Loading...
HomeMy WebLinkAboutAgenda Report - April 19, 2017 C-08TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400, 000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) MEETING DATE: April 19, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute agreements with the following entities for the Water Meter Program Phase 7 and appropriating funds, in the amount of $4,983,200: A. DSS Company dba Knife River Construction, of Stockton, for construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for construction testing and inspection services ($400,000) D. Henderson Brothers Company, of Lodi, for on-call residential plumbing services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for purchase of water meter assemblies and related services ($700,000) BACKGROUND INFORMATION: At the May 2, 2007 City Council meeting, the Water Meter Retrofit Policy was adopted. The primary objectives of the Water Meter Retrofit Policy were to accelerate the installation of residential water meters and shorten the time period during which customers would be paying for water on a flat rate versus usage. A. Water Meter Program Phase 7 Construction Contract At the October 20, 2010 City Council meeting, a seven-year construction phasing was approved and the property owner meter payment was capped at $300 per parcel. The project area for Phase 7 is presented in Exhibit A and includes the installation of 891 meters and the replacement/relocation of 12,830 feet (2.4 miles) of undersized water main primarily located in backyard easements. While Phase 7 is not the largest phase of the water meter program, over 620 of the 891 meter installations are type "E" meter installations. Type "E" meter installations consist of installing a new water meter service (and meter assembly) from a new water main that has been relocated from the backyard to the APPROVED ����• Sc a • .. - r, City Manager K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 7\CAward.doc 4/5/17 Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) April 19, 2017 Page 2 street. Based on experienced gained from prior water meter phases, these installations encounter unforeseen conditions (especially in older, more established neighborhoods) and often require plumbing modifications to the residence to accommodate the new service location. Plans and specifications for this project were approved on December 21, 2016. The City received three bids for the project on March 30, 2017, as summarized below: Engineer's Estimate $4,000,000.00 DSS Company dba Knife River Construction Stockton $3,012,682.00 Teichert Construction Davis $3,963,888.00 McGuire and Hester Sacramento $4,595,161.00 B. Engineering Services during construction for Water Meter Program Phase 7 Staff recommends RMC Water and Environment, of Walnut Creek, perform engineering services during construction. As the design engineer for this project, RMC Water and Environment is ideally suited to perform these duties for the Water Meter Program Phase 7. This is Task Order No. 9 to the Master Professional Services Agreement and is a time -and -materials contract with a not -to -exceed maximum of $37,826. C. Construction Testing and Inspection Services for Water Meter Program Phase 7 Staff recommends Terracon, of Lodi, perform construction testing and inspection services for the Phase 7 Project. Terracon will provide a minimum of two inspectors who will work under the direction and supervision of the City Construction Project Manager to provide quality control inspection and documentation of the daily work activities to insure compliance with contract requirements. The number of inspectors may need to be adjusted, dependent on the contractor's work schedule. The total contract amount is based on time and materials with a not -to -exceed maximum of $400,000. D. On -Call Residential Plumbing Services for Water Meter Program Phase 7 Staff recommends Henderson Brothers Company, of Lodi, perform on-call residential plumbing services related to the cleaning, adjustment, modification, or re -configuration of privately -owned plumbing fixtures and lines to mitigate changes in pressure and delivery associated with the relocation of the point of service for City water from the rear to the front of the residence. Past meter phases have used similar services that resulted in timely, complete and cost-effective corrective measures for our customers. The total contract amount is based on time and materials with a not -to -exceed maximum of $150,000. E. Purchase of Water Meter Assemblies and Related Services Staff recommends National Meter and Automation, Inc., of Santa Rosa, for purchase of water meter assemblies and related services for the remaining phases of the Water Meter Program and additional inventory for repairs and maintenance of water meters installed in all phases. 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. Related services include the delivery of meters to the City, along with the recording of model, serial number, address, and location of each meter. Since the contract maintains 2011 meter pricing through March 20, 2018, Amendment No. 2 will fund the purchase of approximately 2,900 meters that will K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 7\CAward.doc 4/5/17 Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) April 19, 2017 Page 3 be installed with Phases 7 and 8; the future multi -family phase planned for 2019/20, and replenish inventory for operations. Funding for Amendment No. 2 is not -to -exceed $700,000. Budget Item Amount Construction Contract $3,012,682 RMC Water and Environment $37,826 Terracon $400,000 Henderson Bros. Company, Inc. $150,000 Project Management (City Staff) — 720 hours $74,000 City Provided Parts, Materials and Services $50,000 Subtotal Construction Project $3,724,508 15% Project Contingency $558,692 Total Construction Project $4,283,200 National Meter and Automation (Meter Purchase) Phases 7 & 8, Future Multi -Family and Inventory $700,000 Total Appropriation Request $4,983,200 The total project appropriation is $4,983,200 and includes the contracts described above, Public Works Engineering staff costs, and contingency. FISCAL IMPACT: Water main leak and service repairs will be reduced. Costs for reading the meters will be reduced, as they will be automatically read by the fixed network. FUNDING AVAILABLE: Requested appropriation: Water Capital Fund (561): $4,983,200. Andrew Keys Deputy City Manager/Internal Services Director cel Charles E. Swimley, Jr. Public Works Director CES/CES/tdb Attachments cc: Lance Roberts, Utilities Manager Gary Wiman, Construction Project Manager DDS Company dba Knife River Construction RMC Water and Environment Terracon Henderson Brothers Company National Meter and Automation, Inc. K:\WP\PROJECTS\WATERWIeters\Water Meter Program Phase 7\CAward.doc 4/5/17 v5 -Carolina m c 0 m 0 Winery Rd Clarksdale Rd t-. &J 12H o F4 lillE \i-\ MQ lilivim1' u Lockeford St. I Lockeford St. ' re 414 Lita. i ricinirmaim i iii. IIIII. um am 2a) Ril V) 1.1 iIHHIUI4iIII1M11j Lodi-Av. 111111.1611111 1116111611T111111.1.1111111: NNflTif!r,fji� I IH ii 11 _ wl gm 1 m. ill 1 1 1101 Taylor Rd. [-3 ": — 0 ME 1= Kristen,Ct. "III �11 H G 1 —a1 'c +�e 1 Legend WMP Phase 7 EXHIBIT A Water Meter Project Boundary Phase 7 User: Ichang Path: K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 6\Proj_Bdy.mxd N W E s City of Lodi Water Meter Program Phase 7 Contract 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 D S S COMPANY dba KNIFE RIVER CONSTRUCTION, a California Corporation, 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 incorporated herein by this reference, to -wit: Notice Inviting Bids Instruction to Bidders Bid Forms Contract Contract Bonds General Conditions General Requirements (Division 1) Technical Specifications (Division 2) Plans Addenda 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 Clauses 65 and 66 of the General Conditions, 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. City of Lodi (Revised 12/15/16) Contract SECTION 4 - 1 City of Lodi Water Meter Program Phase 7 Contract 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, 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 10,820 lineal feet of 8 -inch, 1,960 lineal feet of 6 -inch, and 50 lineal feet of 4 -inch replacement water main and appurtenances, construct or reset approximately 6 fire hydrants and laterals, construct 4 water sampling stations, and construct approximately 891 water meter assemblies including construction of all or portions of services, and other incidental and related work, in accordance with Plans and Specifications for Water Meter Program Phase 7 - Meter Installation and Main Replacement. BID ITEMS Item Item Qty Unit Unit Cost Total Cost Water Main Installation 1 Construction Notifications 1 LS $13,750 $13,750 2 Excavation Safety 1 LS $11,000 11,000 3 Storm Water Pollution Prevention Plan, and Construction Site Monitoring and Reporting Plan 1 LS $9,400 $9,400 4 _ Traffic Control 1 LS $55,000 $55,000 5 Potholing 1 LS $47,000 $47,000 6 Install 8" Water Main 10,820 LF $63 $681,660 7 Install 6" Water Main 1,960 LF $60 $117,600 8 Install 4" Water Main 50 LF $58 $2,900 9 Install 8" Ductile Iron Water Main 200 LF $50 $10,000 10 Install 6" Ductile Iron Water Main 100 LF $45 $4,500 11 Install 4" Ductile Iron Water Main 10 LF $40 $400 12 Install 8" Water Valve 30 EA $1,450 $43,500 13 Install 6" Water Valve 25 EA $1,175 $29,375 14 Install 4" Water Valve 1 EA $1,150 $1,150 15 8" X 10" Hot Tap Connection 1 EA $2,400 $2,400 16 8" X 8" Hot Tap Connection 1 EA $2,300 $2,300 17 8" X 6" Hot Tap Connection 2 EA $2,200 $4,400 18 6" X 6" Hot Tap Connection 1 EA $2,100 $2,100 19 6" X 4" Hot Tap Connection 1 EA $2,100 $2,100 20 Connect New Main to Existing Main, Cut -In 16 EA $4,000 $64,000 21 Cap and Abandon Existing Main, Cut -In 30 EA $1,500 $45,000 22 Remove and Dispose of Asbestos Cement 100 LF $180 $18,000 City of Lodi (Revised 12/15/16) Contract SECTION 4 - 2 City of Lodi Water Meter Program Phase 7 Contract Item Item Qty Unit Unit Cost Total Cost Pipe 23 Install Fire Hydrant Assembly 5 EA $5,800 $29,000 24 Reset Existing Fire Hydrant Assembly 1 EA $5,000 $5,000 25 Install Blowoff 3 EA $2,000 $6,000 26 Replace Additional Asphalt Concrete Pavement 40,000 SF $2.35 $94,000 27 Water Sampling Station 4 EA $1,950 $7,800 28 Remove and Replace Curb and Gutter 200 LF $75 $15,000 Meter Installations 29 Install Class A Meter Service 87 EA $150 $13,050 30 Install Class B Meter Service 14 EA $340 $4,760 31 Install Class C Meter Service 134 EA $815 $109,210 32 Install Class D Meter Service 30 EA $865 $25,950 33 Install Class E Meter Service 626 EA $1,870 $1,170,620 34 Install Large Water Meter - Class B, C and D Add On 2 EA $250 $500 35 Install Large Water Service and Meter - Class E 1 EA $1,800 $1,800 36 - 37 Replace Angle Meter Stop Valves 100 EA $115 $11,500 Excavate Existing Corporation Stop and Isolate Service 30 30 EA $300 $9,000 38 Upgrade to Traffic Rated Water Meter Box EA $70 $2,100 39 Install Replacement Lid at Existing Meter Box (Class A Meter Service) 549 EA $43 $23,607 40 Install Additional 1 -inch Service Line 1,000 LF $1t50 $11,500 41 Install 1.5 -inch Service Line 500 LF $6 3,000 42 Install 2 -inch Service Line 500 LF $5 $2,500 43 Install Additional 1 -inch Water Service Tap 10 EA $150 $1,500 44 Install Additional 1.5 -inch Water Service Tap 10 EA $200 $2,000 45 Install Additional 2 -inch Water Service Tap 10 EA $300 $3,000 46 Abandon Additional Existing Service 15 EA $150 $2,250 47 Construct Concrete Surface Restoration 4,500 SF $5 $22,500 48 Mobilization / Demobilization 1 LS $91,000 $91,000 49 Export/Import Fill Material 5,000 CY $16 $80,000 50 All Other Items 1 LS $97,000 $97,000 Total Amount $3,012,682 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. 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 Technical Specifications. All City of Lodi (Revised 12/15/16) Contract SECTION 4 - 3 City of Lodi Water Meter Program Phase 7 _ Contract 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 on the date stipulated in the Notice to Proceed and to diligently prosecute to completion within 180 CALENDAR DAYS This Agreement provides for liquidated damages in the amount of $5,000 per day for each day the work is not completed by the Contractor beyond the time specified in this Article. 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 ABOVE. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. ARTICLE IX - No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The contractor is responsible for reviewing SB 854 prior to submitting a bid to ensure compliance. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI By Stephen Schwabauer City Manager By: Date. Attest: Title (CORPORATE SEAL) Jennifer M. Ferraiolo City Clerk Approved As To Form Janice D. Magdich City Attorney City of Lodi (Revised 12/15/16) Contract SECTION 4 - 4 City of Lodi Water Meter Program Task Order No. 9 Phase 7 Meter Installation and Main Replacement Project Engineering Services During Construction Exhibit A - Detailed Scope of Work The City of Lodi (City) Water Meter Program (WMP) Phase 7 Meter Installation and Main Replacement Project consists of the construction/installation of the following: • Approximately 12,830 lineal feet of water main to replace existing, undersized mains located in backyard easements. • Approximately 891 residential water meters and related water service improvements. This Scope of Work (SOW) for engineering services during construction (ESDC) associated with the City's WMP Phase 7 project includes two tasks described below for the various work components and the responsible person(s), the applicable work phase and duration for the task, the deliverables, and assumptions used in developing the scope of work and associated 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. Basis for Scope and Fee: The basis for the scope and level of effort shown in the budget is a construction contract duration for Phase 7 of 180 calendar days (approximately 129 working days or 26 weeks), extending from May 2017 to November 2017. RMC will perform work only as requested by the City's Construction Manager (CM). Task 1— Engineering Services During Construction (ESDC) Purpose: The Consultant shall provide engineering services during construction to review and respond to contractor submittals and City requested design related concerns, prepare record drawings, and to provide overall technical support to the City. The ESDC effort will be led by Tony Valdivia (Design Project Manager) and supported by the WMP Phase 7 design team of Simon Kobayashi (Project Engineer) and Victor Alaniz (CAD Production). Phase/Duration: Entire Contract Period; May - November 2017. Phase 7 Record Drawings will be completed within 2 months following delivery of City approved construction contractor as -built markups to RMC. Task 1.1 — Submittal Review As requested by the City's CM, Consultant will review and process contractor submittals for compliance with the Contract Documents. Consultant will prepare written submittal review comments for each submittal and determine appropriate submittal action by the contractor. Assumptions: • The level of effort is limited to the budgeted hours. It is estimated that up to 10 submittals would be reviewed by Consultant. Deliverables: • Written submittal review comments and action recommendation (e.g. Make Corrections Phase 7 Meter Installation and Main Replacement 1 March 28, 2017 Engineering Services During Construction City of Lodi Water Meter Program Task Order No. 9 Noted) on City standard form. Task 1.2 — Clarifications and RFI Responses Consultant will provide technical responses to City and contractor requests for information (RFIs), and prepare written Contract Document Clarifications (CDCs) to clarify requirements of the work, and provide technical support to resolve field issues and conflicts. Consultant will respond to RFIs and clarification requests as directed by the City. Consultant may conduct site visits to gain an understanding of field issues if required. Assumptions: • The level of effort is limited to the budgeted hours. • Up to 8 RFIs have been assumed in establishing budgeted hours • Consultant will make up to 1 site visits to investigate field conditions Deliverables: • Written CDCs and RFI responses using standard RMC forms Task 1.3 — Phase 7 Record Drawings Consultant will prepare record drawings from the contractor's complete as -built WMP Phase 7 drawings, after review and approval of the contractor's as -built markups by the City. Assumptions: • The City will be responsible for reviewing the Contractor's as -built drawings monthly and preparing comments to the Contractor's submitted as -built drawings. • Contractor as -built markups will be of sufficient content and quality for implementing into design CAD files Deliverables: • Electronic: One PDF file set of drawings and the specifications, and one set of AutoCAD files Task 2: Project Management Purpose: The Consultant will perform project management activities, including preparing monthly Task Order invoices and progress reports, coordinating with and reporting to City staff on project progress against the scope, budget and schedule; and managing subconsultant activities and progress. The Consultant shall also implement a quality assurance program for the project and conduct quality control reviews on work products. Tony Valdivia will lead this task. Phase/Duration: Entire Contract Period; May - November 2017. Assumptions: • Management activities over a 6 -month construction duration Deliverables: • Monthly invoices and progress reports Phase 7 Meter Installation and Main Replacement 2 March 28, 2017 Engineering Services During Construction City of Lodi Water Meter Program Task Order No. 9 RMC WATER AND ENVIRONMENT CITY OF LODI Michael H. Matson, Sr. Vice President Date STEPHEN SCHWABAUER City Manager Date ATTEST: Jennifer M. Ferraiolo City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH City Attorney Phase 7 Meter Installation and Main Replacement 3 March 28, 2017 Engineering Services During Construction Fee Estimate 01 CO 86 Ii L O 0 m 69 0 N H EP 5 0 N en m a0 4 A N 0 evil O 0 w co N O N 0 fA i0 N N iN td. .673 8 N 00) 0 rd w 0 w O El 2 N N 0 V m 0) To E aa .5 �o 2 8 4 N 2 1- ai 0 w 0 O O N O N W U7 H 8 n PI at 3 i AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on . 