HomeMy WebLinkAboutAgenda Report - November 16, 2022 C-08CITY OF
at#41
i�Zo z
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM Cdbg
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive Bid Process and Purchase Water
Meter Test Bench and Execute Agreements with MARS Company, of Ocala FL ($252,220)
Appropriating Funds ($100,220)
MEETING DATE: November 16, 2022
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive bid process and
purchase Water Meter Test Bench and execute agreements with MARS
Company, of Ocala FL, in the amount of $252,220 and appropriate funds
in the amount of $100,220.
BACKGROUND INFORMATION: Water Meter Phase 8, the last phase of the residential water meter
program was accepted in May of 2022. Considering water meter
installations prior to 2011, a total of approximately 17,000 meters have
been installed, some of which are now over 10 years old. Water metering is a requirement for loss control,
accounting and rate making, is an essential element of efficiency and conservation management, and is
necessary in order to conduct State mandated water system audits.
The vast majority of the City's water meters are mechanical (have moving parts). Over time these moving parts
can begin to degrade causing the meter to slow down and under register flow. Under registering flow directly
correlates to lower usage and lost revenue. The American Water Works Association (AWWA) recommends
that residential water meters be tested at least once every 10 -years.
The State of California has recently passed new legislation (Senate Bill 606 and Assembly Bill 1668) pertaining
to water conservation and drought resilience. These laws require the State Water Resources and Control
Board, and Department of Water Resources to adopt water efficiency regulations as well as outline
requirements for urban water suppliers to perform drought risk assessments and implement penalties for
violations. Public Works staff, believes a comprehensive Water Metering Program is critical to assure the
integrity of the water utility metering process, and to remain in compliance with the State's legislation.
A Water Meter Test Bench is a critical component of a Water Metering Program. The MARS Series 5-1000
Test Bench System is a double row bench that can test up to ten 3/4 -inch to 1 -inch meters or up to five 1 -1/2 -
inch to 2 -inch meters. The bench purchase includes system start-up, one-year of software technical services,
one-year equipment warranty, and operator training/certification.
The MARS Company is the sole -source vendor for the Water Meter Test Bench System and associated M3
Meter Management System Software (Attachment 1). Per Lodi Municipal Code, Section 3.20.070, Bidding, the
bidding process may be dispensed when the commodity can be obtained from only one vendor, due to need for
branded replacement parts or supplies for equipment of like brand. The requested additional appropriation is
needed to account for substantial price increases in the bench and software associated with COVID delays and
supply chain challenges. This project was originally budgeted and programmed for installation pre-COVID.
- - - • � Kik;;
Stephen Schwabauer, City Manager
\\pwadc02\msc$\GROUP\ADMIN\Council\2022\1 1 162022\Water Meter Bench\Water Meter Bench CC.doc 11/2/2022
Adopt Resolution Authorizing City Manager to Waive Bid Process and Purchase Water Meter Bench and Execute Agreements with MARS Company, of Ocala FL, ($172,000)
and appropriate funds ($100,220)
November 16, 2022
Page 2
Staff recommends authorizing City Manager to waive bid process and purchase Water Meter Test Bench and
execute agreements with MARS Company, of Ocala FL, in the amount of $252,220 and appropriate funds in the
amount of $100,220.
FISCAL IMPACT: Accurate water meter reads are critical to accurate customer billing, maintaining
utility revenues and meeting mandatory state compliance. This purchase does not
impact the General Fund.
FUNDING AVAILABLE: Original Appropriation Request $200,000
Additional Requested Appropriation (56199000.77020)$100,220
TOTAL: $300,220
Andrew Keys
Deputy City Manager/Internal Services Director
l l _Q� T -
Charles E. Swimley, Jr.
Public Works Director
Prepared by Andrew Richle, Utilities Superintendent
CES/AR/tw
Attachments
\\pwadc02\msc$\GROUP\ADMIN\Council\2022\1 1 162022\Water Meter Bench\Water Meter Bench CC.doc 11/212022
wo
M(qRS
ISF
COMPANY :I.
,f1w,
October 20, 2022
Mr. Andrew Richie
City of Lodi
1331 S. Ham Lane
Lodi, CA 95240
Dear Mr. Richie:
MARS Company is the only manufacturer that produces computer -driven high-speed water meter test
equipment and turnkey installation packages in the United States. We are also the only provider of
computer software designed to meet the meter testing needs in compliance with the American Water
Works Association (AWWA) testing recommendations for the modern Utility, complete with an
operational database. This software can be used in a meter shop, or with a truck -mounted test system.
