Loading...
HomeMy WebLinkAboutAgenda Report - March 16, 2011 C-06to AGENDA ITEM C: (1)CITY OF LODI COUNCIL COMMUNICATION Im AGENDA TITLE: Adopt Resolution Authorizing the City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 1 Project, Approving Four Temporary Part -Time Field Services Intern Positions, and Appropriating Funds in the Amount of $3,250,000 for the Total Project: A. Knife River, of Stockton, for Construction ($1,872,285) B. RMC Water and Environment, of Walnut Creek, for Construction Administration Services ($198,433) C. National Meter and Automation, Inc., of Santa Rosa, for Meter Assemblies and Field Documentation ($811,065.93) MEETING DATE: March 16, 2011 PREPARED BY: PublicWorks Director RECOMMENDED ACTION: Adopt resolution authorizing the City Manager to execute agreements with the following entities for the Water Meter Program Phase 1 Project, approving four temporary part-time field services intern positions, and appropriating funds in the amount of $3,250,000 for the total project: A. Knife River Construction, of Stockton, for construction ($1,872, 285) B. RMC Water and Environment, of Walnut Creek, for construction administration services ($198,433) C. National Meter and Automation, Inc., of Santa Rosa, for meter assemblies and field documentation ($811,065.93) BACKGROUND INFORMATION: A. Contract Awards Plans and specifications for this projectwere approved on January 5, 2011. The bid opening for the construction contract was held on February 15, 2011, and the following 11 bids were received from prime contractors. The lowest bid is $865,000 below the engineer's estimate and reflects the favorable bidding climate for public works projects. Bidder Location Bid Engineer's Estimate $2,737,530 Knife River Construction Stockton $1,872,285 Vinciguerra Construction Jackson $2,890,300 Sierra National Construction Carmichael $1,928,012 GM Construction& Development Citrus Heights $1,992,966 Teichert Construction Roseville $2,060,850 Marques Pipeline Sacramento $2,249,181 MCI Engineering Stockton $2,378,675 West Valley Construction San Jose $2,636,355 Mozingo Construction Oakdale $2,937,986 Lister Construction Vacaville $3,029,560 Flores Paving Sacramento $3,047,108 Staff recommends awarding the construction contract to Knife River Construction. APPROVED: Konradt Bartlam, City Manager K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 1\CC Award.doc 3/9/2011 Adopt Resolution Authorizing the City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 1 Project, Approving Four Temporary Part -Time Field Services Intern Positions, and Appropriating Funds in the Amount of $3,250,000 for the Total Project: A. Knife River, of Stockton, for Construction ($1,872,285) B. RMC Water and Environment, of Walnut Creek, for Construction Administration Services ($198,433) C. National Meter and Automation, Inc., of Santa Rosa, for Meter Assemblies and Field Documentation ($811,065.93) March 16, 2011 Page 2 B. Construction Administration Services Staff recommends RMC Water and Environment, of Walnut Creek, perform the construction administration services. As the design engineer for this project, RMC is ideally suited to perform these duties. This is a time -and -materials contract with a not -to -exceed maximum of $198,433. Materials and testing services are included in the RMC contract. C. Water Meter Assemblies and Related Service National Meter and Automation, Inc., of Santa Rosa, is the local supplier for Badger Meter, Inc., of Milwaukee, that was approved by City Council on August 4, 2010 as the sole source provider of water meters to the Water Meter Program. Staff, along with RMC, has negotiated the necessary terms and requirements of the water meter assemblies procurement and related field services. Field services include the delivery of meters to the City and recordation of model, serial number, address, and location of approximately 3,800 meters to be installed with the Phase 1 project. The total contract amount is $811,065.93. D. Field Services Interns The Phase 1 project includes approximately 3,800 meters that will be installed within existing meter boxes or at services with a rich box. Observation of this work will be performed by field service interns temporarily hired by the City. Up to four field service interns will be hired and their work scheduled between April and September, in coordination with the contractor's schedule to install the 3,800 meters. The total budget for this fieldwork is $32,000. Appropriation The total project appropriation is $3,250,000 and includesthe contracts described above, field services interns costs, PublicWorks Engineering staff costs and contingency, as summarized below. Budget Item Amount Construction Contract $1,872,285 Construction Total $1,872,285 National Meter Purchase $811,066 Equipment Total $811,066 RMC Construction Management $198,433 FieldServicesInterns---Cit- - -$32,000- $32,000Public PublicWorks Engineering $20,000 Engineering Total $250,433 Total $2,933,784 Project Contingency $316,216 Project Total Budget $3,250,000 FISCAL IMPACT: Revenues from water sales is expected to be comparable to existing. Maintenance costs will reduce for those old pipelines and water services that are to be replaced. FUNDING AVAILABLE: Requested Appro riation: Water -Fund (181464) $3,250,000 Jo vers Deputy City Manager/Internal Services Director ,& a,,t1ZZ F. Wally S@fidelin Public Works Director Attachments cc: Charles Swimley, Deputy Public Works Director— Utilities K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 1\CC Award.doc 3/9/2017 1. AA# 2. JV# TO: I Internal Services Dept. - Budget Division 3. FROM: I Rebecca Areida-Yadav 15. DATE: 02/28/2011 4. DEPARTMENT/DIVISION: Public Works 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE I CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Contract with Knife River for water meter construction/installation of water meters ($1,872,85), contract with RMC for construction administration ($198,433), the purchase and assembly of water meters from National Meter and Automation ($811,065.93). The remaining appropriation is for the hiring of field service interns ($32,000) and City staff time ($20,000) an( the project contingency ($316,216). If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: Attach copy of resolution to this form. Department Head Signature: — 8. APPROVAI:'SIGNATURES'� Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approvalwill be provided in electronic copy format. FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A. 181 3205 Fund Balance $ 3,250,000.00 SOURCE OF FINANCING B. 181 181464 1825.2150 Water Meter Program - Phase 1 $ 3,198,000.00 USE OF 181 181464 1827.2150 Water Meter Program - Phase 1 $ 52,000.00 FINANCING 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE I CURRENT BUDGET Please provide a description of the project, the total cost of the project, as well as justification for the requested adjustment. If you need more space, use an additional sheet and attach to this form. Contract with Knife River for water meter construction/installation of water meters ($1,872,85), contract with RMC for construction administration ($198,433), the purchase and assembly of water meters from National Meter and Automation ($811,065.93). The remaining appropriation is for the hiring of field service interns ($32,000) and City staff time ($20,000) an( the project contingency ($316,216). If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: Attach copy of resolution to this form. Department Head Signature: — 8. APPROVAI:'SIGNATURES'� Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approvalwill be provided in electronic copy format. WATER METER PROGRAM PHASE 1 METER INSTALLATION AND MAIN REPLACEMENT CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and KNIFE RIVER CONSTRUCTION, herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents, which are filed in the Public Works Department and which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The July 2002 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, KnifeRiverContract . DOC 1 02116/11 and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to construct approximately 4,240 linear feet of 8 -inch water main and 320 linear feet of 4 -inch water main, approximately 3,700 water meter assemblies, and other incidental and related work, in accordance with Plans and Specifications for "Water Meter Program Phase 1." ITEMS ITEM NO. DESCRIPTION UNIT EST'D QTY UNIT PRICE TOTAL PRICE 1 Construction Notifications LS 1 $10,000.00 $10,000.00 2 Excavation Safety/Shoring and Bracing LS 1 $5,000.00 $5,000.00 3 Water Pollution Control LS 1 $8,200.00 $8,200.00 4 Install Meter Class A EA 1,663 $40.00 $66,520.00 5 Install Meter Class B EA 636 $110.00 $69,960.00 6 Install Meter Class C EA 1,188 $440.00 $522,720.00 7 Install Meter Class D EA 101 $445.00 $44,945.00 8 Install Meter Class E EA 100 $1,900.00 $190,000.00 9 Construct Additional Surface Restoration, Moderate EA 900 $300.00 $270,000.00 10 Construct Additional Surface Restoration, Difficult EA 175 $700.00 $122,500.00 11 Replace Angle Meter Stop Valves EA 380 $111.00 $42,180.00 Upgrade to Traffic Rated Water Meter 12 Box EA 100 $83.00 $8,300.00 13 Adjust Meter and Piping Alignment EA 25 $106.00 $2,650.00 14 Install 8" Water Main LF 4,240 $45.50 $192,920.00 15 Install 8" Water Valve EA 16 $1,700.00 $27,200.00 16 Restore Additional Asphalt Concrete SF 5,000 $3.75 $18,750.00 17 Connect New Main to Existing Main EA 10 $3,000.00 $30,000.00 Knife Rive rContract.DOC 2 02/16/11 ITEM EST'D NO. DESCRIPTION UNIT QTY 18 Cap and Abandon Existing Main EA 15 19 Connect Water Service To Building $900.00 $13,500.00 (Additional >50LF) LF 20 Install Fire Hydrant Assembly EA 21 Reset Existing Fire Hydrant Assembly EA 22 Replace Additional 1" Service Line LF 23 Install 6 -inch Water Valve EA 24 Install 4 -inch Water Main LF 25 Hot Tap Existing Main for 4" Main $3,250.00 3 Connection EA 26 Abandon Existing I -inch Service EA 27 Install 2 -inch Water Service EA 28 Install Additional Ductile Iron Water Main LF 29 Install Additional Water Service Tap EA 30 Water Main Modifications near 1438 Voelker LS 31 Install 4 -inch Water Valve EA 32 Traffic Control LS 33 Mobilization/Demobilization (Mobilization: Max 2.5% of total contract, Demobilization: Min 2% of total contract) LS UNIT PRICE TOTAL PRICE $900.00 $13,500.00 1,250 $24.00 $30,000.00 2 $2,400.00 $4,800.00 2 $1,160.00 $2,320.00 300 $45.50 $13,650.00 5 $1,400.00 $7,000.00 320 $50.00 $16,000.00 1 $3,000.00 $3,000.00 5 $650.00 $3,250.00 3 $3,700.00 $11,100.00 80 $54.00 $4,320.00 15 $1,700.00 $25,500.00 1 $4,800.00 $4,800.00 1 $1,200.00 $1,200.00 1 $ 20,000.00 $20,000.00 1 $80,000.00 $80,000.00 TOTAL $1,872,285.00 ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. Knife RiverContract.DOC 3 02/16/11 ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 150 WORKING DAYS. WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI in Title (CORPORATE SEAL) By: Konradt Bartlam City Manager Date: Attest: Randi Johl City Clerk Approved As To Form D.-S#eafiM"SchW'6bAuer City Attorney KnifeRiverContract.DOC 4 02116/11 City of Lodi Water Meter Program Task Order No. 2 Phase 1 Construction Management Services Exhibit A - Detailed Scope of Work The City of Lodi (City) Water Meter Program (WMP) Phase 1Water Meter Installation and Mainline Replacement Project consists of the construction/installation of the following: • Approximately 4,600 lineal feet of water main to replace existing, undersized mains located in backyard easements. • Approximately 3,700 residential water meters and associated water services. This Scope of Work (SOW) for construction management services associated with the City's WMP Phase 1 project includes four tasks described below for the various work components, including the responsible person(s), the applicable work phase and duration when the task is to be completed, the deliverables, and assumptions used in developing the level of effort included in the budget. The performance of this SOW by Consultant is for the sole benefit of the City and shall not be relied upon or used by any third party without the express written consent of the City and Consultant. Task 1— Engineering Services During Construction (ESDC) Purpose: The Consultant will provide engineering services during construction for the City to address Contractor submittals, record drawings and to provide overall technical support. The ESDC effort will be led by Tom Dugan (Resident Engineer - RE) and supported by the WMP Phase )design team of Mike Matson (Senior Review), Tony Valdivia (Project Manager), Kevin Smith (Project Engineer), and Victor Alaniz (CAD Production). The level of effort for ESDC activities is limited to the budgeted hours. Phase/Duration: Entire Contract Period; April - October 2011 (approximately 150working days) Task 1.1— Submittal Review Consultant will review Contractor submittals for compliance with the contract documents. Consultant will process submittals that require the engineer of record's review and approval. Consultant will prepare written engineer's review comments for each major submittal and provide the City submittal recommendations. Deliverable: Submittal Review Status Recommendation (e.a. make -correction noted). with written comments. Task'1.2 —Technical/Design Support Consultant will provide technical support to resolve field conflicts and other engineering issues, including responding to construction contractor requests for information (RFIs). The ESDC team will address City requests on an as needed basis or as directed by the RE. The ESDC team may conduct site visits to gain an understanding of the design conflict if required. Deliverable: Written design clarifications and RFI responses to drawings and/or specification when warranted Task 1.3 — Record Drawings Consultant will prepare record drawings from the contractor's as -built WMP Phase 1 drawings once the City accepts completion of the WMP Phase 1contract work. WMP Phase lConstruction Management Services 1 February 16,2011 Scope of Work City of Lodi Water Meter Program Task Order No. 2 Deliverable: Hard Copy: One (1) full size vellum set, Three (3) half-size plans and specification; Electronic: PDF containing one (1) full-size set of drawings and the specifications, and CAD files (full set) of Record Drawings. Task 1.4 — Permit Registration Documents (PRD) Prior to the start of construction activity, the City of Lodi must apply for coverage under the General Construction Storm Water Permit (2009-0009-DWQ). The City will be required to file completed Permit Registration Documents (PRD) and receive the State Water Resources Control Board (SWRCB) approval by being issued a Waste Discharger Identification number (WDID). Consultant will prepare the PRDs, review the PRDs with the City's Legally Responsible Person (LRP), and upload the PRDs to the State's Storm Water Multiple Application and Report Tracking System (SMARTS)on-line system. Deliverable: Permit Registration Documents for General Construction Storm Water Permit Task 2 — Contract Administration Purpose: The Consultant will provide construction contract administration services throughout the WMP Phase 1 construction period. Services will include the subtasks described below. Contract administration will be performed by Tom Dugan (RE) and supported by RMC and Nolte staff. Phase/Duration: Entire Contract Period; April - October 2011 (approximately 150working days) Task 2.1 -Contract Execution The Consultant will support the City as needed during contract execution. Consultant activities during this period may include assisting the City with performance and payment bonds, public liability and property damage insurance, and compensation insurance. Task 2.2 - Pre -Construction Meeting The Consultant will set up the pre -construction meeting between the Contractor and the City Construction Project Manager (CPM), assist the City as needed during the meeting and record and publish meeting minutes. Deliverable: Pre -Construction Meeting Agenda and Minutes Task 2.3 - Progress Reports The Consultant will prepare brief weekly progress emails to document construction progress and identify issues needing resolution. These reports will be based on regular feedback from the Consultant inspection team and contractor. Deliverable: Progress of Work Emails Task 2.4 - Monthly Progress Payment The Consultant will verify the accuracy of the Contractor's monthly payment estimates and coordinate with the CPM, who will be responsible for approving the Contractor's monthly payment request. Task 2.5 - Contract Change Orders The Consultant will be responsible for managing contract change order processing. The Consultant will identify potential contract change orders (PCOs) and coordinate with the CPM and Contractor regarding the PCO. The Consultant and CPM will meet with the Contractor to negotiate a change orders impacts to the construction contract cost and schedule. The Consultant will prepare a recommendation for action to the City for resolving the PCO, and will track all change orders through project acceptance. The Consultant will review proposed construction change orders involving changes to the design intent. The W M P Phase 1 Construction Management Services 2 February 16,2011 Scope of Work City of Lodi Water Meter Program Task Order No. 2 ESDC staff will prepare design details for change orders and an independent cost estimate when necessary. Task 2.6- Schedule Review The Consultant will review the initial baseline schedule and subsequent schedule updates. The review will include evaluation of schedule activities, logic, durations, critical path items, incorporation of constraints and requirements, progress of the construction. The Consultant will provide written comments to the Contractor on the baseline and updated schedules. Task 2.7 - Submittal Review Administration The Consultant will administer the submittal review process; including reviewing selected submittals for compliance with the Contract Documents where design team review is not required. The Consultant will be responsible for: • Logging and tracking incoming and returned submittals; • Reviewing and routing submittals, as necessary; • Reviewing select submittals and preparing written comments; • Assigning submittal action status as No Exceptions Taken (NET), Make Corrections Noted (MCN), Amend and Resubmit (AR), or Rejected/Resubmit; • Returning submittals to Contractor and incorporating submittals into the project files. The Consultant will review the Contractor's submittal schedule for completeness and will provide written comments to the Contractor. The Consultant shall retain copies of all submittal documents and ensure that an accurate file is available for ready retrieval throughout the project. Task 2.8 - Construction Progress Meetings The Consultant will schedule and conduct informal construction progress discussions with the Contractor on a weekly basis. The Consultant will document these discussions in progress emails. Deliverable: Construction Progress Emails Task 2.9 - Public Noticing Support The Consultant will support and oversee noticing tasks required of the Contractor ahead of work in areas of the City. The Consultant will review contractor notices ensure that the contractor performs noticing as required in the Contract Documents. Consuitant wiii cieveiop and post to the City web page monthiy construction fliers informing residents of the construction status. The Contractor will separately prepare and distribute construction notices to residents ahead of actual construction work. Deliverable: Construction fliers for webpage posting Task 2.10 - MeterAssembly Procurement Management The Consultant will assist the City in reviewing the meter assembly manifests and condition of the meters at time of delivery to the Contractor's warehouse. The Contractor will have ultimate responsibility for scheduling meter assembly deliveries with the meter supplier, and keeping the Consultant and/or City informed of the meter assembly delivery schedule. Task 2.11 - Project Closeout Prior to Final Acceptance, the CPM, Consultant, and Contractor will conduct a site walk and prepare an official punchlist of all incomplete contract work items that the Contractor must correct. The Consultant will also review WMP Phase 1 Construction Management Services 3 February 16,2011 Scope of Work City of Lodi Water Meter Program Task Order No. 2 the Contractors as -built records and confirm that all contract documents 0.e. warranty and guarantee) are complete and accurate. The Consultant will review the Contractor's final pay request and prepare a letter of recommendation that the City accept the Contract. Assumptions: Level of effort is based on budgeted staff hours for performing various activities under this task. Deliverables: Punch list of Incomplete Contract work items, Prepare Letter of Recommendation that the City accept the Contract. Task 3 — Field Observation Activities Purpose: The Consultant will provide limited inspection services throughout the construction period. Services will include general field observation and inspection tasks, mainline and meter installation inspection, and providing and coordinating specialty inspections for the project. The task lead will be Tom Dugan (RE) supported by Ryan Wilson (Lead inspector). Phase/Duration: Entire Contract Period; April - October 2011 (approximately 150working days) Task 3.1 - Monitor Field Activity The Consultant will direct and coordinate field observation services necessary to monitor compliance with the Contract Documents. The Consultant is responsible for directing and documenting field inspections and observations consistent with the requirements of the Contract Documents. The Consultant will document construction activity, record construction progress, and track field changes to main replacement plan and profiles and meter installation plans. Inspection activities will include the following: • Conducting visual inspections of work and materials; • Requesting and have performed special testing/inspection as necessary (i.e. soil backfill and AC pavement compaction, concrete testing); • Checking allowable tolerances; • Checking installation in accordance with manufacturer's printed instructions; • Checking qualified products list; • Checking certified laboratory test reports; • Checking certificate of compliance or conformance; • Checking warranties and guarantees. The Consultant will coordinate daily with the inspection team to assess contractor performance and work progress. The Contractor is responsible for quality control of its work and full compliance with contract documents; the Consultant is responsible for quality assurance for the Contractor's work. The Consultant will enforce compliance through the use of Advisory Notices and Non -Compliance Notices to the extent provided for in the Contract Documents. Task 3.2 — Replacement Water Main Installation The Consultant will be responsible for observing and reporting for the following pipeline installation activities: • Reviewing the Contractor's activities (means and methods) to ensure compliance with Contract Documents; • Verifying that the appropriate and submitted materials are being used in accordance with the W M P Phase 1 Construction Management Services 4 February 16,2011 Scope of Work City of Lodi Water Meter Program Task Order No. 2 manufacturer's recommendation and the Contract Documents; • Coordinating with the Contractor and/or CPM on a daily basis; • Recording construction activity (Daily Inspection Reports); • Reviewing Contractor's as -built mark ups weekly; • Witnessing the mainline(s) hydrostatic pressure test and disinfection in accordance with the Testing and Inspection SummaryTable in Task 3.4, including collecting samples for Bac-T testing by City; • Verifying proper installation of 1 -inch service "hot taps" on existing and replacement water mains. The Consultant will complete daily field inspection reports for days when field inspection and observation are performed to document construction and inspection activities. Task 3.3 — Meter Installation The Consultant will oversee and direct the City's field interns who will be responsible for observation of the meter installations, 1 -inch and 2 -inch service line installations (mainline to dwelling), and the abandonment of backyard service lines. The Consultant activities may also include: • Witnessing water meter installations, backyard service abandonments, and 1 -inch service "hot taps" to the mainline; • Witnessing the meter supplier's electronic documentation of meter assembly information; • Preparing daily inspection reports when in the field and tracking field changes to the plans. Task 3.4 — Specialty Inspections The Consultant will contract separately with Specialty Inspection/Testing firms that will be available on-call to perform soil compaction, concrete compression, AC density, and materials sampling and testing. The Consultant will schedule specialty inspections, observe sampling and field tests and review test results. The Testing and Inspection SummaryTable below identifies the tests and methods that will be performed by the Consultant. WMP Phase 1 Construction Management Services 5 February 16,2011 Scope of Work City of Lodi Water Meter Program Task Order No. 2 Testing and Inspection Summary Table nspection and Testing Est. Test ctivities Test Method Est Testing Frequency Test Description/Notes Ne, Specification Reference Trench Section Special Provision 6.19; Standard Cal Test 231; Test every 200-Ifto achieve a Test imported material to verify Specification 195; Standard Detail Bedding ASTM D7380 relative density of 90% contractor's submittal 22 501A&506 Special Provision 6-19; Standard Cal Test 231; Test every 200 -If toachieve a Test imported material toverify Specification 19-S;Standard Detail Haunching ASTMD7380 relativedensit of90% contractor's submittal 22 501A&506 Special Provision 6-19; Standard Cal Test 231; Test every 200 -If to achieve a Test imported material to verify specification 19-5; Standard Detail Pi eZone/Flnai Backfill ASTM D7380 relativedensit oP92% contractor's submittal 22 501A&506 Compaction test around all Special Provision 6-19; Standard Cal Test 231; manhole &structures; RC. Test imported material to verify Specification 19-5; Standard Detail Strucutures and Manholes ASTM D7380 92% contractor's submittal 10 501A& 506 Cal Test 231; Landscaped areas 85% for No testing anticipated for private Yard Restoration ASTM D7380 to 6 -inches yards 0 Special Provision 6-19.05 Compaction test: 9004 min 8 ND testing anticipated of private Subxrade Compaction lCal Test 231; inch (typ),900/612-Inch 'property; Minimal testing within - - - cornmerc - " ' -- " - -'-" 5 Special Provision 6-19.05 No testing anticipated of private property; Minimal testing within Public Right of Way. Test imported Curb&Gutter, Sidewalk, Cal Test 521; Conductslump test (4 -inch material to verify contractor's mix Driveway ASTM C39 slump, 3000 psi design submittal is A'fislt.Co"ncreteTestrn Cal Test $08; Trench 3 0 Test AC density every 400 -If Perform Nuclear Gauge Densit Tesl 11 Special Provisions 6-39 Cal Test 308, Street Patch(Class " 3 0 Test AC density upon request Perform Nuclear Gauge Density Tesi ReplacementMalnTesting Test every new mainline City,,,,, ...,..___ mainllr pressure Hydrostatic Testing AWWAC900 installed test 5 Special Provisi ns6-76-.04 Test every new mainline Samples will be collected by CM Disinfection BacT Testing JAWWAC651 installed lTeam and tested at City Facilities 5 Special Provisions6-76,03,6-76;04 Assumptions -ine CU11LICIULU4 i� rcaNvrlaiuic for quality Control of its work, site Safety and Site supervision, and (meeting iiia requirements of the Contract Documents. • The Consultant will not be on site full time and field inspections and observations are limited to the level of effort included in the Task Order budget. • Deliverables: Chronological daily inspection reports of days in field: PDF Files containing the daily inspection reports. • Specialty inspection test reports: Hard copy (1)of all specialty inspection reports, Electronic copy (pdf. Files) of all specialty inspection reports • Advisory Notices and Non -Compliance Notices: Electronic copy (1)of all Advisory and Non -Compliance Notices W M P Phase 1 Construction Management Services 6 February 16,2011 Scope of Work City of Lodi Water Meter ProgramTask Order No. 2 Task 4 — Document Control Management and Project Closeout Services Purpose: The Consultant will provide document management services, including project closeout activities. This task will be led by Tom Dugan (RE) and supported by the inspection team. Phase/Duration: Entire Contract Period; April - November 2011 Task4.2 —Document Control Management The Consultant will maintain a working copy and electronic copy of contract documents and construction documentation and activity logs. The following list of documents that will be included in the project construction documentation file: • Submittals and Shop Drawings • RFIs and Design Clarifications • Progress Payment Requests • Potential Change Orders • Change Orders • Pending Claims • Work Change Directives • Inspector Daily Reports • Material Testing Reports • Construction Meeting Minutes • General Project Documents • Construction Photos • Contractor Project Schedule • Meter Assembly Manifest and Field Data • Project Closeout Summary (i.e. Contractor's request for acceptance, warranty and guarantees) The Consultant will store and organize prcject d-r,,,—.ntS for the duration of the construction.. The Consultant will coordinate with the CPM to finalize the construction files during project closeout. Deliverable: Electronic coov (r)df. format) of all construction files documentation for the Citv's records. WMP Phase 1 Construction Management Services 7 February 16,2011 Scope of Work RMC WATER AND ENVIRONMENT / Signature Signature Afc6el #. 