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and TERRACON CONSULTANTS, INC., a Delaware Corporation (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for inspection services for Water Meter Program Phase 7 Meter Installation and Main Replacement Project (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be 1 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on May 1, 2017 and terminates upon the completion of the Scope of Services or on April 30, 2018, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Gary Wiman To CONTRACTOR: Terracon Consultants, Inc. 902 Industrial Way Lodi, CA 95240 Attn: Troy M. Schiess Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. CITY OF LODI, a municipal corporation ATTEST JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: TERRACON CONSULTANTS, INC., a Delaware JANICE D. MAGDICH, City Attorney Corporation By: Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) By: Name: TROY M. SCHIESS Title: Materials Department Manager Funding Source: PWWA-0060.Const.ExtLabor (Business Unit & Account No.) Doc ID: K:\WP\PROJECTS\PSA's\2017\Terracon PSA.doc CA:Rev.01.2015 8 Exhibit A Water Meter Program Phase 7 Meter Installation and Main Replacement Project Terracon Scope of Services Provide a minimum of two (2) fulltime inspectors for the Water Meter Program Phase 7 Meter installation and Main Replacement Project to assist and report to the Construction Project Manager. Inspectors shall be approved by the City and are expected to have prior experience in public works construction, engineering, surveying, or a related field. Inspectors shall not be changed except as requested or approved by the City. Duties Include: I . Inspect and monitor public works construction and maintenance projects for conformance to codes, standards, specifications, and regulations. Reviews plans, conducts tests, and conducts field inspection. 2. Prepares and keeps up-to-date daily job status reports. 3. Confers with the Construction Manager on plans and specifications; discusses plans and field work with engineering technicians and field crews. 4. Confers with contractors, supervisors, foreman, workmen, and other private sector individuals. 5. Uses and calibrates the nuclear compaction gauge. Knowledge of: 1. Construction materials, methods, equipment and techniques for basis public works projects. Specifically water utilities. 2. Basic construction materials testing methods and procedures. 3. Basic math. 4. Principles of construction administrations. Ability to: 5. Learn the principles, practices, and techniques of advanced public works inspection. 6. Read and interpret public works and architectural construction plans and specifications. 7. Inspect basic public works and related construction projects to determine compliance with approved plans and specifications. 8. Interpret City/State laws, rules, and regulations. 9. Maintain records and prepare accurate written reports. 10. Establish and maintain cooperative working relationships with the public, contractors, and city employees. General: 11. Other project related duties as requested by the City. 2/5/2016 Exhibit B lierracon 16 March 2017 Proposal No. PNA171039 City of Lodi Attn: Gary Wiman Construction Project Manager 221 W. Pine Street Lodi, CA 95240 Re: Proposal to Provide Construction Materials Testing and Inspection Services Dear Mr. Wiman: Terracon is pleased to submit a proposal to provide materials testing and inspection services for the City of Lodi Water Meter Phase 7 project located in Lodi, California. We have extensive experience providing construction materials testing and inspection services. Terracon has offices based in Lodi, Sacramento, and Concord, Califomia, and provides a wide range of engineering services including geotechnical, materials, foundation and structural engineering, geophysical exploration, environmental and geosciences, forensic investigations, pool engineering, and aquatic design. We continue to view our company as a vital and growing consulting firm of engineers and scientists, providing multiple related service lines to clients at local, regional, and national levels. All of our services are delivered on a timely basis with high value and attention to client needs. Benefits to working with Terracon include: Responsiveness: Acting quickly to meet your deadlines, our employee owners are always available to you. With convenient locations across the country, we're able to quickly mobilize a workforce to respond to accelerated schedules and your changing needs. ReSourccfuiliess• Applying new processes, methodologies, and techniques allows us to take a proactive approach to solving project challenges and deliver your projects better and faster. With our nationwide network of offices, we can initiate services easily or. one or inultiple projects simultaneously. Reliability: With vast experience working in local conditions, Terracon is a dependable partner throughout the life of your project. We deliver practical and constructible solutions, while avoiding delays, surprises, and costly mistakes down the road. We are confident that Terracon will provide the City of Lodi with a high level of service and look forward to working with you. Should you have any questions regarding the attached proposal, please contact me at (209) 367-3701 or email me at troy.schiess@terracon.com. Thank you for your time and consideration. Sincerely, Terracon, Troy M. Sct ess. PE 71404 Materials Department Manager Terracon 902 Industrial Way Lodi, CA 95240 Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 ter racon. co m Environmental • Facilities • Geotechnical ■ Materials Project Name: City of Lodi E n'v ro'.,' `n al • Facl ti s • GeoLechnIcai ■ Water Meter Phase 7 Proposal No. PNA171039 SeFVnct� li.n.r .IIIA-. Group 1 Lead Project Inspector — Regular Time (8 -hr shift) Lead Project Inspector — Overtime Lead Project Inspector — Double Time $ 1,145.00 $ 174.00 $ 207.00 Group 2 Building/Construtlon Inspector— Regular Time (8 -hr shift) Building/Construction Inspector — Overtime Building1Construction Inspector — Double Time $ 202.00 Note: Day rates are all inclusive and include mileage, administrative time and project management supervision (report review and invoicing). Additional services requested beyond what is outlined in the above proposal will be invoiced per our attached fee schedule. Time shall be billed from portal to portal. Weekends and holidays will be charged in 4 -hour increments. Overtime and double-time, if any, will be applied per the Califomia Labor Law. 1,115.00 170.00 Prevailing Wage Requirement: Public works contract provisions require the Contractor and its subcontractors to pay all workers employed on the project no less than the specified general prevailing wage rates for the work classification in which they are performing. Effective July 1, 2017, there will be an increase allocated to wages and fringes for all shifts of BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIALS TESTER classifications. This wage increase has been applied to the above wages. Per Determination NC -63-3-9-2016-1, Issue Date August 22, 2016, 'The rate to be paid for work performed after this date (June 30, 2017) has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now." Terracon 902 industrial Way Lodi, CA 95240 Main (209) 367-3701 Fax (209) 333-8303 Dispatch (209) 263-0600 terracon.com lierracon 5 Schedule of Services and Fees Environmental, Geotechnical, Structural, Pool Engineering, Aquatic Design, and Materials Services ENGINEERING SERVICES Senior Principal Engineer 250.00/hr Principal Engineer/Geologist 225.00/hr Assodate Engineer/Geologist 195.00/hr Senior Engineer / Geologist / Scientist 175.00/hr Project Engineer / Geologist/ Scientist 165.00/hr Staff Engineer / Geologist / Scientist 135.00/hr Expert Consulting 275.00/hr Expert Testimony 495.00/hr Asphalt Concrete Consulting 145.00/hr ACI Technidan (Epoxy and Sampling only) 82.00/hr ICC Inspector (Reinforcing Steel, Masonry, Concrete, Structural Steel, Post Tension, Fireproofing) 86.00/hr AC/Soils Inspector 82.00/hr Certified Field/Shop Welding Inspector (AWS/CWI) 105.00/hr DSA Masonry Inspector 105.00/hr CAD Designer 100.00/hr CAD Drafter 88.00/hr Accountant 95.00/hr Administrative Assistant 65.00/hr HOT MIX ASPHALT (HMA) SERVICES HMA Placement Inspector 92.00/hr HMA Density Process Control 92.00/hr HMA Density Cores 110.00/hr HMA Data Cores 110.00/hr HMA Production Inspector 92.00/hr HMA Design Review 200.00/ea Lead Project Inspector Request Quote Building/Construction Project Inspector Request Quote Caltrans Certified Laboratory Technician 92.00/hr CTM125 Sample Hwy Material 92.00/hr Quality Control Manager 150.00/hr Quality Control Pian 500.00/ea EXPLORATION GEOPHYSICAL Seismic Refraction 1D -3D, Seismic Source DAQlink III, 24 Channel Acquisition System, 2 man crew Multi -Channel Analysis of Surface Waves 1D -3D, Seismic Source DAQIink III, 24 Channel Acquisition System, 2 man crew Ground Penetrating Radar, spedal antennas may warrant additional charge In-situ Soil Resistivity Testing, Mini -res tester Post Processing and Analysis DRILLING Drilling/Sampling (Track mounted rigs, 2 -person crew) Drilling/Sampling (Simco 2400 and Mobile 524 truck mounted, Minute Man, 2 person crew) Drilling/Sampling (CME75 Auger) Drilling/Sampling (CME75 Mud Rotary w/desander) Responsive D Resourceful D Reliable LODI OFFICE • 902 Industrial Way Lodi, CA 95240 280.00/hr 280.00/hr 225.00/hr 185.00/hr 165.00/hr 275.00/hr 225.00/hr 285.00/hr 325.00/hr 2017 Fee Schedule Page 1 of 6 lTerracon 1 50 Schedule of Services and Fees (Continued) Drilling and Sampling (CMD5 Rock Coring) Request Quote Borehole Grouting 285.00/hr Hand -Auger Soil Sample (1 -person Crew) 135.00/hr Coring 1 Man Crew w/o Trailer (Quote will be given upon request for second operator) 145.00/hr Coring 1 Man Crew w/Trailer (Quote will be given upon request for second operator) 165.00/hr Bit Charges per 6" max core length, 4" max core diameter 34.00/ea Support Truck not including mileage (500 gallon water tank) 250.00/day 2"x6" Stainless -Steel Tubes and Caps, recycled 10.00/each Permitting Fees Cost + 20% Bailers (disposable) 10.00/ea Sampling Supplies (gloves, water, rope, etc.) 25.00/day Photo -ionization Detector (PID) 125.00/day Water Level Indicator 30.00/day ph/Conductivity/Temp Meter 50.00/day Dissolved Oxygen Meter 50.00/day Steam Cleaner 100.00/day Cement Pump and Mixer 100.00/day Drums 75.00/ea Drilling Supplies Cost + 25% Laboratory Analysis Cost + 30% GEOTECHNICAL SOILS AND AGGREGATES Direct Shear Test: Unconsolidated - Undrained Consolidated - Undrained Consolidated - Drained Triaxial Compression Test Unconsolidated Undrained Triax D2850 Consolidated Undrained Triax D4767 Consolidated - Drained Consolidated - Undrained with Pore Pressure Measurements Consolidation Test: Swell Only Consolidation without Time Rate Consolidation with Time Rate, per load increment (additional charge) LABORATORY HOT MIX ASPHALT (HMA) Job Mix Formula (Reduced Rate for Multiple JMFs) CTM 202 Sieve Course Agg CTM 202 Sieve Fine Agg CTM 202 Sieve Ignition Sample CTM 202 Batch Plant Gradation Report CTM 204 Plastidty Index CTM 205 Determining % Crushed Particles CTM 206 Bulk SpG & Absor Coarse Agg CTM 207 Bulk SpG (SDD) Fine Agg CTM 211 LA Rattler CTM 214 Sodium Sulfate Soundness (per Sieve) Responsive 0 Resourceful 0 Reliable LODI OFFICE • 902 Industrial Way Lodi, CA 95240 140.00/point 165.00/point 185.00/point 185.00/point Request Quote Request Quote Request Quote 200.00/ea 340.00/ea 120.00/ea Request Quote 60.00/ea 75.00/ea 140.00/ea 50.00/ea 125.00/ea 185.00/ea 70.00/ea 90.00/ea Request Quote 150.00/ea 2017 Fee Schedule Page 2 of 6 lrerracon 50 Schedule of Services and Fees (Continued) CTM 217 Sand Equivalent 140.00/ea CTM 226 Moisture Content of Aggregates by oven drying 40.00/ea CTM 227 Cleanness Coarse Agg 165.00/ea CTM 229 Durability Index 200.00/ea CTM 234 - AASHTO T304 Fine Angularity 200.00/ea CTM 235 - ASTM D4791 Flat and Elongated Particles 200.00/ea CTM 304 AC Sample Preparation 50.00/ea CTM 308 Bulk Spec Gray Bit Mix (Cores and Briquettes) 30.00/ea CTM 309 Theo Spec Gav Bit Mix 165.00/ea CTM 366 Stabilometer Value (Set of 3) 300.00/ea CTM 370 Moisture Content of Bit. Mix by Microwave 50.00/ea CTM 371 Tensile Strength Ratio Field Mix 850.00/ea CTM 382 Ignition Furnace Asphalt Content 160.00/ea CTM 382 Ignition Furnace Calibration (1 per new source) 400.00/ea CTM 382 Ignition Fumaoe Calibration with lime 500.00/ea LP -1 Theo Max SpG Mix with Dif AC Cont 150.00/ea LP -2, 3, & 4 - HMA Volumetrics (VMA, VFA, DP) Calculations Report 75.00/ea LP -10 Sampling and Testing CRM 200.00/ea ASTM D2974 Organic Matter 80.00/ea ASTM D5334 Thermal Resistivity 600.00/ea MARSHALL MIX DESIGN Marshall Mix Design Request Quote ASTM D1559 Stability & Flow 110.00/ea ASTM D1075 Immersion & Compression Retained Strength 110.00/ea ASTM D2726 Unit Weight 30.00/ea ASTM D2172 Extraction 300.00/ea ASTM D2172 Extraction with Gradation 440.00/ea ASTM D2041, D2172 Max. Specific Gravity of Bituminous Mix. 150.00/ea AGGREGATES ASTM C88 Sodium or Magnesium Sulphate Soundness (per sieve size) 135.00/ea ASTM C40 Injurious Impurity Matter 75.00/ea ASTM C29 Unit Weight (aggregate) 80.00/ea CTM 212 Unit Weight (aggregates) 80.00/ea CTM 217 Sand Equivalent Test 120.00/ea C128 Specific Gravity, Fine 70.00/ea C127 Specific Gravity, Coarse 90.00/ea C535 Los Angeles Rattler Test (500 revolutions) 300.00/ea CTM 227 Cleanness Value, Coarse Aggregate 165.00/ea CTM 229 Durability Index: Fine & Coarse Aggregate 200.00/ea C142 Percent Friable Particles 165.00/ea Cal Trans Class II Aggregate Base Conformance Test (R -Value, Gradation, SE, Durability) 695.00/ea SOILS Atterberg Limit 04318 125.00/ea Permeability Falling Head 280.00/ea Specific Gravity Determination ASTM D854 90.00/ea C136 Sieve Analysis Fine 115.00/ea C136 Sieve Analysis Course Responsive 0 Resourceful D Reliable 2017 Fee Schedule Page 3of6 LODI OFFICE • 902 Industrial Way Lodi, CA 95240 lrerracon PON ....”ie! Schedule of Services and Fees (Continued) Wash 200 D1140 Hydrometer ASTM D422 Laboratory Maximum Dry Density/Optimum Moisture Content Determination 4" mold AASHTO T99, ASTM D698 6" mold AASHTO T99, ASTM D698 4" mold AASHTO T180, ASTM D1557 6" mold AASHTO T180, ASTM D1557 CTM 216 Relative Compaction, Untreated and Treated Soils CTM 301 R -Value Untreated Samples CTM 301 R -Value Treated Samples pH Test pH -Lime Determination Test Resistivity and pH Test CTM 643 Swell Test (Expansion Index) ASTM D4829 CTM 373 Unconfined Compressive Lime treated Specimen Compressive Strength Cement Compressive Strength Lime Percent Llme/Cement Design, based on compressive strength (includes R -value, pH Lime Determination and Unconfined Compressive Strength) Unconfined Compression Test ASTM D2166 MASONRY BRICK/BLOCK/TILE Compression Tests on Core Specimens (Includes prep) ASTM C42 Shear Tests Masonry Core Compression Tests: (Same price for untested "hold" specimens) Compression Test Grout Molds Compression Test Mortar Cylinder Compression 2"x4" Cylinder Molds Compression Masonry Prism (2 -block, mortared & grouted) Concrete Masonry Unit: (Same price for untested "hold" specimens) Compression Test Masonry Unit 8"x8'x16" Masonry Absorption Tests ASTM C140 Masonry Shrinkage (Volume Change) Masonry Lineal Shrinkage with Absorption Masonry Shrinkage with Absorption and Compression CONCRETE Concrete Mix Design Review Additional Concrete Mix Design (using same materials) Concrete Mix Design with Trial Batch & Concrete Cylinder Compression Tests Floor Flatness Testing Floor Flatness Report Unit Weight Hreproofing Compression Test Concrete Cylinders (same price for untested "hold"specimens) Hexural Strength, Concrete Beams, 6"x6"x24 ASTM C78 Cylinder Molds (6"x12") Cement Content of Hardened Portland Cement Concrete ASTM C85 Shrink Bar Testing (3 bars per set) ASTM C157 Responsive D Resourceful D Reliable LODI OFFICE • 902 Industrial Way Lodi, CA 95240 80.00/ea 230.00/ea 235.00/ea 245.00/ea 235.00/ea 245.00/ea 220.00/ea 325.00/ea 325.00/ea 60.00/ea 175.00/ea 200.00/ea 215.00/ea 300.00/ea 300.00/ea 300.00/ea 1600.00/ea 120.00/ea 75.00/ea 145.00/ea 28.00/ea 28.00/ea 15.00/ea 185.00/ea 185.00/ea 105.00/ea 185.00/ea 260.00/ea 420.00/ea 200.00/ea 150.00/ea Request Quote 135.00/hr 450.00/ea 50.00/ea 28.00/ea 125.00/ea 7.00/ea Request Quote 420.00/set 2017 Fee Schedule Page 4 of 6 lTerracon I 5 Schedule of Services and Fees (Continued) Compression Tests on Core Specimens (Incudes prep) ASTM C42 Calcium Chloride Moisture Test Kit (indudes