There are other MARS Company products, which we distribute both direct and through several major
Distributors and Manufacturer Representatives in various locations in the U.S. and Canada. However,
with the meter test equipment and the MARS M3 Software used in a meter shop, or with a truck-
mounted test system, MARS Company distributes direct to the Utility and, due to the complexity of this
offering, we are the only authorized representative to provide service and support.
As the single or sole source, MARS Company provides the ongoing service and technical support for the
M3 Meter Management System Software and for the MARS -designed Water Meter Test Bench
Systems. MARS Company is also the only manufacturer to provide on-site installation, training and
ongoing hardware and software maintenance of water meter test bench systems.
Please call me at (352) 843-9014 if you have any further questions or comments.
Very truly yours,
MARS Company
"nsk'
Maurice Gutierrez
Vice President of Sales
CC: Mr. Dave Corey—CEO, MARS Company
Mr. Michael Mastic — MARS Company
MARS Company
3925 SW 13`h Street, Ocala, Florida 34474
P: 800.782.5268 F: 352.694.7397 W: www.marswater.com
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 20 , by
and between the CITY OF LODI, a municipal corporation (hereinafter "CITY'), and OW
INVESTORS, LLC., a Florida limited liability company, dba MARS COMPANY, qualified
to do business in California (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
MARS Series 5-1000 Test Bench System, installation, personnel training, and MARS M3
Enterprise Software Suite (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
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
2
The term of this Agreement commences on December 1, 2022 and terminates
upon the completion of the Scope of Services or on November 30, 2023, whichever
occurs first.
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 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 3.4 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 3.5 (AB 626) Public Contract Code Section 9204 — Public Works Project
Contract Dispute Resolution Procedure
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:
3
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 3.6 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
5
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
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.
6
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.
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: Andrew Richle
7
To CONTRACTOR: MARS Company
3925 SW 13th Street
Ocala, FL 34474
Attn: Mike Mastic
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.
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
s
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.
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
9
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.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
OLIVIA NASHED
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
OW INVESTORS, LLC, dba MARS
COMPANY
By: _
Name
Title:
DAVID B. COREY
CEO
Attachments:
Exhibit A - Scope of Services
Exhibit B - Fee Proposal
Exhibit C - Insurance Requirements
Exhibit D - Federal Transit Funding Conditions (if applicable)
10
Funding Source: 56199000.77020/56199000.77020
(Business Unit & Account No.)
Doc ID:\\pwadc02\msc$\GROUPWDMIN\Council\2022\11162022\Water Meter Bench\PSA.doc
CA:Rev.02.2017
11
Exhibit A/B
Equipment, Software, and Services Contract
WHEREAS
The Equipment, Software and Services Contract ("Contract") and its Schedules are made pursuant to the terms of the MARS Warranty,
General Terms and Conditions between Customer and OW Investors, LLC. Dba MARS Company of 3925 SW 13th St., Ocala, Florida
(the "MARS").
NOW THEREFORE THE PARTIES AGREE AS FOLLOWS:
I. Price Summary_
Please refer to Schedule 1 for details.
II. Equipment, Software and Services List:
Equipment list: Please refer to Schedule 2 for details.
Software and Services List: Please refer to Schedule 3 for details.
IV. Validity of Agreement
This Contract shall commence on the date of final execution "Effective Date" and shall be in force for the Term.
V. List of Schedules
Schedule 1 - Price Summary
Schedule 2 - Equipment List
Schedule 3 - Software and Services List
IN WITNESS WHEREOF the Parties have caused this Agreement to be duly executed.
For and on Behalf of MARS Company
Name: David B. Corey
Title: CEO
Date:
For and on Behalf of City of Lodi
Name:
Title:
Date:
Page 1 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
Schedule 1 - Price Summary
City of Lodi Proposal
worm
$35,443 $7.031
Grand Total Ovicrudl Ra Any Applicable Dlscountsl 3Ms iw
, w e,",:re„o r n .:re.'.�n ..:. nen „. ....... �era,nM a>�„<„�a n.e o�:.r,� a Ln,.,,„.even „��..r vn m.
wn n�m�r,o�: n elne, Mansca,�wn.J. a,.,vo�nm.:.�
M3 S.Fh—M-1ew%4-4DarMuwN Dsses— ixo—,Non.+4..r,u.:...a...,wiw renrvnlwm,v+r,mrrrr. lxerreunr wv. we W
MCC MuNFYaar SUMa`trm RwrawlDiatorrrl: ,xencaunron we..rr�.�e.nier�w i...w.:w,rn rrw�w.r...'ixe.�ounr wxm -ewe
nLa,wnr o..r4..ne.:.�e.c,igiw, ren.w.I cane Sve.r,w.rr�.r ]x en�wnr u,r,w, -nw�e
Page 2 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
D!Mudel
wu,wbr, • T-" . r..