14&L Printed Name 6e [,/(L" b( Title ,�-tz</ Date d d CITY OF LODI Konradt Bartlam Printed Name City Manager Title Date ATTEST: RANDI JOHL City Clerk APPROVED AS TO FORM: PHENS UER City Attorney WMP Phase lConstruction Management Services 8 February 16,2011 Scope of Work MC Water andEnvironmert City of Lodi - Water Meter Program Phase 1 Construction Management Services Fee Estimate Fee Estimate 1. The individual hourly rates include salary, overhead and profit. 2. Subconsultants will be billed at actual cost plus 10%. 3. Other direct costs (ODCs) such as reproduction, delivery, mileage (rates will be those allowed by current IRS guidelines), and travel expenses, will be billed at actual cost plus 10%. 4. RMC reserves the right to adjust its hourly rate structure and ODC markup at the beginning of the calendar year for all ongoing contracts. P, h METER AND INC February 9,2011 U.S. Department of Labor Bureau cE Labor Statistics Washington, D.C. 20212 Consumer Price Index All Urban Consumers -(CPI -U) San Francisco -Oakland -San Jose, CA Base Period: 1982-84=100 Years: 2008 to 2010 Year Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Annual 2008 219.612 222.074 225.181 225.411 225.824 218.528 222.767 2009 222.166 223.854 225.692 225.801 226.051 224.239 224.395 2010 226.145 227.697 228.110 227.954 228.107 227.658 227.469 12 -Month Percent Change Year Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Annual 2008 2.8 2.9 4.2 4.2 3.6 0.0 3.1 2009 1.2 0.8 0.2 0.2 0.1 2.6 0.7 2010 1.8 1.7 1.1 1.0 0.9 1.5 1.4 Source: http://www.bls.gov/cpi/#data PO Box 8339 Santa Rosa, CA 95407 707-575-0700 Phone 707-575-3786 Fax Reguest for Proposal Purchase of Water Meter Assemblies -and-Relate"ervices January 7,2011 Presented By: iqATI NAL METERAND AUTOMATION, INC. 2250 Apollo Way #300 Santa Rosa, CA 95407 707.575.0700 office 707.481.1684 cell 707.575.3786 fax An Authorized %Badger Meter & /frc;n Distributor 'NATIONAL METERAND AUTOMATION, INC. Table of Contents Tab # Section Name Pane# 1 Proposal in Responseto the Requirements of the RFP 3 2 Cost Proposal 9 3 Leak Detection Equipment 13 4 Meter Calibration Bench Testing Equipment 19 5 Technical Briefs 22 6 Warranties 23 -NATIONAL METERAND AUTOMATION, INC. January 7, 2011 Tom Dugan, Program Administrator City of Lodi Public Works Department 221 West Pine Street Lodi, CA 95240 Re: Purchase of Water Meter Assemblies and Related Services RFP Response Mr. Dugan, Since their inception in 1977, Itron, Inc. has become the world's leading provider of intelligent metering, data collection and utility software solutions, with nearly 8,000 utilities worldwide relying on their technology to optimize the delivery and use of energy and water. Founded in 1905, Badger Meter, Inc. has earned an international reputation as an innovator in the development of flow measurement technologies. Badge's tremendous success is due, in part, to its distributor network. Founded in 2004, National Meter& Automation, Inc. (NMAAI)is Badger Meter's largest distributor in the United States, as well as an authorized Itron, Inc. distributor covering California, Arizona, Nevada, Colorado and southern Wyoming. With a combined 75 years of AMR/Water Meter experience, our California branch includes knowledgeable inside and outside sales professionals along with a factory trained and certified technical support team. Just 112 miles from Lodi, CA, NMAAI has a local, fully stocked warehouse located in Santa Rosa, CA to provide optimum material availability. Main Contact Kathy Richards, CA Sales Manager krichards@nmaai.com (707)481-1684 cell (707) 575-0700 office (707) 575-3786 fax 2250 Apollo Way #300 Santa Rosa, CA 95407 Technical Support Dennis McConville dmcconville@nmaai.com (916)436-6670 cell Corporate Office Noel Frakes, President nfrakes@nmaai.com (303) 981-9330 cell (303) 339-9100 office (303) 649-1017 fax 7220 S. Fraser St. Centennial, CO 80112 NATIONAL METER AND AUTOMATION, INC. Enclosed is National Meter&Automation, Inc.'s proposal for Itron, Inc.'s premier Automated Meter Reading System in conjunction with Badger Meter's leading Water Meter technology. National Meter& Automation will work closely with the staff at the City of Lodi to seamlessly integrate meter data into the City's billing system. National Meter & Automation will also provide system implementation support and on-sitetraining for field and office staff by a local, experienced and certified trainer. National Meter & Automation ,has reviewed and will commit to the terms and conditions of the contract documents. National Meter& Automation is pleased to presentthis proposal to the City of Lodi. For additional information, please contact me via cell phone at (707) 481-1684,orvia email at krichards@nmaai.com. Regards, Kathy Richards, California Sales Manager National Meter& Automation, Inc. , 2 `�IATIQNAL METERAND AUTOMATION, INC. D. Summary of Work • Comply. E. Scope of Summary 1) MeterAssemblies A Comply. B. Comply. See Tab 6 for warranties C Comply. See Tab 5 for product equipment submittals. 2) Support Services • Comply. 3) Meter Assembly Documentation • Comply. 4) Meter Assembly Storage, Deliver and Transfer of Ownership • Comply. 5) Field Documentation • Comply. See Tab 2 for pricing. 6) OPTIONAL SCOPE ITEM 1: Meter Calibration Bench Testing Equipment • See Tab 4 for specifications and pricing. OPT 7) IONAL SCOPE ITEM 2: Leak Detection Equipment • See Tab 3 for specifications and pricing. F. Meter Assembly Procurement Schedule • Comply. G. Deliveriesof Submittals • Comply. H. Sales and Use Taxes • Comply. See Tab 2 for pricing. I. Guarantees • Comply. See Tab 6 for warranties I Purchases • Comply. 3 A: NATIONAL METERAND AUTOMATION, INC. K. Business license • Comply. L. Procurement Proposal • Comply. 5) The Components of the Proposal shall includethe following: A See Tab 5 for equipment submittals. B. Comply. See Tab 2 for pricing. C. Terms and Conditions Terms and Conditions: Meter Assemblies and Materials Material deliveries will be coordinated between National Meter & Automation and the Installation contractor. This coordination will include the number of required meter assemblies and delivery dates. The Contractorwill request delivery of the initial order of complete meter assemblies no less than 14 days prior to the required delivery date. Thereafter, a base delivery of 500 meter assemblies will be scheduled on 7 day intervals. Larger orders in less time intervals maybe arranged between the Installation Contractor and National Meter& Automation. All equipment shall be shipped FOB to the jobsite. The Installation Contractorwill arrange for receipt of materialsand shall provide a forklift to offload the truck. The Installation Contractor will take possession of and responsibilityfor the meter assemblies at the delivery site. National Meter& Automation will invoicethe City of Lodi for materials when shipped. Included with each invoicewill be an Inventory Manifest. This manifestwill include all meter assembly documentation as outlined'in Item 3 of this Requestfor Proposal. Invoices will be issued with payment terms of Net 30 days. 4 `i�lATIONAL METERAND AUTOMATION, INC. Terms and Conditions: Field Documentation Once each meter assembly is installed, National Meter & Automation will conduct a site visit and complete the Field Documentation as outlined in Item 5 of this Request for Proposal. Site visits will include a minimum of 1,000 locations, referred to as a Verified Group National Meter & Automation will invoicethe City of Lodi for the corresponding number of site visits completed and for which all Field Documentation has been collected and confirmed against the original Inventory Manifest at the completion of each Verified Group. Invoices will be issued with payment terms of Net 30 days. National Meter & Automation will work with City staff as assigned for delivery of the entire Meter Installation Database at the completion of each project phase, or as requested by the City. D. STATEMENT OF UNDERSTANDING Statement of Understanding National Meter & Automation will actively partner with the City of Lodi and RMC Water and Environment to ensure the successful implementation of the City of Lodi's water meter system. As the authorized distributor for both Badger Meter, Inc. and Itron, Inc. in Northern California, National Meter& Automation will coordinate each aspect of the productfrom material procurement through data collection and presentment. The process has begun with National Meter & Automation's successful negotiations with both manufacturersto ensure stable pricing through the seven phases of this project. Our pricing proposal reflectsthe material standards as outlined in the City of Lodi's Standards #403 and 412. With water resource management being a primary driver in the implementation of this system, we have also included information and pricing for water loss managementtools that are designed to work with the Itron system and assist the City in its efforts to manage NATIONAL METERAND AUTOMATION, INC. the integrity of the water distribution system. The Leak Sensor and Mlog online presentment tools work in conjunction with the Itron ChoiceConnect meter reading system. The Leak Sensor's constant monitoring of the distribution system helpsthe City identify potential system leakswhile they are still relatively small, allow for repair during normal working hours and before extensive water loss or damage to the infrastructure. National Meter & Automation's approach to the water meter implementation project will be as follows: NMAAI will procure materialsfrom both manufacturers, Badger Meter, Inc. and Itron, Inc. on a schedule that has been outlined with the Installation Contractor and is based on his installation schedule. The materialswill arrive in our warehouse in Santa Rosa where we will begin the assembly and documentation process. All meters shall be tested and certified at the factory prior to their shipment. Certified test resultswill bethe starting point for our material documentation process. The meters and encoded registerswill be assembledto an Itron 100W endpoint which has been programmed to operate in a drive-by mode. The serial number of the Itron 100W endpoint, together with the meter model number, size, and other information as outlined in item 3 of the RFP titled "Meter Assembly Documentation" will be added to the certified test results completing the data base, hereafter referred to as a Shipping Manifest. National Meter & Automation will ship the meter assembliesto a jobsite location as determined by the City and Installation Contractor. A detailed shipping schedule will be mutually agreed upon between National Meter & Automation and the installation Contractor. For purposes of an initial estimate, these shipments will occur every 7 days with a quantity of 500 assemblies. Scheduled shipments will be made FOB jobsite, full freight allowed. National Meter & Automation will retain ownership of materials until delivery is made at which time the Installation Contractorwill take possession of and responsibilityfor the materials. The Installation Contractorwill coordinate delivery of the materials and provide equipment for offload of the meter assemblies. R NATIONAL METERAND AUTOMATION, INC. The City of Lodi will be invoiced for each shipment once the Installation Contractor has taken possession of the materials. This invoice will include a detailed description of the materials and quantities shipped, and the date and method of shipment. A Shipping Manifest (as described above)will accompany each billing invoice. There will be two hard copies and one digital copy as requested by the City in this RFP. National Meter& Automation will work closely with the Installation Contractor throughout the entire phase of the project. The Installation Contractor will have list of installation sites as identified by the City. This list of sites will be identified by both APN number and physical address. RMC Water and Environmentwill be working with the Installation Contractorand will be responsiblefor inspectingthe individual meter installations. National Meter & Automation will obtain information from the Installation Contractor regarding completed installation sites. Once an installation group of 1,000 services or greater has been completed, National Meter & Automation will conduct a site visit to each location. Usingthe customer data base with APN number and physical address, National Meter and Automation will complete the Field Documentation process. The Field Documentation processwill include gathering all information pertainingto that meter location including meter, encoder and endpoint serial numbers, meter model, size and GPS coordinates of the installed meter to a sub -meter accuracy. The data gathered at each meter site will be merged with the Inventory Manifest and City's database with APN number and physical address. This process will include verifying that the serial numbers for the complete meter assembly gathered at the installation site match the serial numbers of the assemblies as they were delivered to the Installation Contractor. Any assembly whose numbers do not match will require a second site visit to confirm the information for the final assembly installed on site. National Meter &Automation will invoicethe City of Lodi for each Installation Group at the completion of the Field Documentation process. National Meter and Automation will submit the completed Field Documentationto the City of Lodi at the completion of each phase. Partial listingsshall be submitted sooner at the City's request. 7 NATIONAL METERAND AUTOMATION, INC. At the completion of each phase, National Meter& Automation will work with City staff as assigned to integrate the meter installation data into the City's Utility Billing System. Once the data has been uploaded, National Meter& Automation will perform an initial meter read and confirm that all assemblies are functioning. A field investigation and troubleshooting will be performed on any assemblythat does not communicatewhen interrogated. Any unit that found to be faulty due to material, workmanship or design will be replaced. Any unit found to have been damaged shall be reported to the City staff as assigned for additional direction. Should the City opt to include a city wide or selected phase implementation of the Leak Sensor technology, National Meter& Automation will collect the additional information necessary during the Field Documentation process and add that data to the Meter Installation data base. National Meter & Automation will conduct training sessions as necessary, but not less than once during each installation phase. This training will include, but is not limited to, field installation and troubleshooting, meter reading equipment training, use of the MV -RS software, review of available reports and their value to each department, and the custom report generation process. National Meter& Automation will also assist the City with any software upgrades or other issues that may arise during the daily use of its Itron meter reading system. Subsequent phases of this project shall be reviewed on a case by case basis. Changes in the installation methodology and data collection process shall be continually reviewed by National Meter & Automation for upgrades in technology, improved efficiencies, and additional City requirements that may arise over the duration of this project. At which point the City wishes to change its method of collection from the drive-by modeto the ChoiceConnect Fixed Network solution, National Meter& Automation will deliverthe endpoints programmed in the appropriate transmission mode. We will also work with City staff to reprogram existing endpoints from the drive-byto the fixed -network transmission mode. National Meter &Automation will also work closely with both the City of Lodi and Itron, Inc. to ensure a successful transition in data collection methods and ensure that additional training is provided as needed. 