calculations) STEEL AWS/ASTM/ASME/ANSI/API Structural Steel Tensile & Bend Tests: Reinforcement Steel Tensile & Bend <5 Reinforcement Steel Tensile & Bend 6 to 9 Reinforcement Steel No. 10 and larger High-strength Bolt, Nut & Washer Testing Rockwell Hardness Test HSB Torque Wrench/Impact Wrench Calibration, Skidmore -Wilhelm HSB Assembly Torque Determination, Skidmore -Wilhelm Welder Qualification and Weld Procedure Qualifications: Weld Procedure Qualifications Welder Qualification Plate Groove Weld- 1G, 2G, 3G, 4G Welder Qualification Pipe Groove Weld - 1G, 2G, 5G, 6G, 6GR Welder Qualification Plate Fillet Weld - 1F, 2F, 3F, 4F Welder Qualification Pipe Fillet Weld - 1F, 2F, 4F, 5F WPS Test Plate (set) WPS Test Pipe (set) NON-DESTRUCTIVE TESTING High Strength Bolt (HSB) Testing Bolt Pull/Load Testing Rebar Pull Testing Ceiling Wire Pull Testing NDT GPR (for reinforcement locating only, other uses refer to Geophysical services) Pachometer STANDARD POOL ENGINEERING SERVICES The fees quoted include response to plan check. Remodel Plan [Engineer site visit may be required] Remodel Pool Plan (typical In -ground) [Engineer excavation inspection required] Residential Pool Plan (drilled piers) [Geotechnical investigation report required] Commercial Pool Plan (typical in -ground) [Geotechnical investigation report required] Commercial Pool Plan (drilled pier) [Geotechnical investigation report required] Commerdal/Vault Pool Plan On -Site Steel and/or Excavation Observation Custom Swimming Pool Detail Custom Retaining Wall Design (1 height) Additional Heights Structural Design Computation copies Additional Plan Sheets Consulting Letter Patio Comer/Trellis Design Forensic Site Visit Full Service Aquatic Design Responsive D Resourceful 0 Reliable LODI OFFICE • 902 Industrial Way Lodi, CA 95240 75.00/ea 80.00/ea 135.00/ea 165.00/ea 205.00/ea, plus machining cost +20% 350.00/set 70.00/ea 320.00/ea 320.00/set 750.00/ea 130.00/ea 225.00/ea 75.00/ea 95.00/ea 65.00/ea 85.00/ea 125.00/hr 115.00/hr 115.00/hr 140.00/hr 165.00/hr 140.00/hr 800.00/min 800.00/min Request Quote 3,100.00/min Request Quote 1,500.00/min Request Quote 3,500.00/min Request Quote 2,000.00/min 400.00/min 500.00/min 500.00/min 200.00/ea 20.00/ea 15.00/ea 185.00/min Request Quote 900.00/min Request Quote 600.00/min Request Quote 2017 Fee Schedule Page 5 of 6 lierracon I[) `, ..? Schedule of Services and Fees (Continued) Epoxy Injection MISCELLANEOUS Automobile Mileage Subsistence and Lodging Equipment Rental PM/PE Review/Admin Support (per report) Pad Certification Report Final Letter (Testing/Inspections) Additional Copy of Report (wet -signed) Miscellaneous Item Charge Air & Ground Transportation CAD — Prints 1,800/min first 10', 60.00/ft. after 0.90/mile cost+20% cost + 20% 90.00/each 150.00/each 200.00/each 50.00/each Cost +20%/each Cost +20%/each 10.00/sheet NOT TO EXCEED $400,000 Responsive 0 Resourceful 0 Reliable 2017 Fee Schedule Page 6 of 6 LODI OFFICE • 902 Industrial Way Lodi, CA 95240 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2 COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. An additional named insured endorsement is also required for Auto Liability. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the proiect that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. Page 1 1 of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) (e) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (0 (g) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (h) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (i) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1S) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (j) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 21 of 2 pages Risk: rev.03.2016 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HENDERSON BROTHERS COMPANY, a California Corporation (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for on-call residential plumbing services for Water Meter Program Phase 7 Meter Installation and Main Replacement Project (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on May 1, 2017 and terminates upon the completion of the Scope of Services or on April 30, 2018, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Prevailing Wage 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, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor Registration — Labor Code §1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 3.4 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.5 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.6 (AB 626) Public Contract Code Section 9204 — Public Works Project Contract Dispute Resolution Procedure 3 Section 9204 of the California Public Contract Code (the "Code") provides a claim resolution process for "Public Works Project" contracts, as defined, which is hereby incorporated by this reference, and summarized in the following: Definitions: "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City under a contract for a Public Works Project. (B) Payment of money or damages arising from work done by, or on behalf of, a contractor pursuant to a contract for a Public Works Project and payment for which is not otherwise expressly provided or to which a claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the City. "Public Works Project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Claim Resolution Process: (1) All Claims must be properly submitted pursuant to the Code and include reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will conduct a reasonable review, and within a period not to exceed 45 days, will provide the claimant a written statement identifying the disputed and undisputed portions of the Claim. The City and contractor may, by mutual agreement, extend the time periods in which to review and respond to a Claim. If the City fails to issue a written statement, paragraph (3) applies. Any payment due on a portion of the Claim deemed not in dispute by the City will be processed and made within 60 days after the City issues its written statement. (2) If the claimant disputes the City's response, or if the City fails to respond to a Claim within the time prescribed in the Code, the claimant may demand in writing, by registered mail or certified mail, return receipt requested, an informal conference to meet and confer for settlement of the issues in dispute, which will be conducted within 30 days of receipt. If the Claim or any portion thereof remains in dispute after the meet and confer conference, the City will provide the claimant a written statement, within 10 business days, identifying the remaining disputed and undisputed portions of the Claim. Any payment due on an undisputed portion of the Claim will be processed and made within 60 days after the City issues its written statement. Any disputed portion of the Claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, as set 4 forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a civil action or binding arbitration, as applicable. (3) A Claim that is not responded to within the time requirements set forth in the Code is deemed rejected in its entirety. A Claim that is denied by reason of such failure does not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by the Code will bear interest at 7 percent per annum. (5) Subcontractors or lower tier subcontractors that lack legal standing or privity of contract to assert a Claim directly against the City, may request in writing, on their behalf or the behalf of a lower tier subcontractor, that the contractor present a Claim to the City for work performed by the subcontractor or lower tier subcontractor. The request shall be accompanied by reasonable documentation to support the Claim. Within 45 days of receipt of such written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the Claim to the City and, if the original contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so. The Claim resolution procedures and timelines set forth in the Code are in addition to any other change order, claim, and dispute resolution procedures and requirements set forth in the City contract documents, to the extent that they are not in conflict with the timeframes and procedures the Code. Section 3.7 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 5 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 6 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: To CONTRACTOR: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Gary Wiman Henderson Brothers Company 217 South Sacramento Street Lodi, CA 95240 Attn: James McConnell Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to 7 require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. 8 Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. 9 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. CITY OF LODI, a municipal corporation ATTEST: JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: HENDERSON BROTHERS COMPANY, a JANICE D. MAGDICH, City Attorney California Corporation By: By: Name: JAMES MCCONNELL Title: President Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: PWWA-0060.Const.ExtLabor (Business Unit & Account No.) Doc ID: K:\WP\PROJECTS\PSA's\2017\Henderson Brothers PSA.doc CA:Rev.02.2017 10 Exhibit A Water Meter Program Phase 7 Meter Installation and Main Replacement Project Henderson Bros. Company, Incorporated Scope of Services Provide on-call residential plumbing services for the Water Meter Program Phase 7 Meter Installation and Main Replacement Project as requested by the City of Lodi Construction Project Manager. Work will be on a case by case basis as necessary to resolve customer plumbing issues related to the project construction work activities. Duties may also include landscape irrigation work to re-establish existing systems. 2/16/2016 SINCE 1 8 9 6 H END RSON BROS. CO M P A N Y, INCORPORATED LIC. NO. 731 9 -- Exhibit B .IG - AIR CONCITIONIN. - SHEETMETAL February 28, 2017 Gary Wiman • City of Lodi 221 West Pine Street Lodi, CA 95240 Subject: Proposal for On -Call Residential Plumbing Services for Water Meter Program Phase'7 Dear Mr. Wiman, You recently requested pricinginformation from our company. With references to your inquiry, and detailed discussion regarding the above cited subject, here is our proposed pricing: Technician Position Description of Hours Plumb@Pry iling Wages Mon -Friday 8:30am-5:OOpm Plumber Prevailing Wages Outside Hours Laborer @Prevailing Wages Mon -Friday 8:30am-5:OOpm Weekdays Weekdays, weekends & Holidays Price Per Hour $160.00 $202.00 Weekdays $140.00 Laborer @Prevailing Wages Outside Hours Weekdays, Weekends $170.00 & Holidays Thank You for giving us the opportunity to bid for your business. We hope you will find our rates most competitive in all respects with the prevailing wage rates. As always, it's a pleasure with you. We look forward in completing this order to your satisfaction. Sincerely, James McConnell President NOT TO EXCEED $150,000 217 S. SACRAMENTO ST.LODI CA 95241 1 P.0 BOX 259 LODI CA 95241 1,T 209 369.3671 1 F 209 369 9026 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. An additional named insured endorsement is also required for Auto Liability. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 01 04 13. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the proiect that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers A waiver is required for General Liability and Auto Liability. (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. Page 1 1 of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) (e) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (f) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (g) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (h) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (1) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1s) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (j) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 21 of 2 pages Risk: rev.03.2016 AMENDMENT NO. 2 National Meter and Automation, Inc. Professional Services Agreement THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of March, 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and NATIONAL METER AND AUTOMATION, INC. (hereinafter "CONSULTANT"). WITNESSETH: WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement on March 28, 2012 and Amendment No. 1 on February 14, 2013, (collectively the "Agreement"),as set forth in Exhibit 1, attached hereto and made part hereof; and 2. WHEREAS, CITY requested to increase the not to exceed amount by $700,000, for a total not to exceed amount of $2,500,000, within the existing fee schedule; and 3. WHEREAS, CONSULTANT agrees to said amendment. NOW, THEREFORE, the parties agree to amend the not to exceed amount as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 on the date and year first above written. CITY OF LODI, a municipal corporation Hereinabove called "CITY" STEPHEN SCHWABAUER City Manager Attest JENNIFER M. FERRAIOLO Approved as to Form JANICE D. MAGDICH City Attorney NATIONAL METER AND AUTOMATION, INC. Hereinabove called "CONSULTANT" Name: Title: crioul2C1) AMENDMENT NO. 1 National Meter and Automation, Inc. Professional Services Agreement THIS AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of February, 2013, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and NATIONAL METER AND AUTOMATION, INC. (hereinafter "CONSULTANT"). WITNESSETH: 1. WHEREAS, CONSULTANT and CITY entered into a Professional Services Agreement (Agreement) on March 28, 2012, as set forth in Exhibit 1 (attached). 2. WHEREAS, the parties agree to extend the term of the Agreement to March 20, 2018; NOW, THEREFORE, the parties agree to extend the term of the Agreement to March 20, 2018. All other terms and conditions will remain as set forth in the Agreement, attached to as Exhibit 1 and made a part hereof as though fully set forth herein. Exhibit 1 IN WITNESSHEREOF, CITY rid CONSULTANT have executed this Amendment No. 1 on df Qv -tit 19- , 2013. CITY OF LODI, a municipal corporation NATIONAL METER AND Hereinabove called "CITY" AUTOMATION, INC. Hereinabove called "CONSULTANT' K NRADT BARTLAM City Manager Attest: Rirs, Clerk Approved as to Form: MAW' S• NS H ER City Attorney 1Thcj/. _ Name: fi;ZA„�t M ,t,`,t'Zan/ Title: y) cc, ?Kis i Derr- Exhibit 1 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on. 9, 1111.0, 2012, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and NATIONAL METER AND AUTOMATION, INC. (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required In accordance with attached Scope of Services, Exhibit A, attached and Incorporated by this reference, CITY wishes to enter Into an agreement with CONTRACTOR for purchase of water meter assemblies and related services (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A, CONTRACTOR acknowledges that It Is qualified to provide such services to CITY, ARTICLE 2 SCOPE OF SERVICES Section 2.1 Sop pe of Services CONTRACTOR, for the benefit and at the direction of CIN, shall perform the Scope of Services as set forth In Exhibit A. Section 2,2 Time For Cornrnencemont and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies Involved in the project shell not be 1 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR'S capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing, CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR'S project staff prior to any change. CONTRACTOR represents it Is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, Insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY Is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2,6 Term The term of this Agreement commences on March 21, 2012 and terminates upon the completion of the Scope of Services Of on March 20, 2013, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work Is approved in advance and In writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and Indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement, Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense Is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence of the City of Lodi or its officers or agents. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. 4 Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Wally Sandelin, Public Works Director To CONTRACTOR: National Meter and Automation, Inc, 2250 Apollo Way, Ste. 300 Santa Rosa, CA 95407 Attn: Kathy Richards Section 4,9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information' it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR Is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. 5 Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. 6 Section 4.1E Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or In part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement, Section 4,19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to Inspect ail such documents during CONTRACTOR'S regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit FundingConditians ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit apply to this contract, In the event of a conflict between the terms of this contract or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. 