Loading...
HomeMy WebLinkAbout05-02-2017 Item 08 Water Meter Standard and Request for Proposal Specification No 91456 Meeting Date: 5/2/2017 Current Water Meter Inventory Meter Size in inches Number of Meters 5/8* 6,298 3/4 4,469 1 3,488 1-1/2 409 2 368 Total water meters 5/8-2 inch 15,032 3 inch and above 104 *These meters are being replaced with 3/4 and 1- inch meters for increased fire flow capacity to meet current Engineering Standards. FROM: Carrie Mattingly, Public Utilities Director Prepared By: Marcus Henderson, Water Distribution Supervisor SUBJECT: WATER METER STANDARD AND REQUEST FOR PROPOSAL SPECIFICATION NO. 91456 RECOMMENDATION 1. Adopt a City standard for water meters sized 3/4 inch, 1 inch, 1 1/2 inch, and 2 inch. 2. Approve a Request for Proposal under Specification No. 91456 for annual purchase of water meters. 3. Authorize the City Manager to approve contract for water meter purchases not to exceed the annually budgeted amount as approved by Council. DISCUSSION Overview Engineering Standards are central to a uniform design and functionality of City infrastructure. While many pieces of equipment have been standardized throughout the Utilities Department, water meters have not. This report serves to underscore the need for standardizing water meters, details the selection process, and covers the requirements for sole source purchasing. Background The City is responsible for the maintenance and replacement of over 15,000 water meters and installation of new water meters as required for new development. The City relies on water meters to accurately measure the amount of water consumed to correctly bill water users and as a tool to estimate water losses in the system. Wastewater charges are also tied to water consumption measured by the water meter. Meter Standardization The City utilizes the American Water Works Association (AWWA) standards for its water distribution system operation. When responding to Request for Proposals, manufacturers must comply with these standards where applicable, in order to submit a proposal. Packet Pg 69 8 Modern Meters Water loss in a distribution system, also known as “unaccounted for water ,” is the difference in the amount of water that leaves the Water Treatment Plant and the total amount captured by all water meter reads. Although industry-wide meter accuracy has been identified as a potential cause of apparent water loss, the lack of significant data on meter accuracy at low flow rates has caused the amount of water that is unaccounted for to be largely ignored. The May 2010 AWWA Journal addresses the accuracy of various meter types at low flows as follows: “It is generally understood that meter accuracy at low flow rates tends to decrease rapidly. Because energy transfer from the water to the meter’s sensing element is small at lower flows, any increase in friction can cause slowing or even the complete stop of a meter’s registration. The volume of water used at these very low flow rates is larger than many water providers realize. In fact, approximately 16% of all domestic water consumption occurs at flow rates < 1 Gallon Per Minute…the increased revenue and ability to account for water supplies make the low-flow accuracy of residential water meters an essential factor in selecting a water meter.” The June 2016 AWWA Journal further addresses this: “With rapid advances being made in metering technology, understanding how technologically advanced meters perform is important to those making decisions about which technology to use in their systems. As accurate water measurement has become a significant focus of this limited resource, advances have been made to improve mechanical meters and to develop electronic meters to increase measurement accuracy at low flows.” Given the information contained in these reports and others, a water meter’s ability to accurately monitor low flows is a priority in meter selection. The ability for the water meter to be compatible with remote meter reading technology is another consideration in selection. The City has no immediate plans for a conversion to any type of automatic meter reading system; however, selection of an asset as significant as water meters must be made with a view to future shifting technologies, business models and best practices. Staff recommends being prepared for the potential for an automatic meter reading system conversion at some future juncture as part of meter selection considerations. Request for Proposal With the 2015-17 Financial Plan, the City Council approved an ongoing capital improvement project to systematically replace the City’s aging water meters. To identify the best meter for the replacement of the inventory, staff recommends