'rJATIONAL METERAND AUTOMATION, INC. Cost Proposal * Note 1)Meter Assembly & Documentation Pricing includes: Meter body, ADE register, and 100W endpoint with thru lid mounting kit All items as described in Support Services, Items 1-4 ** Note 2) Meter Assembly & Documentation Pricing Notes: 1. Sales Tax shown are rates in effect at time of quotation. Sales Tax shall be charged based on the rates in effect at time of final sale. 2. Prices quoted are firm thru November 2011. 3. Future prices quoted may be increased in proportion to the increase in the Producer Price Index for Materials for durable manufacturing as reported by the US Department of Labor. The base index shall be the October 2010 index of 189.3. Changes in priceswill be no more frequent than every 12 months if necessary, and will not exceed 3%. *** Note 3) Field Documentation Pricing Notes: 1. Prices quoted are firm thru November 2011. 2. Future years pricing maybe adjusted according to Lodi area CPI rates. Phase 1:2011 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price Total 3/4" Badger Model 35 3,695 $ 194.00 $ 716,830.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 Subtotal $ 718,582.00 CA Sales Tax 7.250% $ 52,097.20 County Sales Tax 0.500% $ 3,592.91 local Sales Tax 1.000% $ 7,185.82 Total $ 781,457.93 *See Note 1 ** See Note 2 Phase 1:2011 Field Documentation Pricing Sim uantit Unit Price Total All Sizes 3,701 $8.00 $29,608.00 *** See Note 3 `?WATIONAL METERAND AUTOMATION, INC. Phase2: 2012 Meter Assembly & Documentation Pricing Size Model Quantity 3/4" Badger Model 35 2,067 1" Badger Model 55 5 2" Badger Model 170 1 CA Sales Tax County Sales Tax Local Sales Tax Phase 2: 2012 Field Documentation Pricing Unit Price Total $ 194.00 $ 400,998.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 402,750.00 7.250% $ 29,199.38 0.500% $ 2,013.75 1.000% S 4,027.50 Total $ 437,990.63 Subtotal *See Note 1 ** See Note S¢e Quantity Unit Price All Sizes 2,073 $ 8.00 Phase 3: 2013 Meter Assembly & Documentation Pricing Total $ 16,584.00 *** See Note 3 size Model Quantity Unit Price to 3/4" Badger Model 35 1,447 $ 194.00 $ 280,718.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 Subtotal $ 282,470.00 CA Sales Tax 7.250% $ 20,479.08 County Sales Tax 0.500% $ 1,412.35 Local Sales Tax 1.000% $ 2,824.70 Total $ 307,186.13 *See Note 1 ** See Note Phase 3: 2013 Field Documentation Pricing Size Quantit Unit Price Total All Sizes 1,453 $ 8.00 $11,624.00 *** See Note 3 10 AT 10 N A L METERAND AUTOMATION, INC. Phase4: 2014 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price 3/4" Badger Model 35 1,348 $ 194.00 1ff Badger Model 55 5 $ 226.00 21V Badger Model 170 1 $ 622.00 Subtotal $ Subtotal 7.250% CA Sales Tax 7.250% 0.500% County Sales Tax 0.500% 1.000% Local Sales Tax 1.000% Total $ Total Phase 4: 2014 Field Documentation Pricing Size Quantit Unit Price All Sizes 1,354 $ 8.00 Phase 5: 2015 Meter Assembly & Documentation Pricing Size Model Quantit 3/4" Badger Model 35 868 1ff Badger Model 55 5 2" Badger Model 170 1 CA Sales Tax County Sales Tax Local Sales Tax Phase 5: 2015 Field Documentation Pricing Total $ 261,512.00 $ 1,130.00 $ 622.00 $ 263,264.00 $ 19,086.64 $ 1,316.32 $ 2,632.64 $ 286,299.60 *See Note 1 ** See Note 2 Total $10,832.00 *** See Note 3 Unit Price Total $ 194.00 $ 168,392.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 170,144.00 7.250% $ 12,335.44 0.500% $ 850.72 1.000% $ 1,701.44 Total $ 185,031.60 *See Note 1 ** See Note 2 size uantit Unit Price law All Sizes 874 $ 8.00 $6,992.00 *** See Note 3 11 'r4 AT 14; NAL METER AND AUTOMATION, INC. Phase 6: 2016 Meter Assembly & Documentation Pricing size Model Quantity 3/4" Badger Model 35 921 1" Badger Model 55 5 21, Badger Model 170 1 CA Sales Tax County Sales Tax Local Sales Tax Phase 6: 2016 Field Documentation Pricing Unit Pric Model Quantity Total $ 194.00 $ 178,674.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 180,426.00 7.250% $ 13,080.89 0.500% $ 902.13 1.000% $ 1,804.26 Total $ 196,213.28 *See Note 1 ** See Note 2 See Quantit Unit Price All Sizes 927 $8.00 Phase7: 2017 MeterAssembly & Documentation Pricing Tpta I $7,416.00 *** See Note 3 Size Model Quantity Unit Price 3/4" Badger Model 35 2,186 $ 194.00 ill Badger Model 55 5 $ 226.00 2" Badger Model 170 1 $ 622.00 Subtotal CA Sales Tax 7.250% County Sales Tax 0.500% Local Sales Tax 1.000% Total Phase 7: 2017 Field Documentation Pricing Total $ 424,084.00 $ 1,130.00 $ 622.00 $ 425,836.00 $ 30,873.11 $ 2,129.18 $ 4,258.36 $ 463,096.65 *See Note 1 ** See Note 2 Size Quantit Unit Price IQtal All Sizes 2,192 $ 8.00 $17,536.00 *** See Note 3 12 AT 10 N A L METER AND AUTOMATION, INC. Leak Detection Equipment *Note 1: leak Detection Equipment Pricing 1. Sales Tax shown are rates in effect at time of quotation. Sales Tax shall be charged based on the rates in effect at time of final sale. 2. Prices quoted are firm thru December 31, 2013 (3years). 3. Prices quoted maybe increased by no more than 3% over the next 4 years, January 1, 2014thru December 31,2017. 4. Leak Sensor quantity is estimate (1:3). Final count subject to formal propagation study which factors in actual pipe materials & distances 5. Hosting Services are paid directly to Itron, Inc. Itron DigiCorr leak Noise Correlator Qty Unit Price Total DigiCorr leak NoiseCorrelator 1 $ 22,995.00 $ 22,995.00 CA Sales Tax 7.25% County Sales Tax 0.50% Local Sales Tax 1.00% Total Itron Digital leak Detector(DLD) $1,667.14 $114.98 $229.95 $25,007.06 *See Note 'I Qyt Unit Price Total Digital Leak Detector (DLD) 1 $2,995 $2,995.00 CA Sales Tax 7.25% $217.14 County Sales Tax 0.50% $14.98 Local Sales Tax 1.00% $29.95 Total $3,257.06 *See Note 1 13 NATIONAL METER AND AUTOMATION, INC. Phase 1:2011 Leak Detection Equipment Total services included in Phase 1:3,701 Estimated number of Leak Sensors required: 1,234 Qty Upgrade -100W single port transmitter 1,234 with a 10OW dual port transmitter includes Itron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Mlog Online Hosted Services (annual) Phase 2: 2012 Leak Detection Equipment Unit Price Total $ 123.00 $ 151,741.00 Total services included in Phase 2: 2,073 Estimated number of Leak Sensors required: 691 Subtotal 7.25% 0.50% 1.00% Total Add Gly Unit Price Upgrade -10OW single port transmitter 691 $ 123.00 with a 10OW dual port transmitter includes ltron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Mlog Online Hosted Services (annual) 14 $151,741.00 $11,001.22 $758.71 $ 1.517.41 $165,018.34 $ 2,000.00 *See Note 1 Iota! $84,993.00 Subtotal $84,993.00 7.25% $ 6,161.99 0.50% $424.97 1.00% $ 849.93 Total $92,429.89 Add: $2,500.00 *See Note 1 NATIONAL METER AND AUTOMATION, INC. Phase 3: 2013 leak Detection Equipment Total services included in Phase 3: 1,447 Estimated number of Leak Sensors required: 482 Oty Unit Price Upgrade-10OW single port transm itter 482 $ 123.00 with a 10OW dual port transmitter includes ltron leak Sensor Subtotal CA Sales Tax 7.25% County Sales Tax 0.50% Local Sales Tax 1.00% Total Mlog Online Hosted Services (annual) Add: Phase 4: 2014 leak Detection Equipment Total services included in Phase 4: 1,348 Estimated number of Leak Sensors required: 449 ot1C Upgrade -100W single port transmitter 449 with a 10OW dual port transmitter includes Itron leak Sensor CA Sales Tax County Sales Tax Local Sales Tax Unit Price $ 123.00 Subtotal 7.25% 0.50% 100% Total MIog Online Hosted Services (annual) Add 15 Tn}a I $ 59,327.00 $59,327.00 $4,301.21 $ 296.64 $ 593.27 $64,518.11 $2,500.00 *See Note 1 Total $ 55,268.00 $55,268.00 $4,006.93 $ 276.34 $ 552.68 $60,103.95 $2,500.00 *See Note 1 NATIONAL METER AND AUTOMATION, INC. Phase 5: 2015 Leak Detection Equipment Total services included in Phase 5: 868 Estimated number of Leak Sensors required: 289 QtV Upgrade -10OW single port transmitter 289 with a 10OW dual port transmitter includes ltron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Mlog Online Hosted Services (annual) Phase 6: 2016 Leak Detection Equipment Unit Price Total $123.00 $ 35,588.00 Total services included in Phase 6: 921 Estimated number of Leak Sensors required: 307 QtV Upgrade -10OW single port transmitter 307 with a 100W dual port transmitter includes ltron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Mlog Online Hosted Services (annual) Subtotal $35,588.00 7.25% $ 2,580.13 0.50% $ 177.94 1.00% $ 355.88 Total $3,113.95 Add: $3,000.00 *See Note 1 Unit Price $ 123.00 16 Subtotal 7.25% 0.50% 1.00% Total Add: Total $ 37,761.00 $37,761.00 $2,737.67 $188.81 $377.61 $3,304.09 $3,000.00 *See Note 'I i�i�lATIONAL METER AND AUTOMATION, INC. Phase 7: 2017 Leak Detection Equipment Total services included in Phase 7: 2,186 Estimated number of Leak Sensors required: 729 Qty Unit Price Upgrade -10OW single port transmitter 729 $123.00 with a 100W dual port transmitter includes Itron leak Sensor Subtotal CA Sales Tax 7.25% County Sales Tax 0.50% local Sales Tax 1.00% Total Total $89,626.00 $89,626.00 $ 6,497.89 $448.13 $896.26 $7,842.28 Mlog Online Hosted Services (annual) Add: $3,500.00 *See Note 1 Description of Leak Detection Products Leak Sensor The Itron Leak Sensor Module is a small acoustic based device that interrogates water lines to ensure the integrity of the city's sub -surface infrastructure. The Leak Sensor is designed to be placed on the distribution side of the water meter; from there, it is able to listen out through the service line and into the larger distribution main. Strategically placed around the city, the Leak Sensor records, stores and eventually delivers all of its information through the Itron 100W Endpoint network. Its reduced size, 24 hour listening cycle, 20 -year battery life and use of the Itron 10OW technology make the Leak Sensor the single most advanced and practical leak monitoring solution in the industrytoday. MLog Online MLog Online is the web based software where leak sensor information is stored. Presented on a Google map, MLog Online displays the current location of leak sensors throughout the city. MLog Online uses a three color indication system to determine the general security of the infrastructure being monitored by the leak sensors: Green represents little to no extraneous vibrations inside of the pipe, represents a higher than normal vibration 17 NATIONAL METERAND AUTOMATION, INC. pattern within the pipe, and Red indicates the most positive indications that a leak exists somewhere in the surveyed area. When a leak is discovered and repaired, this information can be input into the software, creating a comprehensive library of maintenance information that can include dates, locations and names of leak investigators and repairers. One of the greatest advantagesto the web based software is the cloud based information storage. Through the web, Itron is able to manage all user data, essentially eliminating the need to budget additional server space. Additionally, any updates manufactured by Itron are seamlessly integrated into the software without additional charge or maintenance. DigiCorr The Itron DigiCorr system is one of the industry's most comprehensive digital leak correlating tools. Utilizing a similar acoustic interrogation found in the Leak Sensor, the DigiCorr is not only able determine the existence of a leak, but also the exact location of the leak. The DigiCorr utilizes ALFA TM (Automated Leak Frequency Analysis), to differentiate between the specific vibration signature of a leak and other peripheral auditory interferences. Through this technology, and the extreme sensitivity of the unit's two accelerometers, the DigiCorr can be effectively deployed to investigate miles of pipe each day. The DigiCorr has a database of fifteen different types of pipe material (including four specific plastic and poly pipe types), and can integrate up to four different lengths in a single survey. The auto save feature ensures that previous correlations can be retrieved to study, compare, or betweaked at the behest of new information. The DigiCorralso listens in multiple directions, meaningthat a single survey is not limited bythe pre-set location of each accelerometer; if a leak exists beyond the current location of the unit, that information is quickly translated to the user so that the survey can be adjusted appropriately. DLD- Digital Leak Detector The Itron Digital Leak Detector (DLD) is a highly advanced ground microphone. Unlike other analog units, the DLD integrates digital filtration for purer sound and more accurate leak detection. The unit's five digital filters are capable of removing extraneous environmental noises such as high winds, loud animals and even high traffic noises. Additionally, the unit digitally displays a leak score index; after building a baseline, leak investigators are able to use the score to hone in on leaksthey are not capable to hearing. 