7 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST; RANDI JOI- L City Clerk APPROVED AS TO FORM: D. STEPHEN SCHWABAUER, City Attorney JANICE D. MAGDICH, Deputy City Attorney Attachments: Exhibit A — Scope of Services Exhibit l3 — Fee Proposal Exhibit C — Insurance Requirements Funding Source:181466.1825.2158 (Business Unit & Account No.) CITY OF LODI, a municipal corporation C RADT BARTLAM, City Manager CONTRACTOR:National Meter Name: Fi'R A0/4 r u.140n) Title: Y,P E.. 04007 Doc ID:Wator Meter Program Phase 21PSA National Meter CA: rev.0 i, 2012 8 f Exhibit A 1 1 1 Request for Proposal Purchase of Water Meter Assemblies •, and Related Services 1 1 7 METER AND AUTOMATION, INC, 1 1 January 7, 2011 Presented By: AT 14) NAL Kathy Richards 2250 Apollo Way #300 Santa Rosa, CA 95407 707.575.0700 office 707.481.1684 cell 707.575.3786 fax An Authorized "% Badger Meter & Wein Distributor Ti NAL METER AND At--ITOMATION, INC. Table or Contents Tab 1# ectln..r- Name pale ii 1 Proposal in Response to tlygim 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 11ATIQNAL METER AND AUTOMATION, INC. January 7, 2011 Tom Dugan, Program Administrator City of Lodi Public Works Department 221 West Plne 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. Badger's tremendous success Is due, In part, to Its distributor network. Founded in 2004, National Meter & Automation, Inc. (NMI) is Badger Meter's largest distributor in the United States, as well as an authorized Won, Inc. distributor covering California, Arizona, Nevada, Colorado and southern Wyoming. With a combined 75 years of AMR/Water Meter experience, aur California branch Includes knowledgeable inside and outside safes 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 Corporate Office Kathy Richards, CA Sales Manager Noel Frakes, President krichards@nmaal,com nfrakes@nmaal.cam (707) 4814684 cell (303) 981-9330 cell (707) 575-0700 office (303) 339-9100 office (707) 575-3786 fax (303) 649-1017 fax 2250 Apollo Way #300 7220 S. Fraser. St. Santa Rosa, CA 95407 Centennial, CO 80112 T echnlcat Support Dennis McConville dmcconville@nmaai.com (916) 436-6670 cell 1 1JAT1QNAL METER AND AUTOMATION, INC. Enclosed Is National Meter & Automation, int.'s proposal for [iron, 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-site training 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 present this proposal to the City of Lodi. For additional information, please contact me via cell phone at 1707) 481-1684, or via email at krichards@nmaal.com. Regards, Kathy Richards, California Sales Manager National Meter & Automation, Inc. , 2 1JATIQNAL METER AND AUTOMATION, INC. Proposal in Response to the Requirements of the RFP D. Summary of Work ▪ Comply. E. Scope of Summary 1) Meter Assemblies A. Comply: B. Comply. See Tab 6 for vlarrant! es 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 Callbration Bench Testing Equipment • See Tab 4 for specifications and pricing. 7) OPTIONAL SCOPE ITEM 2: Leak Detection Equipment • See Tab 3 for specifications and pricing. F. Meter Assembly Procurement Schedule a Comply. G. Deliveries of Submittals • Comply, H. Sales and Use Taxes ■ Comply. See Tab 2 far pricing. L Guarantees • Comply. See Tab 6 for warranties J. Purchases - Comply. 3 i_c_K) ATIONAL METER AND AUTOMATION, INC. K. Business License • Comply, L. Procurement Proposal • Comply. 5) The Components of the Proposal shall include the followings 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 wilt include the number of required meter assemblies and delivery dates. The Contractor will 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 Tess time intervals may be arranged between the Installation Contractor and National Meter & Automation. All equipment shall be shipped FOB to the jobsite. The Installation Contractor will arrange for receipt of materials and shall provide a forklift to offload the truck. The Installation Contractor will 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 manifest will include all meter assembly documentation as outlined'in Item 3 of this Request for Proposal. Invoices will be issued with payment terms of Net 30 days. 4 tJATIQNAL METER AND AUTOMATION, INC. Terms and Conditions: Field Dccumentatian 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 invoice the 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 §tateflent of Understandlni National Meter & Automation will actively partner with the City of Lodi and RMC Water and Environment to ensure the successful Implementation of the Clty 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 product from material procurement through data collection and presentment. The process has begun with National Meter & Automation's successful negotiations with both manufacturers to ensure stable pricing through the seven phases of this project. Our pricing proposal reflects the material standards as outlined in the Clty of Lodi's Standards 0403 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 management tools that are designed to work with the Itron system and assist the City in its efforts to manage 5 iATIQNAL METER AND 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 helps the City identify potential system leaks while 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 materials from 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 materials will 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 results will be the starting point for our material documentation process. The meters and encoded registers will be assembled to 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 assemblies to a Jobslte 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 Jobslte, full freight allowed. National Meter & Automation will retain ownership of materials until delivery is made at which time the Installation Contractor will take possession of and responsibility for the materials. The Installation Contractor will coordinate delivery of the materials and provide equipment for offload of the meter assemblies. 6 (--":61"ATIONAL METER AND AUTOMATION, INC. The City of Lodi will be invoiced far 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 RPP. National Meter & Automation will work closely with the Installation Contractor throughout the entire phase of the protect. The installation Contractor will have a 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 Environment will be working with the Installation Contractor and will be responsible for Inspecting the 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. Using the customer data base with APN number and physical address, National Meter and Automation will complete the Field Documentation process. The Field Documentation process will include gathering all information pertaining to 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 invoice the City of Lodi for each Installation Group at the completion of the Field Documentation process. National Meter and Automation will submit the completed Field Documentation to the City of Lodi at the completion of each phase. Partial listings shall be submitted sooner at the City's request. 7 tJATIQNAL METER AND 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 assembly that does not communicate when 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 dally 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 mode to the ChoiceConnect Fixed Network solution, National Meter & Automation will deliver the endpoints programmed In the appropriate transmission made. We will also work with City staff to reprogram existing endpoints from the drive-by to 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. g AATIGNAL METER AND AUTOMATION, INC. Cost Proposal * Note 1) Meter Assembly & DocualIentation Pricing includes: Meter body, ADE register, and 100W endpoint with thru fid mounting kit AU 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 proporttoe 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. 2. Future years pricing may be adjusted according to Lodi area CPI rates, Phase 1; 2011 Meter Assembly & Documentation Pricing Ize jViadei 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 I Quantity unit Price TAW All Sizes 3,702 $ 8.00 $ 2,9,608.00 w** See Note 3 I'ATIQNAL METER AND AUTOMATION, INC. Phase 2: 2012 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price Total 3/4" Badger Model 35 2,067 $ 194.00 $ 400,998.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622,00 $ 622.00 Subtotal 5 402,750.00 CA Sales Tax 7.250% $ 29,199.38 County Sales Tax 0300% $ 2,013.75 Local Sales Tax 1.000% $ 4,027,5.0 Total $ 437,990.63 *See Note 1 ** See Note 2 Phase 2: 2012 Field Documentation Pricing at Quantity unit Price Total All Sizes 2,073 $ 8.00 $16,584.00 *** See Note 3 Phase 3: 2013 Meter Assembly & Documentation Pricing Size Modes Quantity Unit Price TQtal 3/4" Badger Model 35 1,447 $ 1.94.00 $ 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 2 Phase 3; 2013 Field Documentation Pricing SDs Quantity lhnit Price Tont All Sizes 1,453 5 3.00 $ 11,624.00 *** See Note 3 10 1JAT1QNAL METER AND AUTOMATION, INC. Phase 4: 2014 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price Total 3/4" Badger Model 35 1,348 $ 194.00 $ 261,512.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622,00 Subtotal $ 263,264.00 CA Sales Tax 7.250% $ 19,086.64 County Sales Tax 0.500% $ 1,316.32 Local Sales Tax 1.000% $ 2,632.64 Total $ 286,299.60 *See Note 1 +" See Note 2 Phase 4: 2014 Field Documentation Pricing Size Quantity Unit Price Mal Ail Sizes 1,354 $ 8.00 $ 10,832.00 *"' See Note 3 Phase 5: 2015 Meter Assembly & DocUmentation Pricing 54g Model Quantity Unit Price TIt81 3/4" Badger Model 35 868 $ 194.00 $ 168,392.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 522.00 Subtotal $ 170,144.00 CA Sales Tax 7.250% $ 12,335.44 County Sales Tax 0.500% $ 850.72 Local Sales Tax 1.000% $ 1,701.44 Total $ 185,031.60 *See Note 1 "• See Note 2 Phase 5: 2015 Field Documentation Pricing Qu ntKv ifnit price sLl All Sizes 874 5— 8 00 $ 6,992.00 ''x'' See Note 3 11 1JATIQ NAL METER AND AUTOMATION, INC. Phase 6: 2016 Meter Assembly & Documentation Pricing ize Model Quantity Unit Pric@ L2�1 3/4" Badger Model 35 921 $ 194.00 $ 178,674..00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 Subtotal $ 180,426.00 CA Sales Tax 7.250% $ 13,080.89 County Sales Tax 0.500% $ 902.13 Local Sales Tax i_000% $ 1,804.25 Total $ 196,213.28 *See Note 1 ** See Note 2 Phase 6: 2016 Field Documentation Pricing Ire Quantity Unit Price ! Ail Sixes 927 $ 8.00 $ 7,416.00 *** See Note 3 phase 7: 2017 Meter Assembly & Documentation Pricing act, Model Quantity Unit Price Ltal 3/4" Badger Model 35 2,186 $ 194.00 $ 424,084.00 1" Badger Madel 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 Subtotal $ 425,836.00 CA Sales Tax 7.250% $ 30,873.11 County Sales Tax 0.500% $ 2,129.18 Local Sales Tax 1.00096 $ 4,258.36 Total $ 463,096.65 *See Note 1 ** See Note 2 Phase 7: 2017 Field Documentation Pricing Alga Quagtity Unit Price Total All Sites 2,192 $ 8.00 $ 17,536.00 *r" See Note 3 12 NATIONAL 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 Oecember 31, 2013 (3 years). 3. Prices quoted may be Increased by no more than 3% over the next 4 years, January 1, 2014 thru 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 Litt Unit Price T413( DIgiCorr Leak Noise Correlator 1 $ 22,995.00 $ 22,995.00 CA Sales Tax County Sales Tax Local Sales Tax Itron Digital Leak Detector (DLD) 715% $ 1,667.14 0.5096 $ 114.98 1.0096 $ 229.95 Total $ 25,007.06 *See Note 1 DU Unit Price 104 Digital Leak Detector (01.D) 1 $ 2,995 $ 3,995.00 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 1JATIQNAL 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 9g Unit Price L�4I Upgrade • 100W single port transmitter 1,234 $ 123.00 $151,741.00 with a 100W dual port transmitter includes Itron leak Sensor Subtotal $ 151,741.00 CA Sales Tax County Sales Tax Local Safes Tax 7.25% $ 11,001.22 0.50% $ 758,71 1.00% $ 1,517.41 Total $165,018:34 Mlog Online Hosted Services (annual) Add: $ 2,000.00 *Sea Note 1 Phase 2: 2012 Leak Detection Equipment Total services Included In Phase 2: 2,073 Estimated number of Leak Sensors required: 691 gty Unit Price Total Upgrade - 100W single port transmitter 691 $ 123.00 $ 84,993.00 with a 100W dual port transmitter includes Itron leak Sensor Subtotal $ 84,993.00 CA Sales Tax 7.25% $ 6,161..99 County Sales Tax 0.50% $ 424.97 Local Sales Tax 1.00% $ 849.93 Total $ 92,429.89 Mtog Online Hosted Services (annual) Add: $ 2,500.00 *See Note 1 14 I'ATIQNAL 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 (�t}i Unit Pricg Tom( Upgrade - 100W single port transmitter 482 $ 123.00 $ 59,327.00 with a 100W dual port transmitter Includes Itron leak Sensor Subtotal $ 59,327.00 CA Sales Tax 7.25% $ 4,301.21 County Sates Tax 0.50% $ 296.64 Local Sales Tax 1.00% $ 593.27 Total $ 64,518.11 Mlog Online Hosted Services (annual) Add: $ Z500.00 *See Note 1 Phase 4: 2014 Leak Detection Equipment Total services included in Phase 4! 1,348 Estimated number of Leak Sensors required: 449 gn Unit Price Totat Upgrade - 100W single port transmitter 449 $ 123.00 $ 55,268.00 with a 100W dual port transmitter includes Itran leak Sensor Subtotal $ 55,268.00 CA Sales Tax 7.25% $ 4,006.93 County Sales Tax 0.50% $ 276.34 Local Sales Tax 1.00% $ 552.68 Total $ 60,103.95 Wog Online Hosted Services (annual) Add: $ 2,500.00 *See Note 1 15 i1ATIQNAL METER AND AUTOMATION, INC. Phase 5: 2015 Leak Detection Equipment Total services included In Phase 5: 868 Estimated number of Leak Sensors required: 289 gtst Unit Price L41;!! Upgrade • 100W single port transmitter 289 $ 123.00 $ 35,588.00 with a 100W dual port transmitter Includes Itron leak Sensor Subtotal $ 35,588.00 CA Sales Tax 7.25% $ 2,580.13 County Sales Tax 0.50% $177.94 Local Sales Tax 1.00% $ 355.88 Total $ 3,113.95 Mlog Online Hosted Servkes (annual) Add: $ 3,000.00 *See Note 1 Phase 6: 2016 Leak Detection Equipment Total services included in Phase 6: 921 Estimated number of Leak Sensors required: 307 ,thy Unit Price DIA Upgrade -100W single port transmitter 307 $ 123.00 $ 37,761.00 with a 100W dual port transmitter includes Itron leak Sensor Subtotal $ 37,761.00 CA Sales Tax County Sales Tax Local Sales Tax 7.25% $ 2,737.67 0.50% $ 188.81 1.00% $ 377.61 Total $ 3,304.09 Mlog Online Hosted Services (annual) Add: $ 3,000.00 *See Note 1 16 ATIQNAL 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 Kme Unitpdce tai Upgrade - 100W single port transmitter 729 $ 123.00 $ 89,626.00 with a 100W dual-porttransmitter Includes Itron leak Sensor Subtotal $ 89,626.00 CA Sales Tax 7.25% $ 6,497.89 County Sales Tax 0.50% $ 448.13 Local Sales Tax 1.00% _ $ 896.26 Total $ 7,842.28 !Wog 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 !trop 100W Endpoint network. Its reduced size, 24 hour listening cycle, 20 -year battery life and use of the Itron 100W technology make the Leak Sensor the single most advanced and practical leak monitoring solution in the industry today. 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 AT1QNAL METER AND 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 advantages to 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"' (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 DIglCorr can be effectively deployed to investigate miles of pipe each day. The DIglCorr 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 be tweaked at the behest of new information. The DigiCorr also listens in multiple directions, meaning that a single survey Is not limited by the 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 (DLO) 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 niters 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 leaks they are not capable to hearing. 18 r w w w I t r 0 n. c a h1l Leak Sensor Overview Ab eslhneled that up 1a 30 percent of nater pumped through dslrtuUon systems Is lost to leer. In today's conservmian;rrtra r environment, water losses-- and assodatad pumping and Treatment costs— add up (lafday. ElIstrllwrfon loafs derled on, and toMakig slslem losses rnintn al, are important operatfone1 morns for water providers the leak Sensor Is an advanced approach to dStrmutbn system leak detection. Pert at bent mk. rcdnvaiirj edution, for Water SaveSource and CholceCannect 100, the sensor le the result of merging the water meta' module with an acoustic mins( to create a single paint for cottedlrgmeter data and tronloringfor dt Stuart) % em leak, t eakSensor [avaragas tie mbshstnetuudt of waterSaeSousce and ChakoCenrect ICO. It *is unattended dally moidlodng of teaks in dfsatiwtio i lines far proactive leak rtiriedfon and timer mlttgston. ibis reduces non -revenue water lasses, as looted costs and potential ssr Oar dlauptbns caused by me$or teak avenb A7/6.4 554+) ro Shape iwwe The he:Nation behtrd Ute leak Sermr la 8 *Won sensor, amplifier meow end tri-dedloret orae -wile autan101ed mater mr4trog (A interface..Every day the acoustic oanocrs rru}yuJ sound Awns in Ib wwiror ment, detecting nark wring and cronxisling auaornatraly. Sansars tinadh to andpolres and Mutant &atlmrecard:r throughout the day efong vdtlt other melerhg hlvmallon through tie Ibed network to the Wily, M Inn web Interface-- inipaar "Isa Network teak tdoMtoring System data :nurprvotan and anatrsis of the rechxdrgs and graphically &plays ells= facatla>5 usNg vita mope and Welles images, hlppdtgnarg the slates of leak locations. Ano arengeatenamal histortcafInformatbnprovide axnpreher a conies n oasassrmntoftheerdpewafer[tattrumsystem. Simple, Words hie and;rxhnicatj superior, Its Leak Seresorts ag-d to leek de,x Jars and location al optimal cost. Best of et, the 1.wk &tor leverages the me toms bitted netwet meter dalacvnxM r<rlogd often paytg For its within a few rrahv. Specifications Benefits The Leak Sala delivers unprecedented leak detection capabilities Inc uding: > pdvanred acouStIc leak detection monitoring and meter data collection In a compact form for easy Heid Installation and lower cost of ownership > Automated capture and data bansmIs8lon of actual vibration recordings to the utility for 117,1:% analysis and app tone, rather than simple yeeha pegs > Historical leak:'Poi:non dale tar interpretation, rr f;t non and mitigation Techlncal Specifications sensing Sensitivity: 1V/0 Plano: U0 to *300 linear feat of pipe of > Bandwidth: 10Rt —1,000Hz Power > Sotrca: Powered by the Water SaveS *x n Erxlpolnt or t,WcaDmilect 10OW phyekgr/EnvironrnenrrJJ > Operating temp moue: .10° to+60° Celsius > Operating hunIdky: Up to 100% relative lnrmldly > Product identikatlon: Numeric and bon -coded serial number > Exposure rating: Sealed, dviin,:rtlfl} end submeniorl P88 > Housing: hAofded glass -filed p:'y:arim atn > Welght1,5a„,c (45g) > Dimensions: 1.2 x 1.5 (diameter) moires (3.0 x 3,8 cm) > instep ti en options: Sensor Is Installed permanently either Indoors or outdoors on the water sanwice pipe, usually neer a water meter vWtl a u -bolt back plate and wing rats About Von Inc. town in ad roan° *Moto pfasdar t uta pkr tI mow afki htisrcr .