releasing a Request for Proposals. This will allow the City to invite vendors in for further investigation of those water meters that meet the City standard, as well as gauge availability and manufacturer reliability. The expectation is that the vendors will showcase their product, allowing the City’s Water Distribution crew to test the Packet Pg 70 8 product with a hands-on approach to the selection process. Sole Source With the release of a Request for Proposal the City will be able to select the appropriate water meter to uniformly meet the needs of the Water Distribution System. Water meter manufacturers are represented in North America by various regional vendors. Upon selection of the water meter and vendor and execution of a purchase contract, the intent will then be for the water meter specifications to be wrapped into the City’s Engineering Standards. The uniformity of water meters has numerous benefits which justify a sole source purchasing plan in the future. Most significantly, having a uniform type of water meter will allow for greater familiarity when performing maintenance and/or repairs which will promote greater efficiencies and lower costs associated with purchasing and stocking parts from several different manufacturers. This will in turn provide greater customer service and better overall maintenance of this component of the water distribution system. Once approved for addition to the Engineering Standards, new meter installations will be performed by contractors during new development of sites along with the adjoining infrastructure, to be inspected per Public Works Engineering Department guidelines. The City will purchase sufficient stock of these water meters and provide them to contractors, as requested, at the City’s cost. This will shift the responsibility of initial installation to the development and resolves any delay in installation that may now be experienced due to purchasing, staffing, and scheduling constraints. It will also allow staff additional time to spend in replacement of aging infrastructure rather than in new installation. Adopting a water meter standard will allow the City to purchase sufficient stock to facilitate the goals of the previously approved Water Meter Replacement Capital Improvement Plan as well as meet the needs of development within the City. It should also provide cost savings through economies of scale as purchasing in large quantities from a single vendor should result in reduced pricing. Once the vendor is selected through the RFP process, this request meets the requirements of a sole source purchase per Municipal Code 3.24.060.D. FISCAL IMPACT City Council approved the funding for the replacement of water meters with the 2015-17 Financial Plan – Capital Improvement Plan page 3-45. The project allocates $165,000 annually to the replacement effort. Council approved $29,700 in the 2015-17 Financial Plan for purchase of water meters related to new development, to be reimbursed per existing fee schedules. ALTERNATIVES The City Council could decide against a water meter standard and the release of a Request for Packet Pg 71 8 Proposals. This strategy would not allow for a systematic approach to the replacement of the inventory and would keep a variety of meter types in the system. Attachments: a - Water Meter RFP - Spec #91456 b - Water Meter Standardization c - Distribution System Improvements CIP Packet Pg 72 8 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals for Water Distribution System Cold Water Meters The City of San Luis Obispo is requesting sealed proposals for cold water meters pursuant to Specification No. 91456. All proposals must be received by the Finance Division by 5:00 pm Thursday June 1, 2017 when they will be opened publicly in the City Hall Council Chambers, 990 Palm Street, San Luis Obispo, CA 93401. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance Division in a sealed envelope plainly marked with the proposal title, specification number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained by contacting Marcus Henderson- Water Distribution Supervisor at (805) 781-7035. City of San Luis Obispo 990 Palm Street, San Luis Obispo, CA 93401-2710 Packet Pg 73 8 Specification No. 91456 TABLE OF CONTENTS A. Description of Work 1 B. General Terms and Conditions 3 Proposal Requirements Contract Award and Execution Contract Performance C. Special Terms and Conditions 6 Contract Term Estimated Quantities Proposal Content Proposal Evaluation and Selection Proposal Review and Award Schedule Unrestrictive Brand Names Start and Completion of Work Accuracy of Specifications D. Agreement 9 E. Insurance Requirements 11 F. Proposal Submittal Forms 12 Proposal Submittal Summary