18 1N _ ZZA A w w. i t r o n. c o in Leak Sensor Overview It'sestimated that up to 30 percent of water pumped through distribution systems is lost to leaks. In today's conservation -d riven environment, water losses—and associated pumping and treatment costs — add up quickly. Distribution leak detection, and keeping system losses minimal, are important operational concernsfor water providers. The Leak Sensor is an advanced approachto distribution system leak detection. Part of Itron's advanced metering solution, for Water Savesourceand ChoiceConnect 100, the sensor is the result of merging the water meter module with an acoustic sensor to create single point for collecting meter data and monitoring for distribution system leaks. Leak Sensor leverages the robust network of Water Savesource and ChoiceConnect 100. It offers unattended daily monitoring of leaks in distribution lines for proactive leak detection and timely mitigation. This reduces non -revenue water losses, associated costs and potential service disruptions caused by major leak events. /trap Knowledge to Shape YarFuture The innovation behind the Leak Sensor is a vibration sensor, amplifier, processor, and bi-directionalone-wire automated meter reading (AMR) interface, Everyday the acoustic sensors analyze sound patterns in its environment, detecting new, evolving and pre-existing leaks automatically. Sensors attach to endpoints and transmit vibration recordings throughout the day along with other metering informationthrough the fixed networkto the utility.An Itron web interface — mlogonline Network Leak Monitoring System — handles data interpretation and analysis of the recordings and graphically displays all sensor locations using visual maps and satellite images, highlightingthe status of leak Iocations.An expanding database of historical information provide comprehensive condition assessmentof the entire water distribution system. Simple, affordable and technically superior, the Leak Sensor is sensible leak detection and location at optimal cost. Best of all, the Leak Sensor leverages the investment in fixed network meter data collection technology, often paying for itself within a few years. Water W w W. r o c o in DigiCorr Digital Leak Noise Correlator Introduction The DigiCorr Leak Noise Correlator is the world's first and only digital correlator—uniquely designed to provide a complete solution to leakage management issues facing the modern water utility such as on demand, real-time leak pinpointing, flexible leak analysis, systematic leak surveying and the need for powerful leakage management tools. DiglGorr's patented computerized acoustic technology can accurately pinpoint pipeline leaks of ail sizes within a typical error of less than three feet. Using DigiCorr, water utilities can reduce their u naccou nted-for water, realistically recovering 75 percent or more of their current leakage. By employing DigiCorr throughout their pipeline operations, utilities can increasetheir operational efficiency with proactive pipeline maintenance, improve their emergency management and customer satisfaction, and maximize revenues by delivering and billing for all water produced. /trap Knowledge to Shape YarRdure Smart Listening Digital correlation relies on vibration sensorsthat sense the turbulence from pipeline leaks. Turbulence from leaks in pressurized pipelines creates traveling pressure waves which propagatethrough the fluid of a buried pipeline. The velocity of the propagation depends both on the fluid and on the dimensionsand materialof the pipe. Digital correlation measuresthe difference in propagation time of the pressure wave from the leak to each sensor. The exact location of the leak source is then pinpointed using the measured time and known velocity, MW Y1 v.VAWTawM =MOM I�0�Al DLD Digital Leak Detector introduction The Itron Digital Leak Detector (DLD) is the first true digital leak detector for buried distribution pipeline management. Lightweightand easy-to-use, DLD uses dynamic range compression and digital precision to identify leaks that are undetectable with other leak detectors. Key Features DigitalAudio Processor > Dynamic range compression accentuates leak sounds and reduces loud noises > Hears leaks missed by other instruments > Precisedigital filters block ambient noise > Automatic rejection of electrical interference (600) > Lightweight(< 1 Ib.) > Wearable strap or belt clip /iron km4edfge to Shape YarFuture Userinterface Buttons > LISTEN: Click on/off or press -and -hold to listen > VOLUME: 45 dB range in 29 steps > FILTER: Five digital filters for: - Ground (Gnd): Hard surfaces, soil, plastic pipe - Service (SEr): Service pipes - Contact (Con): Valve, hydrant, service connections - Survey (SUr): Surveying - Open (OPn): Full listening range High -Resolution, Waterproof Universal Sensor > Contact microphone for meters and fittings > Ground listening plate with quick -release sensor > Magnetic base for hydrants and valves Smart Volume Limiting > Continuous, automatic volume protection > Suppresses clicks, pops and sudden loud sounds Automatic Leak Location > Leak Index Score from 0 to 999 provides visual determination when positioned over the leak Field Sensor Units (FSU) Pipeline Sensors > Accelerometers - Sensitivity:12V/g - Noise: < 0.016 pg /v Hz - Bandwidth:1 —4,000 Hz > Hydrophonesare available for in -flow measurements FSU Radio Transceivers > Noise -free digital transmission > ISM/LAN 2.4 GHz spread spectrum, license -free worldwide, FCC/ETSI approved > Range (line-of-sight)up to 10,000 feet (3 km) > Two-way communication with base station radio transceiver Data Acquisition > Intelligentautomatic gain: 10 — 80,000 > 16-bitdata acquisition, 92 dB dynamic range, sampling rate = 5 kHz Power Supply > Intelligent power management > Up to 32 hours battery life, rechargeable& replaceable > Re-chargerfor FSUs from AC outlet or standard auto DC Physical Characteristics > Dimensions: 4.25" x 4" x 8" (10.8 cm x 10.2 cm x 20.3 cm) > Weight: 6. Sbs (3 kg) > Rugged, metal, weatherproof enclosure Base Station Computer Physical Characteristics > Rugged (impact, grit, water-resistant) computer; Pentium processor, TFT color, bright sun light-readable screen (DigiCorr software will run on any PC using Microsoft® WindowsTM with at least 32 MB RAM and 800 x 600 display resolution) > Rugged, weather -resistant stereo headphones Digital Radio Transceiver > Dimensions: 5" x 3.25" x 1" (12.7 cm x 8.3 cm x 2.5 cm) > Weight:1 Ib (0.5 kg) > Rugged, metal, weatherproof enclosure DigiCorr Software > ALFA TM (Automatic Leak FrequencyAnalysis) > Easy-to-useMicrosofr Windows® > High-resolution display of correlation function, onscreen, landmarked location of detected leaks > Correlation range:± 880 milliseconds > 15 types of pipe materials, including multiple sections of different pipes > Automatic sound velocity measurement > 16-bitstereo/mono sound playback > Visual inspectionof sound recording > Spectral (FFT) analysis capability > Digital filters with full manual frequency band selection available: - High-pass:1-2,000Hz - Low-pass: 10-2,500 Hz in steps of 1 Hz > Automatic assessment of leak probability > Eliminationof spurious noise events > Reanalysisof same data possible > Manual selection of possible leaks from correlation function > Datastorage (any number of studies) > Database& mapping module WATIGNAL METERAND AUTOMATION, INC. Meter Calibration Bench Testing Equipment MARS Company Series 5-1000 Test Bench System The Series 5-1000 Test Bench System is designed to test meters ranging from 5/8" through 2". The proposed system Test Bench System, with the optional Gravimetrics, includes scales and a computer system (hardware, software and console) and is compliant with American Water Works Association (AWWA) standards and is traceable to NIST (National Institute of Standards and Technology) Handbook44 specifications. The Series 5-1000 is a double row test bench with the ability to test up to ten (10) 5/8"x1/2" through 1" meters on one side of the bench and up to five (5) 1.5" to 2" meters on the other. Features include: 10Ga1./1 Cu.Ft. and 100Gal./10 Cu.Ft. Stainless Steel Duplex Tank; Three (3) precision rotometers that cover a flow rangefrom _ 11-60 gpm; Corrosive Protection (fusion nylon coated steel bench frame); All meter adapters, meter and adapter gaskets, manual flow control valves, document station, electric actuated clamping device and carrier bars; - Optional Gravimetric Weight Scale System with M3 Meter Management Software. Computer and Printer. 19 NATIONAL METERAND AUTOMATION, INC. The optional Recirculation System recycles the test water used on the MARS Series 5-1000 Test Bench, maintaining volume and pressure to test all the meters at the recommended AWWA Specifications, per Table 5-3 of the current AWWA M6 Manual. The benefits provided by the Recirculation System include: • Compliance with local, state and/or Federal laws and regulations as it reduces the chemicals released into the environment; • An immediate reduction in consumption and water dumped to waste after each test; • Improved customer perception as the City sets an example for water conservation practices. The MARS Recirculation System includes a 500 -Gallon polyethylene tank, supply and return pumps, all related piping, valves, VFD and chlorination system. A similar configuration is pictured below. On -Site Start-up with MARS Personnel includes training, scale certification and installation supervision at your facility. We will allow two (2) days of bench set-up with your assistance, plus an additional day for the Recirculation System. This does not include work on main electrical power supply / components, main water supply / components or any building modifications that may be necessary. MARS Company will provide all data necessary to assist the City of Lodi and comply with all local, state and Federal standards. 20 `NATIONAL METERAND AUTOMATION, INC. The pricing for the Series 5-1000 Test Bench System is as follows: Mars Series 5-1000 Test Bench $42,025.00 MUN-200 Automated Dual Stage Shutdown $5,875.00 CA Sales Tax County Sales Tax Local Sales Tax Subtotal $47,900.00 Freight $ 3,000.00 7.25% $3,472.75 0.50% $239.50 1.00% $479.00 Subtotal $55,091.25 Installation Assistance & Training $7,500.00 Total $62,591.25 The following items can be installed at the same time as the base test bench, or added at a later date: Phase II - or Optional Equipment Gravimetric Weight Scale System with M3Meter $ 31,000.00 management Software, Computer and Printer 300 -gallon Calibrated SS Tank w/scale $7,625.00 MARS Recirculation System $ 22,440.00 Subtotal $61,065.00 CA Sales Tax 7.25% $4,427.21 County Sales Tax 0.50% $305.33 Local Sales Tax 1.00% $610.65 Freight $ 2,000.00 Total $68,408.19 To purchase the complete bench and all additional Equipment as listed: Complete Bench with All Options $108,965.00 CA Sales Tax 7.25% $ 7,899.96 County Sales Tax 0.50% $544.83 Local Sales Tax 1.00% $ 1,089.65 Freight $5,000.00 Installation Assistance& Training $7,500.00 Total $130,999.44 Delivery is quoted as approximately 60-90 days after receipt of order (ARO). Payment terms: Net 30 days after delivery —Pricing Subject to review by 12/31/2011 21 Recordal lO Technical Cold Water Size 3/4" (DN 20mm) rief Bronze Disc Meter DESCRIPTION Badger Meter offers the Recordall Disc meter in two versions: Cast Bronze (M35 B81) and Envirobrass II (M35 E132). The Envirobrass II version complies with NSF/ANSI Standard 61 and carry the NSF -61 mark on the housing. All components of the Envirobrass II meter, i.e., disc, chamber, housing, seals, etc., comprise the certified system. APPLICATIONS: For use in measurement of potable cold water in residential, commercial and industrial services where flow is in one direction only. OPERATION: Water flows through the meter's strainer and into the measuring chamber where it causes the disc to nutate. The disc, which moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc to a follower magnet located within the permanently sealed register. The follower magnet is connected to the register gear train. The gear train reduces the disc nutations into volume totalization units displayed on the register dial face. OPERATING PERFORMANCE: The Badger° Recordall° Disc meters meet or exceed registration accuracy for the low flow rates (95%), normal operating flow rates (100 ± 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction, which complies with ANSI/AWWA standard C700, consists of three basic components: meter housing, measuringchamber, and permanently sealed register. The water meter is available in bronze and Envirobrass II with externally -threaded spuds. A corrosion -resistant thermoplastic material is used for the measuring chamber. To simplify maintenance, the register, measuring chamber, and strainer can be replaced without removing the meter housing from the installation. No change gears are required for accuracy calibration. Interchangeability of parts among like -sized meters also minimizes spare parts inventory investment. The built-in strainer has an effective straining area of twice the inlet size. MAGNETIC DRIVE: Direct magnetic drive, through the use of high- strength magnets, provides positive, reliable and dependable register coupling for straight -reading, remote or automatic meter reading options. SEALED REGISTER: The standard register consists 'of a straight - reading odometer -type totalization display, 360" test circle with center sweep hand and flow finder to detect leaks, Register gearing consists of self-lubricating thermoplastic gears to minimize friction and provides long life. Permanently sealed; dirt, moisture, tampering and lens fogging problems are eliminated. Multi -position register simplifies meter installation and reading. Generator -type remote reading and automatic meter reading systems are available for all Recordall Disc meters. (See back of sheet for additional information.) All reading options are removable from the meterwithout disrupting water service. TAMPER -PROOF FEATURES: Customer removal of the register to obtain free water can be prevented when the optional tamper detection seal wire screw or TORX°tamper resistant seal screw is added to the meter. Both can be installed at the meter site or at the factory. MAINTENANCE: Badger Recordall Disc meters are designed and manufactured to provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programs to fit the needs of the utility. CONNECTIONS: Tailpieces/Unions for installations of meters on various pipe types and sizes, including misaligned pipes, are available as an option. it♦ BadgerMeter inc, Model 35 SPECIFICATIONS Typical Operating 3/4-35 GPM (.17 to 7.9 m3/hr) Range (100%± 1.5%) Low Flow (Min. 97%) Maximum Continuous Operation Pressure Loss at Maximum Continuous Operation Maximum Operating Temperature Maximum Operating Pressure 3/8 GPM (.085 M3 /hr) 25 GPM (5.7 M3 /h r) 5 PSI at 25 GPM (.37 bar at 5.7 M3 /hr) 80-F (26°C) 150 PSI 00 bar) Measuring Element Nutating disc, positive displacement Register Type Straight reading, permanently sealed magnetic drive standard. Remote reading or Automatic Meter Reading units optional. Register Capacity 10,000,000 Gallons, 1,000,000 Cubic Feet, 100,000m3. 6 odometer wheels. Meter Connections Available in bronze and thermoplastic to fit 3/4" spud thread bore diameter sizes. See table below: Size Designation x "L" Laying Length "B" Bore Dia. Coupling Nut and Spud Thread Tailpiece Pipe Thread (NPT) 3/4" x 7010" 3/4" 1" (3/4") 3/4" 314" x 9" 3/4" 1" (3/4") 3/4" 3/4" x1" x 9" I 314" I 1'/V (1") I V MATERIALS Meter Housing Cast Bronze, Envirobrass II Housing Bottom Plates Bronze, Cast Iron, Envirobrass II Measuring Chamber Thermoplastic Disc Thermoplastic Trim Stainless Steel, Bronze Strainer Thermoplastic Disc Spindle Stainless Steel Magnet Ceramic Magnet Spindle Stainless Steel Register Lid and Shroud Thermoplastic, Bronze Generator Housing Thermoplastic RD -T-3/4 12-02 Recordall®^ Size 1" (DN 25mm) Technical � Cia Cold Water Model 55 Brief Bronze Disc Meter DESCRIPTION Badger Meter offers the Recordall Disc meter in Cast Bronze and a Low Lead Alloy. The Low Lead. Alloy (Trade Designation: M55 LL) version complies with NSF/ANSI Standard 61 and carries the NSF -61 Mark on the housing. All components of the Low Lead Alloy meter, i.e., disc, chamber, housing, seals, etc., comprise the certified system. APPLICATIONS: For use in measurement of potable cold water in residential, commercial and industrial services where flow is in one direction only. OPERATION: Water flows through the meter's strainer and into the measuring chamber where it causes the disc to nutate. The disc, which moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc to a follower magnet located withinthe permanently sealed register. The follower magnet is connected to the register geartrain. The gear train reduces the disc nutations into volume totalization units displayed on the register dial face. OPERATING PERFORMANCE: The Badger Recordall Disc meters meetorexceed registration accuracyforthe lowflow rates(95%), normal operating flow rates (1 00 t 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction, which complies with ANSI/AWWA standard C700, consists of three basic components: meter housing, measuring chamber, and permanently sealed register. The water meter is available in bronze and Low Lead Alloy with externally -threaded spuds. A corrosion -resistant thermoplastic material is used for the measuring chamber. To simplify maintenance, the register, measuring chamber, and strainer can be replaced without removing the meter housing from the installation. No change gears are required for accuracy calibration. Interchangeability of parts among like -sized meters also minimizes spare parts inventory investment. MAGNETIC DRIVE: Direct magnetic drive, through the use of high- strength magnets, provides positive, reliable and dependable register couplingfor straight -reading, remoteorautomaticmeterreadingoptions. SEALED REGISTER: The standard register consists of a straight - reading odometer -type totalization display, 360° test circle with center sweep hand and flow finder to detect leaks. Register gearing consists of self-lubricating thermoplastic gears to minimize friction and provides long life. Permanently sealed; dirt, moisture, tampering and lensfogging problemsareeliminated. Multi-positionregistersimplifies meter installation and reading. Generator-typeremote reading and automaticmeterread ing systems are available for all Recordall Disc meters. (See back of sheet for additional information.) All reading options are removable from the meterwithout disrupting water service. TAMPER -PROOF FEATURES: Customer removal of the register to obtain free water can be preventedwhen the optional tamper detection seal wire screw orTORX® tamper resistant seal screw is added to the meter. Both can be installed at the meter site or at the factory. MAINTENANCE: Badger Recordall Disc meters are designed and manufactured to provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programs to fit the needs of the utility. CON NECTIONS:Tailpieces/Unions for installationsof meterson various pipe types and sizes, including misaligned pipes, are available as an option. BadgerMeter, Inc. .3 Mode SPECIFICATIONS Typical Operating 1-55 GPM (.23 to 12.5 m3/hr Range (100%t 1.5%) Available in bronze and thermoplastic to Low Flow 1/2 GPM (.11 M3 /hr) (Min. 95%) diametersizes. See table below. Maximum 40 GPM (9.1 m3/hr) Continuous Operation Coupling Nut Pressure Loss 3.4 PSI at 40 GPM at Maximum (.23 bar at 9.1 m3/hr) Continuous Operation Length Maximum Operating 80°F (26°C) Temperature 1" x 10 3/4" Maximum Operating 150 PSI (10 bar) Pressure Measuring Element Nutatingdisc, positive displacement RegisterType Straight reading, sealed magnetic drivestandard. Remotereading orAutomatic Meter Reading units optional. Register Capacity 10,000,00OGallons, 1,000,000 Cubic Feet, 100,OOOm3. 6 odometer wheels. Meter Connections Available in bronze and thermoplastic to Disc fit 1" (DN25mm) spudthread bore Trim diametersizes. See table below. METER SPUD AND CONNECTION SIZES Size "L" "B" Coupling Nut Tailpiece Designation x Laying Bore and Pipe Thread Length Dia. Spud Thread (NPT) 1" x 10 3/4" I 1" I 11/4"(1") 1" MATERIALS Meter Housing Cast Bronze, Low Lead Alloy Housing Bottom Plates Bronze, Cast Iron, Low Lead Alloy Measuring Chamber Thermoplastic Disc Thermoplastic Trim Stainless Steel, Bronze Strainer Thermoplastic Disc Spindle Thermoplastic Magnet Polymer Bonded Magnet Spindle Thermoplastic Register Lid and Shroud Thermoplastic, Bronze Generator Housing Thermoplastic RD -T-55 11-06 Recordall® Cold size 2" (DN 50mm) Technical Water Top Load ANSUNSF Standard Bronze Disc Meter 61 Certified, Annex G Brief DESCRIPTION Badger Meteroffers the RecordallDisc meter in Cast Bronzeand a Low Lead Alloy. The Low Lead Alloy (Trade Designation: M170LL) version complies with ANSVNSF Standard 61, Amex G and carries the NSF -61 Mark on the housing. All components of the Low Lead Alloy meter, i.e„ disc, chamber, housing, seals, etc., comprise the certified system. APPUCATIONS For use in measurement of potable cold water in residential, commercial and industrial services where flow is in one direction only. OPERATION: Water flows through the meter's strainer and into the measuring chamber where it causes the disc to nutate. The disc, which moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc tc) a follower magnet located withinthe permanently-sealedregister.The follower magnetisconnected to the register geartrain. The gear train reducesthe disc nutations into volume totalization unitsdisplayed on the register dial face. OPERATING PERFORMANCETheBadgerRecordall Discmetersmeet or exceed registration accuracy for the low flow rates (95%), normal operating flow rates (100t 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction, which complies with ANSWAWWA standard C700, consists of three basic components: bronze meter housing, measuring chamber, and permanently, sealedregister.A corrosion-resistantthermoplasticmatedal is used for the measuring chamber. To simplify maintenance, the register, measuring chamber, and strainer can be replacedwithout removingthe meter housingfrom the installation. Nochange gears are requiredforac curacycalibration. Interchangeability of parts among like -sized meters also minimizes spare parts inventory investment.The built-in strainer has an effective straining area of twice the inlet size. MAGNETIC DRIVE: Direct magnetic drive, through the use of high- strength magnets, provides positive, reliable and dependable register coupling for straight -reading, remote or automaticmeter reading options. SEALEDREGISTTR:The standard registerconsistsofastraight-reading, odometer -type totalization display, 3600 test circle with center sweep hand and flow finder to detect leaks. Register gearing consists of self- lubricatingthermoplasticgearsto minimizefriction and provides long life. Permanentlysealed; dirt, moisture,tamperingand lensfogging problems are eliminated. Multt-position register simplifies meter installation and reading. Generator -type remote reading and automatic meter reading systems are available for all Recordall Disc meters. All reading options are removablefrom the meter without disrupting water service. TAMPER-PROOFFEATURESCustomerremovalofthe registerto obtain free water can be prevented when the optional tamper detection seal wire screw/or Torx® tamper seal resistant screw is added to the meter. Both can be installed at the meter site or at the factory. MAINTENANCE Badger Recordall Disc meters are designed and manufactured to provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programs tc) fit the needs of the utility. CONNECTIONS: Tailpieces/Flanges for installations of meters on various pipe types and sites, including misaligned pipes, are available as an option. Badger Meter Model 170 shown with optional 1" Test Plug SPECIFICATIONS Typical Operating 21 /2-170 GPM (.57 to 39 m3/hr) Range (100%* 1.5%) Stainless Steel Lowflow 11/2GPM(.34m3/hr) (Min. 95%) Stainless Steel Maximum 100 GPM (23 m3/hr) Continuous Operation Thermoplastic Pressureloas 3.3 PSlat 100GPM at Maximum (.23 barat23m3/hr) ContinuousOperation Maximum Operating 80oF(26°C) Temperature Maximumoperating 150 PSI (10 bar) Pressure Measuring Element Nutatingdisc, positivedisplacement RegiaterType Straight reading, permanently sealed magnetic drive standard. Remote reading or Automatic Meter Reading unitsoptional. Registration 100 Gallons, 10 Cubic Feet, 1 m3 RegisterCapacity 100,000,000 Gallons, 10,000,000 Cubic Feet, 1,000,000 m3. 6 odometerwheels. MeterConnections 2"AWWAtwo bolt elliptical flange, drilled, or2"- 111/2 NPT internal pipe threads. OptionalTest Plug 1' NPI -test plug (TP) available on elliptical long and short versions. MATERIALS Meter Housing Cast Bronze, Law Lead Alloy HousingTop Plates Bronze, Law LeadAlloy Measuring Chamber Thermoplastic Disc Thermoplastic Trim StainlessSteel/Bronze Strainer Thermoplastic Disc Spindle Stainless Steel Magnet Ceramic Magnet Spindle Stainless Steel Register Lid and Box Thermoplasticor Bronze Generator Housing Thermoplastic RD -T-2 10-10 Model AD E Absolute Digital Encoder Technical Brief Description Applications: The Absolute Digital Encoder(ADE®) is designed for use with all Recordall® Disc, Turbo, Compound and Fire Service meters to provide connectivity with ORION@, Badger® ERT®, BadgerTouch® and Badger Meter approved AMR technology solutions. Electronic Resolution: Digital output from the ADE includes the option of either four, five or six dial resolution. Refer to tables on the next page for details. Mounting: The ADE in its shroud assembly uses a bayonet mount compatible with all Recordall Disc, Turbo, Compound and Fire Series meters. The bayonet mount allows positioning of the register in any of four orientations for visual reading convenience. The ADE can be removed from the meter without disrupting water service. Magnetic Drive: A direct -drive, high-strength magnetic coupling through the meter body to the wetted magnet provides reliable and dependable register coupling. Local Indication: The ADE register face features a six -digit mechanical odometer wheel stack, a 360° test circle with sweep hand, and a flow finder to indicate leaks. Tamper -Resistant Features: Unauthorized removal of the ADE is inhibited by a tamper resistantTorx® seal screw, provided as a standard accessory with the ADE. An optional tamper detection seal wire screw is also available. Construction: The housing of the ADE is constructed of a strengthened glass lens top and a corrosion -resistant metal bottom. Internal construction materials are thermoplastic for long life and high reliability. The register gearing is self- lubricating thermoplastic to minimize friction and provide long, reliable life. The shroud assembly is thermoplastic. Temperature: The operating range of the ADE is -40" C to 60" C (-40°F to 140°F). The water meter should not be subjected to temperatures below freezing. Sealing: The ADE achieves true water resistance due to the adhesive technology used to seal the glass dome to the corrosion resistant metal bottom. Leak rates less than 10.6 cc/sec, as tested by a helium mass spectrometer, are comparable to a true hermetic seal. Due to this unique sealing process, the ADE exceeds all applicable requirements of AWWA Standard C707 regarding moisture intrusion. Wire Connections: The ADE is available with either a wire lead, fully potted to prevent moisture intrusion at the connections, or with terminal screws. When provided with a wire lead, the ADE may be pre -wired at the factory to select Badger Meter -approved AMR devices, or may be furnished with a variety of lead wire lengths. Lead wire equipped ADE registers are suitable for installation in all environments, BadgerMeter, Inc. Specifications Transmitter/Register Straight reading, permanently sealed, magnetic drive Unit of Measure U.T. Gallons, Cubic Feet, Cubic Meters, clearly identified on register face Number Wheels Six with 3/16 -inch high numerals Test Circle 360" circle with ten major increments with ten divisions each Weight 11 Ounces 0% to 100% condensing when equipped with potted lead wire, 0% to 95% non - condensing with screw -terminal wire connections Humidity Temperature -5° F to 120° F (-20° C to 49° C) Signal Output Industry Standard ASCII Format Visual ResighWm 1/100th of Test Circle Electronic Resolution Four-, five- or six -dial resolution Signal Type Two -wire asynchronous for Touch Solutions Power Source External including continuously submerged water meter pits. The terminal screw version ADE features a tamper-resistant cap over the three -wire terminals. ADE registers with terminal screws are for indoor installation in protected environments, such as residential basements. Electrical: The electronic circuitry is designed to provide immunity to electrical surges and transients per IEC801-2, IEC801-4 Severity Level 4. Operation of the ADE is dependent on the wire length limitations of connected AMR equipment. Operating Characteristics: The digital reading obtained by an AMR device is sensed directly from the position of the ADE register's odometer using internal LED light paths to determine the exact position of each number wheel. This technology eliminates electromechanical contacts that could wear out, and provides greater long-term performance. ADE -T-01 1.10 w w w. C 0 r; . c 100 Series Water Endpoint Introduction The 100 Series water endpoint is the latest addition to Itron's portfolio of advancedwater metering devices. Featuring compact design, industry-leadingbattery life and technology designed to adapt and grow with your business,the 100 Series can help you streamline your operations and maximize your resourcestoday and into the future. 100 Series endpoints are available in two housing designs, supporting both water pit and remote installations, These endpoints offer advanced meter data collection designed specifically for the collection systemsof Itron'sChoiceConnectTM solution, including mobile collection and fixed network systems. 100 Series endpoints differentiate themselves from other devices on the market by providingtrue two-way communications capabilities. Engineered from the ground up to leverage the benefits of ChoiceConnect,100 Series devices enable easy migration from mobile to fixed network operations as your business needs evolve. And with ChoiceConnect'sTM complementary technology, mobile and fixed network systems can be mixed -and -matched to ensure maximum efficiency and reliability in both high -and low-density meter populations. Watermeter compatibility The 100Serieswaterendpointiscompatiblewith industry-leadingwater meters from Itron—as well as those from manufacturers such as Badger, ElsterAMCO, Hersey, Metron Famier, Neptune and Sensus-enabling water utilitiesto consolidate all their water meters under a single reading system. Powered by advanced lithium battery technology, the endpoint is designed for greater than 20 years of battery life, Battery life is reduced if mobile hard -to -read mode is activated. /trap Knowledge to Shape YoorFuture Data logging The 100 Series water endpoint stores 40 days of hourly consumption information, offering the advantages of a fixed network system and the capabilitiesof a mobile system, This data is available in four basic packets and readablewith the fixed network system as well as mobile: Any reading within the last 40 days . A set of 24 consecutive hourly intervals . A set of 40 daily intervals :. A set of 40 days of hourly intervals Ease of installation The 100 Series water endpoint includes integral mounting adaptersto install the device below compatible meter pit lids, by mounting directlyto the meter body or using a standard -dimension fiberglass rod. A shelf - mount adapter is available for use with lids that contain a recessed cavity on the underside of the pit. Additionally, a remote antenna is available for through -lid installations (for lids utilizing a 1.75 -inch hole). Both models can also be screw -fastened to flat surfaces. The compact design of the 100 Series endpoint, coupled with an optional in-lineregister cable connector (pit version only), make installations up to 25 feet from the water meter quick and easy. The encoderversion does not require any programming—it automatically detects the registertype within one hour of being connected. 100 Series devices do not require a FCC license. Leak management Water loss managementis critical to any water utility's success. 100 Serieswater endpoints connect to Itron's advanced acoustic leak sensors. These sensors collect and analyze sound patterns in their environment to detect new, evolving and pre-existing leaks automatically with web based application mlogonline. Leak sensor technology coupled with the endpoint's internal metered leak logic and the option to use data from groups of 100 Seriesdevices (District Metering)providethe utilitywith a highly accurate picture of the overall health of the water distribution system. Warranties ATI 0 NA L METERAND AUTOMATION, INC. /trap 10OW Series Water Full warranty consistent with the warranty terms in the Endpoints (including battery) Agreement for the first 10 years from shipment. Forwarranty claims in years 11 through 15, Itron's sole obligation will be to provide Customerwith a discount on replacement product equal to 50 percent of its then -current list price for the replacement product. For warranty claims in years 16 through 20, Itron's sole obligation will be to provide Customer with a discount on replacement product equal to 25 percent of its then -current list price for the replacement product. Leak Sensor Full warranty consistentwith the warranty terms in the Agreement for the first 10 years from shipment. For warranty claims in years 11through 15, Itron's sole obligation will be to provide Customer with a discount on replacement product equal to 50 percent of its then -current list price for the replacement product. For warranty claims in years 16 through 20, Itron's sole obligation will be to provide Customerwith a discount on replacement product equal to 25 percent of its then -current list price for the replacement product. Digital Leak Detector 14 months from shipment DigiCorr Leak Correlator 14 months from shipment 23 This warranty shall apply to all Recordall'' Non -Loaded Bronze Disc Meters, models LP through 170 when used to measure potable water; and the registers, generators, and encoders used with these meters (collectively" Product"), sold on or after September 1, 2007. This warranty is extended only to utilities, municipalities, other commercial users and authorized Badger Meter, Inc.("BadgeO') distributors, hereafter referred to as "Customer"and does NOT apply to consumers. Badger warrants Productto be free from defects in materials and workmanship appearingwithin the earlier of the following time- frames: Twenty (20) years after installation; or twenty (20)years and six (6) months after shipment from Badger. Twenty-five (25)years after installation; or twenty-five (25)years and six (6) months after shipinent from Badger. Ten (10) years after installation; or ten (10)years and sic (6) months after shipment frotn Badger. Five (5) years after installation; or five (5) years and six (6) months after shipment from Badger. Fifteen (15) years after installation; or fifteen (15)years and six (6) months after shipment from Badger. One (1) year aftor installation; or one (1) year and six (6) months after shipment from Badger The meter product will meet or exceed new meter accuracy standards sot forth in AWWA Standard 0700.02 for the following periods: Model LP Recordall 5/8" and 5/8" x 3/4" Five (5)years from date of shipment or registrationof 750,000 gallons, whichever Occurs first. Model 25 Recordall 5/8" and 5/8" x 314" Five (5) yoars from date of shipment or registration of 750,000 gallons, whichever occurs first. RD -W-4 11-07 Model 70 Recordall l" Five (5)years from date cf shipment or registrationof 1,100,000 gallons, whichever occurs first Model 120 Recordall 1-1/2" Two (2)years from date of shipment or registration of 1,600,000 gallons, whichever occurs first Model 170 Recordall 2" Two (2)years from date of shipment or registration of 2,300,000 gallons, whichever occurs first The meter product will meet or exceed repaired meter accuracy standards set forth in AWWA Manual M-6, Chapter 5 (1999) Table 5.3 for the following periods: Model LP Recordall 5/8" and 5/8" x 3/4" Fifteen (15)years from date of shipment or registration of 2,500,000 gallons, whichever occurs first, with a 20 gpni safe maximum operating capacity and a 10 gpm maximum rate for continuous operation. Model 25 Recordall 5/8" and 5/8" x 3/4" Fifteen (15)years from date of shipment or registrationof 2,500,000 gallons, whichever occurs first, with a 25 gpm safe maximum operating capacity and a 15 gpm maximum rate for continuous operation. Model 35 Recordall 3/4" Fifteen (15)years from date of shipment or registration of 2,500,000 gallons, whichever occurs first, with a 35 gpm safe tnaximum operating capacity and a 25 gpm maximum rate for continuaus operation. Model 55 Recordall l" Fifteen (15)years from date of shipment or registration of 3,000,000 gallons, whichever occurs first, with a 55 gpm safe maximum operating capacity and a 40 gpm maximum rate for continuous operation. Model 70 Recordall l" Fifteen (15)years from date of shipment or registration of 3,250,000 gallons, whicheverOCcurs first, with a 70 gpm safe maximum operating capacity and a 50 gpm maximum rate for continuous operation, Model 120 Recordall 1-112" Fiftoen (15)years from date of shipment or registration of 5,690,000 gallons, whichever Occurs first, with a 120 gpm safe maximum operating capacity and a 80 gpm maximum rate for continuous oporation. Model 35 Recordall 3/4" Model 170 Recordall 2" Five (5) years from date of shipment or registration of 750.000 Fifteen (15)years from date of shipment or registration of gallons, whichever occurs first. 10,400,000gallons, whichever oCCurs first, wilh a 170gpn1 safe Model 55 Recordall 1" maximum operating capacity and a 100 gpm maximum rate for Five (5) years from date of shipment or registration of 1,000,000 continuous operation. gallons, whichever occurs first. Badger Meter Inc., 4545 W. Brawn Deer Road, P.O. Box 245036, Milwaukee, Wisconsin 53224.9536 i I" ADE-W-1 6-06 Badger Meter obligations of Badger shall in all respects conform and be limited to the warranty extended to Badger by the supplier. This warranty shall apply to the Absolute Digital Encoder (ADE®) ("Product"), sold on or after August 1, 2006. The THE FOREGOING WARRANTIES ARE EXCLUSIVE warranty is extended only to utilities, municipalities, other AND IN LIEU OF ALL OTHER EXPRESS AND IMPLIED commercial users, and authorized Badger Meter, Inc. WARRANTIES WHATSOEVER, INCLUDING BUT NOT ("Badger®") distributors, hereinafter referred to as LIMITED TO IMPLIED WARRANTIES OF MERCHANT- "Customer', and does NOT apply to consumers. ABILITY AND FITNESS FOR A PARTICULAR PUR- POSE (except warranties of title). -_- - Sadger-warrants-the- Product-titre-free frorrrdefects-irr— -- -- Any_description-of_the-P-roduct,_wbether in writing or made materials and workmanship appearing within the earlier of orally by Badger or Badger's agents, specifications, either: Ten (10) years after installation; or ten (10) years samples, models, bulletins, drawings, diagrams, engineer- and six (6) months after shipment from Badger. ing sheets or similar materials used in connection with any Customer's order are for the sole purpose of identifying the Product and shall not be construed as an express warranty. Any suggestions by Badger or Badger's agents Any Product proved to Badger's satisfaction to have failed regarding use, application, or suitability of the Product the foregoing warranties will, at Badger's option, be re- shall not be construed as an express warranty unless paired or replaced without charge to the Customer. confirmed to be such in writing by Badger. Badger's obligation hereunder shall be limited to such repair and replacement and shall be conditioned upon Exclusion of Consequential Damages and Disclaimer Badger's receiving written notice of any alleged defect of Other Liability. Badger's liability with respect to within ten (10) days after its discovery This exclusive breaches of the foregoing warranty shall be limited as remedy shall not be deemed to have failed its essential stated herein. Badger's liability shall in no event exceed purpose so long as Badger is willing and able to replace the contract price. BADGER SHALL NOT BE SUBJECT defective Products to Customer within a reasonable time TQ AND DISCLAIMS: (1) ANY OTHER OBLIGATIONS after receipt of proof that a defect is involved. Product OR LIABILITIES ARISING OUT OF BREACH OF returns must be shipped by the Customer prepaid F.O.B. CONTRACT OR OF WARRANTY, (2) ANY OBLIGA- to the nearest Badger factory or distribution center. The TIONS WHATSOEVER ARISING FROM TORT CLAIMS Customer shall be responsible for all direct and indirect costs associated with removing original product and reinstalling the repaired or replacement Product. This warranty shall not apply to Product repaired or al- tered by any party other than Badger. The foregoing warranty applies only to the extent that the Product is installed, serviced and operated strictly in accordance with Badger's instructions. The warranty shall not apply and shall be void with respect to Product exposed to conditions other than those detailed in Product technical literature and Installation and Operation Manuals (IOMs), or which have been subject to vandalism, negligence, accident, acts of God, improper installation, operation or repair, alteration, or other circumstances which are be- yond Badger's reasonable control. With respect to equip- ment and parts not manufactured by Badger, the warranty (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR ARISING UNDER OTHER THEORIES OF LAW WITH RESPECT TO PRODUCTS SOLD OR SERVICES RENDERED BY BADGER, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATING THERETO, AND (3) ALL CONSEQUENTIAL, INCIDENTAL, AND CONTIN- GENT DAMAGES WHATSOEVER. Due to continuous research, product improvements and enhancements, Badger Meter reserves the right to change product or system specifications without notice, except to the extent an outstanding contractual obligation exists. Badger® is a registeredtrademarkof BadgerMeter, Inc ADET- is a trademarkof BadgerMeter, lnc. Badger Meter Inc., 4545 W. Brown Deer Road, P.O. Box 245036 Milwaukee, Wisconsin 53224.9536 NATIONAL METERAND AUTOMATION, INC. Cost Proposal * Note 1) Meter Assembly & Documentation Pricing includes: Meter body, ADE register, and 100W endpointwith thru lid mountingkit�' "or suitable for pit mounting, as All items as described in Support Services, Items 1-4 specified by the Contractor." 'a* Note 2) Meter Assembly & Documentation Pricing Notes: owl 1, Sales Tax shown are rates in effect at time of quotation. Sales Tax shall be charged based on the rates in effect at time of final sale. 2. Prices quoted are firm thru November 2011. 3. Future prices quoted may be increased in proportion to the increase in the Producer Price Index for Materials for durable manufacturing as reported by the US Department of Labor. The base index shall be the October 2010 index of 189.3. Changes in prices will be no more frequent than every 12 months if necessary, and will not exceed 3%. *** Note 3) Field Documentation Pricing Notes: 1. Prices quoted are firm thru November 2011. Wa 2. Future years pricing may be adjusted according to Lodi area CPI rates? Phase 1:2011 Meter Assembly & Documentation Pricing Size Modeluantit Unit Price 3/4" Badger Model 35 3,69 $ 194.00 1" Badger Model 55 $ 226.00 2" Badger Model 170 1 $ 622.00 Subtotal Z CA Sales Tax 7.250% "Units costs shown assume lid- County Sales Tax 0.500% mounted assemblies. Unit price Local Sales Tax 1.000% for meter assemblies is reduced Total by $2 for pit mounted ERTs." Phase 1: 2011 Field Documentation Pricing "CPI Index is based on the US Department of Labor, Bureau of Statistics, as of December 31, 2010, Sacramento Area." Intal $ 716,830.00 $ 1,130.00 $ 622.00 $ 718,582.00 $ 52,097.20 $ 3,592.91 $ 7,185.82 $ 781,457.93 *See Note 1 * * See Note 2 Size Quantity Unit Price total Al I Sizes 3,701 $ 8.00 $29,608.00 *** See Note 3 9 N AT 10 N'A L METER AND AUTOMATION, INC. K. Business License 0 Comply, L. Procurement Proposal 0 Comply. 5) The Components of the Proposal shall include the following: A. See Tab 5 for equipment submittals. B. Comply. See Tab 2 for pricing. C. Terms and Conditions Terms and Conditions: Meter Assemblies and Materials Material deliveries will be coordinated between National Meter & Automation and the Installation contractor. This coordination will include the number of required meter The City has established that 500 -unit meter lots delivered every 7 days is the basis for bidding by Installation Contractors. All equipment shall be shipped FOB to the jobsite. The Installation Contractorwill arrange for receipt of materials and shall provide a forklift to offload the truck. The Installation Contractorwill take possession of and responsibility for the meter assemblies at the delivery site. National Meter & Automation will invoice the City of Lodi for materials when shipped. Included with each invoice will be an Inventory Manifest. This manifestwill include all meter assembly documentation as outlined in Item 3 of this Request for Proposal. Invoice will be issued with payment terms of Net 30 days. 4 ATIONAL METERAND AUTOMATION, INC. City of Lodi WMP Meter Procurement Proposal Addendum #1:Clarifications 1) Section L5 -Terms and Conditions: Meter Assemblies and Material "Page 4 of the National Meter Proposal, second paragraph under `Terms and Conditions: Meter Assemblies and Materials": National Meter states that a "base delivery of 500 meter assemblies will be scheduled on 7 day intervals." A "base load" of a set quantity at a set interval should not be assumed by National Meter. Smaller or larger delivery increments may be required, and National Meter and Automation is responsiblefor coordinating precise deliveryscheduleswith the Installation Contractor. The City's RFP established 500 unit lots delivered every 7 days as the maximum rate for meter deliveries to the Installation Contractor as a basis for bids. This delivery schedule should not be considered as a constant `base load.' " Reply: Agreed. Meter deliveries will be scheduled with the Installation Contractor. This delivery schedule will not be considered as a constant "base load". 