$V11.Our cvnpef r is r00 own Wald. KrAfocr of weapon rriyfrrI105,, R.Pfq oeallm Ord rrf>:irysornvare sdvlls, via) fwd./ nco otnNl wa*M'da raef19 an 0111 kOnetw 1t eprefere rna:Mea y. ed use al May snd War. Out teackkre e. lda cLerre hy, its& oeNx and riper axiom Ad17 teekrako end cxv1u10c[:i1on syardn:s, hr ehfrej ,up rrryrr;d meter readra) f WI J and 4akwzvilwegikka. arhspro ms, 04; frr01@r I inarrgontrf 8nd (Aged soIMyru Acta .` tion,, as loaf 3s putted rrrv+aarmenr, :riMerf r'; and cWriurie 4 srfikns, ro lmow mare, Mr heir vrtneorar.tnm. 0 cog/tight 20x0, won Inc, All "'Ors Reserved. • bran reserves the AOM fo ohms ffrebe sesO/'wrara Obeid prior mem !tram Corporate tleadrlttaders 2111 North Molter Road Marty Lake, WA99019 USA Phone; 1,800.935.5461 Fan: 1.509.891.3356 www,ltron.com Menton loo979SP•o5 2/f0 (f t J U 0 0. (1t' 1.) 0 C ) 0 (. rr_� ( {{0 0 0 0 0 c1 4.) (_) C www . i t r o n .corn DigiCorr Digital Leak Noise Gorreiator Introduction The OigiOcer leak Noise Gcrrelator Is the world's first and cony daghel correlate-wdt}uely designed to provide a complete solution to Makage management Is facing the modern water utility such es on demand, real-Ume leak pinpointing, flexible leak orwlyss, systematic teak surveying end the need for powerful leakage management lode. DIgtCorr e pat/m.14,,o computerized acoustic technology can accurately pinpoint pipeline leaks of el sizes within a IOW error of kiss than three feet. Using bfglCon water urgings can reduce their unaccounted-for water, realistically recovering TS percent or more of their current leakage. by emploYing DIglCorr throughout their plpepne operations, Mem can krone their operational efficiency with proactive ptpelkie maintenance, Improve their emergency mm7111'00 end customer eat:ra0Jln :and maximize revenues by delivering and baling for at water produced. Won kviVe r to Shape Itwr &Lkm Srnart Listening 0101 ccrc:`6m rales on vbratk f censure that sense the ttzrhrdence from pipeline 1381®, Tabulato) from leeks 9t pre shred pbrlhas Creates trs.O7 pressure waves which racpaga'te graph ahs fl id of a drtetl *dire. Tire etc ity of the rrapel}:ton depends both on the fluid and on the dtnendons end material of the pipe, eorrelatm rrr<awm tie dntrance In proration erne al the presstee wave from the Iealc in each soM x. The wetlocatlon dthe teak some Is then pbpcfnted using the mewed time and lawn votody, installation ggiOnrr vtovey How It Works Deploy Ton Reid Sensor Units (FSUs) are deployed at remote bcagmrs on the ptpdilne. FSUs mount non•Intrusluely m pipelines at bag range two one m Fe ;apart The FSUs nom pracidon Ilme•ke9Plrg. Prat+ zng end data sungs capatialatles, together wall dtgdal radio links to a rugged, porfehte PC. The Pals are spots -pima ny radio from the PC and than make 90 -second moordlln¢4. During the recardhl, t o FSU pmessars Indapondenly essass the Igrinte, mole the leak sound component end wave Ms recorded data In memory. Retrieve & Analyze After remixing, data from the FSUe D transferred to PC via radio. Leet awcaa apneas as peaks In the Corretatan Display. DiglCa{s patented Advanced Leak Frequency Analysts 01 10.9 oc srately end irdivftttfal0/ pinpoints leaks within a law seconds farming data transfer. ALFA un:¢aroty Processes each retarded ter sneer, altadnadna arobg Using and gieatyatcefetsting the process of pinpcentirg a low NFA Imp the leakssWtei•to•ncise ratio enabling detection of Inaudible, difficult-todhtd leaks end reserves multiple leak sed:Aris simuItaneousiy. lt a leak Is present outside the span of the sensors, tNglCorr con detect the d1rwF,a of me leak Om a both sensors can than be moved and a new rex ding made to pinpoint the leak. In into way, a significant OP of pipe, such as a 20•mile section urtier failing WetLa'lc lost, can hs qulcr3y and aftectivatl scanned to detect and pinpoint the location of-WM. Systatru lit Leak Surveying Digrorr Intograws dlstribuSon system maps from pef>er copy, graphics fifes, DIS) dhetdy Unto the software user interface. Complete reconangs are saved athtahrdic+lfy into a survey dat;.baso, together wath uneciad mac, pipe and correlation information. Powerful Digital Processing The difference In lire dlgAat technology used In D giCarr was the analog tectrobgy used In ail ottraf carrelalors to fundamental to DIplCorna speed and accuracy. DlglCorrss dlgltel tacIvolopy oases Wali roue so natant?) below the threshold of hymen hearing. The sound is I mmcdlalai; dlQkdted at the sensor end transmit) ed worn the quality at a CD recording. otgiCOMit UnsittvlisilsmpprromaleH30times greater than analog technology > True digital recording end radio transmission pr esai vas the fine detail of the leak sound, enabling pinpointing of even The quiet, most didcult-la-fkp leaks > Unique capandir r of saving actual accused data to disk, enabling replay, prim and email of leak data > Adsar.Ced signal processing such as ALFA, digital mapping arid Special processing for different type of pipes are any poaslhla In a digital system _r :.1 is. l l) w w w w. 11 r o n. 0 o m DLD Digital Leak Detector introduction Tha IErar otgIWl Lank Detector {DLO) Is Iia first true dlglla} leek detector for hurled distribution elpeEna nitamgenem.liganseloin and easy-to-use, OW uses dynamic range camprasslan and digital precision to identify teaks fiat are undetectable with other Teak deteclore. Key Features arghz!Audio Processor > pslamkrams oornprassnnaccerttuales leak soundsand reduces Wild= Hees leeks massed by other Instrumunis > Precise doital Mtn block alien natio > Murat rejwIlonOtelecUl2J Interference (COd5) LOtw Qua (<1 b.) > Weelable strap or belts Ikon KtrotsfedgabShope 1ErrfAnan User interface Buttons > MEN. Gila Wolf or Pr a.end-hold to Its(en > VO hire : 45 dB range In 29 steps > FILTER: Five digital titers far: - Ground (Gni: }tad surfaces. SOA, OIBstlo pipe - Gentles (13Er): Service pipes - Gorged (Cad;Veit liYMe d, service rl)1111 ectICYIS - Survey (51: Suing • Open (OPrd Fur listening taro High -Resolution. Waterproof Universal Sensor Conlad microphone for meters and fillings s > Ground listening. plate with r nick -rale a semen > Meanie base for hydrants and valves Smart 1 t k rno Limiting Cantrnuous, atlamadcvulurnauroledtan Suppresses ctrics, Goes and sudden loud sotrnr}s Aurora lac Leak Loco tion > Leah Mu Score front 0 to 999 PrcrAlas a visual soterrnlnabso when portioned Over Me leak Technical specifications Dklirctl Audio Processor Unit > frequetwy lenge: 30.4,000tts > Power supply: 2 AA oIkal6le batteries Battery 1de: >12.5 hours continuous Ilstening > Display: LCD > Protection: P54, weatherproof, ea =rdaxr WBIg?1t 15 0Z (408.2 Ot > Dimensions: 5' x 3.5' x 1.5' (12,7 cm x 8.9 cm x 3,8 cm) Universal Sensor > HIgh•resolution eccalainmetor SensIlMty: 20 V/g > Rosobillon: 0.05 pg MHz > Protection - 5'68, waterproof, luny submersible - Shockproof to 6,000 g Ground Microphone Unit > Dimensions - Height: 34' (88,36 amt • Disk 4,5' (11.43 cm) > Weight; 21bs (910 g) with sensor attached > Materials: - Rod:Anodizedaluminum - Disk: SL hiless steel Ac;cessCrres > Carrying case: Rugged, lightweight > Probe: Stainless steel; connects 10 sensor About Won Inc. rfah IAC b 2 N,llffrg ter&suogy proid..7 12 an gist/ °Way de twee klduJukt Out pYlyYtry it G0 4s+7fkf3leerft hichiote fiVoigghlntticring,eabwart:[-[a uralySavamsaL[ions,;Mir rose /StC(.UohT6oswrAdir+'d+ra}i+gon Cat rochnoop ro 4r2rrIW0 Ow 11'A,u), wm use of adp/zrci NW.. Our proo,cis Wide eleerrici r pas, 74',INr and heat err. rrvr astir odNsrbn ,oArl werpx iko1lp7 sysreha walking 00oenaled opts- ret6g (AaAip cM0thi2A d mIr0'>72 drrr stuive Om& (+mei dau n [Nell rx arX/ (41IsoiA,am 004=74201s; as nrn' us pkrix,w moven 1I imuturc 1. and cons inyserskas. Tnknow aim soarthere: vnwciIwn.coin © Copyright 2010, rhos Ire All Rlphh AlsAlred - lrwr raservea 1ha right to clangs Ihoso 2pacl1lwl1on2 without prior Rona. Wein Cot -poste 2111 North Molter Road Liberty Lake, WA 99019 USA Phone: 1.600.635.5461 fax: 1.509.891.3355 wewaf2 CWn PvblrceUoa 10072351%02 I/10 Field Sensor Units (FSU) Pipeline Sensors > Accelerometers - Sensitivity:12V/g - NoIse: < 0.018 pg /Jliz - Bandwidth:1 —4,000 Hz Hydroptlonea ere available tor in -flow measurements FSL) Redo Transceivers Noise -free digital transmission > ISMNiN2.4 GHz woad spectrum, license -free worldwide, FCCJETS' approved > Range (line -of -sight) rip to 10,000 feet (3 km) > 1Wo-way communication -with base station redo trenscetver Data Acquisition > Intelligent autornallc gain: 10 — 80,000 18 -bit data acquisition, 92 dB dynamic range, sampling rate = 5 kHz Power Supply > intelligent power management > Up to 32 hours battery lila, rechargeable & replaceable > Re -charger for FSU from AC outlet or standard auto DG Physical Characteristics > Oimonalons: 4:25" x 4' x 8' (10.8 cm z 10.2 cmx20.3cm) > Weight: 8.5 Ibe (3 kg) > Rugged, meld, weatherproof enclosure Base Station Computer Physical characteristics > Hugged °mead, gill, water-resistant) computer, Pentium processor. TFT color, blight sunlight -readable screen (OtglCorr software vilI run on any PC using Microsoft' Windows"" with at least 32 MB RAM end 800 x 800 display resolution) > Rugged, weather -resistant stereo headphones Digital Radio Transceiver > Dimensions, 5° x 3.25' x 1' (12.7 cmx8.3cmx2,5cm) . Weight:1 Ib (0.5 kg) > Rugged, metal, weatherproof enclosure DIgiCorr Software > ALMTm (Automatic Leak Frequency Analysis) > Fa1y-to-useMlcrosatt°WUtdove > high-roz'ullprr d'solay of correlation km, oescrrzfn, tarvtnlarked bcancu of detested leaks > Correlation range: t 880 milliseconds > 15 types of pipe matelots, Including multiple sections of different pipes > Automatic sound velocity measurement > 16-bit stereo/mono sand playback > Visual Inspection of sound recording > Spodlrai SFT) anetafe eepablltY > Digital (titers with full manual frequency band r,e!,:.iian available: - High-pass:1-2,000 Hz - Low-pass:10-2.500 Hz In steps of 1 Hz > Arrtanetic ossa hent of leak probability > 611mirladon of spurious noise events > Reanalysis of same data possible n Manual selection of possible leaks from correlation function > Data storage (any number of studies) Dffiar-so & mapping modulo About ltron Inc. Ow I i albstrop ratteabpypaiddee to ti* gkibstuowand Mk( Irld[i kt der vapory 6 rt+tl III* + issfrvd oas;do a/ kpeacenr rriatairj. a+.03 caftdai andsa more k/..Kni vAl rieey4000 tgebs irardv ei robe: en syf re+dhaait7y fO irA'n i1e rhd &Alv ar d rrpa ai auy95' red water, CO gad= /irked ay./WV moi, 113rar 1,01 r7l1!1 =lag asp ratr Pn aPt.1 rai+urnsikvsixt systartc dactrrrrirjp araxit fro mew resdig (NA$ end aleareed maAyry briaItualtratAgtme&risrim&avermoendrdsbdmVlliarrarci'zi us fit? IesMita marieaetilsra9a8txi, turdconadey •lbJaw more, dirt hent Lovwita+.m O coffliphr 2014 Iron frac. Al RON, n i a. • liars reserves the s1Dar ro Ch,npe Mrse speaINAOI s wmow prat nese, 1tron Cowes Headquarters 2111 Noah Molter Road [berry take, WA 09019 USA Paw: 1.800.535.8461 Fax: 1,509,991.3355 vahaaaoa r001208P-04 oevrp L. •• r 1JAT1QNAL METER AND 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 Gravlmetrics, 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) Handbook 44 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: 10 Gal./1 Cu.Ft. and 100 GaI./10 Cu.Ft. Stainless Steel Duplex Tank; Three (3) precision rotometers that cover a flow range from .1-160 gpm; Corrosive Protection (fusion nylon coated steel bench frame); All meter adapters, meter and adapter gaskets, manual flow control valves, document station, electric actuated damping device and carrier bars; Optional Gravimetric Weight Scale System with M3 Meter Management Software, Computer and Printer. 19 11ATIQNAL METER AND 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 j2) 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 METER AND AUTOMATION, INC. The pricing for the Series 5-1000 Test Bench System Is as follows: Mars Series 5-1000 Test Bench $ 42,02.5.00 MUN-200 Automated Dual Stage Shutdown $ 5,875.00 Subtotal $ 47,900.00 Freight $ 3,000.00 CA Sales Tax 7.25% $ 3,472.75 County Sales Tax 0.50% $ 239.50 Local Sales Tax 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 Eatuloment Gravlmatric Weight Scale System with M3Meter management Software, Computer and Printer 300 -gallon Calibrated S5 Tank wfscaie $ 7,625,00 MARS Recirculation System $ 22,440.00 Subtotal $ 61,065.00 CA Sales Tax 7.2596 $ 4,427.21 County Sales Tax 0.5096 $ 305.33 Local Sales Tax 1.00% $ 610.65 Freight $ 2,000.00 Total $ 68,408.19 $ 31,000.00 To purchase the complete bench and all additional Equipment as listed: Complete Bench with All Options $ 108,965.00 CA Sales Tax 7.2596 $ 7,899.96 County Sales Tax 0.5096 $ 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 Sub$ect to review by 12/31/2011 21 Recordall® Cold Water Bronze Disc Meter Size 3/4" (DN 20mm) DESCRIPTION Uer1 Gr Meter eliors the Roc3rdab Oleo ranter in two verelons: C1I 1 fdron;n (7.195 BS I) and Envirobrass 11 (M35 E82). Thu Envuobreas 11 vdrrren compt+cs with NSF+ANSI Standard 0 s end curry Ino NSF -51 Magi: on dm Iindsirnr, All crnepnnrin1S of the eneirobras7, II meter. Ls., Yh4renr. Haul l'AJ, 90a1M1, dl[:., coInpitse lho cerlilted syelare. APPLICATIONS: For use in measurement of potable cold water In residentlel, Commercial and industrial services whore flow Is in one direction only, OPERATION;'Nalnr 10w1 tlirdugh the meter's strainer and kilo the measuring nliernoer Wrrete it CaI.1s0 tredlse t0 nuesie- T114 dl9n, whist[ moves beefy. Wales oil its own ball, guided by a 'true! roller. A drtva mngr:nt hnnsmlls iho motion of the disc to a follower magma located Ll1lllli: d IEP lwrmanct:7ly3zA u5+ register. The follower magnet ie eenn6Cted to N:o rcgislar guar Vole.. Tha gear Train raduceS the disc stulalrans into volume :oleezution units displayed co the tegieter dial fate. OPERATING PERFORMANCE_ The Badger° Rorardall'Otsc melon meal or exceed regrstrellan ecceJracy (or the rem flaw mita OM. normal epuraling Boor rates (100 x 1.5.15), and maximum coalinuout operallon flew rotas es speclricelly steroid by AWWVA Standard 0700. CONSTRUCTION: Badger Recordist! Oise meter corssInlctibn, whiCtl complies wIIh ANSI/A`f7WA standard C700, Conelale of three baste CDm(lanents: meter Iwl+aing, measurieg cham8 er, end p Simonet* coaled register. The water mutat lab n In bronze and Entercbre a EE with extemtelythrealied spuds. A corro5lorr•resettenl Iherrrtinpleatis materiel is used for Ma meaeudng chamber. To ::ireplify nlnintemu!l 1S, 1115 register. meesl:ring chamber, end strainer can ba feplere+d wilt:mil removing the meter housing from the n 1 nilariaP.. No chanra gaars. aro required for accuracy callbrallon. etterchhlroaabiiiIy of parts stns$ tike-alzed meters oleo mIn(mltos sprue franc inveniery ;meow remit. Tile 110111.11 etrainernes an effective seaming are.! or Weirs !Pio inlgt silo. MAGNETIC DRIVE: Direct magnate dr[va, through Ilia use of nigh - e end Orange] magnets. ter straight-read1fl.positive, iarrrote sort eutoma!)Condable redialler rneter reeding options. SEALED REGISTER: The standard register coneists'e1 a straight- rv.il'tB oCemotor•eypetsstallRation disretry. 3130' lest crrn O w9isccnlcr sweep hang and !IOW finder to dottrel teeks. 12e0l Ster gear Eng consists of dell• tumicatinJ lI1nreeplesile gots 10 minimize frloliCn and provides long tiro Panllneently Reeled; did. moisture. Iampering and tells fogging probrems are OEtminetad. thilli•pasilfpn regislee Sinspitliier meter ineteliellon 5011 reading. Generator-(ypa remote rending and e1,4)1110c m510, roa4I 9 sySTens are available far al Records/10i= rQteni. (See hock of shoos for nddnional Information.) Ail reading Options aro romoVnOle from the motor without disrupting ware service. TAMPER -PROOF FEATURES: Customer removal oI the register to obtain free water can be prevailed when Ihu optional temper dalectien seat wire seam or TORrlamper restelent seal screw is added to One mater. Both can be Installed at the meter site or al the factory. MAINTENANCE: Badger Reeerdae Oise meters are designed and rnanufaslurod tc provide long-term service with minims' mainiananDe. When ma.nles lana l is requtrnd, 9 Oen ho performed easily Olio et itis motor in ale Varian or a1 enyQin erCQnV3Mont location. As an ahem Wive to repair by the utillly, Badger offers earlous maintenance and meter component exchange programs to Iii the needs of tree Wilily, CONNSCTl0NS: Tailpieces/Unions tor Installations of melons on various pipe types and slzee, including misaligned pipes are available ae an option, mikS BadgerMeter,lnc. oak Model 35 Technical Brief SPECIFICATIONS Typical Operating Range (100% ± 1.5%) Low Flow (Min. 97%) Maximum Continuous Operation Pressure Loss et •`,1amImurn Continuous Operation Maximum Operating Temperature Maximum Operating Pressure Measuring Element Register Type Register Capacity Meter Connections 3/4.35 GPM (,17 la 7.9 m'lhr) 318 GPM (.085 m1/hr) 25 GPM (5,7 m'/nr) 5 PSI at26GRA (.37 bar et 5.7 m7/hr) 80°F (20°C) 150 PSI (10 bar) Nutating disc, positive dlsplecement Stralght reading, permanently sealed magnetic drive standard. Remote reading orAutonlatieMeter Reading units optional. 10,000,000 Gallons, 1,000,000 Cubic Feet, 100,000 m;, 6 odometer wheels, Avaliahla In bronae and !hems/plastic to fll 3/4" spud thread Coro diemetsr Sec table below. 31ze Designation x "L" Laying Length "9^ Bore Dia. Coupling Nut and Spud Thread Tailpiece Pipe Thread (NPT) 3l4" x 7W 3/4° 1'(314') - 3f4" 3/4" x 9' 314" 1"(314") 314" 314'x1" x 9" 3/4' 1y"(1°1 1' MATERIALS Meter Housing Housing Bottom Plates Measuring Chamber 015e Trim Strainer Disc Spindle Magnet Magnet Spindle Register Lld and Shroud Generator Housing Cast Bronze, Envlrobrese 11 Bronze, Cast Iron, Envirobrass 11 Thermoplastic Thermoplastic Stalnfees Steel, Bronze Thermoplastic Sleinlese Steal Ceramic Stainless Steel Thermoplastic, Eronze Thermoplastic RD -T-3/4 125+2 Automatic Motor Reading Systems AMR The .ircno. ORICN° and TRACE- radio (re quo r.cy systema °sally into91'Sle with fill Recordalt0Dlac motors. AD IechrmtoOEes provide an elk:fent MOW ergo removal And Irt(am+attan fen nagemenf system. The area 56W ERT. !73inOt,1'rensrnillnrand the TRACE Transponder e8 cone act !onto Recorda6 T r ioieiltrtl Reglslet (RTti') assembly. Colnplo!o systom9, including hardware and 3nRware. aro availoiulo to provide a wldo range of meter reading information. PRESSURE LOSS CHART ACCURACY CHART Rete 00 F 04, 1ellon0 pe Mlnule • Roff Nr. re N N tleeove ph+t► I00 RIM 190 A0 C • " e.—rte _— ' :— L.. �t :i I Ii �j•----L , i ' rl,_11..,:.___!;___-_,F.1_441-•_,%-T - Lam. C r, C �- .., fi -- •i:;-1—. ..I '" . -1— �� + 4 .7.a 1 ,1 -1- Ai.. ..fY - y .�" METER METER SIZE MODEL 014^ (20rnm) $a• (20m11) 6A"x 1' (20mm) 35 35 35 A LAYING LENGTH HEIGHT REG. 7' le (190mm) 9- (229mm) c HEIGHT GEN. 5114' (133mrr1) (185mm) 5114" (133mM) 861." (188mm) o CENTERLINE BASE (41mm) 1610° (41mm) 9" 5114" (229rnm) (133mm) Sweep Hand Registration 86fa" (168mm) LMOOEL1 GALLON CU.FT. ICU. METER M35 10 1 .1 WIDTH APPROX, SNIPPING WEIGHT 5" (127mm) 5' (127mm) 1010" (41mm) 5' (127mm) 50k Ib. (2.5kg) 53/4 Ib. (2.6k9) 8 Ib. (2,7kg) 1 1 Li 11 t lr ZiT�� A 11411 it 1ORK1e 1Fn. f0yl�0 o Lu..4e , ere :covered lark of Cvrl'C dlvil4}-ir0 Textroof n, Inc. ar Meter, Ing. [Vena i11v.0 Imre .Atli reuIttoreo teed0rr14n10 er Itren, IBC. Please see oLlr webslle at www, badg a rmeter.com for specific contacts, C0pYdOhl ® Badger Mole!, 1..2002. AN rights raoorv0d. Due to oentlnuous research, product Improvemema and enhancements, Bridger Meter reserves the right to change product or system speclllcskohs without notice, except to the extent an outstanding bid obligation exists. BadgerMeter,Inc, P.O. Box 245038, Mllwaukea, WI 53224-9536 (800) 878-3837 Fax: (888) 371-5982 www.bedgermater.com Recordall® Cold Water Bronze Disc Meter Size 1" (DN 25mm) Model 55 DESCRIPTION Oai v}or Molar otters the Pea:Udall DISC, Rimier In Co"[ Drrsnre mad s :vt:v ',!'aa Alloy. T!tu '_an lend Ailey (Trade Designs:tam M55 Amon r. empties won C'1SF!ANS1 Standard 131 and cantns ilio NtiFt31 an Iiia 110u5irl1[1. Al: corrytononisair tits Low Wed Allay motet, disc, chamber, housing. Seals, etc., comprise the melted system. APPLICATIONS: For use In measuremonl of potable cold water in residsrtlal, oulnni&rcia) and Industrial Services whale Hew Is 111 one direction only. OPERATION: Mater mows through the rnetor'a strainer and Into the i ne i su ria3 charrlbor Micro It cut/30310e dlno 10 meta le. The di OC, wn i ch :nev00 iroaty, gelates an ms owl ball, guided by a thrust roller- A drive :]lrignitr transmits ilio minden al Ilan disc to a follower magnt:l ie0aied •; : hl ti n trio pormar u nily semi ori rbg I ¢ter• 7110 f oilowe r rn at1 not ir.tCon n e ayg1 ,e :no register [put irate '1110 gear train raducos the disc n u r e l rc n s i r to •re: v nl @ !01 en intlon unit:: dm/Ia./ad tin 'Ire ra uls to r Oa r f sae OPERATtNC PERFORMANCE:: Thu Hedger nocardall alae motors meet Q 011 0vd rag l; tratla n s awrac'r (Or I0'0 How reties (135%), normal cpeialtng flow Was (100 c 1-51), and fnaxtlnum continuous operation limy taloa es spaclfic ii[y stared by AWWA Standard C70u- COtiSTRUCTION: Idedyer Reccrdolt Dao meter construction, vrhlcl• complies •elth ANSIIAWNA standard C700, consssts of throe basic components: meter hdusiri}l. itl4rlsktrinfg chamber, and permanently seated rogis!er The wafer reetur rs avattatre in bronze and Low Load Ahoy with ex ternaliy•tnresded spuds. A Car -Na /I -resistant hermoplaslia mGlatIal !s used for rhe measuring Chanwar. To simplify maintenance, no rel]letor, measuring chamber. and strainer Can to replaced A111110U1 removing lila meter housing ?wind's Inasatlallon- No change gears are squired nor accirracy caltbmt:on. into:changeubritty of parts among axe -sized motera also min?mizea spare parts inventory invaslrnanl. MAGNETIC DRIVE: Direct may{ne1Lc drive, througn the use of high- strength magnets, provides postlivs, reliable and dependable register coupling for 0 mai ghl• re filling, t amore or automatic meter reading options. SEALED REGISTER; The standard register consists of a straight. aadfng odcmutor-ryco totobizedon display, 360' toss circle with center swoop hand and rico/ finder to d elect 100100. H ogistor gearing corrals/sof call -lubricating thermoplastic goers to minimize Itiction and provides tong 1110. Pa r ma n only so a ted i 0111, moisture, l am p ming itnd le ns sagging pia Manly ate eliminated. Mu iti. p oald un re gislor dime IUl o9 malar rnatellotidn Lind re ading. Gonercdor-Ey pe rom0te wading end au tomal le meter reatilng iyt'tolrls aro available for all (locordall Oleo moloro.(Sec back of sheat or oddlltonet inform/oleo.) All reading options are removable fiem the Meter wi lltout disrupting water se Nice. TAMPERPROOF FEATURES: Customer removal a! Ma register to ohtstn hoe water can be piays,nted when the opllonak tamper defection anal wire screw or TOR X1' tamper resistant seal screw is added 10 the r n0lur. Doth Can be Installed at the meter alto or at the factory. MAINTENANCEr Hedger Recordall Disc meters are daslgned and nlrirlufel:trired la provide long-lexm service with minimal inainten en ca. When malntenancd Is Ioyulred, it kart be performed easily either al rho n toter Ina rnlfatlon or Many other convenient rocelion, As an el:om alive to repair by 010 utility. Daeger criers venous maintenance and meter xitp:wont exchange wagram5 In fh the needs n1 the ttdltty. 0011 N ECTIONS: Ttrtlple ce s!L flier's For Installations dowsers o:1 various cip.: types and sham, Including misaligned pipes, are avertable as an option. 16\13 BadgerMeter, Inc. _ T . Model 55 Technical Brief SPECIFICATIONS Typical Operating Flange (100 21.5%) Low Flow (Min,95%) Maximum Continuous Operation Pressure Lass al Maximum Continuous Operation Maximum Operating Temperature Maximum Operating Pressure Measuring Element Register Type ReglsterCepaelly MelerConnectlons 1.56 GPM (.23 to 12.5 re,Mr) 112 GPM (.11 m'/hr) 40 GPM (9.1 ma/hr) 3.4 PSI at40GPM (23bar at9.1 m'Ihr) 60°F. (25°C) 150 PSI (Inbar) Mutating disc, positive displacement Straight reading, a! o d m agnettc drivaalandsrd, Rernoternadrng crAutomaUcMeterReading units optional, 10,000,000 Gallons, 1,000,000CubloFeel,100,000011, 6 odometerwheelu, Available In bronze and thermoplastic to I It 1' (ON 25mm) spud thread bora diameter sizes, See labio below. TION SIZES •.-- Slso __- -- 'L' Designation x Length "E3' Bore DIn. Coupling Nul Sad Spud Thread Tailpece ead plp(NPT) 1" x 10 314' 1• 1 tI4 (1'1 1' MATERIALS Meter Housing Housing Bottom Plates Measuring Chamber Oleo Trim Strainer Disc Spindle Magnet Magnet spindle Register I.Id and Shroud Generator Housing Cast Bronze, Low Lead Alloy Bronze, Gest Iron, Low Lead Alloy Thermoplastic Thermoplasdo Stainless Steel, Bronze ThermoplaetIC Thermoplaetlo Polymer Bonded Thermoplastic Thermoplastic, Bronze Thermoplastic RD -T-65 PRESSURE LOSS CHART noise! Row, In Gdlens own WWW A G B METER METER LAYING HEIGHT HEIGHT SIZE MODEL LENGTH REG./RTR TO ADE 1" (26mm) 55 10 3/4' (273mm) MODEL M55 8' (182mm) 0 1/2" (165mm) SweepHartdReel tratlon GALLON CU.FT. CU,M TEE R I 10 1 .1 ACCURACY CHART Rate of Pim In e.aons pat Minns 1 c D HEIGHT CENTERLINE GEN. TO BASE 7 3/B" (187mm) 2 1/32" (52mm) WIDTH 6 114' (159mm) METER WEIGHT 6.74 Iba. A RIR* end RecordelP era rn6tnI* ed trademarks of Badger Neter, Ino. TORX' to a registered trademark of Camoer. Division of T0IRIon, Ina Please see our website at www.badgermeter.com for specific contacts. CopynghlOBadgsrMwar, Inn. SODS. Jdl Wahl. reserved. Due to canfilweea reneareh, pfoduct Improvemonti and entlaiCentanl& Badger Wu (*Sewn the tight to d.e n9e ptoducl or eY✓tICRI tPadhdeBone without 5olIGo. ax oot to me axtetlten ouatriad*ee CCnlruetupl abf WWI SAN, BadgerMeter, Inc. Bax 2:5038, Mllwaukae, WI 532249536 (B00) 878-3837 / Few (686) 371-5982 www.badgermeter.com Recorder Cold Water Top Load Bronze Disc Meter Size 2" (ON 50mm) ANSI/NSF Standard 61 Certified, Annex G Technical Brief DESCRIPTION Surignr Ictal er o Ile: s the Record/ill Disc meter In Cast Et maze sad re Low Land May. Tho Law Lead Aaov (hada 4 nalgetallon: M170 U.) version complies wilt Ar4SUNSF stento rd 41, Annex [3 And cornea Rhe NSF -61 Moms on lite hasping. All contaminate of (h4 Low Lead Alloy winter, i.e.. disc Ctllunbei, Ven aing, 0(1&4, eta.. Cprnpslea the certified syalam, APPUCATIONS: For oar) In m'asuromani of potable cold meet In r'slalnntlnl, Cammorcial aro Industrie' sorvlcoe whore Ilow la In are d[rectlon only. OPERATION: Water lows Through the meters strainer and Into Iho Owes whin chamber %taro it Calicos ihd dtea le mutate. The disc. which moves freely. nabltas 00111IS ewe ball, guided by a lhnuti roller.A drive Magnet Irunwnhlto are mutton al the dies 10 a .'oiloWer magnet boated welsh Itt ep ermnnmlltyseeled regtoter.The follower range MIscdenected to Ito rape gear Irafn. Thu gear twin roducea the dlso nutations into vo'tmw latellzalt0n volas dlsploysd an the register rite% farm. OPEAATINOPER FORM ANC t::The Bettor Rocordell Disc Meletarelata or exacted reglalrallWl accuracy for Ih0 law Iraw retell (0S%}, normal operating law 10100 1100 ± 1.5%). and maximum continuous operation Ilow rates as speclflCAlly elated by AWWA Standerd C701). CONSTRUCTION: Sedge( Reodrdall Mao molar cenalruollun, which cat110aff wllll ANSNAWWA dentinal C70O. conefeis of titter) baste carnpartemat t>r0nxn mater housing. airmauhing ctt:r, Fuser, and Ilan ana+nly,sea(crl r1 ij11Ior.A :orraslats-resiRtenl therinoeioses+notarial Is ooad for the intra aerie() chamber. To s0n%11141 wee -dune use regular, measuirng chamber. and almoner canto ropleced vel lbeut re moat ng sho meter lloustn g from Ih s 096311 it lion, No ch nag a gen is are roetul rnd foraccu racy cnlih and art. Intarchang0Hhlllty of parte emong like.eizerl motors alae rrtief 110110404 spear pads lhwrsnlory invanlmenl. The buill•to Magner Floe on affecttvo straining men of twloo Ole Inlet size. MAGNETIC DRIVE: []Erect niegeo0o ddvo, through the deo of high• elreagIe magnate, par/idea positive. rall4WO and dependable register coup Mg bretrWflhi•resding, remote 0e auto/nada motor reading 0 110111. SEAt.EDREG!STER: The Omen elregister consists oratonight-reading, odometer typo tolalleallon display, 360' leaf dale with center sweep Mani marl' Now !iand0r Ie Mind :Asks. Ruglster g00ring centime el 0011- bil*;.rnii+lil1iurrna 117s1[r Morar, tominimize (dation end proviuesl'ngllfe. 1'ormm+ru i It y sem ar l; +1441, +s1 n lx111ro, tampering end Wan fogging problems ars catenated. Mulu•pasitlon register simplifies motor fnataltatl m and rending. Genorot0r-type remora rending and autot11at1c meter raad[ng systurns aro atml[3t+0 IIr all ROCordalI Oleo rooters. All sanding op00ns aro romov4b:0 from the motor without disrupting wilier service. TAM POR -0 ROOF FEAT ORE S: Cue tomer !Mantra I of ale teglsle r Median ken wafer can 11e preronled when the optional Tamper de/recline seal wvlro 'crow/or TorX' Ian:par sent reelalonl'craw 10 added to the molar. Rath iambs f301Bll0d at the reeler site of !hn factor]. TIAINTEriANCE: Badger llocerdalt Dlac meters aro designed 01111 rnnnsfoIIurod ea provide 1'ng•tursn sureice wadi rnlntmal melnemeneo. Whin maintenance is roc -whoa, II can he performed essay either at the motor Inatollallort or et any other de avanteni 100aiicn. Ae en alternative s0 rapelr by the uINIIy. Sedum agree varlets; maintenance and mitts+ component n4,0118190 programa to 111 !1f o leads 01 mo utility. CONNECTIONS: Tallpkces1Flanges tar installations of meters an Vstlpua pipe twee and dines, Including misaligned pipes, are :xafla1,;U as an 'viten. Badger Meter Model 170 shown with optional 1' Test Plug SPECIFICATIONS Typkal Operating 2 1/2 -170 OPM (.07 la 39 m'Rhr) Range (100%s 1.596) Low Flow 1 1/2 GPM (.34 rnmfir) (Mtn: ELS%) Maximum Continuous Operation Pre t tours Loss atMaximum Continuous Operation Maximum operating Temperattue Maximum Operating Pressure Measuring Element ReglaterTypa Registration Register Capacity Meier Connections OpIIonaITeatPlug Meter Housing Housing Top Plates Measuring Chamber Oleo Tian Strainer Mao Spindle Magnet Magnet Spindle Replete; LId end Bolt Generator Housing WO GPM (23 m'Rhr) 3.3P91alI00GPM (.23bar at 23 m'Rhll 00'F (WC) 150 PSI (IO bar) Notating hilae, positive displacement Straight icedlnp, pemlarhemly seated magnolia drive standard. Remote reading cif Mimetic I.0ter Reading untie optional. 100 &alone. 10 Cubic Feet, 1 art 10(1,000,000 G011o se, 10000.000 Cobb Fool. 1,000,000 rn'. 6 odometer wheels. 2' AW WA Iwo bolteSptical ffnnge, drilled, or 2' • 11 112 NPT Internal pipe %reads. 1'NPTtestplug ail ava11 bteeneglpllcaI tong and short versions. MATERIALS Cast Bronze, Low Lead Alloy Bronze, Low Lead Alloy Thermoplastic Therm0p10e110 Shinier; SteeVBronze Thermoplastic Maki/Ise Steel Ceremfo Slalnleas'Steel Thermoplastic or Bronze Thermoplastic, ROT2 10.10 PRESSURE LOSS GHARr Is•. www nano,. Pw1.0rwle a __. = METER SIZE 2' (50mm) (50mm) EL = Elllpt1cal METER LIODEL 170 EL, Hex. 170 EL, TP 170 ELL, 170 ELL, TP 110 r A LAYING LENGTH 15'!; (387mm) 17' (432mm) ELL a EII1p1k0l Lang a HEIGHT REGJRTR B' (203mm) B• (203mm) ACCURACY CHART DuoGal,' r «+x.V iem it' ,r • 3 r.. ==;10....z.-== If .I r einlil Him i i� �f11,11. ii--->ss!3 rrseis•■s>e�re"i ME! "f i 3 • � ! i."` ="V.In .s a- ..... w.ks ea r liiiii ff� f niaiflflr.aes. Nita tilt sMIfs tae I.iiiIFiiiiiillilluiiiil11' l ==..,flf�.aa111=== .1 : fL=� Sweep Hand fie0lslrai on _ MODEL GALLON CU.FT. CU.METER )h170 100 10 FITFOL OR%�a refs d so0on ark of Crancsr,rtMi6J0(1. TOldrat 1 c HEIGHT GEN. 9�1+` (238mm) (238mm) 0 CENTERLINE BABE (7mm) (73mm) WIDTH (241mm) 9'!, (241rrun) Hex v Hexagon, 2' -11'/z NPT Thread APPROX. SHIPPING WEIGHT • 30 6. f13.8kg) 30.15. : + 113.ek9 TP-lbet Plug t' • I ) r-• '1 Please see our webslla al www.badgermeter.com for specific contacls- Copyd@tx ?Ate, aa. -43.r 1Mrsy Ino. M malas rwsrrwL A Duo!000oiir:tkL'F research, laoducl�i ts, Btxiger or ?ditar47Yena�note, 1at01cr Iri6mas IIW rkjd todwmptK excem to d11I Went oR OWter+d'ng 0:0, riratrid o5&tl0tsrin edstt, Badger Meter P.Q. Box 245030, MYweukee, WI 53224-9538 (80o) 679.38371 Pax: (858) 371.5982 www,badgermeler.com • 1 •r Model ADE Absolute Digital Encoder Description Applications: The Absolute Digital Encoder (ADE") is designed for use with all Racordal1 Disc, Turbo, Compound and Fire Service meters to provide connectivity wills ORION*, Badger• ERTe, 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 lis shroud assembly uses a bayonet mount compatible with all Recce -dell 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 mater without disrupting water service. Magnetic Drive: Adirect-drive, high-strength magnetic coupling through the meter body to the welted magnet provides reliable and dependable rergister coupling. Local Indication: Tnc ADE register face features a six-dIgit mechanical odometer wheel stack, a 380° test circle with sweep hand, and a Now finder to indicate leaks. Tamper-Resletant Features: Unauthorized removal of the ADE is inhibited by a tamper resistant Tori" seal screw, provided as a standard accessory with the ADE. An options! tamper detection seal wire screw is also available. Construction: The !lousing of the ADE Is constreeted of a strengthened glass iens top and a Corrosion -resistant metal beitmm. Iritorose : onstruction materiels are thermoplastic for long rife and high reliability. The register gearing Is self- lubricating thermoplastic to minimize friction and provide long, reliable life. The shroud assembly is therrnmplatele. Temperature: The operating range of the ADE Is •4.l C to BG° C (-10'F to 14Q°r). The .vator meter should not be subjected to temperatures below freezing. Seating: 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 1 I' cc/sem, as tested by a helium mass rlpeclromotor, are comparable to a true hermetic seal. Due le this unique sealing profess, the ADE exceeds all applicable requirements of AWWA Standard C707 regarding moisture intrusion Wire Connections: TheADE fs available with either a wire lead. fully potted Io prevent moisture Intrusion at the connections, or with terminal screws. When provided with a wire load, the ADE may be pre-w#red 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, Irtc. Technical Brief SDeclflcatlons i1•anamlttertRegiater Straight reading, permanently sealed, maernetle drive Unit of Measure U.S. Gallons, Cubic Feet, Cubic Meters, clearly identified on register face Number Wheels Six with 3116 -Inch high numerals Test Circle 360° circle with len major increments with ten dlvlalens each Weight 11 Ounces Itumidtty 0% to 100% condensing when equipped with potted Ione wire, 0% loge% non - sand [III sine with screw -terminal vire connections Temperature -5° F to 120° F (-20°C l0 49° C) Signal Output Industry Standard ASCIi Format Visual Resolution 11100th of Test Circle Electronic Resolution Four-, five- or alx-dlal resolution Signal Type Two -wee asynchronous for Touch Solutions Power Source External including continuously subrperged water meter pits. The terminal scre.v 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 iromunity to electricei surges and transients per IEC801-2. !ECM .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 adcrneter using internal LED light paths to determine the exact posrllon of each number wheel. Thio technology eliminates electromechanical Contacts That could wear out, and provides greaterlong-term performance. ADE -T-01 1-10 2.54 1 Side View Dimensional Drawing Measurement Resolution: The minm im electronic resolulkon of the ADE Is as noted below {B pial Reading), To verify the corrccl rosoluilan for your application, contact Badger Meter Customer Service. with wire lead 4.24" with terminal screws Top Vlew Dimensional Drawing 5.30" RECORDALL' Disc Series Size 6 Diel Resolution Gallons 6 Dial Resolution Cubic Feet (FP) 6 Dial Resolution Cubic Meters (m') M25 5/6' 10 1 0.1 M25 3/4' 10 1 0,1 M35 314' 10 1 0.1 M40 1" 10 1 0.1 M55 1' 10 1 0.1 M70 1" 10 1 0.1 M120 11f2" 100 10 1 M170 2' 100 10 1 6 Dial 8 Dial 6 Dial Ft or,o Iulkon Resolution RECORDALL Resolution Cubic Cubic Turbo Series Gallons fleet (Ft), Meters (m,) 1 112' 100 10 1 2" 100 10 1 3" 100 10 1 4' 100 10 1 6' 1000 100 10 6' 1000 100 10 10" 1000 100 10 12" 10000 1000 10 16" 10000 1000 10 20" 10000 10000 10 Fire Service Meters 6 Dint Resulur.on Gallons 8 DWI . Resolution Cubic Feet (Fe) 6 ❑i:sl Resolution Cubic Meters (In') 3" 4" 6' 8" 10" 100 100 1000 1000 1000 10 10 100 100 100 1 1 10 10 10 Fi ECORDAL t Compound Series 6 Olal Rosoiut10n Gallons 8 Dial Resolution Cubit Feet (1,1.4 8 Dial Resolution Cubic Motors (m') . 2' High Side (Turbine) 2' Low Side (PO) 3' High Side (Trbine) 3' Low Side (PD) 4' High Side (Turbine) 4" Low Side (PD) 6' High Side (Tbrbine) 6' Low Side (PD) 100 10 100 10 100 10 1000 10 10 1 10 1 10 1 100 1 1 0.1 1 0.1 1 0.1 10 0.1 Resolution stated as Individual high and low readings. ACAUTION The ADE should only ba connected to a Badger Meter. inc. approved product. Connection to an unapproved product will void the ADE warranty. nal:. 0 ryevr. 31tIC4i and I[ocnrde r aro ,a¢ oven !redo tom ai o1 Sodt W W 1a+, Hr n1M1a 1+608[A/0e op RrtrO :0 181 d•:a ma rt pro rho praporty of 01[10 rerpr.e ion a+YAe;. Tel% Please see our Web site at www,badgermeter.com for specific contacts. Go 2010 0ndper Motor, Inc. MI Aenla resarvod. Due 0 =calmer tesaarrll, product fmptovemente and prlhencamoelc, Rodger NA:erresemesthe neinclanguQ;ndvdarayatam speciNZIkoswitkoutncrCe, oxc.opl lo Iho exdanl on ou02Wnceng cc/Arnclualoblgation . BadgerMeter, Inc. P.O. Box 245030 Milwaukee, WI 53224-9536 800.876-3837 lnfocentral@badgermeter:carn a www,badgermeier.cam www , i t r o n. c a m 100 Series Water Endpoint Introduction The 100 Series wafer eratto t Is tho latest eddticn to Von partfafo of rdotnced wafer metering devices. Featuring a contact date, irsittsoY4s2610 ban Re and tett agy& to edtoadmitandgrowwithyour bugoes4 the 100 Series can help you suit' your acensires and en drtdne your rooms FIM and Into the tube. irk Series emdpahts are available In two horsing (M,s:+s, supporting bobs water pit and remote tagx These endpoints offer ad.wc:ri meter data coledan dsOed zcoAmily for the cc/tendon systems otlhon'sg hdccCannact'M edut0n, <r',a Gij mottle cdladlm aid toned nerwok systems. 100 Scnh'3 endpoints rfktereytso thensehvs from other devices an the market b./providing Ins ter way communi�:tices caps les. fisq odfiom the crowd up to leveraga the bethel>te ut GraeCoinea,100 Series devices enable essysrlpralkat from motile b Ned network eperaeForhs as your bidness reeds euohsAnd with CrsteCoo aC t,m amolomenlarytrvls ,y, mobile and WS fretwork systems can be mimed-end-ma1i bed to ensure madam etficJen l and retabl: p+ In both high- ardkw-.de,sly meterpoptiatons. Water meter compatfbRfty The 10051 des water eredec 11sconhpatblewih kqusayIaadYg water raters from bon—as vAps1 as Mose from manufacurrs such as Badger, Elston AMNO Hersey, Meson Fainter, Neukns and Semis—ensiling water trades to cercoriciate al their water mem under a shpts read rig system Pc wed IN OLVallCal4 thorn hsdary team:Ir yy, Is cow/ Is destr#dd for graeor than 20 years d briesy lfhx Battery Ise Is reduced t noble hart -m read mode is activated. Wein Irbowlecte to Shope IhhroFease Data(31r7,q The t00 Sales water ernrilwint stares 40 days of hourly commotion hrlanetlon, offering the acr n Lays of a Med neteork ten end the =allies of s motile System. This data IS vallabra In fportage cc'.'ets andtt[awattthelxredneMorksystemasural as mobtte; > Any reading will* the last 40clays > Aset oi24 .,.3hourly lrtam& > Asat of40daIdIntervals A setof 40 does of homy Intervals Ease ofrn! tL :atfon The 100 Series wales endpoints f:rlLgral aotrdbng adapters a instep the deka below mrnxii:le meter bit I lis, bi =AN directly m the older body or using a=lard-dimension fibtsplrod.Adtelf- motmtarlapter is evadable fa use with Ids that contain a reCe 9d why on the underside of the plLAddttknaly, a ran* amterteaba2ilat for Uvular lldSWUM (Ion iIds Weis a1.75—Inch Me). Both models can also bescrew•fnstenedtolls! sd'f$eCS.Thecons= began of the 100 Series ens ott, coapted with an opdarial In-tne register cable connector (pttverslon only), mates feta r upto25feet from the wafer Met Wok and easy. The ertorJ r version does rot require any programming—ItaubrraScaJl/ detects the register type is hfn o� tor of beYq ccnv,Ued,100 Sales devices do not require a FCC limns, Leak mame¢jerr nt Water bssmanagement tautcettoerywaterutllty'S success. 100 Sanas vratererdpobtconredmtrams oat.er Iced aoolrstfu leatdtansdr& Tia sensors called and analyse sound pattens h theirankonn1ent to detect new, evohdng end eat -edema teaks a utt:n:hl ail/ w11h web baserkpct'atbn mlogatI0e. Leak SenSa tecttmbrwoolvled AIM the arr7fadrdeInternal n,Ctp.r i leak logic and the option to use data from grays of 100 Series dewltes Mkt Ind o1sstrq prmide the ally with a t11gtrar;cwtate picture 0f Me overal health of the water dsettxdon Wen. Superior performance The 100 Series waterendpdrrs utilize 50 radio charnels randomly, aceetdrg are drama for each data moss p. ThlamuNf-chem Ojroadi delvers higher read levity over carr ,7 inducts W red ctrg tiro effect of intanalnqdealshemotherradbhKI)Y slgreis to the are. Ref'atai[Y 100 Series water aolelA rrs Wan a abut assembly and ba y wit that ore fully =pal= Wein a spadaltf&n jbted patting Menai lAocrieictiY amscl Internal =wares iron war, contarlaarts, corr[mm. rough farid510eel ttmper8 re cyclogt.Well Ihelr start forward design. 1C0 Series fti.ms use s.1! fewer convorentS.than mast oorraeltng products, reslthoIperBA9rmeal* Thecere od, tntopraaea evyma recuses agecavary It aw43e rano d mens box 1k 43s: um cl yt and LO! of the tetanal remota pit penal protects 100 Sodas water endpends from lawn mowers vehlde traffic and other emirorrorat hazards the 100W fe bade d by a 20 year Wed wanalty with' t=reat the et shIpmad Lower coat of ownership 100 Series deems feature Industry-leading battery life, ensuring your automated mater rang prfo Investment ac:hlevesr.r =coati! Recon financial returns than catrpeUrg pcxexes with Weans that typo:Sly last eiyten arthem years Pdo nM'.wet> rtl'ttprrenr In leak mem flow (enzteer versa a only) and brrn r rfetmen,100 Series water erects= recasseatu Eger field frrtestgbdare and sutestenlaFy towere>a>endkrres for Ir bre, meter reeding, meaner service and field saRte.Ardvithslow battery atarm,si rseordpdoLs help Ales better plan and mango tee replacement of units In the flair. 100W specifications Fir cloned > Power Source: Two 'A' G8I MUM baranes unnoted for ?Area > Maximo meter register 093 fraioncy Wm version only): 4 Hertz > Operating temperate'': -40°F to +158°F (-IcrC -70°C) > Serape ttxnparafune: -40°C to + 75°C far maximum of 1,000 horns > HumicityOmits:010100%(subtr .did > Madmen rog1Ear Cattle a4rxt11: 300 feet With Inco-amo.Ori cable and spice a noir > Meter ccmtSeeWeet Endpoint Meter Compattel ly Guide ¢1U3•OC83-00?1 Transmission parameters > Data message:Male IWCP.>rnaltrammel s of meter regime V1Ue, WI cable and or Corrvrrudcation error latt a(s), reverse flow (encoder version oray) and system feakata0rs mess, a: war l xs len battery trodden trammtled ovary nano socadsIn rnob&rTWO. la heed netewrk mode et this Information plus the est 8 tins s}rclua ized cor> an t rva$3 is trammeled e.ey rhe case. Ai 'a dkohgNW network mode, Ort candard canzerteLion nressags and commkxrcaUcn flags are aarusr>tt.°d every minute to allow for contingency reeds > 1ienstdtter frequencies: 910 -920 MHz (Low Power) In mobile mode, 910-920 MHz (High Pewter) In Rued netwak & rnoble hard -to -read modes Approved reeding devices • > Network system: ton Fixed NOM< 100 Sanas CCU and Data Reposers (full tree -way corm:Ai:An capability) > Drive-by system: Ikon Motile Collection Systsn' and Moble Collector Ute > Walt -by system: eon FC20 SSR' and FC300SR handheld computers Approvedpt79ternmi•hg dar4 > F 20058 wth Reid Dep101511ent Manage RAverdan L0 Or braes software FC300 SRead wIth Field Owl:emerd Wrap' p verdin 1.0 or higher software, O rens/ors > fielgirtt4.5Inches > Maxtmim teamster - Lawer:3.90Irehes - Upper Appr0ot,1.70 Inches > WaOhC Apprai. 9.8 oz. > 6idpointcable length welled le -ane connecter 5 feet and 20 inches (for nxilzrzf direct mounting) > h•&te connector Astro cables: 5feet and 25 feet Mounting options > Cuato n1asterar slots for future attachment to OW melding adapters > Rod -luxe usiro standard 1 /2 -Inch finergbss rod ar;rmaar products > Pd Id shelf -mount using anep-ah shelf rmen1510 adapter > Wal -mount tos>titahle baddrg material Nttn user -erected mounting s > Pump meter pMUbox oda wkh optional remote pit antenna for 1.73 -Inch diameter Wes up to 2.5 -Inch madman Ud Itticknass Regulatory end standards FCC Part15.247 > busby Canada 0210, Section 9.2.2(o) iirrharyrobvil taeas.irdsus maybe wilted About 1tron Manor nrr&are=fryrc+chrrk 0002'raNagess;martr'dcvzterhuherV0t.Asxersoptri is rim weifirs:srdrq r+mei& a! nr nxrrortrag drdr carni m and nay soHoyta wantons. Mg) rvr,xy 8.009 trate sesissierollingnrc..rrrxJmdnyitowining iN.r cio0nItynixt nod onnyv.trattan[ksnnxifi thirJrxlo6001*Far. why arArsonrn Ws; des areata jT cm_murAzik rswrre, (Wang poton t0 morn tealb001riff0 and & taxa n nerdy rm6asm+crure MO: Ind:` Garr mknoricomt and rdltoC aorn are app osif r as rot# asArriai !W a9d 1wr( knead= and crmscJNrKlserdcc-orc»rvmoxm aant1 : ivnvilrracom Caprtgar 2070, pros Ix. err nyrafr; beamed. • oma menet IX right to charge these specifications without prfa notice. /front Corporate Headquarters 2111 North Molter Road Liberty Lake, WA 99019 USA Phoria 1.800,1335.5401 Fax: 1,509.891.3355 vnwr.Rron.com Pr4e=rs 1010201SP 02 00/10 Warranties 1ATIQNAL METER AND AUTOMATION, INC. Itron 106w Series Water Endpoints (Including battery) Full warranty consistent with the warranty terms in the Agreement for the first 10 years from shipment For warranty claims in years 11 through 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 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 consistent with the warranty terms In the Agreement for the first 10 years from shipment. For warranty claims In years 11 through 15, 'iron'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 Customer with a discount on replacement product equal to 25 percent of its then -current list price for the replacement product. Digital Leak Detector DlgiCorr Leak Correlator 14 months from shipment 14 months from shipment 23 RD -W.4 1107 Thlswarranty souls apply le on Rocardalt, NoniLeadad 5r0:,ze Olio Whorl, module LP Through 170 whin u6od 10 measure poled a water; and the registers. gen orators, oral orrcadore J5od 'Mal these mslors (orl'lSCttVely "PraouCl'), sold on Of 61:81 Sopiembar 1, 2007. This marmot!) is extended only to uli(tlos, munlclpetitles, Mot commercial users am aLlrlortzod Oedger r,SOt�r, foo. ['Rodger", distr'hul0ra, homelier referred to 85 `Customer and does NOT apply to consumers, Badger wauams Proeucl to be Deo from ooracla In materials and workmanship oppeanna wllhin Ira earlier or 050 following lime - frames Swaary (ea) yoora atter Installallan; or twenty (20) yoars and six (0) months Cher shipment from 8adgor. Twentydtvo [26) years atter Installation; or Mealy -flys (25) years and elk (0) months after shipment tram Badger. Ton (10) years after Installation; or ten (10) years and six (0) moMhs atter ShIpment from Badger Five (6) years after Installation: or live (5) years and alx (a) months atter shipment from Badgor. Flltoon (55) years atter Installation; or Illteen (15) years and six (a) months alter shipment from Badger. Ono (1) yew alter If,Noll860n; or aria (1) year and six (6) monlha oho: slxpmenl +taut Badger. The motor product Will moot excesd new r5101er 80501eey standards set forlh In AtNWA Standard C700.02 !or the fo:lowing periods: Medal LP Rccardell 3/8" and 5/8" x 3/4" F1vo (5) years Irom date of shipment or rogietrallon of 750,000 gaikria. whlchevor 055158 lest. Model 26 Recordell 518' and 5/4' x 3/4" Flvo (5) yenta from date of shipment or registration of 750,000 gallons, w111010505 occurs IIreL Modal 35 Recorder! 314" Foo (5) years from dale or shipment dr regIstrallon of 750,000 gaff one. whICravar oscura 061. Model 65 Recorded 1" Flvo (6) year; from data of shipment or raglatrslIon of r,000,000 gallant, whichever occurs 11rs1. Badger Meter Modal 70 Recorder! 1" Five (5) years from dale of sh onont or registration of 1,100,000 gallons, whichever occurs Wel. Model 120 Recordell 1-1/2" 11./o (2) yams {lour data of 5 Iprsonl or registration of 1,600,000 (lotions. whtehever 0ocstr8 eras. Model 170 Recordell 2" Wm (2) years from data el shipment or regislmilon 012,100,000 061)000, WhtSh0Ye r oscura 5ret. Tho meter product w10 morn or axcoed repotted meter ttccuraoy standards sal Porth in AWWA Manuel M'6. Chapter 5 (1090) Table 5.0 !or the following periods: Model LP Rooardall 510" and 3115" x 354" Fiiteon (15) yours Irani dere of ehlpment or toolstra:tan or 2,600.000 gallons, whlahavar occurs drat, with a 20 ppm sale maximum dperoling capaSRy and 50 gpm maximum nolo !or ccnanUous operation. Madel 25 Recorded 516" and 5/8" x 314" FIIl6en (15) years hors dale of shipment or regisiralfon 0l 2,500,000 gallons, wrtloh0805 «urs lrrs). with a 25 gpm sale mexlmum oaereling capacity and a 16 gpm moAmin rata for continuous operetlan. Model 36 Recordsll 3/4" Pillow) (131 yours born 0050 of 50101005 ns ra01s11allon of 2,502,000 gallons. whichever enure gra. sold! a 36 ppm pare maximum operating ca5sdly and a 25 ppm maximum rale far cOnlInuoue opotation, Model 56 Recordell 1" Almon (T5) years imam dale 01 ehlpmenl ur roglatra0on 5) 3,000,000 gallon. ohluherer 0075(8 sues, wish a 55 gpin solo maximum operetta(' capac+.ty and x 4a spm maximum tutu for Contfrunus °popular,. Modal 70 Rocardell 1" Flltean (t5) yoare Nom Cato e1 sniprnont or re('islral(on of 3,250,000 gems, whleheval 0000rs nret, with a 70 gpm safe maxlmoln 0poreling capacity and a 50 gpm maximum roto Tot conllnuoua operation. Made1120 Recorded 1'172' Ftilten (15) yours :ram date of atrlpmant or togls1a0an of 5,80E000 goiters, wh)chover occurs Oral, 120 gpm oak, maximum oparsifng eapaeity and a D0 gpm maximum rale for continuous oporallOn. Model 170 Recorded 2' Moen (15) }more from Oslo or ohlSmant or reglalrcltan of I0,400,OOn 5011058, WhlChSvar °CCWN I41S(, with a 170 OP/SWIM maximum operating rapacity end a 100 gpm maxfraum rola Tor oontfnuoue operation, Badger Meter Inc., 4546 W. Brown Clear Road, P.O. Box 245036,Mllwaultee, Wiaconaln 53224.8530 da.UGiF-I Ei in r1 r rr ICE)_CS,, _C\V Mt; iC%i GCI)F1A ;4 0adpur Meter 1w71ar warrants the moor Product 10 m541 or wood aha Iotbv.inq axtasdad la/ flaw accursdas In n%c053 of AWWA standard: Modal LA Records" r1S' and SRP X 304` Badrer warrsnla Pr,3ducl lair IloW occumcy of 90.57 ala Tato of 114 0pnt and I orw l lo+r i.ccu racy of 96.0% at 3 mss o f 118 trpr n for ll(r0 (5} yours from dols at Shipment or fOnlotrO604141076.01)a prr:rons, whIchows occurs IFNI. Modal 24 Rararslall 3t8' and 604• x 3/4• Flod2or warrens Product tow herr accuracy of 59,5% Ata 1111{1 of I/4 gym and low r!ow accuracy 0) 95.0%5141 riga of fib 0pin !or Aw (5) ysore from data at eldprltanl or rasp lmaton of T/5.640 genian, whkhe:at occurs ant Modal 35 Racordn113/4- 7adgar warrant+) Prean low Bow acdttery of 011 ala rate 04 .713 gam for fl 8 {5) years irarcl date of sh!pmOnl or 109lslr0t1on a1 9 ,,00000110»%, wnictimot scours Ani Mod& 53 R4c0Tda111• fladror warranla Product tow Ilow acaumcy of 93% at a rata of 1/2 ppm for duos (3) yawn tram into of ahloninnt or ro6lsbatIon of 515.0+30 4011003. whichsvar odours fist. Modal 70 Ricordat11- 11• Jar wllrrth tic (3}Prouct low kw/ years from dal of shlprna t 01 raglaballon 3y.0 ppm for throe [3} ye of 1,100,003 1311116415, wj1tc11Q101 =WO litaL Modal IN Ftocorduli 1-112• Rodger 104 Iwo (2) sauce ifo11Ttd to 31 n accuracy of or%et a rata of 1 rdptauetwn of ,14 roc Tae ;z) y 1,440,000 Q5}130t3. wtachtr1r occas f1ra1. 