References Packet Pg 74 8 -1- Section A DESCRIPTION OF WORK The City of San Luis Obispo Utilities Department is responsible for the maintenance and replacement of over 15,000 cold water meters. The Department relies on water meters to accurately measure the amount of water consumed in order to correctly bill its customers. With the current rates structure, wastewater charges are also directly tied to water consumption measured by the water meter. Accuracy of the meter instills confidence in the rate payer that water and sewer usage will be billed as accurately as possible and it provides the Utilities Department with detailed water consumption and billing data for its ongoing operation. Current Cold Water meter inventory Meter Size Number of Meters Meter Size Number of Meters 5/8”* 6,298 2” 368 3/4” 4,469 3” and above 104 1” 3,488 1 1/2” 409 * these meters are being replaced with ¾” and 1” meters. The adoption of a purchasing contract will ensure the City’s cold water meter infrastructure is reliable, efficient, and accurate. Through this process the City will be able to select the appropriate water meter to meet the needs of the majority of the Water Distribution System. Upon selection of the water meter and vendor and execution of a purchase contract the intent will then be for the water meter specifications to be approved for addition to the City’s Engineering Standards. This will streamline the purchasing, replacement, and installation process and will serve to unify the distribution system away from the multiple manufacturer, type, and technology model that has previously been utilized. The current approved budget for these programs is $165,000 annually for replacement and $29,700 for new installations. The City is requesting proposals including hands-on demonstrations for the purchase of water distribution system cold water meters, which shall include the following features. These criteria apply to 3/4”, 1”, 1 1/2’ and 2” meters: 1. All Water Meters Must Meet the Following Requirements: a. Be manufactured by a reliable, established company b. Be manufactured in the U.S.A. c. Be made of an alloy, stainless steel, or composite material d. Comply with AWWA C700 Standard Specifications for cold water meters where applicable e. Be certified to the National Conference on Weights and Measures regulation standards f. Comply with NSF/ANSI Standard 61 where applicable g. Be accurate to +/- 1.5% of manufacturer’s normal flow range h. Be provided by manufacturer with company reliability assessment i. Be provided with a manufacturer’s warranty against material and workmanship defects of no less than 20 years j. Be AMI/AMR/AMA compatible 2. All Water Meter Maincases Must Meet the Following Requirements: a. Be clearly marked with manufacture’s trade name, nominal size and direction of flow Packet Pg 75 8 -2- b. Be stamped with a serial number between the inlet or outlet port of the maincase c. Be guaranteed free from manufacturing defects d. Be equipped with maincase bolts that shall be non-magnetic stainless steel to prevent corrosion e. Be sized where 3/4” meters will be 7 1/2” in length f. Be sized where 1” meters will be 10 3/4” in length g. Be sized where 1 1/2” meters will be 13” in length h. Be sized where 2” meters will be 17” in length 3. All Water Meter Registers Must Meet the Following Requirements: a. Have the manufacturer’s trade name and a serial number permanently stamped on the register box b. Be equipped with a permanently sealed register or encoder c. Measure in Cubic Feet to a minimum of two decimal places d. Have a lens positioned above the register box to allow for runoff e. Have an easy to read display 4. All Water Meter Connections Must Meet the Following Requirements: a. Be equipped with meter threads made of an alloy, composite, or stainless steel material b. Be equipped with the coupling nut and spud thread type connection for 3/4” and 1” meter sizes c. Be equipped with the elliptical flange joint type connection for 1 1/2” and 2” meter sizes 5. All Water Meter Deliveries Must Meet the Following Requirements: a. Be delivered to the City Corporation Yard at 25 Prado Rd. San Luis Obispo, CA b. Be readily available with a lead time of no more than 4 weeks c. Be available at a competitive market cost Packet Pg 76 8 -3- Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the proposer’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extensions. The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the proposer must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any proposer for any item are not in agreement, the unit price alone will be considered as representing the proposer's intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Proposers or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. Packet Pg 77 8 -4- 8. Alternative Proposals. When specifically requested, the proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. CONTRACT AWARD AND EXECUTION 9. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 10. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 11. Contract Requirement. The proposer to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 12. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. Packet Pg 78 8 -5- Section C SPECIAL TERMS AND CONDITIONS REQUEST FOR PROPOSALS 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References d. Company reliability assessment. Qualifications e. Experience of your firm in performing similar services. f. Meter specification sheet. g. Availability of supply. h. Warranty Information. i. Any other information that would assist us in making this contract award decision. Compensation j. Proposed per unit and large quantity pricing. Proposal Length and Copies k. Proposals should be the minimum length to provide the required information. l. Five copies of the proposal must be submitted. 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee based on the following criteria: a. Quality, clarity and responsiveness of the proposal. b. Demonstrated ability to fulfill requirements of specifications sheet. c. Demonstrated competence and professional qualifications necessary for successfully providing the inventory required by the City. d. Recent experience in successfully performing similar services. e. Proposed approach to fulfilling orders. f. References. g. Proposed compensation. h. Hands on demonstration of equipment. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. Packet Pg 79 8 -6- 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 5/3 b. Receive proposals 6/1 c. Complete proposal evaluation 6/14 d. Conduct finalist interviews/ Hands-on demonstration 6/20 e. Finalize staff recommendation 6/23 f. Award contract 6/27 g. Execute contract 7/6 4. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 5. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 6. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. 7. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Proposers are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the proposer and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of proposer to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the proposer. An ambiguity or defect shall be considered patent if it is of such a nature that the proposer, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the proposer or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful proposer to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor Packet Pg 80 8 -7- shall immediately notify the City in writing, and the Contractor and all subcon tractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Packet Pg 81 8 -8- Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for Water Distribution System Cold Water Meters per Specification No. 91456 WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said cold water meters]. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said water distribution system cold water meters. 2. INCORPORATION BY REFERENCE. City Specification No. 91456 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. To the extent that there are any conflicts between the City’s specification and this Agreement and the Contractor’s proposal, the terms of the City’s specification and this Agreement shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing water distribution system cold water meters as specified in this Agreement, City will pay and Contractor shall receive therefor payments based upon the actual quantities ordered and received by City and the unit prices bid by Contractor. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council of the City. Packet Pg 82 8 -9- 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor Name Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ________________________________ By:_____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR ________________________________ By: _____________________________________ City Attorney Packet Pg 83 8 -10- Section E INSURANCE REQUIREMENTS Supply and Equipment Contracts The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the products and materials supplied to the City. The cost of such insurance shall be borne by the Contractor. Minimum Scope of Insurance. Coverage shall be at least as broad as Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). Minimum Limits of Insurance. Contractor shall maintain limits no less than $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability policy is to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: products and completed operations of the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. The Contractor shall furnish the City with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Packet Pg 84 8 -11- PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined Specification No. 91456, which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: Description Quantity Unit Price Total ¾” cold water meter 1” cold water meter 1 ½” cold water meter 2” cold water meter TOTAL BASE PRICE Sales tax @ 8.25% Other (provide detail below) TOTAL $ Delivery of equipment to the City to be within __21_____ calendar days after contract execution and written authorization to proceed.  Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Packet Pg 85 8 -12- REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 3 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Packet Pg 86 8 -13- STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances.  Do you have any disqualification as described in the above paragraph to declare? Yes  No   If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Packet Pg 87 8 PROPOSERS LIST WATER DISTRIBUTION SYSTEM COLD WATER METERS—SPECIFICATION NO. 91456 National Meter and Automation, Inc. P.O. Box 8339 Santa Rosa, CA 95407 Ph. 707-575-0700 Fx. 707-575-3786 Aqua Metric 4050 Flat Rock Drive Riverside, CA 92505 Ph. 951-637-1400 Fx. 951-637-1500 Ferguson Enterprises, Inc. 8732 Fruitridge Road Sacramento, CA 95826 Ph. 916-388-7125 Fx. 916-381-7445  NOTE: Not to be included with Proposer's Package when mailed or handed out. This should be included and referenced as an attachment to the Council Agenda Report. Packet Pg 88 8 Water Meter Standard These criteria apply to 3/4 inch, 1 inch, 1 1/2 inch, and 2 inch meters. All meters 3 inch and larger must be approved on a case by case basis as appropriate for the application. 1. All Water Meters Must Meet the Following Requirements: a. Be manufactured by a reliable, established company b. Be manufactured in the U.S.A. c. Be made of an alloy, stainless steel, or composite material d. Comply with AWWA C700 Standard Specifications for cold water meters where applicable e. Be certified to the National Conference on Weights and Measures regulation standards f. Comply with NSF/ANSI Standard 61 where applicable g. Be accurate to +/- 1.5% of manufacturer’s normal flow range h. Be provided by manufacturer with company reliability assessment i. Be provided with a manufacturer’s warranty against material and workmanship defects of no less than 20 years j. Be AMI/AMR/AMA compatible 2. All Water Meter Maincases Must Meet the Following Requirements: a. Be clearly marked with manufacture’s trade name, nominal size and direction of flow b. Be stamped with a serial number between the inlet or outlet port of the maincase c. Be guaranteed free from manufacturing defects d. Be equipped with maincase bolts that shall be non-magnetic stainless steel to prevent corrosion e. Be sized where ¾” meters will be 7 1/2” in length f. Be sized where 1” meters will be 10 3/4” in length g. Be sized where 1 1/2” meters will be 13” in length h. Be sized where 2” meters will be 17” in length 3. All Water Meter Registers Must Meet the Following Requirements: a. Have the manufacturer’s trade name and a serial number permanently stamped on the register box b. Be equipped with a permanently sealed register or encoder c. Measure in Cubic Feet to a minimum of two decimal places Packet Pg 89 8 d. Have a lens positioned above the register box to allow for runoff e. Have an easy to read display 4. All Water Meter Connections Must Meet the Following Requirements: a. Be equipped with meter threads made of an alloy, composite, or stainless steel material b. Be equipped with the coupling nut and spud thread type connection for ¾” and 1” meter sizes c. Be equipped with the elliptical flange joint type connection for 1 ½” and 2” meter sizes 5. All Water Meter Deliveries Must Meet the Following Requirements: a. Be delivered to the City Corporation Yard at 25 Prado Rd. San Luis Obispo, CA b. Be readily available with a lead time of no more than 4 weeks c. Be available at a competitive market cost Packet Pg 90 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS Project Description Replacement of water distribution pipes, mainlines, water meters, fire hydrants, and related infrastructure is an ongoing program for appropriate water distribution and fire protection. The City has identified opportunities to consolidate water distribution zones to simplify operations, reduce pumping needs, and eliminate pump stations that would otherwise require replacement. Related construction projects will cost $2,300,000 in 2015- 16, $2,945,000 in 2016-17 and $8,794,000 for years three through five combined including the cost of design and construction management services. Maintenance and replacement projects for water meter and fire hydrant infrastructure are done throughout the year and are an ongoing effort. Funding for the replacement of water meters, water meter boxes, and fire hydrants will cost $190,000 in years 2015-16 and 2016-17, and $610,000 for years three through five.  Maintenance/Replacement  New project  Fleet Replacement  New Fleet Request  Council Goal List: Infrastructure Maintenance Need and Urgency The City operates a complex water distribution system that is comprised of sixteen distribution zones, ten potable water storage tanks, two reservoirs, five hydro‐pneumatic tanks, eight pump stations, 21 pressure reducing valves (PRVs) and 184 miles of pipe with diameters ranging in size from four inches to 30 inches. Some City water distribution lines are undersized and deteriorating due to age. The expected useful life of a water pipeline is approximately 50 years, which corresponds with a replacement schedule of approximately two percent of the distribution system each year. Listed projects include replacing undersized mains in areas requiring increased fire flows, replacing aging mains that have experienced multiple failures requiring expensive emergency repairs, and projects to improve distribution system operations. Projects were selected and prioritized to have the greatest impact in reducing disruptions to water service and improving fire flows. Trench repairs and raising valve cover s are routine activities associated with street paving. These projects occur on an as-needed basis, routinely several times per year. Water meters and fire hydrants are a vital component of the City’s water distribution and fire safety system. Their upkeep is an ongoing effort with a portion of the inventory of almost 15,000 meters and 1,867 hydrants being replaced annually. Packet Pg 91 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS Readiness to Build  Study complete or  n/a  Equipment purchased or  n/a  Property owned or property agreement in place  n/a  Environmental approval and permits complete or  n/a  Specifications or construction documents complete  n/a  IT Steering Committee review  n/a Environmental Review and Permits Required  Environmental Review  n/a  Building Permit  n/a  Waterway Permits (Fish & Game, Water Quality, Army Corps)  n/a  Railroad  n/a  Other: (Enter the title and agency of any other needed permits)  n/a Operating Program Number and Title: 55160 Water Distribution Water Fund Project Phasing and Funding Sources  Continuing, ongoing or master account project Initial Project Costs by Phase Budget to Date 2015-16 2016-17 2017-18 2018-19 2019-20 Total Design $250,000 $125,000 $225,000 $135,000 $127,000 $862,000 Construction on-going $1,710,000 $2,405,000 $2,408,000 $2,200,000 $1,420,000 $10,143,000 Construction Management $150,000 $225,000 $225,000 $205,000 $127,000 $932,000 Meter /Hydrant Replacement $190,000 $190,000 $195,000 $205,000 $210,000 $990,000 Total $0 $2,300,000 $2,945,000 $3,053,000 $2,745,000 $1,884,000 $12,927,000 Packet Pg 92 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS Detail of ongoing costs and alternatives to ongoing costs including return on investment information: Replacing aging infrast ructure will potentially reduce ongoing maintenance as well as emergency repair costs. Anticipated Facility Life Span: 50 years Budget to Date 2015-16 2016-17 2017-18 2018-19 2019-20 Total Water Fund $2,217,500 $2,862,500 $2,968,000 $2,657,500 $1,794,000 $12,499,500 Sewer Fund $82,500 $82,500 $85,000 $87,500 $90,000 $427,500 Total $0 $2,300,000 $2,945,000 $3,053,000 $2,745,000 $1,884,000 $12,927,000 Project Funding by Source Reduced / Enhanced Project Alternatives  Reduced project is feasible – Cost of reduced project:  Project can be phased – Number of years for phasing: Project Team Assignment Program Estimated Hours 15-16 16-17 17-18 18-19 19-20 Project Management Utilities Project Manager 800 800 800 800 800 Project Support Utilities, Water, Water Distribution Supervisor and Staff 4,000 4,000 4,000 4,000 4,000 Environmental Review Community Development 8 8 8 8 8 Project Proponent Utilities, Water, Water Division Manager 80 80 80 80 80 Packet Pg 93 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS Site List Based on the information currently available, projects have been prioritized and are listed in priority order. As additional information becomes available, projects in future years may be re-prioritized. In some cases, unanticipated use of contract design and inspection services may be required due to various reasons, which could increase project costs. This may re sult in the need to shift projects to future budget years to work within established funding levels and maintain priority order. 2015-2016 Project List: Location Pavement Area Length (feet) Cost 2015-2016 Water Distribution System Improvements Design (contract services) $150,000 Casa - Murray to Deseret (increase to 12”) Stenner (Murray to end) Chorro (intersection of Chorro/Meinecke and Chorro/Murray) Murray - Santa Rosa to Hathway Pacific – Nipomo to Higuera (increase from 10” to 12”) Boysen - Santa Rosa Street to N. Chorro Street 8 900 $1,560,000 8 580 8 100 8 1,350 4 2,100 1,200 Total: 6,230 Construction Management (contract services) $150,000 Serrano Zone Consolidation (Study and Design Phase) $100,000 Trench Repair N/A N/A $125,000 Raise Valve Covers on Paving Projects N/A N/A $25,000 Water Meters and Water Meter Boxes N/A N/A $165,000 Fire Hydrants and Parts N/A N/A $25,000 Total $2,300,000 Packet Pg 94 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS 2016-2017 Project List: Location Pavement Area Length (feet) Cost 2016-2017 Water Distribution System Improvements Design (contract services) $125,000 Mountain View - Hill Street to Broad Street (increase from 6” to 8”) Hill Street - Lincoln Street to 525 Hill Street (increase from 4” to 8”) West Street – Chorro Street to Lincoln Street (increase from 6” to 8”) Lincoln - Chorro to West (increase from 4” to 8”) 212 San Miguel to Santa Ynez San Miguel - Santa Ynez to Buena Vista Buena Vista - McCollum to 392 Buena Vista (increase from 4” to 8”) Higuera – Toro to Johnson 7 360 $1,255,000 7 220 7 730 7 1,520 8 640 8 620 8 450 4 480 Total: 5,020 Construction Management (contract services) $125,000 Serrano Zone Consolidation (Construction, Phase 1) Construction Management (contract services) 7 3,800 $1,000,000 $100,000 Trench Repair N/A N/A $125,000 Raise Valve Covers on Paving Projects N/A N/A $25,000 Water Meters and Water Meter Boxes N/A N/A $165,000 Fire Hydrants and Parts N/A N/A $25,000 Total $2,945,000 Packet Pg 95 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS 2017-2018 Project List: Location Pavement Area Length (feet) Cost 2017-2018 Water Distribution System Improvements Design (contract services) $125,000 Chorro Street – Broad Street to Upham Street El Paseo – Flora to El Cerrito (increase from 8” to 10”) El Cerrito – El Paseo to end Wilding - Iris - Sierra - Boulevard Del Campo - 4 1,000 $1,258,000 1 290 1 670 1 600 1 320 2 1,500 2 650 Total: 5,030 Construction Management (contract services) $125,000 Serrano Zone Consolidation (Construction, Phase 2) Construction Management (contract services) 7 3,800 $1,000,000 $100,000 Ferrini Zone Consolidation (Design Phase) 7,8 $100,000 Trench Repair N/A N/A $125,000 Raise Valve Covers on Paving Projects N/A N/A $25,000 Water Meters and Water Meter Boxes N/A N/A $170,000 Fire Hydrants and Parts N/A N/A $25,000 Total $3,053,000 Packet Pg 96 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS 2018-2019 Project List: Location Pavement Area Length (feet) Cost 2018-2019 Water Distribution System Improvements Design (contract services) $135,000 Craig (increase from 6” to 12”) Craig – Patricia to Jeffrey (increase from 4” to 8”) Christina – Warren to Craig (increase from 4” to 8”) Jaycee (8”) Westmont – Jeffrey to Stanford La Canada – Tolosa to Cerro Romauldo (inc. from 4” and 6” to 8”) Cerro Romauldo – Patricia to Los Cerros 7 260 $1,350,000 7 750 7 600 7 1,350 8 500 7 850 7 1,080 Total: 5,390 Construction Management (contract services) $135,000 Ferrini Zone Consolidation (Construction Phase) Highland – Hwy. 1 to Patricia (increase from 6” and 8” to 12”) Construction Management (contract services) 2,800 $700,000 $70,000 Trench Repair N/A N/A $125,000 Raise Valve Covers on Paving Projects N/A N/A $25,000 Water Meters and Water Meter Boxes N/A N/A $175,000 Fire Hydrants and Parts N/A N/A $30,000 Total $2,745,000 Packet Pg 97 8 CAPITAL IMPROVEMENT PLAN PUBLIC UTILITIES DISTRIBUTION SYSTEM IMPROVEMENTS 2019-2020 Project List: Location Pavement Area Length (feet) Cost 2019-2020 Water Distribution System Improvements Design (contract services) $127,000 Patricia – Cerro Romauldo to Highland 7 1,130 Patricia – Highland to Fel Mar 7 270 Highland – Fel Mar to 113 Highland 8 280 La Entrada – Hermosa to San Jose 7 880 La Entrada – San Jose to Foothill 7 1,420 La Entrada – Catalina to Foothill 7 1,100 Total: 5,080 1,270,000 Construction Management (contract services) $127,000 Trench Repair N/A N/A 125,000 Raise Valve Covers on Paving Projects N/A N/A $25,000 Water Meters and Water Meter Boxes N/A N/A $180,000 Fire Hydrants and Parts N/A N/A $30,000 Total $1,884,000 Packet Pg 98 8