vokogawa EJA530E
Vokogawa EJA530E
Yokogawa EJA530E
Vokogawa EJA530E
Yokogawa EJA530E
Vokogawa EJA110E
Yokogawa EJA110E
Vokogawa EJA110E
Yokogawa EJA530E
Yokogawa EJA530E
Vokogawa EJA530E
Vokogawa EJA530e
MSA X5000
Moore,Vokogawa YTA
Moore,Vokogawa VTA
Vokogawa YTA
Moore Intlusiries, Vokogawa VTA
7As
xylem
xyiem
MSA X5000
MSA X5000
MSA X5000
Pulsar Uttra 5
JFlow
Preaswn, Mutti Ins�rumen�s
Preaswn, Mutti Ins�rumen�s
$ 2,100.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 4,500.00
$ 4,500.00
$ 4,500.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 3,300.00
$ 9,100 00
$ 2,100.00
$ 2,100.00
$ 2,100.00
$ 2,100.00
$ 3,900.00
$ 600.00
5 soo 00
$ 9,100.00
$ 9,100.00
$ 9,�00.00
$ 10.200.00
$ 3�0.��
$ 600.00
$ 1,000.00
Success: All values provitled Bid ni.att VaWe, Check, 7.5" FPT InIeVOu[let, id.5 P51 �
cracking pres
success:allvaluesproviaea Bid uv4i2 VaWe,Header,Ammonia,MV-1A Fs.
s�«es:: an �ames P�o��aea Bid pi-nia Valve, Vacuum Trim, CL2, VN-1oK-CL2 (For �
Chlorine), 55-L1
Not eidding No Bid p�-qtq Valve,Bi-Eccentric Plug, Flange, 100 % Port/Direct �
2" OP Nut/
Not Bitltling No Bid nvnis VLT Control Panel LCP 702-I[em ID: 130B1707 Fs.
Noc ema��q No Bid avnie VM-750-1 Vacuum Monitor EA
s�«es:: an �ames aea Bid pi.an Wall Mount, Wall mounting unit, 4x 1l2 NPT cable �
provi glands
Success: All values provitled Bid x7-nis �daterpilot FMX21, Hytlrostatic Level �
Measurement Transmitter
success:nnvamesprovided Bid x7-ai9 WeatherStation,ER0000/WE9004-20mA �
Nat eitltling No Bid nvqzo Weight Processors, Analog & Ether Net /IP, wi[h �
tlisplay, HI 6510-WP-10-EIP
2
z
2
z
2
2
2
2
2
2
Etoo.00 JFlow g2oo.00
s aso.aa �Fiow s soo.aa
5 a soa oa JFlow 5 � aoa oa
�
-
� -
s�oo.ao o�sr�eo s i,aoo 00
$ 1,295.00 Pulsar Reflec� $ 2,590.00
5 439fi �0 Y51, Xylem $ 8,]92.00
S 7,862,808.00
E 1.863,808.0�
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
�
�Prime Controls
�PVS DX, Inc.
�Macaulay Controls
�G.K. Techstar, LLC
�Omicron Controls, Inc
�ABB, Inc.
�Frank Clark & Associates, Inc.
��Evaluation Factors
��a• IIb• II�• ��d•
II 16 �� 16 �� 16.67 �� 0.15078
II 15.33 �� 16 �� 16.67 �� 1.585
II 16 �� 15.33 �� 16 �� 0.83748
�� 15.55 �� 15.33 �� 16.67 �� 0.12843
�� 15.33 �� 15.33 �� 15.33 �� 20
�� 15.33 �� 15.33 �� 15.33 �� 1.472
�� 15.33 �� 15.33 �� 15.33 �� 0.95871
��Total
��48.67
��48
��47.33 �
��47.33
��46
��46
II46 �
http://apps. cfwnet. org/ecouncil/printmc. asp?id=3 3 634&print=true&DocType=Print 8/27/2025
IVector Controls
�AV Water Technologies LLC
�HB Systems, Inc.
a. Qualifications and Experience
b. Approach to Perform Services
c. Ability to meet the City's needs
d. Cost of services
15.33II15.33 15.33 0.64662 46
II 15.33 �� 15.33 �� 15.33 �� 14.67 ��45.33 �
II 14.67 I� 14.67 �� 14.67 �� 1.578 ��44 �
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 IFIDsI:
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget ' Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manaaer's Office bv:
Oriainatina Deaartment Head:
Reginald Zeno (8517)
Jesica McEachern (5804)
Reginald Zeno (8517)
Christopher Harder (5020)
Brandy Hazel (8087)
LaKita Slack-Johnson (8314)
Additional Information Contact:
ATTACHMENTS
1. 1295 - ABB.pdf (CFW Internal)
2. 1295 - Macaulev.pdf (CFW Internal)
3. 1295 - Omicron.qdf (CFW Internal)
4. 1295 - Vector.pdf (CFW Internal)
5. 1295 AV Water.pdf (CFW Internal)
C�
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
13P25-0123 INSTRUMENTATION EQUIPMENT AND RELATED SVS LSJ WATER funds avail.docx
(CFW Internal)
295 HB Svstems Inc.pdf (CFW Internal)
ABB SOS.pdf (CFW Internal)
FID TABLE - Instrumentation.xlsx (CFW Internal)
Form 1295 Certificate Frank.pdf (CFW Internal)
Frank SOS.pdf (CFW Internal)
Prime 1295.pdf (CFW Internal)
Request for Waiver Approved Siqned Water.pdf (CFW Internal)
SOS - Macaulev.qdf (CFW Internal)
SOS AV.qdf (CFW Internal)
SOS GK Techstar, LLC.pdf (CFW Internal)
SOS HB Svstems, Inc..pdf (CFW Internal)
SOS Omicron Controls, Inc.pdf (Public)
SOS Prime.pdf (CFW Internal)
SOS PVS DX, Inc..pdf (CFW Internal)
SOS Vector Controls, LLC..pdf (CFW Internal)
TechStar Form 1295 Certificate 101373865.pdf (CFW Internal)
http://apps.cfwnet.org/ecouncil/printmc.asp?id=33634&print=true&DocType=Print 8/27/2025
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: GK TECHSTAR, LLC
Subject of the Agreement: Instrumentation equipment, parts and services
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: The day the ACM signs EXp1Pat1011 Date: One year from ACM signature date
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank