Loading...
Imp. Proj. #622Originating Department Approved for Agenda Public Works Item No. BY' Guv Johnson 1 8.4 RESOLUTION APPROVING CONTRACT; BETWEEN THE CITY OF NEW HOPE AND HYDRO SUPPLY COMPANY FOR THE 1999 WATER METER REPLACEMENT (PROJECT NUMBER 622),; lanni REQUESTED ACTION Staff requests approval of a resolution awarding the contract to the low and responsible bidder, Hydro Supply (Badger Meter) Company, in the amount of $1,347,537.28. BACKGROUND The City of New Hope currently has 4,877 residential and 582 commercial /industrial water meter accounts that are read on a quarterly basis. In 1978, Public Works began changing the residential meters from a system that required each resident to read their own meter, to a system that allows Public Works to read water meters by walking door to door. This project ended in 1985 with all but 7 remote readers installed. As meters are in need of repair or replacement, staff has been replacing the existing meters with Electronic Registering Meters. These meters have a "Touch -Pad" remote that has no numbers, but rather a "Pad" that is touched by a Solid State Interrogator. Although this remote is faster to read than conventional remotes, the meter reader still needs to walk door to door. As meters age, the accuracy of each meter decreases along with the potential for increasing revenues. New Hope staff has researched many options, and a Financial Benefit Analysis was completed showing that New Hope would experience a long term cost benefit by installing new radio read meters. The purchasing of a new Radio Read Meter system would allow the City to implement a meter reading system that is efficient, cost effective, and will provide the City with the technical capability to efficiently implement a monthly billing system if so desired. The City of New Hope received four bids for the "Water Meter Replacement Project." The four bids were received and opened on June 17' ", 1999. The proposals submitted by Hydro Supply and US Filter met all the requirements that were specified by the City, including strong local references (Item 7 on page BT -5). Furthermore, Hydro Supply Company and U.S. Filter TO: w , 1: RFA\P ubworks\622ResolutionAward ingC ontract Corporation have an existing software interface that is compatible with the City's current utility billing system. The following is a comparison of the base bids that were submitted by Hydro Supply Company and U.S. Filter Corporation: Company Hydro Supply Company U.S. Filter Corporation Bid Amount $1,347,537.28 $1,347,878.25 Both companies are qualified to complete the project and provide necessary long -term support to the City. New Hope's water system is part of the Joint Water Commission. City staff and members of the Joint Water Commission (Crystal and Golden Valley) have studied the different bid proposals and after careful review has identified Badger meters (supplied by Hydro Supply) as the system that best meets the needs of the City of New Hope. FUNDING Funding for this project would be provided through Utility revenue bonds. ATTACHMENTS Please find attached copies of the bid tabulations, resolution, and a letter from the City's Engineer. I: RFA\ Pubworks \622ResolutionAwardingContract RESOLUTION NO 99 -122 RESOLUTION AWARDING CONTRACT FOR THE 1999 WATER METER REPLACEMENT IMPROVEMENT PROJECT NO. 622 BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That four bids for the replacement of remote readers for City water meter; identified as the 1999 Water Meter Replacement Improvement Project No. 622 were recei and duly opened at the New Hope City Hall, 4401 Xylon Avenue North, at 11:00 a.m. on the 17th day of June 1999, as heretofore authorized by this Council. 2. That advertisement for bids for the installation of said improvement was legal I,, and duly published in the New Hope - Golden Valley Sun -Post, the official newspaper of i lr City, and in The Construction Bulletin. 3. It is hereby found and determined by this Council that the bid of Hydro Suppi,. Company in the amount of $1,347,537.28 is the lowest responsible bid submitted for :: installation of said improvement; that Bonestroo, Rosene, Anderlik & Associates, Inc . Engineers for the City, have recommended to this Council the said low bid for the award of ti::: installation contract to the designated lowest responsible bid. 4. Hydro Supply Company is determined to be the lowest responsible bidder base:; on the following findings of fact made by this Council: • New Hope is a member of a three -city joint water commission. Therefore, i t is desirable that New Hope's system be compatible with the systems in Crystal and Golden Valley. Based on the analysis of the proposed bids made by the City Engineer and staff, particularly the City Engineers August 3, July 20 and June 30, 1999 letters and the City Manager's presentation at the August 9, 1999 Council meeting, it is determined the Hydro system bid is the most compatible system with the systems of the other member Cities. • The City may receive a $23,388.24 reimbursement from the Joint Water Commission for the data acquisition system proposed in the Hydro bid rendering Hydro's bid lower than the proposal submitted by U. S. Filter, despite the fact the U. S. Filter bid may result in a potential cost savings of $13,121.90 resulting from a reduced need for radio read devices. -1- The City will also receive a $31,789.00 reimbursement from the Joint Water Commission for the City's conversion to a Badger meter system from its existing Sensus meter system. This reimbursement is based on the Joint Water Commission's desire to have its member Cities using the identical meters to promote compatibility for service and billing in the future if the decision is made to establish a single unified water utility. This reimbursement was approved by the Joint Water Commission at its October 15, 1998 meeting. . An analysis of cost savings based on the respective systems of Hydro and U. S. Filter indicate the Hydro bid will result in a net cost savings to the City of $40,396.31. This savings coupled with the fact the Hydro system is the most compatible system with those in use by Crystal and Golden Valley render Hydro the lowest responsible bidder. • Bids from Davies Water Equipment Co. and Schlumberger Resource Management Services, Inc. are not responsive bids in that their systems do not include an existing billing system interface. Staff also has reservations regarding their service capabilities subsequent to installation. 5. The Mayor and Manager are authorized and directed to enter into an improvement contract for the installation of said improvement in the name of the City with the lowest responsible bidder, subject to the said contractor furnishing a public contractor's surety bond, conditioned as required by law Adopted by the Council this 9`' day of August, 1999. W. Peter Enck, Mayor Attest: Valerie Leone, City Clerk p:'..Attunwy \SASVD(— enu \CNH -rcw approving water meter cuntrut 622.wpd -2- Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity Employer Principals: Otto G. Bonestroo, RE. • Joseph C. Anderlik, RE. • Marvin L. Sorvala, PE. Glenn R. Cook, RE. • Robert G. Schunicht, P.E. • Jerry A. Bourdon, RE. - Robert W. Rosene, RE., Richard E. Turner, P.E. and Susan M. Eberlin, C.P.A., Senior Consultants Associate Principals. Howard A. Sanford, PE. • Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. Michael T. Rautmann, P.E. • Ted K.Field, P.E. • Kenneth P Anderson, RE. • Mark R. Roifs, P.E. Sidney P. Williamson, P.E., L.S. • Robert F. Kotsmith • Agnes M. Ring • Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, Wl Website: www.bonestroo.com August 3, 1999 Guy Johnson Public Works Director City of New Hope Public Works 5500 International Parkway New Hope, MPS 55428 Re: Replacement of Cold Water Meters & Installation of Radio Reading Devices Project City Project No. 622 Our File No. 34 -98 -221 Dear Guy: Four bids were received. and opened June 17` 1999. Transmitted herewith is a summary of the Lid Evaluation and the Bid Tabulation for the project. The bid tab includes bid unit prices as well as a summary of the additional information provided in the proposal. The total base bids for some bids have been adjusted by the bid unit prices to assure that all bids were compared equally. The following is a summary of the four bids. Biel Tabulation Surnm. -try Contract Bidder Total Bid Amount #1 hydro Supply $1,347,537.28 #2 US Filter Coporation $1,347,878.25 Non - conforming Davies Water Equip. Co. $1,143,160.06 Non - conforming Schiumbcrger Resource Management Services, Inc. $1,207,075.87 The bids from Hydro Supply and U'S Filter are very close based on the Total Bid Amount and meet all requirements of the project. The bids from Davies Water Equip. Co.(Davies) and Schlumberger Resource Management Services, Inc. (Sclumberger) are considered non- conforming based on th.e evaluation of the bid proposals. 2335 West Highway 36 ■ St. Paul, MN 55113 ■ 651 - 636 -4600 ■ Fax: 651 - 636-1311 Bid Proposal Evaluation Summary Each bid contains meter and radio read components. The following table summarizes the name (brand) of each component submitted by the bidders. Table 1. Project Components Bidder Meter Component Radio Read Component Hydro Supply Badger Badger US Filter Sensus Sensus Davies Schlumberger/Neptune ITRON Schlumberger Schlumberger/Neptune Schlumberger Both Davies and Schlumberger propose a Schlumberger meter product. Staff has actively reviewed all bids including: • The abilities of all bidders to meet the requirements of the specifications, complete the project competently and efficiently, and provide long -term support and customer service. • The benefits provided by each of the conforming bids provided by Hydro Supply and US Filter. Primarily two items resulted in Davies and Schlumberger being considered non - conforming bidders: • The billing system interface • Service capabilities Refer to Table 2 for a summary of the comparison. Table 2. Billing System Interface and Service Capabilities Comparison Bidder Billing System Interface Service Capabilities Hydro Supply US Filter Davies Schlumberger • Interface exists and has been used in other communities • Interface exists and has been used in other communities • Interface does not exist for ITRON radio read system • LOGIS is currently working on a interface for the City of Eden Prairie but timing and success is not guaranteed. • References discussed problems or "bugs" in creating new interfaces. • Interface does not exist for Schlumberger radio read system. • Proposal states the creation of the interface is the responsibility of the Utility Billing Programmer (or City /LOGIS). • Strong References including Golden Valley as part of the Joint Water Commission • Strong References including New Hope Public Works past experience • Replaced Schlumberger in some communities • References were submitted after bids were opened publicly • No references were contacted where Davies was the General Contractor for this type of project (6 references were contacted). • Relies on receiving meters and service from Schlumberger (see below) • References indicate that orders for meters can be difficult to obtain (either directly from Schlumberger or through Davies) • References indicate that the Schlumberger regional contact has changed numerous times over recent years. This has made the customer service relationship difficult. Comparison of Conforming Bids Lowest Base Bid The Total Base Bids from Hydro Supply and US Filter are within hundreds of dollars. The actual difference is $340.97 or 0.03% of the total base bid. Each base bid could be reduced slightly for specific reasons: • The Hydro Supply bid includes $35,082.36 for a data acquisition system. Using this system as part of the Joint Water Commission would save the City of New Hope dollars. The Commission would reimburse two thirds of the cost or $23,388.24. • The US Filter bid could be reduced by $5,261.90 by utilizing the City's existing hand held meter reading device. US Filter also requires approximately 60 less radio read devices for a savings of $7,860.00. Both items result in a total savings of $13,121.90 for the US Filter system. Both Total Base Bids are very close. Hydro Supply is the lowest bidder based on the Bid Proposal and considering other cost saving measures. See Table 3. Table 3. Total Base Bid less Cost - Saving Items Total Base Bid Less Water Commission Reimbursement for data acquistion system Less using existing hand held meter reading device Less approx. 60 fewer radio read devices Total Cost after Cost Savings Hydro Supply US Filter $1,347,537.28 $1,347,878.25 ( -) 23,388.24 0.00 0.00 ( -) 5,261.90 0.00 ( -) 7,860.00 $1,324,149.04 $1,334,756.35 Other Considerations • The Hydra Supply system is compatible with Golden Valley and the direction of the Joint Water Commission. • New Hope currently uses system components supplied by US Filter. • The US Filter radio read system is stronger; however, testing of the Hydro Supply system by Public Works staff has deemed the Hydro Supply system adequate in New Hope. • Both Bidders provide excellent customer service according to references contacted. Project Award Based on the comparison of bids and the considerations listed in this letter, we recommended that the project be awarded to Hydro Supply in the amount of the Total Base Bid, $1,347,537.28. Sincerely, BONESTROO, ROSENE, ANDERLIK & ASSOCIATES, INC. Vincent T. Vander Top Enclosure cc: Dale Reed Paul Coone Tom Schuster Steve Sondrall Mark Hanson Bonestroo Rosene wi Ander(ik & Associates Engineers & Architects No. Item 0 3 4 5 6 7 8 9 10 i1 12 13 14 15 Project Name: Replacement of Cold Water Meters & Installation of Radio Reading Devices I hereby certify that this is an exact City Project No.: 622 File No.: 34 -98 -221 reproduction of bids received. Bid Opening: Thursday, June 17, 1999, 11:00 AM Owner: City of New Hope ��- Vince Vander To , PE - Registration No. 25770 SCHLUMBERGER RESOURCE HYDRO SUPPLY CO. US FILTER CORPORATION DAVIES WATER EQUIP. CO MANAGEMENT SERVICES, INC. Units Qty U nit Price Total Unit Price Total Unit Price Total Unit Price Total Part 1 - Residential Meter and Register Replacement 97.96 5/8" x 3/4" displacement Residential 4,898.00 $ Water Meter and Register EA 4,877 15,772.16 5/8" x 3/4" displacement Residential 340.29 $ Water Meter and Register w/ valve EA 500 1,142.66 (Unit Price adjusted to include valve cost only) 57,133.00 Total Part 1 - Residential Meter and Register Replacement 1,476.66 Part 2- Commercial Meter and Register Replacement 28,056.54 5/8" x 3/4" displacement Commercial 2,184.47 $ Water Meter and Register EA 50 3,874.49 1" displacement Commercial Water Meter 11,623.47 and Register EA 101 159,229.18 1 -1/2" displacement Commercial Water Meter and Register EA 97 2" Compound Commercial Water Meter and Register EA 50 3" Compound Commercial Water Meter and Register EA 19 4" Compound Commercial Water Meter and Register EA 4 6" Compound Commercial Water Meter and Register EA 3 Total Part 2- Commercial Meter and Register Replacement Part 3 - Deduct/Water Only Meters 1 -1/2" displacement Water Meter and Register EA 14 $ 1" displacement Water Meter and Register EA 19 $ 2" Compound Meter and Register EA 9 $ 3" Compound Meter and Register EA 1 $ 4" Compound Meter and Register EA 1 $ 6" Compound Meter and Register EA 1 $ Total Part 3 - Deduct/Water Only Meters Part 4 - Salvage Existing Meters 16 Salvage existing 5/8" x 3/4" Residential Meter EA 198 17 Salvage existing 5/8" x 3/4" Commercial Meter EA 5 106.92 $ 521,448.84 37.37 $ 18,685.00 $ 540,133.84 106.92 $ 5,346.00 165.55 $ 16,720.55 348.1 $ 33,765.70 1538.4 $ 76,920.00 2088.81 $ 39,687.39 3309.64 $ 13,238.56 3862.5 $ 11,587.50 $ 197,265.70 348.10 $ 4,873.40 165.55 $ 3,145.45 1,538.40 $ 13,845.60 2,088.81 $ 2,088.81 3,309.64 $ 3,309.64 3,862.50 $ 3,862.50 $ 31,125.40 106.92 $ 21,170.16 106.92 $ 534.60 $ 93.69 $ 456,926.13 $ 456,926.13 $ 93.69 $ $ 138.96 $ $ 277.82 $ $ 873.75 $ $ 1,129.35 $ $ 1,395.15 $ $ 2,300.40 $ 4,684.50 14,034.96 26,948.54 43,687.50 21,457.65 5,580.60 6,901.20 123,294.95 $ 277.82 $ $ 138.96 $ $ 873.75 $ $ 1,129.35 $ $ 1,395.15 $ $ 2,300.40 $ 3,889.48 2,640.24 7,863.75 1,129.35 1,395.15 2,300.40 19,218.37 $ 103.09 $ 502,769.93 $ 41.29 $ 20,645.00 $ 523,414.93 $ 97.96 $ 4,898.00 $ 156.16 $ 15,772.16 $ 340.29 $ 33,008.13 $ 1,142.66 $ 57,133.00 $ 1,476.66 $ 28,056.54 $ 2,184.47 $ 8,737.88 $ 3,874.49 $ 11,623.47 $ 159,229.18 $ 278.29 $ $ 156.11 $ $ 1,142.66 $ $ 1,476.66 $ $ 2,184.47 $ $ 3,874.49 $ 3,896.06 2,966.09 10,283.94 1,476.66 2,184.47 3,874.49 24,681 .71 $ 103.05 $ $ 41.83 $ $ 103.05 $ $ 166.68 $ $ 345.17 $ $ 1,084.45 $ $ 1,742.50 $ $ 2,437.27 $ $ 4,081.82 $ $ 345.17 $ $ 166.68 $ $ 1,084.45 $ $ 1,742.50 $ $ 2,437.27 $ $ 4,081.82 $ 502,574.85 20,915.00 523,489.85 5,152.50 16,834.68 33,481.49 54,222.50 33,107.50 9,749.08 12,245.46 164,793.21 4,832.38 3,166.92 9,760.05 1,742.50 2,437.27 4,081.82 26,020.94 $ 97.96 $ 19,396.08 1 $ 139.79 $ 27,678.42 $ 97.96 $ 489.80 $ 139.79 $ 698.95 BT -1 No. Item Units 18 Salvage ex. 1" Commercial Meter EA 19 $ 6,380.41 $ 12,760.82 $ 3,812.43 $ Salvage existing 1 -1/2" Commercial Meter EA 20 Salvage existing 2" Commercial Meter EA 21 Salvage existing 3" Commercial Meter EA CO Total Part 4 - Salvage Existing Meters Q t y Unit Price Total Part 5 - Meter Interface System Unit Price 22 Radio -Read Meter Interface System EA resonable retraining will be provided Total Part 5 - Meter Interface System Total Part 6 - Data Acquisition System $ 23 Hand -held, radio -read data acquisition 1,158.85 $ and display units with accessories EA 24 Lap top, radio -read data acquisition and $ 209.28 $ display units with accessories EA $ Total Part 6 - Data Acquisition System $ 1,740.50 Part 7 - Service Contract $ - 25 Two (2) year service contract for all 1,391.45 $ 446.35 System Components LS 2 Total Part 7 - Service Contract 1,538.40 $ Part 8 - Software $ 26 $ 497.75 $ 995.50 Integration Software, training, and two (2) $ 1,172.26 year service contract for hand held radio - $ 2,088.81 read and lap top radio -read systems LS Software description: Training description: Terms of service contract: Total Part 8 - Software $ 90.53 $ 494,746.45 I $ 131.00 $ 715,915.00 ( $ 61.77 $ 337,573.05 ( $ 70.00 $ $ 494,746.45 $ 715,915.00 $ 337,573.05 $ 2 $ - $ - $ 5,261.90 $ 10,523.80 $ 6,380.41 $ 12,760.82 $ 3,812.43 $ 1 $ 35,082.36 $ 35,082.36 SCHLUMBERGER RESOURCE 22,000.00 HYDRO SUPPLY CO. US FILTER CORPORATION DAVIES WATER EQUIP. CO MANAGEMENT SERVICES, INC. Q t y Unit Price Total 46,238.50 Unit Price Total Unit Price Total resonable retraining will be provided Unit Price Total 7 $ 165.55 $ 1,158.85 $ $ $ 156.16 $ 1,093.12 $ 209.28 $ 1,464.96 5 $ 348.10 $ 1,740.50 $ $ - $ 278.29 $ 1,391.45 $ 446.35 $ 2,231.75 2 $ 1,538.40 $ 3,076.80 $ $ - $ 497.75 $ 995.50 $ 586.13 $ 1,172.26 2 $ 2,088.81 $ 4,177.62 $ - $ $ 653.87 $ 1,307.74 $ 1,217.29 $ 2,434.58 $ 31,858.53 $ $ 24,673.69 $ 35,680.92 $ 90.53 $ 494,746.45 I $ 131.00 $ 715,915.00 ( $ 61.77 $ 337,573.05 ( $ 70.00 $ $ 494,746.45 $ 715,915.00 $ 337,573.05 $ 2 $ - $ - $ 5,261.90 $ 10,523.80 $ 6,380.41 $ 12,760.82 $ 3,812.43 $ 1 $ 35,082.36 $ 35,082.36 $ 22,000.00 $ 22,000.00 $ 33,477.68 $ 33,477.68 $ 60,000.00 $ $ 35,082.36 $ 32,523.80 $ 46,238.50 $ 1 $ 8,000.00 $ 8,000.00 $ $ 8,000.00 - $ I $ 5,900.00 $ 5,900.00 I $ 1,726.10 $ $ $ 5,900.00 $ 382,550.00 382,550.00 7,624.85 60,000.00 67,624.85 1,726.10 1,726.10 1 $ 4,000.00 $ 4,000.00 $ - $ 16,449.00 $ 16,449.00 $ 5,190.00 $ 5,190.00 Badger "Connect" route management software. Please see MVRS Windows meter reading section #9 of our proposal for a Price included in Part (6). See software and DC Link Mobile Data detailed description of this software Questionaire Pac Software. EZ Route Software 3 days w/ software Refer to section 7 of proposal resonable retraining will be provided 3 days on -site training with city at no charge See Questionaire personnel 2 years service contract 2 year hardware/ 2 years service contract Refer to section 8 of proposal w /software software Ca no charge with software uoorade included $ 4,000.00 $ - $ 16,449.00 ( $ 5,190.00 BT -2 No. Item Part 9 - Hardware 27 Integration Hardware, with five (5) year warranty, and two (2) year service contract for hand held radio -read and lap top radio -read systems Hardware Description: Terms of Service Contract: SCHLUMBERGER RESOURCE HYDRO SUPPLY CO. US FILTER CORPORATION DAVIES WATER EQUIP. CO MANAGEMENT SERVICES, INC. Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total LS 1 $ 5,325.00 $ 5,325.00 $ - 100 MHz Pentium, 16 MB Ram, 2 GB Hard Drive, Quad Speed CD Rom, 14.4K Baud Modum, 1.44 MB Disk Drive, PC wl15" Color Monitor & Not Applicable- Current System Laser Printer, Windows 98 operating already supporting Sensus system Autoread Software Total Part 9 - Hardware Total Part 1 - Residential Meter and Register Replacement Total Part 2- Commercial Meter and Register Replacement Total Part 3 - Deduct/Water Only Meters Total Part 4 - Salvage existing meters Total Part 5 - Meter Interface System Total Part 6 - Data Acquisition System Total Part 7 - Service Contract Total Part 8 - Software Total Part 9 - Hardware Total Base Bid Contractor Name and Address: Addenda Acknowledged: Phone: Fax Signed By: Title: Bid Security: None Given Computer equipment not identified. ears SCHLUMBERGER RESOURCE 4124 83RD AVE. N. MANAGEMENT SERVICES, INC None Given Refer to section 8 of ro osal $ 5,325.00 $ - $ 5,000.00 $ - $ 540,133.84 $ 456,926.13 $ 523,414.93 $ 523,489.85 $ 197,265.70 $ 123,294.95 $ 159,229.18 $ 164,793.21 $ 31,125.40 $ 19,218.37 $ 24,681.71 $ 26,020.94 $ 31,858.53 $ - $ 24,673.69 $ 35,680.92 $ 494,746.45 $ 715,915.00 $ 337,573.05 $ 382,550.00 $ 35,082.36 $ 32,523.80 $ 46,238.50 $ 67,624.85 $ 8,000.00 $ - $ 5,900.00 $ 1,726.10 $ 4,000.00 $ - $ 16,449.00 $ 5,190.00 $ 5,325.00 $ - $ 5,000.00 $ - $ 1,347,537.28 $ 1,347,878.25 $ 1,143,160.06 $ 1,207,075.87 HYDRO SUPPLY CO US FILTER CORPORATION 12245 NICOLLET AVE. S. 15801 W. 78TH STREET BURNSVILLE, MN 55337 -1650 EDEN PRAIRIE, MN 55344 612 - 890 -3811 612- 890 -8418 DAVID S. SCHEERER PRESIDENT/GEN. MNGR 1,2,3 612- 937 -9666 612- 937 -8065 HARRY K. HORNISH, JR PRESIDENT & C.O. BID BOND 1,2,3 DAVIES WATER EQUIPMENT SCHLUMBERGER RESOURCE 4124 83RD AVE. N. MANAGEMENT SERVICES, INC BROOKLYN PARK, MN 55443 5430 METRIC PLACE NORCOSS, GA 30092 612 - 560 -5200 770- 446 -1991 612 - 560 -1799 770 - 447 -1728 TODD PHILLIPS HOLLY L. LEISHMAN SALES REP. CONTROLLER BID BOND 1,2,3 1 (Info from 2 & 3 included in proposal) BT -3 No. Item Units Qty Additional Proposal Information 1. Local Office SCHLUMBERGER RESOURCE US FILTER CORPORATION DAVIES WATER EQUIP. CO I MANAGEMENT SERVICES, INC. Unit Price Total Unit Price Total Unit Price Total a. Location Burnsville Eden Prairie b. Contacts David Scherer 890 -3811 Todd Bredes 597 -8519 Ed Wiegert 597 -8520 c. Years in automated meter reading 10 9 d. Total Systems installed with proposed materials 10 38 in MN e. Subcontractors Utiliman Meter & AMR None Installation 2. Product Information a. Product Capabilities - Interface to Mapping Softwar - Absolute true encoder registe for accurate meter reading - - Extended meter reading rang - - Battery life notification - Direct customer information - - Leak indication - - Tamper notification - - Demand management - - Database capabilities - - Centrailized, fixed base - Centrailized, fixed base reading possible in future reading possible in future b. Existing Interface with LOGIS YES YES 3. Meter, Register, & Remote Transponder a. Tamper resistant YES YES b. Equipment life Equip. life - 20yrs Equip. life - 20yrs Battery Life - 10 yrs Battery Life - 8 to 10 yrs c. Unique wake up signal Unique Common or unique d. Warranty RTR - 5yrs Registers - 10yrs Electronics - 1 year Bronze main case - 25 yrs Chamber - 5 to 15yrs Electronics - 1 year e. Reading Range Portable - 100 feet Handheld - 1/2 to 1 block Drive by - 300 feet I. Local customer /equipment service On site service from Burnsville On site service - no charge 4. Hand -held Radio Frequency and Route Management a. Software Connect Autoread 99 b. Hi /Low edit check YES YES c. Identify meter rollovers YES, 24 -mnth history YES, more efficient with billing software d. Multiple Register readings NO YES, up to 16 per meter e. Loaner availability Handhelds and mobiles Available at no cost available I. Support persons available 3 persons in Burnsville 3 persons in the West Metro 2 to 10yrs experience area - 8 to 19 yrs experience HYDRO SUPPLY CO. , rice Total Brooklyn Park Todd Phillips 850 -4041 10 10 RMR Meter & ERT Installation - Tamper notification NO YES Remote Transponder 20yrs Battery Life - 10 yrs Unique not stated Varies by meter and gallonage Up to 10 yrs. Handheld - 200 to 500 feet Mobile - up to 1/2 mile Toll free number MV -RS YES NO NO Handheld available during repairs Dan Wilson in Minneapolis 2yrs experience Norcross, Georgia Ileana MuresE (770) 368 -3421 12 Several None - Direct customer information - Leak indication - Tamper notification Responsibility of Utility Billing Programmer Equip. life - 10 to 15yrs Battery Life - 5 yrs Unique not stated Varies by meter and gallonage Up to 10 yrs. Not stated On site service negotiable EZ Route YES NO YES - reads as additional meters Not available Support person not identified Support in Georgia BT -4 No. Item Units Qty HYDRO SUPPLY CO. Unit Price Total US FILTER CORPORATION Unit Price Total DAVIES WATER EQUIP. CO Unit Price Total SCHLUMBERGER RESOURCE MANAGEMENT SERVICES, INC. Unit Price Total 5. Maintenance and Support Local Assistance/Toll Free # Local Assistance/Toll Free # Toll Free # Toll Free # 6. Installation Services Work with City to set schedule Install project in less than Install project in 9 to 15 Install project in less than one year months one year 7. References Edina Robbinsdale References submitted after National References Golden Valley Milaca bid opening Minneapolis Arden Hills Lakeville Eden Prairie Cottage Grove Holmen, WI Savage Edina Champlin Farmington Moundsview Woodbury Minneapolis OTHER ITEMS a. Cost - Saving Items Share data acquistion system Use existing handheld - with Joint Water Commission Save $5,261.90 Save $23,388.24 Use approximately 60 fewer - - radio -read interfaces Save $7,860 (60 x $131) This bid tab has been revised from the original version issued after the bid opening. Revisions include: a. References were added for Davies Water Equipment and Schlumberger b. Information under Other Items was revised BT -5 ECTIVIT +� �t1 Y'1�t �Yd �. 1't �lig 11 � sn.uM n.�h1l �, �. s • � Au RoR A, i READ - mTH TRACEO P1 R 1 E . - With the 14,000 -foot peaks of the Rocky Mountains only 50 miles to the west, the `cuter department in Aurora, Colorado, historically has designed its system to ensure service in the worst of winter storms. This includes installing meter pits with two lids designed to provide a layer of dead air space to prevent the meters from freezing. The outer lid is tightened down with a large I ( /,- inch pentagon nut. Although offering protection, the pit system has presented problems in meter reading. The initial challenge is to find the pits fol- Iowing heavy snows. Another is having to pay off the outer lid in major freezes. The pit arrangement has also resulted in readers sustaining a variety of injuries — back, slips and falls, and carpal tunnel prob- lems related to loosening and tightening the large outer lid nut. In one 18 -month period, 51 claims were filed Meter reading in Aurora (pop. 265,000) traditionally had been a time- consuming process and with manual techniques workers were only able to read 300 meters a day. To cover all 62,000 accounts on a monthly basis, the city employed 15 full -time readers, explained Dan rvlikesell, utilities Supervisor. To find a solution to the reading dilemma, the city began to examine various Automated Meter Reading (AMR) options. This led to setting up a test site in 1992 to analyze Badger's TRACE' system, an evalu- ation that lasted about two years. Following successful com- pletion of the test, the city in 1995 proceeded to con- vert to the TRACE sys- tem. The changeout was to be done in five phases with 11,000 to 12,000 meters completed per phase. As of May 1999, over 40,400 or 68 percent of Aurora's meters had been con- verted. The changeout is expected to be completed by the end of the year 2000. Rr,kDIN, G COSTS I,ESS 'THAN NINE CENTS Has TRACE made life easier for the utility? "Absolutely," said Mikesell. "Two people using Badger's hand -held PI (Portable Interrogator) can now read 3000 meters in six hours. One person drives and the other operates the PI, which involves monitoring an LCD screen and pushing the interrogate button as each new address appears on the screen. With manual reading, in the same six -hour time frame, it required about 10 people to read 3,000 meters." (Continued on page 2.) Left to right. Dan Mikese,l and Toby Ruff with the TRACE' MMI 1 0 . GORDON L.JENSEN* WILLIAM G. SWANSON STEVEN A.SONDRALL MARTIN P. MALECHA C. ALDEN PEARSONt DEAN A.TRONGARDt JULIE A. THILL OF COUNSEL LORENS Q.BRYNESTAD *Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral Attorneys At Law 8525 EDINBROOK CROSSING, S TE. 201 BROOKLYN PARK, MINNESOTA 55443 -1999 TELEPHONE (612) 424 -8811 • TELEFAx (612) 493 -5193 E - MAIL jsse?jsspaxom August 26, 1999 Valerie Leone City of New Hope 4401 Xylon Avenue North New Hope, MN 55428 RE: Replacement of Cold Water Meters & Installation of Radio Reading Devices City Project No. 622 Our File No. 99.11236 Dear Valerie: Enclosed please find five copies of the contract and bonds for the above - referenced project, as well as the originals of the insurance certificates. There are four insurance certificates: Two for the usual insurance, stapled to each other (both are necessary because the second covers renewals of some policies which are about to expire); and two for an Installation Floater policy (again, the second of the pair is for a renewal). All are in order from a legal standpoint. Be sure to call me if you have any questions. Sincerely, NV�"t-&' Martin P. Malecha Assistant City Attorney cc: Daniel J. Donahue, City Manager Kirk McDonald, Director of Community Development Guy Johnson, Director of Public Works Tom Schuster, Contract Manager Mark Hanson, City Engineer Steven A. Sondrall, City Attorney 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 September 10, 1999 Hydro Supply Company 12245 Nicollet Ave. S. Burnsville, MN 55337 City Hall: 612- 531 -5100 Police: 612 - 531 -5170 Public Works: 612 - 533 -4823 TDD: 612- 531 -5109 SUBJECT: WATER METER REPLACEMENT - PROJECT NO. 622 City Hall Fax: 612- 531 -5136 Police Fax: 612 -531 -5174 Public Works Fax: 612- 533 -7650 Fire Dep't. Fax. 612 -531 -5175 Enclosed are two fully executed copies of the contract documents for New Hope Project No. 622. One copy is for your records and the second copy should be transmitted to your bonding company. This contract was awarded by the New Hope City Council on August 9, 1999, for $ 1,347,537.28. Also enclosed is a "Withholding Affidavit for Contractors" (IC -134 form). We cannot make final payment to contractors until this is approved by the Minnesota Department of Revenue and submitted to our office (Minnesota Statute 290.97). The form contains instructions for completion. Sincerely, Valerie Leone City Clerk, CMC enc. cc: Steve Sondrall, City Attorney (file no. 99.1 1236) Mark Hanson, City Engineer (file no. 34 -98 -221) Guy Johnson, Director of Public Works Family Styled City lwl� N For Family Living SECTION 00001 UM PREPARED BY: Bonestroi-, Rosene, Anderlik and Associates, Inc. 2335 West Highway 36 St. Paul, NIN 55113 (651) 636-4600 34-98-2 �0 1999 BGnc�;troo, Andeflik & Aa -c ; .. I r PROJECTTITLE PAGE SECTION 00010 NEW HOPE, MINNESOTA FILE NO. 34-98-221 En Section Title Introductory Information 00001, Project Title Page 00005, Professional Certifications 00010. Table of Contents 00100. Advertisement for Bids 00200. Instruction to Bidders 00250, Pre-Bid Meeting 00410. Proposal Form 00415. Additional Proposal Form Information 1 3 01110. Summary of Work 01310, Coordination 01330. Submittals 01750. Starting and Adjusting 01770. Warranties Division II —Equipment 11685. integration Hardware 11686. Integration Software 34-98-221 ( 1999 Bonestroo, Rosene, Anderlik As Inc. TABLE OF CONTENTS 13425. Encoder Type Remote Registration Systems for Cold-Water Meters 15125. Cold Water Meters Supplemental Conditions of the Contract Conditions of the Contract 34-98-221 Co 1999 Bonestrou, Rosene, Anderlik & As Inc. 00010-2 TABLE OF CONTENTS SECTION 00005 PROFESSIONAL CERTIFICATIONS I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Minnesota. Vincent T. Vander Top, P.E. Date: - MU 20, 1999 Reg. No. 25770 34-98-221 , 0 1999 Bonestroo, Riosfme, Anderlik & 000011-1-1 PROFESSIONAL CERTIFICATIONS Sealed bids will be received by the City ol'New Hope, Minnesota in the City Hall at 4401 Xylon Avenue until 11:00 A.M., C.S.T., on Thursday, June 3, 1.999, at which time they will be publicly opened and read aloud for the furnishing of all labor and materials for an AUTOMATED WATER METER READING SYSTEM. Proposals are being requested for the following major items: Replacement of Cold Water Meters and Installation of Radio Reading Devices, Proiect No.622 5/8" to 6" Meter and Register Replacement Large Meter Evaluation Services Integration Software and Hardware Radio-Read, Hand-Held Water Meter Reading System A Pre-Bid Meeting will be held in Public Works at 5500 International Parkway, New Hope, Minnesota, Tuesday, May 20, 1999 at 1:30 PM. Proposers will be invited to look at the present system, review current reports and talk to existing users. This will be the only opportunity for any proposer to visit the Water System or question City Staff. At the conclusion of the Pre-Bid meeting, all proposers attending will be sent a copy of all questions with respective answers. Specifications, proposal forms and contract documents may be seen at the office of the City Clerk, New Hope Minnesota, and at the office of Bonestroo, Rosene, Anderlik & Associates, Inc., Consulting Engineers, 2335 W. Trunk Highway 36, St. Paul, NIN 55113, (651) 636-4600. Each bid shall be accompanied by a bidder's bond naming thl City of New Hope as obligee, certified check payable to the Clerk of the City of New Hope or a cash deposit equal to at least five percent (5%) of the amount of the bid, which shall be forfeited to the City in the event that the bidder fails to enter into a contract. The City Council reserves the right to retain the deposits of the three lowest bidders for a period not to exceed 60 days after the date and time set for the opening of bids. No bids may be withdrawn for a period of sixty (60) days after the date and time set for the opening of bids. Payment for the work will be by cash or check. Contractors desiring a copy of the plans and specifications and proposal forms may obtain them from the office of Bonestroo, Rosene, Anderlik & Associates, Inc., upon payment of a non-refundable fee of $25.00. See "Information to Bidders" for plan/specification fee policy. The City Council reserves the right to reject any and all bids, to waive irregularities and informalities therein and further reserves the right to award the contract to the best interests of the City. The award may not necessarily be made on price alone, but rather on a combination of price, quality, reputation, and demonstrated a".3ility. D, del Doi-, i ?"i ue, Manager City of New Hope, Minnesota 34221ad Advertixmcnt for Bids 1. BID PROP05AL: Each planholder has been furnished aspecification, plan set and one e proposal. Bids shall be submitted on the separate Proposal Form designated "131D Cop) Th Proposal containing the bid shall be submitted sealed envelope. an Plans and specirications shall only be available on a non per plan basis, with all contractors and vendors being charged th same. Planholders nlay Obtain more than one set of plans and specifications for the stipulated amoun h owever, all are non-refundable. 2) The amount for the bid package will be s t m Vl , � -,I ti Ad vertisement for Bidl 4. BIDTABUI A'vy' Planholders submitting a bid vvill be, m ed a Bid Tabulation. PlanhoWers not submitting a bid MaY purchase a cOPY Of the Bid TabulatiOn for Five Dollars ($5.00). V 1998 AfIdelU Bonestroo Rosene Anderlik & Associates Engineers & Architects lydro Supply Co Total Base Bid: $1,347,537.2 2245 Nicollet Ave S Telephone No. (612) 890 -381 Iurnsville, MN 55337 Fax No. (612) 890 -841 PROPOSAL REPLACEMENT OF COLD WATER METERS AND INSTALLATION OF RADIO READING DEVICES CITY PROJECT NO. 622 BRA'S PROJECT # 34 -98 -221 NEW HOPE, MINNESOTA 1999 Opening Time: 11:00 A.M., C.D.S.T. Opening Date: Thursday, June 17, 1999 Honorable Mayor and City Council City of New Hope 4401 Xylon Avenue N New Hope, Minnesota 55428 Dear Council Members: The undersigned, being familiar with your local conditions, having made the field inspection and investigations deemed necessary, having studied the drawings and specifications for the work including Addenda Nos. 1 2, 3 and being familiar with all factors and other conditions affecting the work and cost thereof, hereby proposes to furnish all labor, tools, materials, skills, equipment, and all else necessary to completely construct the project in accordance with the drawings and specifications on file with you and Bonestroo, Rosene, Anderlik & Associates, Inc., 2335 West Highway 36, St Paul, Minnesota 55113, as follows: No. Material Units Qty Unit Price Total Part 1 - Residential Meter and Register Replacement 1 5/8" x 3/4" displacement Residential Water Meter and Register EA 4877 $106.92 $521,448.84 2 5/8" x 3/4" displacement Residential Water Meter and Registerw /valve EA 500 $37.37 $18,685.00 Total Part 1 - Residential Meter and Register Replacement $540,133.84 Part 2 - Commercial Meter and Register Replacement 3 5/8" x 3/4' ` displacement Commercial Water Meter and Register EA 50 $106.92 $5,346.00 4 1" displacement Commercial Water Meter and Register EA 101 $165.55 $16,720.55 5 1 -1/2" displacement Commercial Water Meter and Register EA 97 $348.10 $33,765.70 6 2" Compound Commercial Water Meter and Register EA 50 $1,538.40 $76,920.00 contract Page 1 No. Material Units Qty Unit Price Total 7 3" Compound Commercial Water Meter and Register EA 19 $2,088.81 $39,687.39 8 4" Compound Commercial Water Meter and Register EA 4 $3,309.64 $13,238.56 9 6" Compound Commercial Water Meter and Register EA 3 $3,862.50 $11,587.50 Total Part 2 - Commercial Meter and Register $197,265.70 Replacement Part 3 - Deduct/Water Only Meters 10 1 -1/2" displacement Water Meter and Register EA 14 $348.10 $4,873.40 11 1" displacement Water Meter and Register EA 19 $165.55 $3,145.45 12 2" Compound Meter and Register EA 9 $1,538.40 $13,845.60 13 3" Compound Meter and Register EA 1 $2,088.81 $2;088.81 14 4" Compound Meter and Register EA 1 $3,309.64 $3,309.64 15 6" Compound Meter and Register EA 1 $3,862.50 $3,862.50 Total Part 3 - Deduct/Water Only Meters $31,125.40 Part 4 - Salvage Existing Meters 16 Salvage existing 5/8" x 3/4" Residential Meter EA 198 $106.92 $21,170.16 17 Salvage existing 5/8" x 3/4" Commercial Meter EA 5 $106.92 $534.60 18 Salvage existing 1" Commercial Meter EA 7 $165.55 $1,158.85 19 Salvage existing 1 -1/2" Commercial Meter EA 5 $348.10 $1,740.50 20 Salvage existing 2" Commercial Meter EA 2 $1,538.40 $3,076.80 21 Salvage existing 3" Commercial Meter EA 2 $2,088.81 $4,177.62 Total Part 4 - Salvage Existing Meters $31,858.53 Part 5 - Meter Interface System 22 Radio -Read Meter Interface System EA 5465 $90.53 $494,746.45 Total Part 5 - Meter Interface System $494,746.45 Part 6 - Data Aquisition System 23 Hand -held, radio -read data acquisition and display units with accessories EA 2 $0.00 $0.00 24 Lap top, radio -read data acquisition and display units with accessories EA 1 $35,082.36 $35,082.36 Total Part 6 - Data Aquisition System $35,082.36 Part 7 - Service Contract 25 Two (2) year service contract for all System Components LS 1 $8,000.00 $8,000.00 Total Part 7 - Service Contract $8,000.00 Part 8 - Software 26 Integration Software, training, and two (2) year service contract for hand held radio -read and lap top radio -read systems LS 1 $4,000.00 $4,000.00 Total Part 8 - Software $4,000.00 Part 9 - Hardware 27 Integration Hardware, with five (5) year warranty, and two (2) year service contract for hand held radio -read and lap top radio -read systems LS 1 $5,325.00 $5,325.00 Total Part 9 - Hardware $5,325.00 contract Page 2 No. Material Total Part 1 - Residential Meter and Register Replacement Total Part 2 - Commercial Meter and Register Replacement Total Part 3 - Deduct/Water Only Meters Total Part 4 - Salvage Existing Meters Total Part 5 - Meter Interface System Total Part 6 - Data Aquisition System Total Part 7 - Service Contract Total Part 8 - Software Total Part 9 - Hardware Base Bid Total Units Qty Unit Price Total $540,133.84 $197,265.70 $31,125.40 $31,858.53 $494,746.45 $35,082.36 $8,000.00 $4000.00 $5,325.00 $1,347,537.28 contract Page 3 The final amount of the contract shall be determined by multiplying the final measured quantities of the various items actually constructed and installed by the unit prices therefor, in the manner prescribed in the specifications. However, the low bidder shall be determined by adding the sums resulting from multiplying the quantities stated by the unit prices bid therefor. Accompanying this bid is a bidder's bond, certified check or cash deposit in the amount of $ 72,313.00 , which is at least five percent (5 %) of the amount of my /our bid made payable to the Owner, and the same is subject to forfeiture in the event of default on the part of the undersigned or failure on the part of the undersigned to execute the prescribed contract and bond within fifteen (15) days after its submittal to me /us. In submitting this bid, it is understood that the Owner retains the right to reject any and all bids and to waive irregularities and informalities therein and to award the contract to the best interests of the Owner. In submitting this bid, it is understood that payment will be by cash or check. It is understood that bids may not be withdrawn for a period of 45 days after the date and time set for the opening of bids. It is understood that the Owner reserves the right to retain the certified check or bond of the three lowest bidders as determined by the Owner for a period not to exceed 45 days after the date set for the opening of bids. Respectfully submitted, (A Corporation) Hydro Supply Company No Corporate Seal. Name (An Individual) (A Partnership) David 5. 5cheerer Signer President /General Manager Title David S. Scheerer Printed Name of Signer contract SECTION 00200 1HIMM KIRSK031 I . Defined Terms. A. Terms used in these Instructions to Bidders, which are defined in the Standard General Conditions of the Construction Contract, have the meanings assigned to them in the General Conditions. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents. A. Complete sets of the Bidding Documents shall only be available on a non-refundable per plan basis, with all contractors and vendors being charged the same. Planholders may obtain more than one set of plans and specifications for the stipulated amount; however, all are non-refundable. B. Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. C. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3. Qualifications of Bidders. A. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days of Owner's request written evidence of financial data, previous experience and evidence of authority to conduct business in the jurisdiction where this Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the State where the Project is located or covenant to obtain such qualification prior to award of the contract. 4. Examination of Contract Documents and Site. A. Before submitting a Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize him/herself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize him/ herself with Fcdeial, State and Local Laws, ordinances, rules and regulations that irtay in any mariner affect cost, pro -s or r 1 formanee of the Work; and (d) study and carefully correlate Bidder's observations with the Contract Documents. 34-9,9-221 00200-1 Q 1999 Bone""troc. Rol-ene, Andeflik & Inc. INSTRUCTIONS TO BIDDERS E. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he/she has complied with every requirement of the Contract Documents and the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. 5, Interpretations. A. All questions about the meaning or intent of the Contract Documents shall be submitted to Engineer in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by Engineer and having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6. Bid Security. A. Bid Security shall be made payable to Owner, in an amount of five percent of the Bidder's maximum Bid price and in the form of cash, a certified or bank check, or a Bid Bond issued by a Surety meeting the requirements in the General Conditions, B. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the "effective date of the Agreement" (which term is defined in the General Conditions) by Owner to Contractor and the required Contract Security is furnished or the sixty-first day after the Bid Opening. Bid Security of other Bidders will be returned within seven days of the Bid Opening. 7. Contract Time, A. The date by which, the Work is to be completed (the Contract Time) is set forth in the Specifications and will be included in the Agreement. 8. Liquidated Damages. A. Provisions for liquidated damages are as stated in the Specifications and will be set forth in the Agreement. 34-98-221 00200-2 Ca 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. INSTRUCTIONS TO BIDDERS 9. Substitute Material and Equipment. A. The Contract, if awarded, will be on the basis of material and equipment described in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective day of the Agreement". 10. Subcontractors, etc. A. If the Supplementary Conditions require the identity of certain Subcontractors and other persons and organizations to be submitted to Owner in advance of the Notice of Award, the apparent Successful Bidder, and any other Bidder so requested, will within seven days after the day of the Bid Opening submit to Owner a list of all Subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the Work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by Owner. If Owner or Engineer after due investigation has reasonable objection to any proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent Successful Bidder declines to make any such substitution, the contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. B. In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus a Fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owner's written consent. C. No Contractor shall be required to employ any Sub-contractor, other person or organization against whom he/she has reasonable objection. A. The Bid Form is attached hereto; additional copies may be obtained from Engineer. B. Bid Forms must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in numerals. 34-98-221 00200-3 9-)9 Boncstrf-,% Rost-ne, ArAcrfik & Asso, Inc. INSTRUCTIONS TO BIDDERS C Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. D. Bids by partnerships must be executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. E. All names must be typed or printed below the signature. F. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form). G. The address to which communications regarding the Bid are to be directed must be shown. 12. Submission of Bids. A. Bids shall be submitted at the time and place indicated in the Advertisement for Bids and shall be included in an opaque scaled envelope, marked with the project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. B. Section 00420 — Additional Proposal Form information shall be submitted with the Bid. 13. Modification and Withdrawal of Bids. A. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. B. If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his/her Bid, that Bidder may withdraw his/her Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work. 34-98-221 00200-4 (c) 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. INSTRUCTIONS TO BIDDERS 14, Opening of Bids. A. Bids will be opened publicly. B. When Bids are opened publicly, they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids, 15. Bids to Remain Open, A. All Bids shall remain open for sixty (60) days after the day of the Bid opening, but Owner may, in his/her sole discretion, release any Bid and return the Bid. Security prior to that date. 16. Award of Contract. A. Owner reserves the right to reject any and all bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all non-conforming, non-responsive or conditional Bids. Discrepancies between the product of unit quantity, times unit cost versus item cost shall be resolved in favor of the product of quantity times unit cost. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct SUM. B. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form but Owner may accept them in any order or combination. C. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to famish the principal items of material and equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as provided in the Supplementary Conditions. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner. D. Owner may conduct such investigations as he/she deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 34-98-221 00200-5 @ 1999 Bonestroo, Rosene, Andtriik & Associates, Inc. INSTRUCTIONS TO BIDDERS E. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. F. If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of the Project. G. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within thirty (30) days after the day of the Bid opening. H. Proposer is aware that the City may award any and all combinations of proposal components (or schedules) and that any and all components (or schedules) can be deleted from the proposal at the time the contract is awarded, and that no adjustment of unit prices shall be allowed due to variation in quantities or due to the deletion or addition of proposal components. The total contract amount will be established using only the proposal prices from those components, which are accepted and awarded by the City. 17. Performance and Other Bonds. A. The General Conditions set forth Owner's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to Owner, it shall be accompanied by the required Contract Security. 18. Signing of Agreement. A. When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the least three unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and C) deliver at least three counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten days thereafter, Owner will deliver a completed and signed counterpart to Contractor. B. Engineer will identify those portions of the Contract Documents not fully signed by Owner and/or Contractor, and such identification shall be binding on all parties. END OF SECTION 34-99-221 00200-6 (c-�, 1999 Bonestroo, Roqenc, Anderiik & Associates, Inc. INSTRUCTIONS TO BIDDERS SECTION 00250 A pre-bid meeting, for prospective BIDDERS, will be held on Tuesday, May 20, 1999 at 1:30 PM, in Public Works at 5500 International Parkway, New Hope, Minnesota. Purpose of the meeting will be to answer questions regarding the project, look at the present system, review current reports, to talk to existing users, and to insure that all BIDDERS have the same information available to them. At the conclusion of the Pre-Bid meeting, all Proposers attending will be sent a copy of all questions with respective answers. 34-98-221 1999 Bonestro,:,, Anderlik & A , �­'otcs, 'Pc. PRE-13113 MEETING SECTION 00420 ADDITIONAL PROPOSAL FORM INFORMATION 1. Local Office Name: Hydro Supply Co. Address: 12245 Nicollet Avenue South City, State, Zip: Burnsville, MN 55337 -1650 Telephone: (612) 890 -3811 Contact Person & Phone: David S. Scheerer (612) 890 -3811 Number of employees nationally: 6 Number of employees at local office: 6 Number of years in business: 10 years Number of years in automated meter reading business: Hydro Supply Co. —10 years Utiliman — 6 years Badger Meter Inc. — 30 years Total systems installed with proposed meters: Hydro Supply Co. - 400 Badger Meter Inca- 10,000+ Total systems installed with the proposed communication media and AMR Modules (i.e. meter interface unit): Hydro Supply Co. - 10 Badger Meter Inc. - 300 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -1 ADDITIONAL PROPOSAL FORM INFORMATION Is this a joint proposal or are subcontractors being proposed? Subcontractor will be used If so, name of prime contractor: Hydro Supply Co. 1.1 Key personnel. 1.2 Identify any subcontractors who will be used. Subcontractor's Name Utiliman Segment Meter & AMR Device Installation 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -2 ADDITIONAL PROPOSAL FORM INFORMATION Years with Years in Total Contractor/ Current Years in Name Company Position Field Contact Person David S. Scheerer 10 10 16 Installation Field Representative Steve Mereness 8 8 17 Manufacturer's Representative Jim Plahn 8 8 18 1.2 Identify any subcontractors who will be used. Subcontractor's Name Utiliman Segment Meter & AMR Device Installation 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -2 ADDITIONAL PROPOSAL FORM INFORMATION 2. Products Proposed 2.1 Do you have: If you answer yes to any of the items below, please include some textual information describing your system. Yes No [ ] [X ] Interface to SCADA System? Although the TRACE RF system does not, the meter and encoder can be incorporated into SCADA systems. [ ] [X ] Interface to Mapping Software? The use of our Mini - Mobile Interrogation unit uses Latitude & Longitude information from GPS satellites to determine location of the MMI and aid the system in selecting accounts within range of reading. [X ] [ ] Tamper Notification? [X ] [ ] Direct Customer Information? The RTR has local read capabilities, allowing the customer to monitor their water usage. [X ] [ ] Leak Indicator? TRACE has the ability to register consumption down to the gallon on 5/8 " -1" meters. This allows utilities the ability to investigate possible leaks at a customer's site by reading that site multiple times within a short time. Each RTR register has a local small flow indicator providing the customer with meter usage information. [X ] [ ] Demand Management? CONNECT offers editing choices on the high /low alarm giving the reader more options on setting parameters. [X ] [ ] Special Study Capabilities? Information in the CONNECT software database can be sent to programs like Microsoft EXCEL, Powerpoint, and Access allowing the use of those programs in studying and presenting data on accounts. Others: [ ] [ ] [ ] [ ] 2.2 Does the proposed system meet or exceed all of the City's specifications for: Cold Water Meter, Electronic Encoder -Type YES NO Registers and Radio Transponders "Hand -Held" Radio Frequency Meter YES NO Reading Devices 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -3 ADDITIONAL PROPOSAL FORM INFORMATION Meter Reading Software YES NO Installation YES NO If the answer to any of the above is NO, the deviations from the City's specifications must be detailed in Section 8 . 2.3 List all manuals and other documentation, which will be provided to the City. How many of each will be provided? We will provide any reasonable number of copies requested by the City or the engineer. 2.4 Describe the proposed system. Attach diagrams and brochures. Please refer to Section #3 of our proposal. It includes a complete overview of our system. 2.5 Describe any custom programming and costs associated with programming. If none is required, enter None. None. The Badger Connect software is fully interfaced with LOGIS. 2.6 Describe features of the proposed system which are in addition to those required by the City. Hydro Supply Co. proposes a complete system. Additional features include the fact that many other metro area cities currently use the TRACE system, offering the opportunity for equipment sharing. 34 -98 -221 © 1999 Bonestroo, Rescue, 00415 =4 Anderlik & Associates, Inc. ADDITIONAL PROPOSAL FORM INFORMATION 2.7 Describe features, which are available but are not included as a part of the proposed system. We are submitting a comprehensive proposal, which includes all of the features available from the system manufacturer. 2.8 Describe the proposed system expandability and compatibility with new and developing technology (Both software and hardware): Badger Meter's RTR's digital signal output is designed with future technologies in mind. Northern States Power is in the process of implementing over 1.2 million electric and gas meters into the CELLNET DATAs fixed base network at the present time. Our CELLIink product can today allow you access to have Badger Meter products to be read by that type of reading system. A digital incremental signal, like that of the RTR encoder, provides the highest level of connectivity options for today's technologies as well as the future's. It is a system that takes very low power (battery life) to operate making it the preferred choice of technologies requiring extended life cycles from their AMR choices. Badger Meter's Connect software is in Windows 95/98 format and offers the ability to upgrade as new technologies come online. 2.9 Describe the proposed system compatibility with "competitive" systems components (meters, AMR modules, reading units, processing software, etc.) The Badger model RTR encoder is the ideal encoder for AMR technology. Because of this, virtually all manufacturers of AMR devices are currently interfaced with the RTR. This offers the City unlimited migration paths to future technology. The TRACE radio transponder, like virtually all radio transponders, is a proprietary system. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -5 ADDITIONAL PROPOSAL FORM INFORMATION 3. Meter, Register & Remote Transponder 3.1 Does the remote transponder have a preprogrammed unique identification number that is independent of meter size and type? Yes X No Give a sample of the number. 3264839 3.2 Describe how the register is attached to the meter. A' /4 turn bayonet lock attaches the register. There are no parts of the register assembly in contact with water flow. 3.3 Describe the meter security that prevents or minimizes removal of the register from the meter. All registers have a tamperproof seal screw which requires a special tool to remove the screw. 3.4 What is the reasonable useful life of the meter, electronic encoder, remote transponder, and battery? Meter: 25 -30 years Encoder: 25 -30 years Transponder: 20 years w/ one battery change Battery: 10 years 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -6 ADDITIONAL PROPOSAL FORM INFORMATION 3.5 How many years has the proposed meter been in production? Describe any improvements that have been made to the proposed meter during the last five (5) years. The Badger Recordall series meter has been in production for 27 years. Continual improvements within the manufacturing process assures a state -of- the -art product at all times. Please refer to Section #4 of our proposal for complete details. 3.6 How many years has the proposed register been in production? Describe any improvements that have been made to the proposed register during the last five (5) years. The Badger RTR encoder has become the standard for AMR technology against which all other systems are judged. It has been in production for 5 years. Please see Section #5 of our proposal for complete details. 