!I},�Ita i-.IIj TYll9anyy�e�ulyy
f
I2 -510D3-22 f99,.11i
sl
> Advantad GnNmetrlt Staleand Control SYstam vAlh EkttrpNts Console
*10G,lStaln1es, SimiUffiated Tank and Nigh Resolution Deck Scale
$¢a
> IODG.L$talti ss Steel Callb2[ed Tankand Deck Sgle
> 500 Gl Stainless Steil Callbrated Tank and DeckScale
tr
Ill sw FlMoilk lid Ill for Llkl4;4A4If,ILP[nCh3rlwm,l!4yrdn-
1
92-51001-22
$1,14;
> AddlOonal Rotonener, Needle Valve, and Bench DlscharDe
3$1
> MARS Patented aB.18 Compltant Unlar Be. A Adapters
51.,43
Sub-Tmal
X13
MARS RacIrWial$rHil dclVde l
1
31-08002-0x
"M.051
> 800 Gal Potyethylene Suppli tank
> Supply side pump, netum pump, VFD and VFD Panty, a0 Nni lrM plplrf and Nall
> CNodnatlon/Flltrellon system
Sub -Total
S:e.OSj
IielalTu
1
Ix-0oopo-zz
71�.:zx
Sul
:19-222
InctrBallon Assbtarwr Airalnlna wHA brUllad NUBS Tanenrwl Nardupn
1
52-51001-22
ll8-te0
$20.WA
'
SubTotel
�eLME+ �+DL�fl1
1 9FODpW Oi ir.1 s1
51,153
Sub -Total
I,rAkihL Hamill.% aala-;W t1Atl
I
997080WN W'.150
514, r5o
SubTotal
FAARS M 11-4. Sell— awl.,
^Ill ,-1"A-u lM3 soft—Wil l4 5.
i
72-12201.22
$35,943
s• MANS MS x4Mrm. M—f Mill" proem AdvencM snhwan MW,ln •15ree 9elo'e
prwludes 1st Year Annual SOL— liceme feel as denied in the Proposal
- Core Module
- Advanced ReplNng Module
w ndranten AF.ila Mnyula
Sub -Total
$35,493
Qjr
■
Imlenarinn aaYrlaMei Tralnlea aelh ill a aYDearanniwt-sulrwaax
1
62-62201-u
:i ltl!
$1.9.I!
Sub -Total
worm
$35,443 $7.031
Grand Total Ovicrudl Ra Any Applicable Dlscountsl 3Ms iw
, w e,",:re„o r n .:re.'.�n ..:. nen „. ....... �era,nM a>�„<„�a n.e o�:.r,� a Ln,.,,„.even „��..r vn m.
wn n�m�r,o�: n elne, Mansca,�wn.J. a,.,vo�nm.:.�
M3 S.Fh—M-1ew%4-4DarMuwN Dsses— ixo—,Non.+4..r,u.:...a...,wiw renrvnlwm,v+r,mrrrr. lxerreunr wv. we W
MCC MuNFYaar SUMa`trm RwrawlDiatorrrl: ,xencaunron we..rr�.�e.nier�w i...w.:w,rn rrw�w.r...'ixe.�ounr wxm -ewe
nLa,wnr o..r4..ne.:.�e.c,igiw, ren.w.I cane Sve.r,w.rr�.r ]x en�wnr u,r,w, -nw�e
Page 2 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
Schedule 1 - Price Summary (Continued)
mm -n [orm" City of Lodi Proposal MTV*
Y
Page 3 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
STANDARD
vs MULTI-YEAR
DISCOUNTED
PRICING
- PAYMENT
TERMS:
ANNUALLY
,,A�F� nE f[flrwAn�
rq'41,
�, ou��e�•
ani ni•,�����„'
rori
rnr,
mgr
m7c
�. di[w.R¢uwoawnw�a¢
Fi 1QRiMCC!-•iuowi.