2) Cost Proposal `The benchmark date for the Producer Price Index has been proposed as October 2010. No basis has been proposed for the Consumer Price Index. National Meter should provide the benchmark date for the local CPI as the basis for future price increases. Also, National Meter should providethe specific CPI index (e.g. the formal name of the proposed, local index or region) that will be used." Reply: CPI index is based on the US Department of Labor, Bureau of labor Statistics, as of December 31,2010, SacramentoArea. 3) ERT Mounting Options `The City has determined that existing meter box lids will not be replaced underthe WMP. Existing meter box installations account for only a fraction of the total meter installations, but will not be compatible with the lid -mounted encoder- receiver -transmitter- (ERT) units previously specified by the City and proposed by National Meter. Instead, pit mounted ERT's will be required at these locations. The Installation Contractorwill be responsiblefor specifying the quantity of pit mounted ERTs and providing this information to National Meter. Prior to awarding the water meter procurement contract to National Meter, the City should verify with National Meter that partially substituting pit mount ERTs for lid -mount ERTs does not cause a price change." Reply: Substituting pit mount (underlid) ERTsfor lid Mount ERTSwill reduce the net price for the meter and ERT assembly by $2.00. 1 city of Lodi, Public Works Department, Water/Wastewater Division 211 W. Oak Street, Groundwater Clean up Calculations of Sewage Capacity Fees and Monthly Sewer Service Charges 9/13110 PROCESS WASTEWATER: Flow 39.42 million gallons/year BOD mg/L = 0 1000lbs/year = 0.00 TSS mg/L = 0 1000lbs/year = 0.00 Sewer Capacity Fee for Process Wastewater Flow, MG $/unit totals 39.42 X $45,261.00 /MG = $1,784,188.62 BOD, 1000 lbs $519.16 TSS, 1000 lbs 0.00 X $11,722.00 /1000 = $0.00 TSS, 1000 lbs Equivalent 0.00 X $6,269.00 /1000 = $0.00 SSU'S $1,784,188.62 300.47 Monthly sewer service billing Flow, MG $/unit 39.42 X $3,145.95 BOD, 1000 lbs 0.00 X $519.16 TSS, 1000 lbs 0.00 X $324.61 EMPLOYEES: employees empl./SSU 0 / 8 Capacity fees for employees: SSU'S $/SSU 0.000 X $5,938 totals $124,013.35 $0.00 $0.00 Monthly $124,013.35 $10,334.45 Total SSU's = 0.000 Total _ $0.00 Monthly sewer service for employees: SSU'S $/SSU/month Total/month 0.000 X $31.07 = $0.00 TOTAL CAPACITY FEE: Process: $1,784,188.62 Employees: $0.00 Total Cap. Fee: $1,784,188.62 Eqivalent SSU's: SSU SSU'S 300.470 Credits: Owed: n nn 0.00 300.47 300.470 TOTAL MONTHLY SERVICE BILLING: Eqivalent SSU's: Process: $10,334.45 332.618 Employees: $0.00 0.000 Total Monthly Fee:j $10,334.45 1 332.618 C:\Users\wsan delinWppData\Local\Microsoft\Windows\Temporary Internet Files\Content.0utlook\8ZYD9Z61\211 W Oak.xls AT 10 N A L METER AND AUTOMATION, INC. February 7,201 1 U.S. Department of Labor Bureauof Labor Statistics Washington, D.C. 20212 Producer Price Index Total wholesale trade industries Merchant wholesalers, durable goods Base Index 6/04 Percent Change Year Aug I Nov I Dec Dec -Dec r 2008 118.1 1 119.2 1 119.3 6.6 2009 119.5 119.4 118.9 -0.8 2010 116.9 117.6 119 0.2 Source: htto://www.bls.gov/schedule/archives/ppi nr.htm PO Box 8339 Santa Rosa, CA 95407 707-575-0700 Phone 707-575-3786 Fax February 7,2011 4'il AT I N A L METER AND AUTOMATION, INC. U.S. Departmentcf labor Bureau of labor Statistics Washington, D.C. 20212 Consumer Price index Al I Urban Consumers- (CPI -U) U.S. City Average All Items as of 1/14/2011 Percent Change Year Jan Feb Mar - _- Apr May June July Aug Sept Oct Nov Dec Dee - Dec 2008 211.08 211.693 213.528 214.823 216.632 218.815 220 219.086 218.783 216.573 212.425 210.228 0.1 2009 1211.143 1212.193 1212.709 213.24 213.856 1 215.693 1 215.4 1 215.834 1 215.969 1 216.177 216.33 215.949 2.7 2010 1216.687 1 216.7411217.631 218.009 218.178 217.965 1 218 1 218.312 1218.439 1218.711 218.803 219.179 1.5 Source: ftp://ftp.bis.gov/pub/special.requests/cpi/cpiai.txt PO Box 8339 Santa Rosa, CA 95407 707-575-0700 Phone 707-575-3786 Fax Technical Memorandum City of Lodi Water Meter Program RANC. Waterrtttc rwiror n�erxt Subject: Recommendation for Award of Water Meter Procurement Contract Prepared For: Wally Sandelin, Public Works Director Prepared by: Tony Valdivia, P.E. Reviewed by: Date: Mike Matson, RE February8,201 1 Reference: 140-007 At the request of the City of Lodi, RMC Water and Environment has reviewed the proposal from National Meter and Automation, Inc. (National Meter), for "Purchase of Water Meter Assemblies and Related Services" (January 7,2011). We have found the proposal to be complete, responsive and compatible with the Water Meter Program (WMP) Phase 1 Contract Documents that are currently out for bid. Proposal Summary In summary, the scope of the National Meter proposal includes assembly, testing, documentation, shipping and field verification of complete water meter assemblies in accordance with the requirements of the City's Request for Proposal (RFP) for these services over a seven year period. National Meter has taken no exception to the City's standard General Conditions or other terms presented in the RFP. The National Meter proposal offers the following price for these materials and services for the initial 2011 contract year for WMP Phase 1. Inclusive of sales taxes, the proposed cost to complete the scope of work for the 3,700 Phase 1 meter assemblies is approximately $811,065.93. For the six remaining phases of the project, each of which will be completed in a subsequent calendar year (2012 through 2017), National Meter proposes an escalation from the 2011 pricing in accordance with the following price indices: 1. Meter Assemblies and Factory Documentation pricing will increase based on the Producer Price Index (PPI) for Materials for durable manufacturing as reported by the US Department of Labor. Changes in price will be no more frequent than every 12 months (effectively adjusted for each WMP phase ) and will not exceed 3% in any given year from prior year pricing. 2. Field Documentation pricing may, at National Meter's discretion, be increased according to Lodi area Consumer Price Index (CPI) rates (see clarifications, below). As summarized above, future cost increases for materials and labor are tied to widely -accepted third - party indices. In our opinion, this pricing structure represents a fair and equitable method of determining price escalation over the course of the proposed 7 -year contract. It should be noted that the proposed costs contained in the proposal for Phases 2 through 7 reflect non -escalated 2011 base pricing, The City should assume pricing adjustments using projections from the base indices year over year. February 2011 City of Lodi Water Meter Program Recommendationfor Award of Water Meter Procurement Contract Clarifications Prior to executing a contract to National Meter and Automation, Inc., RMC recommends that the following items be clarified with National Meter: 1. Page 4 of the National Meter Proposal, second paragraph under "Terms and Conditions: Meter Assemblies and Materials": National Meter states that a "base delivery of 500 meter assemblies will be scheduled on 7 day intervals." A "base load" of a set quantity at a set interval should not be assumed by National Meter. Smaller or larger delivery increments may be required, and National Meter and Automation is responsible for coordinatingprecise delivery schedules with the Installation Contractor. The City's RFP established 500 unit lots delivered every 7 days as the maximum rate for meter deliveries to the Installation Contractor as a basis for bids. This delivery schedule should not be considered as a constant "base load." 2. The benchmark date for the Producer Price Index has been proposed as October 2010. No basis has been proposed for the Consumer Price Index. National Meter should provide the benchmark date for the local CPI as the basis for future price increases. Also, National Meter should provide the specific CPI index (e.g. the formal name of the proposed, local index or region) that will be used. 3. The City has determined that existing meter box lids will not be replaced under the WMP. Existing meter box installations account for only a fraction of the total meter installations, but will not be compatible with the lid -mounted encoder- receiver -transmitter- (ERT) units previously specified by the City and proposed by National Meter. Instead, pit mounted ERT's will be required at these locations. The Installation Contractorwill be responsible for specifying the quantity of pit mounted ERTs and providing this information to National Meter. Prior to awarding the water meter procurement contract to National Meter, the City should verify with National Meter that partially substitutingpit mount ERTs for lid -mount ERTs does not cause a price change. Provided that the City does not object to these proposed clarifications and responses from National Meter, RMC recommends that the City award the contract for these materials and services to National Meter and Automation, Inc. Optional Equipment The National Meter proposal includes pricing for optional equipment that the City may wish to consider for purchase, including meter bench testing equipment (to be installed at City facilities) and field leak detection equipment (to be installed in lieu of standard equipment in select meter boxes). This equipment is not essential to the WMP but could be of value to future City operations and maintenance programs and water conservation efforts. Note that installing leak detection equipment after the WMP is completed will result in a higher cost. The pricing for leak detection equipment is outlined in the National Meter Proposal. February 2 2011 ATI©NAL METERAND AUTOMATION, INC. City of Lodi WMP Meter Procurement Proposal Addendum #2: Clarifications February 9,2011 1) Cost Proposal `The benchmarkdate for the Producer Price Index has been proposed as October 2010. No basis has been proposed for the Consumer Price Index. National Meter should provide the benchmark date for the local CPI as the basis for future price increases. Also, National Meter should provide the specific CPI index (e.g. the formal name of the proposed, local index or region)that will be used." (original) Reply: CPI Index is based on the LIS Departmentof labor, Bureau of labor Statistics, as of December 31,2010, Sacramento Area. Addendum #2 —the Regional Resource reference for the CPI Index shall be the San Francisco, Oakland, San Jose database (not the SacramentoArea region as previously referenced) RESOLUTION NO. 2011-34 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGERTO EXECUTE AGREEMENTS FOR CONSTRUCTION, CONSTRUCTION ADMINISTRATION, AND METERASSEMBLIES AND FIELD DOCUMENTATION FOR THE WATER METER PROGRAM PHASE 1 PROJECT, APPROVING FOURTEMPORARY PART-TIME FIELD SERVICES INTERN POSITIONS, AND FURTHER APPROPRIATING FUNDS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on February 15, 2011, at 11:00 a.m., for the Water Meter Program Phase 1 Project described in the plans and specifications therefore approved by the City Council on January 5, 2011; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Knife River Construction $1,872,285 Vinciguerra Construction $1,890,300 Sierra National Construction $1,928,012 GM Construction & Development $1,992,966 Teichert Construction $2,060,850 Marques Pipeline $2,249,181 MCI Engineering $2,378,675 West Valley Construction $2,636,355 Mozingo Construction $2,937,986 Lister Construction $3,029,560 Flores Paving $3,047,108 WHEREAS, staff recommends awarding the contract for the construction of the Water Meter Program Phase 1 Project to the low bidder, Knife River Construction, of Stockton, California, in the amount of $1,872,285; and WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek, perform the construction administration services, with a time -and -materials contract with a not -to -exceed maximum of $198,433; and WHEREAS, National Meter and Automation, Inc., of Santa Rosa, is the local supplier for Badger Meter, Inc., of Milwaukee, that was approved by City Council on August 4, 2010, as the sole source provider of water meters to the Water Meter Program. Staff has negotiated the necessaryterms and requirements of the water meter assemblies procurement and related field services for a total contract amount of $811,065.93; and WHEREAS, for Phase 1 of the project, up to four field service interns will be hired at a cost of $32,000 to observe the installation of the approximately 3,800 meters. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the contract for the construction of the Water Meter Program Phase 1 Project with the low bidder, Knife River Construction, of Stockton, California, in the amount of $1,872,285; and BE IT FURTHER RESOLVED that the City Council does hereby authorize the City Manager to execute the contract for construction administration services for the Water Meter Program Phase 1 Project with RMC Water and Environment, of Walnut Creek, California, in an amount not to exceed $198,433; and BE IT FURTHER RESOLVED that the City Council does hereby authorize the City Manager to execute the contract for meter assemblies and field documentation for the Water Meter Program Phase 1 Project with National Meter and Automation, Inc., of Santa Rosa, California, in the amount of $811,065.93; and BE IT FURTHER RESOLVED that the City Council does hereby approve four temporary part-time field services intern positions for the Water Meter Program Phase 1 Project; and BE IT FURTHER RESOLVED that funds in the amount of $3,250,000 be appropriated from Water Funds for this project. Dated: March 16, 2011 I hereby certify that Resolution No. 2011-34 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 16, 2011, by the following vote: AYES: COUNCIL MEMBERS —Hansen, Katzakian, and Mayor Johnson NOES: COUNCIL MEMBERS — Mounce and Nakanishi ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS — None RA JOHL City Clerk 2011-34