3.7 Are all register and meter parts interchangeable without re- calibration? Yes X No All register and meter parts for each meter model are interchangeable without recalibrating. If re- calibration is required, describe what needs to be done and if it can be re- calibrated at the meter site? No calibration is required or available for the meter and encoder. However, the radio transmitter can be re- programmed, if necessary. Re- programming is accomplished with the reading handheld. This function is password protected. 3.8 Specify how the transmitter sends the reading to the data collection device. Does the system send a unique wake -up signal to each meter? The interrogator sends a unique wake -up signal to each meter being read. This assures maximum battery life for the remote transmitter as it is not required to power up and transmit every time a meter reading device passes by. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -7 ADDITIONAL PROPOSAL FORM INFORMATION 3.9 Does the transmitter transfer its identification number and the water meter reading to the hand -held computer with each interrogation? Yes X No 3.10 Explain the complete process to enter radio frequency meter readings into the hand -held collector. Be sure to give the reading range for all proposed radio frequency reading devices. Please refer to our complete proposal for a description of every device in the TRACE system and an accurate description of the complete meter reading process. The reading range of the proposed radio devices is: Portable Interrogator: 100 Feet Mini Mobile Drive -By Interrogator: 300 Feet 3.11 Summarize the warranty for the meter, register, and remote device. Attach the full text on the actual warranty. The full text of our warranties is found in Section #10 of our proposal. MATERIALS LENGTH OF WARRANTY COMMENTS Model 25 Meters Housing: 30 years Accuracy: 2,500,000 Gal Best in the Indust RTR Encoder 5 years RT Transponder 1 year Extended Warranty Available Battery 1 year Extended Warranty Available Portable Interrogator (PI) 1 year Extended Warranty Available Software 1 year Extended Warranty Available Mini - Mobile Interrogator 1 year Extended Warranty Available 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -8 ADDITIONAL PROPOSAL FORM INFORMATION 3.12 Describe available service agreements along with their cost. The stated cost must be guaranteed for one year following the expiration of the warranty period. Also, identify the nearest service center. A complete description of the manufacturer's service agreements is contained in Section #11 of our proposal. The costs of extended warranties from the manufacturer are: Connect Software: $ 600.00 /year Portable Interrogator: $ 750.00 /year Mini - Mobile Interrogator: $3,400.00 /year 3.13 Explain the availability of on -site meter support. Hydro Supply Co. has more experience in Radio Frequency meter reading systems than any other Minnesota vendor. Our full -time AMR support staff are located in Burnsville, MN and are available for on -site support on very short notice. Please refer to Section #14 of our proposal for a complete description of our experience. 3.14 Include a complete list of meter parts along with the price of each part. See the Badger Meter Inc. catalog enclosed with our bid. A complete list of parts and parts prices are part of the catalog. 3.15 Is there a local stocking distributor for meters, parts, and support? Yes. Hydro Supply Co. stocks over 3,000 meters in our Burnsville warehouse. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -9 ADDITIONAL PROPOSAL FORM INFORMATION 3.16 Do the proposed services meet or exceed all of the City's specifications for: Training and Installation Yes X No If the answer if NO, the deviations from the City's specifications must be detailed in Section 8. 3.17 Describe the training to be provided to the City. Who provides the training and what are their qualifications? Please see Section #12 of our proposal for a complete description of our training program. We will provide complete and comprehensive training until we are comfortable that all those operating the system are trained. 4. Hand -Held Radio Frequency Reading Device and Route Management Software (Please respond concerning all functions of the hand -held, programming, reading, etc.) 4.1 Describe all computer hardware and peripheral devices that are necessary for the operation of the reading device and software. CPU: CPU Speed: RAM: Operating system: Serial ports, Parallel ports, Bus mouse port: Hard disk drive: Diskette drive: CD ROM drive: Modem: Monitor: Mouse: Communication Cable Pentium 100 MHz 16 MB Windows 95/98 one required of each 500 MB (available space) 1.44 MB quad speed internal 14.4K BAUD internal 15" color VGA Bus type 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -10 ADDITIONAL PROPOSAL FORM INFORMATION 4.2 What is the name of the proposed software and what operating system does it run? We are proposing Badger Meter Inc. Connect software. Connect operates on a 100% IBM compatible computer in a windows 95/98 environment. Please see Section #9 of our proposal for a complete description of Connect. 4.3 What language is the proposed software written in? Visual Basic 4.4 What is the date that the original software was released? 01 / 01 / 1992 4.5 What is the date of the most current released version? 01 / 01 / 1999 How many clients are using the most current version? 109+ 4.6 Does the software perform hi /low edit check? Yes. Connect software gets its high /low parameter information from the billing system. That information can be either loaded as is or edited in Connect. This allows flexibility in the reading system as the user can define different parameters than that of the billing system before loading the reading device. 4.7 Does the software identify meter rollovers? Usually this is a function of the billing software. Connect software maintains a 24 month history of the meter and custom reports can be used to identify those meters which are about to or have rolled over. .i4 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -11 ADDITIONAL PROPOSAL FORM INFORMATION 4.8 Is the software capable of reading multiple registers on a single meter? Yes No X If yes, how many (maximum) can it read? 4.9 Explain the policy for use of a loaner reading device including discussion of cost and identification of the location where the device can be accessed. Hydro Supply Co. currently has (5) five Portable Interrogators available to act as "loaners" should the need arise. There is no cost to the City for reasonable use of "loaner" equipment. In addition, Badger Meter's Northern Region office in Milwaukee, Wisconsin, has "loaner" Mini - Mobile Interrogators available on a next day basis if the need should arise. 4.10 Explain the format of the on -site training sessions including the hours of training provided. We propose a minimum of 3 days of on -site training. The hours of training will be tailored to the City's schedule and needs. See Section #12 of our proposal for complete details of the comprehensive training package that we will provide as part of this project. 4.11 Name support persons who'll be available on an on -going basis. Name Years In Position Office Hours Office Location Paul Frost, AMR Specialist 2 8:00 a.m. — 5:0012.m. Burnsville. MN David Scheerer, General Mgr. 10 8:00 a.m. — 5:00 p.m. Burnsville, MN 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -12 ADDITIONAL PROPOSAL FORM INFORMATION 4.12 Describe the routine management reports that are available using the route management software. Please refer to Section #9 of our proposal for a detailed description of the Connect route management software. 4.13 Detail the warranties for the proposed portable interrogator. What is covered and for how long? Please refer to Section #10 of our proposal for a complete description and copies of all manufacturers' national written warranties. 5. Maintenance and Support Proposed 5.1 Do the proposed services meet or exceed all of the City's specifications for: Maintenance and Support? Yes _X No If the answer is NO, the deviations from the City's specifications must be detailed in Section 8. 5.2 Is there local (less than 1 hour away) assistance for Yes No Meters [X ] [ AMR Modules [X ] [ Communications Media [X ] [ Installation Troubleshooting [X ] [ Software [X ] [ 5.3 Describe the procedure for requesting service during regular business hours (8:00 AM through 5:00 PM, Monday through Friday). Hydro Supply Co. is always the first line of support for service during normal business hours. We carry a complete inventory of meters, encoders, transmitter, and reading devices. Our local AMR support staff can assist with any problems, which may arise. In addition BMl has a toll free "800" AMR Technical Support number available 24 hours per day. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -13 ADDITIONAL PROPOSAL FORM INFORMATION 5.4 If a support person is not available when the initial call is placed, what is the guaranteed call -back response time? A support person will always be available during normal business hours (8:00 a.m. to 5:00 p.m. Monday through Friday). In the rare and unforeseen event that a support person is not available, a 24 hour toll free 800 number is available to contact Badger's AMR support staff. Call back time is 1 hour or less. 5.5 Is all of the equipment and software covered by the proposed maintenance and support agreements? If not, which products are not included? The meter reading handheld portable interrogator, the mini- mobile interrogator, and the Connect software are covered by the proposed maintenance and support agreements. The meters and encoders are covered by the manufacturer's standard product warranties, which exceed the requirements of the proposed maintenance. 5.6 Are proposer's product warranties void if client personnel modify the software? Yes No X Specify if there are any conditions. Any proposed modification must be coordinated with Badger Meter Inc.'s software engineers to insure the integrity of the system. Failure to do so will void software warranties. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -14 ADDITIONAL PROPOSAL FORM INFORMATION 6. Installation Services 6.1 What is the estimated time of installation per meter and transponder? 15 Minutes 6.2 Identify any suggested changes in the installation program that may be advantageous for the City to consider. The City's program appears to be comprehensive and efficient. We have no suggestions or changes at this time. 6.3 Based on the installation phases specified by the City, describe your proposed installation plan. Include an estimated schedule. Our proposal includes a lengthy and detailed installation plan. Please read Section #13 of our proposal which includes this detailed description of our proposed installation plan. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -15 ADDITIONAL PROPOSAL FORM INFORMATION 7. References Give five client references that have been clients for at least one year, preferably utilities. 7.1 Name, title, address, telephone # Product or application (ie: radio, telephone outbound or telephone inbound) 1. Fran Hoffman Public Works Director /City Engineer City Hall 4801 W 50 Street Edina, MN 55424 (612) 927 -8861 Badger TRACE Radio System Installed: 1996 through 1998 Population: 48,645 Total # of Accounts: 15,000 # of Accounts with AMR 13,500 7.2 Estimated System Cost: $2.4 million 7.3 System Installation Phasing (# of years): 3 years. Implementation was one billing cycle per year. Installation was done in the summer months only. 7.4 Installed System Specifics (i.e. meters, AMR modules, computer hardware, computer software, etc.) Hydro Supply Co. installed a complete turnkey system, which included: • Installation of all meters and radio transmitters • Installation of all software • Start -up of all system components including Portable Interrogator and Mini - Mobile Interrogator • Complete operator training 7.5 System maintenance contract details ( #of years, costs, components and service covered): No maintenance contract was required as part of this contract. The City staff has supported the system. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -16 ADDITIONAL PROPOSAL FORM INFORMATION 7. References Give five client references that have been clients for at least one year, preferably utilities. 7.1 Name, title, address, telephone # Product or application (ie: radio, telephone outbound or telephone inbound) 2. Ms. Jeannine Clancy Public Works Director City of Golden Valley 7800 Golden Valley Road Golden Valley, MN 55427 (612) 593 -8000 7.2 Estimated System Cost: $160,000 Badger TRACE Radio System Installed: Installation in Process 19 Population: 20,911 Total # of Accounts: Approx. 7,500 # of Accounts with AMR Approx. 800 7.3 System Installation Phasing (# of years): City Utility personnel are installing TRACE radio read on all commercial and industrial meters in 1998 and 1999. City will contract for installation on residential meters in 2000. 7.4 Installed System Specifics (i.e. meters, AMR modules, computer hardware, computer software, etc.) City staff installed all meters and AMR modules. Hydro Supply Co. staff installed the software. Hydro Supply Co. staff and Badger AMR support personnel provided all system implementation and training. 7.5 System maintenance contract details ( #of years, costs, components and service covered): No maintenance contract was required. Manufacturer's standard warranties apply. The City has purchased the manufacturer's extended warranties on software and reading hardware. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -17 ADDITIONAL PROPOSAL FORM INFORMATION 7. References Give five client references that have been clients for at least one year, preferably utilities. 7.1 Name, title, address, telephone # Product or application (ie: radio, telephone outbound or telephone inbound) 3. Dwayne Stafford Public Works D irector City of Arden Hills 4364 W. Round Lake Road Arden Hills, MN 55112 (651) 633 -5676 7.2 Estimated System Cost: $60,000 Badger TRACE Radio System Installed: Winter 1998 Population: 9,560 Total # of Accounts: Approx. 3,100 # of Accounts with AMR Approx. 300 7.3 System Installation Phasing (# of years): The City's Utility staff upgraded all commercial and industrial meters to radio read in Arden Hills over the winter of 1998. The City will contract for the upgrade for half the residential meters in 1999 and the other half of the residential meters in 2000. 7.4 Installed System Specifics (i.e. meters, AMR modules, computer hardware, computer software, etc.) The City staff installed all meters and AMR modules. Hydro Supply Co. staff installed the software. Hydro Supply Co. staff and Badger Meter AMR support personnel provided all system implementation and training. 7.5 System maintenance contract details ( #of years, costs, components and service covered): No maintenance contract was required. The manufacturer's standard warranties apply. The City has purchased the manufacturer's extended warranties on software and reading hardware. 34 -98 -221 © 1999 Bonestroo, Rosene, 00415 -18 Anderlik & Associates, Inc. ADDITIONAL PROPOSAL FORM INFORMATION 7. References Give five client references that have been clients for at least one year, preferably utilities. 7.1 Name, title, address, telephone # Product or application (ie: radio, telephone outbound or telephone inbound) 4. Phil Scholze Public Works Director Village of Holmen 421 S. Main Street Holmen, WI 54636 (608) 526 -4336 7.2 Estimated System Cost: $260,000 Badger TRACE Radio System Installed: 1995 through 19 99 Population: 4,409 Total # of Accounts: Approx. 1,500 # of Accounts with AMR Approx. 1,300 7.3 System Installation Phasing (# of years): The City's Utility personnel have installed all TRACE meters and radio modules. 7.4 Installed System Specifics (i.e. meters, AMR modules, computer hardware, computer software, etc.) The City's staff has installed all meters and AMR modules. Hydro Supply Co. staff and Badger Meter AMR support personnel installed the software and provided all system implementation and training. 7.5 System maintenance contract details ( #of years, costs, components and service covered): No maintenance contract was required. The manufacturer's standard warranties apply. The City has purchased the manufacturer's extended warranties on software and reading hardware. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -19 ADDITIONAL PROPOSAL FORM INFORMATION 7. References Give five client references that have been clients for at least one year, preferably utilities. 7.1 Name, title, address, telephone # Product or application (ie: radio, telephone outbound or telephone inbound) 5. Mr. Lee Mann, P.E. City Engineer, Public Works Director City of Farmington 325 Oak Street Farmington, MN 55024 (651) 463 -1601 7.2 Estimated System Cost: $100,000 Badger TRACE Radio System Installed: Summer 1999 Population: 8,000 Total # of Accounts: Approx. 2,700 # of Accounts with AMR Approx. 500 7.3 System Installation Phasing (# of years): The City is installing TRACE on all commercial and industrial meters in 1999 using Utility personnel. In addition, all new services, commercial, industrial and residential, are installed with TRACE meters. 7.4 Installed System Specifics (i.e. meters, AMR modules, computer hardware, computer software, etc.) The City staff is installing all meters and AMR modules. Hydro Supply Co. staff installed the software. Hydro Supply Co. staff and Badger Meter AMR support personnel provided all system implementation and training. 7.5 System maintenance contract details ( #of years, costs, components and service covered): No maintenance contract was required. The manufacturer's standard warranties apply. The City is planning to purchase the manufacturer's extended warranties on software and reading hardware. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -20 ADDITIONAL PROPOSAL FORM INFORMATION 8. Exceptions to the Request for Proposals No exceptions taken. END OF SECTION 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 00415 -21 ADDITIONAL PROPOSAL FORM INFORMATION SECTION 01110 SUMMARY OF WORK PART 1 — GENERAL 1.01 PROJECT DESCRIPTION A. Broad Scope Description of Work: 1. Establish a Radio Frequency Meter Reading System to provide water consumption data for the billing system in the City of New Hope. 2. Acquisition of portable interrogators enabling the meter readers to enter data by radio frequency. 3. Integration hardware and software for uploading and downloading meter reading data from the City's existing software. B. Contractor shall supply all labor, materials, transportation, apparatus, equipment and services required to provide the general construction for the following work identified in the attached drawings and specifications. 1.02 CONTRACT PERIOD A. Contractor shall complete performance of the contract by June 30, 2001. It is expected that the notice to proceed will be issued on or about June 28, 1999. 1.03 OWNER A. City of New Hope is designated as the Owner. 1.04 ENGINEER A. Bonestroo, Rosene, Anderlik & Associates, Inc., is designated as the Engineer. 1.05 LOCATION A. Residences and commercial/industrial water services within the City of New Hope, Minnesota. 34 -98 -221 © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01110 -1 SUMMARY OF WORK 1.06 EXAM]fNATION OF THE SITE A. It is required and expected that each contractor, before submitting a proposal for work required under this specification, shall visit the site, make a thorough examination of existing conditions, take all necessary measurements, and thoroughly familiarize themselves with all existing conditions and all of the limitations pertaining to the work herein contemplated. B. No additional compensation will be allowed because of the contractor's misunderstanding as to the amount of work involved or their lack of knowledge of any of the conditions pertaining to the work based on their failure to make examination of the site. C. The submission of a proposal shall be considered assurance that the contractor has visited the site and made a thorough examination of conditions and limitations. I D. Specific site investigation can be coordinated through the City. 1.07 EXAMINATION OF THE DOCUMENT A. Extent of specifications and drawings defining work to be performed under this project is listed in the Table of Contents and List of Drawings, respectively, and any addenda subsequently issued amending those sections. It is the bidder's sole responsibility to verify that they have received all sheets of drawings and specifications. No claim for additional compensation will be allowed due to lack of t complete information at time of bid. i B. It is expected that in the event that any of these specifications are not clear or if there are any discrepancies, these will be brought to the attention of the Engineer prior to submission of bids and a decision in writing will be rendered as soon as possible. C. The Contractor and all Subcontractors shall be bound to the information and requirements of the complete set of specifications. Mention or indication of extent of work under any work Division or Specification Section is done only for the convenience of contractor and shall not be construed as describing all work required under that Division or section, nor establishing any trade or jurisdictional requirements. 1.08 PERMITS A. The Contractor shall be required to apply, obtain and pay for all permits required for the work listed herein. B. An FCC License will be required by the City. The Contractor shall assist the City in all aspects of applying for the license. 34 -98-221 _ © 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01 110 SUMMARY OF WORK C. The Contractor shall coordinate inspections required by the various permits with the agency issuing the applicable, permits. D. Permits required are to be posted in a visible location on site. 1.09 RELATED WORK A. The Contractor will be required to complete a sump pump inventory for each property. Refer to section 01310. B. Several Commercial Properties use water consumption records as a basis for sanitary sewage billing. Select properties use deduct water only meters to measure water not discharged to the sewer. 1 . Bid unit prices are provided for the replacement of the meters. 2. The costs for the replacement of private meters will be paid by the Property Owner through the City. A. Liquidated damages, as specified in the Supplementary Conditions, shall be Two Hundred Dollars ($200.00) per calendar day. Refer also to Condition of the Contract, contract time and liquidated damages. I� Melml A. Comply with applicable codes and regulations of authorities having jurisdiction. Submit copies of inspection reports, notices and similar communications to the Engineer. 34-98-221 @ 1999 Bonestroo, Ros Andalik & Assoc;q,',es hic. 01110-3 SUMMARY OF WORK SECTION 01310 PART 1-GENERAL A. Coordinate scheduling, submittals, and work of the various sections to assure efficient and orderly installation. B. Coordinate work of various sections having interdependent responsibilities. C. Prepare coordination drawings where, fabricated products and materials are connected by separate entities and must interface. I Coordination drawings shall indicate how work, shown by separate shop drawings, will interface and shall indicate sequence for installation. D. Coordinate space requirements and installation of all work indicated in the sections and on the shop drawings. I Follow routing shown for wiring and other conduit as closely as practicable; place runs parallel with line of building. Utilize space efficiently to maximize accessibility for other installations, maintenance, and repairs. E. Conceal wiring in finished areas, except as otherwise indicated. Coordinate locations of wiring and other appurtenances with the property owner. F. Coordinate completion and cleanup of work. A. The Contractor shall supervise and direct the Work. The Contractor shall employ and maintain a full time, qualified super-visor or superintendent who shall act as the Contractor's representative at the work site, B. Provide supervisor or superintendent's name, home and work address, and telephone numbers. C. The installers shall be thoroughly trained in the required work and present a neat and professional appearance, I Installers must be people whose background indicates that they can be trusted to perform unsupervised work on private property. 