1.4°d41170 RSCDrdaI 2" (iod5ar warran4 PlodL'cl ]ow 1107M accuracy of 959 at a rate of 1 I2 uysn for two )2) yowls Irrin dais 01 ehlprnaflt Or raglatta500 of 1.000,006 pa1'ti` 15, MllclmVar OCcuta firm, ,10.;r.'. "r iaf "r11FC,S Any Product piwlori to 93dooro dettetn0tlon to nave rn(lad 1110 101090!1(9 war ran ifos Wla,111 Eadgey3 ora100, bo r1p:drad'x rapi000d without oho Rio to Lho Cuilorn.oIr. 13d.daor9 019411011 herovnclar 0halI Ise fogad t0 such Iopoir and replacomem W1.d 01Wf ba cortdI10n¢d upas Eadgars soca Why wr}ltad noika of stay oSoOr:d d0fOct within ton (10) d[40 aflsr 114 dlscavarY. This 0 ctuoiv0 remarry shall not ba deemed lo lsitvo lanai So oa:OotLU4 pul1l 3 3* so Forip [1.5 Bodnar la r0duefa 91I1°aM 0 c.1od 1 SO rapt=AN} nnd ado 13 pur0nno0rr wllhtn a r proraonabl¢ Ikno of proal to 0nd5or that a dofaa3 Ia Invaivftd. Product ratans mu -5I Os 114)pod Dy oho Cusrom¢r prOpaid F..O.8.10 m0 rrOnrar.1 B ednar factory or al a r,rbullon COnt01, Tho C13alomIr ¢hNl iso ra- ;ps= Mu for ¢tl dracl and haired mals a35ectslsd with ran an. Ina oils:nal product ono rovtatto:lna Ins rap [grad w replacrrmnnl Pra0.c1, ;10 •. [.:1111 t 1 •r This warranty anal! not apply to Product repaired of alio adtry pay pally 02151 Irian Btldgor. Thu fOr0g0459 WOrfOrty appgas only to tits askant shat (ha Frod101 la installed, sordood and spoilt ad ablafly Irl n0044danca whit AWWA Standard Cy00'02 and AWWA MS Mensal. Tho wonnrdy anal not apply and 011111 ho wad with rosp0C4 to Product tlxposad to c4nd(lona olh6rIsen lasso dolnlld in $sd00r Psoduat 1QChr11C1i1 runts -wee ctrld Inatatla' don oral (,ipOnt4an Manuel9 (1OM4), w which have boon aub}oot is v0ndo(Wm, n399901300 loddant acts of Oet4 unproper wow/. WW1. aparadOn 01 ropotr, ahIOmd0n, orotlt0rdrurmatancae ..rapt ars 10yv3nsil flssia5r3 ra344natlra cerulea. With raspard 10 Product rat manufactured by Badpor, the warrantyo6RQatIons of; Moor shag in 1111 rospacts Conform aril bo kilted to Rte war• rainy wogittUd to Bodnar by Ute aupp9Ur, T}I!? FOREOONIO WARRANTIES ASCE EXCLUSIVE AND tit LIEU OF ALL OTHER EXPRESS AND IMPLSBOWARRANTIE.S WHATSOEVER, INCL1UUINQ BUT NOT LIMITED TO INPUE0 WARRANTPARTICULAES OP R R PURPOSEl(5004pllvr0rranil. s ofILITY AND ftESS FON A tilll. Any doscriptiart al No Product. who nun in writing or roads 0Ptty uy Rodoor sr Bndgars ng0n10. soda Ical(Ona,1BrrI1 o5. modo[t, butra1ina, drawings, din9rluna, pngUl05l leg ah06te er5kNlar nlun5111,111 used 14 Wit0001ion wigs any Custornats order ora !pr Ina Solo pur4oso or Winl}:yin° 1h0 PIOd1101 and o11afl [rat bo caroulroil us an morass warranty. Any ouboadI0na by Badger or Bridgers grants toGordlrv9 use, appaeatren, or slrllsbuy or Ino Product 21talt not bo corn/mod so an 0410350 Wa110n15 05105X eonefma4 r0 to ouch In wrtgni by Ba1g(ir. Oxelualan of Conwequentld Damaooa and 014clarinarof 011101 L.1 bi1lty: Bsdgaro oatllllty slm rot pool branches d the tale101nq wid:1013(y spud be VratIed as Mal ad harolA- Bedsore (13011iy Arta3 4t no 6IOat sowed aha contract pito. BAMOEfI SHALL NOT OH SUBJECT TO AND DISCLAIMS: (1) ANY 0701159 OHLIG ATION3 Oft LIABILITIES ARISING/ OUT OF S P £AC H OF CONTRACT OR O F WARRA NW, (21 ANY OBLI- GATIONS WHAT900VER MINING FROM TORT' CLAWSON* CLUulna 111'ail0Lrr1C@ AHE STRICT tLF13ILITY) ON ARI& [NO UNDER OTHRRTHEortlESOP LAW wrni RUSPECTTO • P ROOD CTS SO LO OR BBRVr0 ES REat 0 BRED BY 8.0]9E R, THERETO, AND (3) ALLRELATING OOHS ES 0U5NT AL, wow WYAL, AND CONTINGENT DOM A0 E8WHAT50E.VEft. O un to conte uoua retotuch, product finpr0•rOmum 5 un:i aah0n coma nIa, 9adge r Meter ro8ONaa Ula tight to change product or ay0mn Bpec1Rca• Donn ri0130dl notice, oxa3pl101nn oxronl an aatstlnd:1V Can1rdC11101 obll5a641 exists. ADE', liroordar, 5T1M ma satire u0 r Wht.nd uadrma01I QI &Dory Man. trio. This warrant* Shull apply to the Absolute Digital Encoder (1021} (" Praducil, Siatd on or Wier August 1, 2OQE. The weirenty is exlorriea only to utilities, ntwticipellllos, other bemmureinn usury, and dulhari;ed Badger Muter. Inc. ('5adye&I dleinbuldrs, here2naitei referred 10 as 'Customer, and door, NOT apply to cornea -roans. 13:Idger Warrants Ino P1adiJ11 to Ila free from detects .I1 in:itelisls and workmanship appearing within Alto earlier of ether: Ton [1d1 yanra rifer IMemHellen; or tort (10) years and six ler} lncrilly alter shipment from Sedge/. Any Prudoci pwind to 13 Uger's satisfaction to hewn allied ho toregclno warmer/es will. nr Radger's option, au re• pored of replaced wItholit Charge to the Customer. 2J8d21ar 0 Obligation tlefillind0r 5ha11 I7d Ilrllired to Such 101.0r and roplacomant and shall vtr conditioned open Barlgor'e receiving wnllufl notice et any alleged doldcl within ton (10) days error iib cicooaery. Thlo nItousivr, remedy Shall not he doomed to 110ve faxed lis 0 3 3 0 11101 ;rurno80 so !ono as ii:turinr is ..Ailing and aulo to replace defective Productto Customer within n reasonable thee Mier farmer el prep! feat a deloct lc IM1VOIVOd. PraduCl totems must bo snipped by the Customer prepaid F.O.B. to the nerves! Rodger rectory or dieldbvtlan canter. Tha Customer shall be responsible for ell direct and Indirect costs 0000rieted with rerneving original product end reinstalling the repaired or replacement Product. Title warranty snail not apply to Product repaired nr el. Rued by any party atllor :hen Bridget. Tha !oregahtg warranty applies aniy to Ih0 extant that the Plcdttct Is 1 510101, :C Artie and eperoi.0J strictly Iry acc0rdarto0 with Badge 0 instrucdUns. Tire warrbnly Shall not x11011 :1nd snow Le von] wilIt lospucl to Prothro! exported to weds Ions other !her. (hose detailed In Product technical Wartime and Installation and °potation Manuals (I0M0), or wnirh Itwo been subJodi to vendelism, negligence, stockier!. eats el God, Imoropor Iretellatton, operation or repali, Flllaraeon, a' ether CkWrnslancas '.oliicli .iio un - yowl Bn000r's ruee0nablo control. WW1 rnopasl 14, uteilO' roam end purls not manuraetured by Nudger, situ wnrrinty ADE -W-1 505 Badger Meter obligations or Scalper shall In all rosoeCls Conform and bo limited to the warranty extended to Badger by the Supplier, THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESS ANO IMPLIED WARRANTIES WHATSOEVER, IIICLUD)NO BUT NOT Ltrv111 ED TO IMPLIED WARRANTIES OF MERCHANT- ABILITY AND FITNESS FOR A PARTICULAR PUR- POSE (except warranties o1 title). Any ...o llrrptleit 01 Inc. Pre:Jrrcl..,ito!ltnr In ornring ar made midi•; -7/ tart or 13adger'9 1 00310. spncllIcrrtlon5, $:11111100, nr014010. l)u11e!irs, d1110ln2Je, d(i11Jrbtrl1. engln0er- 1,1[] edgers or t!ntii;ri rnatedpl5 used In connection with any CesIb.ner's error aro tor the 00!0 purpose of identifying ice Product end 01111 not be cerAavued as an express warranty. Any suggeetlene by Badger or Badger's egante regarding use, application, or suitability al the Prnduet shell not be construed as an express warranty entries confirmed to be such In writing by Badger. Exclusion 01 Consequential Dirmsgne and Disclaimer of Other Liability- Badger:: liability with respect to ltrene:1 00 01 1110 toragolnp war0rtly shall be limited as ytµlutj itercin. Badger's 110011111y x1181! In no event exceed the contract pr100 BADGER SHALL NOT DE SUBJECT TO ANC DISCLAIMS: (1) ANY OTHER OBLIGATIONS OR LIABILITIES AIMING OUT OF BREACH OF CONTRACT OR OF WARRANTY, (2) ANY OBLIGA• T1014S WHATSOEVER ARISING FROM TORT CLAIMS (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR ARISING UNDER OTHER THEORIES OF LAW WITH RESPECT TO PRODUCTS SOLE) OR SERVICES RENDERED BY BADGER, OR ANY UNDERTAKINGS, ACT$ OR OMISSIONS RELATING THEHETO, ANI) (3) ALL CONSEQUENTIAL, INCIDENTAL., AND CONTIN- GENT DAMAGES WHATSOEVER. Dee le conitnueus research, Arederl Ierproverrtente end anhnr(ernoras, aadder Meter reeewes the eight to change product Or system epeoltkaltone without noes.), except to the extent en ouisien0lne oonusetuol oblig,i0o /Nista. eeateeisa..s 0111rrrasonvcl 8410erM&Or, ITT ADE." is WA, k.rs.4::13cccc,1'0TT. N,c Badger Meter Inc., 4595 W. Brown Deer Road, P.O. Box 245038 Milwaukee, Wleaonaln 532244&36 1JATIQNAL METER AND AUTOMATION, INC. City of Lodi WMP Meter Procurement Proposal Addendum #1: Clarifications 1) Section 1.5- 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 Soo 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 coordinating precise 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.' Reply: Agreed. Meter deliveries will be scheduled with the Installation Contractor. This delivery schedule will not be considered as a constant "base Toad". 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 far 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." Reply: CPI Index is based on the US Department of labor, Bureau of Labor Statistics, as of December 31, 2010, Sacramento Area. 3) ERT Mounting Options "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 Notional Meter. Instead, pit mounted ERT's will be required at these locations. The installation Contractor will be responsible far specifying the quantity of pit mounted ERTs and providing this Information to stational Meter. Prior to awarding the water meter procurement contract to National Meter, the City should verify with National Meter that partially substituting pit maunt ERTs far lid -mount ERTs does not cause a price change." Reply: Substituting pit mount {under lid) ERTs for Lid Mount ERTS will reduce the net price for the meter and ERT assembly by $2.00. 1 LExhibit B 1 2012 NATIONAL METER PRICE CALCULATION Size Ma OW Unit Price ,A,, 2,322 $194 $450,468.00 1" 25 $226 $5,650.00 2" 25 $ 622 515,550.00 2,372 Subtotal $471,668.00 CA Sales Tax (7.25%) $34,196.00 County Sales Tax (0.5%) $2. 58.34 Total $508,222.34 Fleld Documentation 2,372 58 518,976.00 GRAND TOTAL 5527,198.34 8. APPROVAL SIGNATURES 7. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE 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. Contracts for Water Meter Program Phase 7 PWWA-0060 If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: Department Head Signature: ` e� Attach copy of resolution to this form. 1. AA# 2. JV# CITY OF LODI APPROPRIATION ADJUSTMENT REQUEST TO: Internal Services Dept. - Budget Division Rebecca Areida-Yadav 5. DATE: 4/5/2017 3. FROM: 4. DEPARTMENT/DIVISION: Public Works A SOURCE OF FINANCING 6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A SOURCE OF FINANCING 561 32205 Fund Balance $ 4,983,200.00 B. USE OF FINANCING 561 56199000 77020 Capital Projects $ 4,983,200.00 Deputy City Managerllnternal Services Manager Date Submit completed form to the Budget Division with any required documentation. Final approval will be provided in electronic copy format. RESOLUTION NO. 2017-62 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENTS FOR THE WATER METER PROGRAM PHASE 7 PROJECT 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 March 30, 2017, at 11:00 a.m., for Water Meter Program Phase 7, described in the plans and specifications therefore approved by the City Council on December 21, 2016; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid DSS Company dba Knife River Construction $3,012,682 Teichert Construction $3,963,888 McGuire and Hester $4,595,161 WHEREAS, staff recommends awarding the contract for Water Meter Program Phase 7 construction to the low bidder, DSS Company dba Knife River Construction, of Stockton, in the amount of $3,012,682; and WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek, perform engineering services during construction, in the amount of $37,826; and WHEREAS, staff recommends Terracon, of Lodi, perform construction testing and inspection services for this project, in the amount of $400,000; and WHEREAS, staff recommends Henderson Brothers Company, of Lodi, perform on-call residential plumbing services for this project, in the amount of $150,000; and WHEREAS, staff recommends National Meter and Automation, of Santa Rosa, for the purchase of water meter assemblies and related services, in the amount of $700,000; and WHEREAS, staff recommends appropriation of $4,983,200 from the Water Capital Fund to cover the cost of construction, construction administration services, Public Works Engineering staff, and contingency. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the construction contract for Water Meter Program Phase 7 to the low bidder, DSS Company dba Knife River Construction, of Stockton, California, in the amount of $3,012,682; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize Task Order No. 9 to the Master Professional Services Agreement for engineering services with RMC Water and Environment, of Walnut Creek, California, in the amount of $37,826; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the Professional Services Agreement for construction testing and inspection services with Terracon, of Lodi, California , in the amount of $400,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the Professional Services Agreement for on-call residential plumbing services with Henderson Brothers Company, of Lodi, California, in the amount of $150,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the Professional Services Agreement for the purchase of water meter assemblies and related services with National Meter and Automation, Inc., of Santa Rosa, California, in the amount of $700,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the foregoing agreements; and BE IT FURTHER RESOLVED that funds in the amount of $4,983,200 be appropriated from the Water Capital Fund for this project. Dated: April 19, 2017 I hereby certify that Resolution No. 2017-62 was passed and adopted by the City Council of the City of Lodi in a regular meeting held April 19, 2017, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None it ity Clerk 2017-62 NIFER . FERRAIOLO CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI Terracon Consultants, Inc. 902 Industrial Way Lodi, CA 95240 CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.aov April 13, 2017 STEPHEN SCHWABAUER City Manager JENNIFER M, FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Gary Wiman at (209) 333- 67 7\ Charles E. Swimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.aov April 13, 2017 DDS Company dba Knife River Construction 655 West Clay Street Stockton, CA 95206-1722 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you haye any questions about the item itself, please call Gary Wiman at (209) 333- 67 Char's E- Swimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.gov April 13, 2017 RMC Water and Environment 2175 North California Blvd, Suite 315 Walnut Creek, CA 94596 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On=Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Gary Wiman at (209) 333- 67'.� .� Char es . Swimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.Aov April 13, 2017 Henderson Brothers Company 217 South Sacramento Street Lodi, CA 95240 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Gary Wiman at (209) 333- 6706.. Charfes ; wimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk CITY COUNCIL DOUG KUEHNE, Mayor ALAN NAKANISHI, Mayor Pro Tempore MARK CHANDLER BOB JOHNSON JOANNE MOUNCE CITY OF LODI CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 / FAX (209) 333-6710 EMAIL: pwdept@lodi.gov www.lodi.gov April 13, 2017 National Meter and Automation, Inc. 2250 Apollo Way, Suite 300 Santa Rosa, CA 95407 STEPHEN SCHWABAUER City Manager JENNIFER M. FERRAIOLO City Clerk JANICE D. MAGDICH City Attorney CHARLES E. SWIMLEY, JR. Public Works Director SUBJECT: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 7 and Appropriating Funds ($4,983,200): A. DSS Company dba Knife River Construction, of Stockton, for Construction ($3,012,682) B. RMC Water and Environment, of Walnut Creek, for Engineering Services ($37,826) C. Terracon, of Lodi, for Construction Testing and Inspection Services ($400,000) D. Henderson Brothers Company, of Lodi, for On -Call Residential Plumbing Services ($150,000) E. National Meter and Automation, Inc., of Santa Rosa, for Purchase of Water Meter Assemblies and Related Services ($700,000) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, April 19, 2017. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the consent calendar and is usually not discussed unless a Council Member requests discussion. The public is given an opportunity to address items on the consent calendar at the appropriate time. If you wish to write to the City Council, please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately prior to the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Jennifer M. Ferraiolo, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call Gary Wiman at (209) 333- 6706, { Chp rtes. Swimley, Jr. Public Works Director CES/tdb Enclosure cc: City Clerk