wrrnw
®®
iiiiii%^s■
®®oi�i�ill��i�i�mi�
Page 3 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
Schedule 2 - Equipment List
In accordance with this contract agreement, MARS Company will provide City of Lodi with the
following Equipment:
• Provide one (1) MARS Series 5-1000 Test Bench System
• For Testing of 1/2" through 2" Meters
• Advanced Gravimetric Scale and Control System with Electronics Console
• 10 Gal. Stainless Steel Calibrated Test Tank and High Resolution Deck Scale
• 100 Gal. Stainless Steel Calibrated Test Tank and Deck Scale
• 500 Gal. Stainless Steel Calibrated Test Tank and Deck Scale
• Provide one (1) MARS Ultra -Low Flow Option (<1/4 GPM) for Series 5-1000 Test Bench System
• Additional Rotometer and Needle Valve
• MARS Patented C715-18 Compliant Carrier Bars & Adapters
• Provide one (1) MARS Recirculation System for Series 5-1000 Test Bench System
• 800 Gal. Polyethylene Supply Tank
• Supply Side Pump, Return Pump, VFD and VFD Panel
• All Required Piping and Valves
• Chlorination / Filtration System
• Install M3 Enterprise Advanced Software Suite* with the Following Modules for the Series 5-
1000 Test Bench System:
• Core Module
• Advanced Reporting Module
• Advanced Scale Module
Page 4 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
Schedule 3 - Software and Services List
Page 5 of 7 Customer Initials:
MARS Company MARS Initials:
Confidential
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Most Contracts
(Not construction or requiring professional liability)
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2 Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage.
3 Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory Insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp olect
that it is insuring.
(d) 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 under the Contractors commercial general liability and automobile liability policies.
(e) 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.
Page 1 1 of 2 pages 1 Risk: rev 3/1/2018
(f) 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 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.).
(g) Failure to Comoly
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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1st) 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.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(1) 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.
Page 2 1 of 2 pages II Risk: rev. 3/1/2018
Capital Improvement Plan
FY 2022-2023
Project Title:
Water Meter Shop Construction
I Munis Project Code: PWWA-0065
#68
Section I: Description
District Nos: Citywide Project Length Priority
Normal
This project consists of construction of a water meter shop including the purchase and installation of a water meter test bench. Additional improvements consist of updated
offices, storage
and restroom.
Justification/factor driving project
This project will allow staff to test, repair
and recertify residential and commercial water meters. This project will include updating and retrofitting an area of the old fleet shop located at the
Municipal Utilities Services corporation yard at 1331 South Ham Lane. Currently the old fleet shop is underutilized. Updates will include ADA compliance and electrical code requirements.
Additional Information
Significant cost savings in repairing and recertifying meters compared to full meter replacement. In addition, an improperly functioning water meter can result in lost revenue.
Section II: Estimated Project Costs
Expenditure
Prior Years FY 21122 FY 22123 FY 23124 FY 24125 I FY 25126 FY 26127 Future Yrs
Total
Estimate Budget
Contracts
$ 217,222 $ 182,778 $ 80,220
$
480,220
Internal Staff
$ - $ 5,000
$
5,000
Miscellaneous
_
$ - $ 15,000
$
15,000
$ -
$
-
_
$ -
$
-
Total Capital Costs
$ 217,222 $ 182,778 $ 100,220 $ - $ - $ - $ - $ -
$
500,220
Section III: Funding Sources/Methods of Financing
Funding Source(s)
Prior Years FY 21122 FY 22123 FY 23124 FY 24125
FY 25126 FY 26127 Future Yrs
Total
Estimate Budget
561 - Water Capital Outlay
$ 217,222 $ 182,778 $ 100,220
$
500,220
$ -
$
-
Total Project Financing
$ 217,222 $ 182,778 $ 100,220 $ - $ -
$ -
$ -
$ -
$
500,220
RESOLUTION NO. 2022-274
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO WAIVE THE BID PROCESS, PURCHASE A WATER
METER TEST BENCH, AND EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH SOLE -SOURCE VENDOR MARS COMPANY, OF OCALA,
FLORIDA; AND FURTHER APPROPRIATING FUNDS
WHEREAS, a total of approximately 17,000 meters have been installed since 2011,
which are now over 10 years old; and
WHEREAS, water metering is a requirement for loss control, accounting and rate
making; is an essential element of efficiency and conservation management; and is necessary
in order to conduct State -mandated water system audits; and
WHEREAS, staff recommends authorizing the City Manager to waive the bid process,
purchase a water meter test bench and execute a Professional Services Agreement in the
amount of $252,220; and appropriation of funds in the amount of $100,220 to account
56199000.77020.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to waive the bid process, purchase a water meter test bench, and
execute a Professional Services Agreement with MARS Company, of Ocala, Florida, a sole -
source vendor, in the amount of $252,220; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
appropriation of funds in the amount of $100,220, as set forth above; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced document(s) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: November 16, 2022
I hereby certify that Resolution No. 2022-274 was passed and adopted by the City Council of
the City of Lodi in a regular meeting held November 16, 2022, by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
V��AGJ
OLIVIA NASHED
City Clerk
2022-274