34-98-221 C,") 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-1 COORDINATION 2. Competent workers under the super of a licensed plumber shall install the water meters. D. The Contractor shall furnish the City with a list of the names of proposed installers and other background information as may be required. The City reserves the night to prevent any proposed installer from working on the project. The Owner may require the Police Department to conduct a background investigation and a drug and alcohol screening test on any installer. E. Whenever the City notifies the Contractor in writing of any installer whose work is careless, incompetent, disorderly, or other unsatisfactory, that person shall be dismissed from working on this Contract. A. A precon.struction meeting will be held between the Contractor and the City's representative. The Contractor will be notified of the time and place of the meeting. The purpose of the meeting will be to review all matters of mutual concern to ensure that the installation plan of the City will be met. B. The Contractor shall submit to the City for approval a training and certification program for employees working under this Contract. During this program, the installers shall be trained in the technical and procedural aspects of the program, as well as the professional and courteous manner in which they shall conduct themselves with regard to the customer residents. The Automatic Meter Reading (AMR) equipment manufacturer shall provide technical assistance and a minimum of two (2) days of training to the Contractor on the use and installation procedures of the AMR system. 2. The training shall be held in a location adequate for training and not in the residents' homes. Representatives of the City shall attend the training. Qualified personnel who have adequate training shall only perform the AMR installations and meter replacements. A. The Metropolitan Council is requiring all Cities to address sump pumps in their area. As part of this project, the Contractor shall complete the sump pump inventory form located at the end of this section for each residential and commercial property. B. One form shall be filed with the City for each residential and commercial property. 34-98-221 0 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-2 COORDINATION C. No measurement will be made for this item. Payment shall be included in bid item for residential meters and commercial meters. PART 2 PRODUCTS Not Used PART 3 — EXECUTION 3.01 GENERAL INSTALLATION PROVISIONS A. Contractor to inspect conditions under which work is to be performed. Contractor shall report all unsatisfactory conditions in writing to City. Do not proceed with work until unsatisfactory conditions have been corrected. B. Comply with manufacturer's applicable instructions and recommendations for installation to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract Documents. Where manufacturer's provide contradictory instruction, notify Engineer immediately an request clarifications. C. Inspect each item immediately prior to installation. Reject damaged and defective items, D. Provide attachment and connection devices and methods for securing work. Secure work true to line and level and within recognized industry tolerances. Allow for expansion and movement. E. Install each element of work during appropriate weather conditions. F. Coordinate enclosure of work with required inspections and tests, so as to minimize necessity of uncovering work for that purpose. G. Where mounting heights are not indicated, mount individual units of work at industry recognize standard mounting heights for the particular application indicated. Refer questionable mounting height choices to the Engineer. 1311,1111 1 111 fll 1� 1 11 rill!" I I rM : 1130 A. During handling and installation, clean and protect work in progress and adjoining work. Apply protective covering on installed work where it is required to ensure freedom from damage or deterioration. B. Supervise perforniance of the Work to crtsTrfc that none of the Work whether completed or in progress, will be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 34-98-221 1999 Bonestrow F-sent, Anderlik & As, Inc. 01310-3 COORDINATION A. Contractor shall operate from and maintain a project office equipped with a listed telephone number and equipped to receive telephone inquiries. B. Contractor must maintain adequate local telephone service where a representative can be reached 24 hours a day, seven days a week, to receive emergency telephone calls. C. When the City reports an emergency to the Contractor or by a customer, the Contractor shall be required to have sufficient personnel, equipment, and material on the site within one hour after receipt of the telephone call to perform the necessary repairs. A. All field personnel shall wear uniforms with the company logo and shall have picture identification badges on their person displayed in a conspicuous manner. Pictured ID shall have the Contractor's name, employee name, title and signature, employee's picture with written description, and employee ID number. B. Contractor's employees shall all have uniforms of the same type and color. The uniform shall include shirts, pants, and jackets. Hats, if worn, must e of like color. The Contractor's identification patches shall be permanently attached to sleeves and jackets. Employees without proper uniforms and identification will not be allowed to work. Employees who, for whatever reason, are no longer employed by the Contractor shall be required to return to the Contractor their identification material upon termination of employment. C. Employees shall carry calling cards with them listing the Contractor's name and telephone number. A calling card shall be left by the Contractor's employee at every customer location where work has been performed. 2. An emergency number shall also be listed that can be used by the customer on weekends and after regular business hours. D. The Contractor's vehicles, including private vehicles used for the Contractor's work, shall have the company logo prominently displayed on both sides of the vehicle. 1. Company logo shall be a minimum of three (3) square feet affixed to the outside of the vehicle, plainly visible, and text shall be approved by the City. E. The Contractor and/or its employees will not solicit or accept any business from the homeowner. The recommendation of a particular plumber or company and/or performance of work other than the AMR installation is also prohibited. 34-98-221 0 1999 Bonestroo, Rosene, And rlik & Associates, Inc. 01310-4 COORDINATION . ... .. ..... A. The City will provide the Contractor with a preliminary list which gives the customer name, address, zip code, account number, type of meter and size, meter serial number, meter address file and property address file. 1. The City shall not be liable nor will any consideration be given for extra payment claims by the Contractor if such information is found to be inaccurate, B. The City will send a letter to all its customers introducing the project and Contractor. 1. The City will publicize the project in newspapers, news releases, and public access television. C. The Contractor will assume responsibility for attaining entry into residences. L The Contractor shall make a minimum of four attempts beyond the introduction letter to schedule an installation. 2. The Contractor must provide one written notification to all customers who do not respond to the initial letter or to the other four notifications. 3. The City will approve all notification materials used by the Contractor and any other written items supplied to the customers. D. Appointments shall be made in a courteous and professional manner, through phone calls, post cards, door-to-door solicitation, or by additional letters. Attempts to schedule an installation, and the installation work itself, shall be between 8:00 AM and sunset, seven days a week, with the following exceptions: 1. An appointment commenced before sunset may be completed. 2. An appointment may be scheduled before 8:00 AM or after sunset with the customer's approval. E. The Contractor's Personnel shall use the following procedures for door-to-door contact: 1. Attempt to contact the resident by ringing the doorbell or knocking on the door only. Do not knock on windows. 34-98-221 C0 1999 Boncstroo, Rowne, Andeflik & Assc.-;iat�s, Inc. 01310-5 COORDINATION 2. If a resident is present, inform them of the AMR program and attempt to complete installation. If installation cannot be accomplished due to resident inconvenience, attempt to make an appointment. At no time shall an installer threaten any resident with termination of service or any other action for failure to consent to AMR installation. 3. The installer shall not enter a residence without the permission or presence of an ADULT. If resident is not present, leave approved notice in an unobtrusive location. Do no leave notice in the mail box. F. Installers shall be available during evening hours and on weekends to accommodate customers' reasonable requests for appointments. G. The Contractor shall submit to the City written documentation listing the date, method, and other pertinent information regarding four or more attempts to schedule an installation. H. The City may choose to perform the AMR installation for accounts returned by the Contractor due to inaccessibility, or the City may schedule an appointment for the Contractor. I The City may choose to perform the AMR installations at scattered sites due to existing meters being frozen, leaking, broken, stopped, or otherwise inoperable. 2. If the City installs the AMR system, the Contractor shall receive no payment for such installation. A. The City will establish the dates, times and place of status meeting. 1. The meetings will be held once a month, or more. 2. City and Contractor personnel, as well as any others pertinent to the agenda shall attend the meetings. 3.07 CUSTOMER COMPLAINTS A. The Contractor shall designate a representative to meet with and resolve problems related to the AMR installation project. I This representative must be available for various public relations activities that the City have planned. 34-98-221 CD 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01310-6 COORDINATION B. The Contractor shall investigate all emergency customer complaints with respect to the Work within one hour and all non-emergency complaints within 24 hours. C. Any complaint found to be credible and received by the City from property owners dissatisfied with the installation shall be corrected by the Contractor before payment is made. I The decision by the City regarding the credibility of an owner's complaint shall be final. 2. The Contractor shall promptly correct any deficiencies, including but not limited to leaks that are a direct or indirect result of the installation when directed to do so by the City. A. It shall be presumed that any leaks within ten (10) feet in all directions of the water meter reported by the customer to either the City or the Contractor within 30 calendar days after completion of the work at the customer's property are the result of the installation work. I It shall be presumed that any valve in the customer's home that is operated by the Contractor and is found to leak within 30 cal ' endar days after such operation, is a valve damaged as a result of the installation work. 2. The Contractor shall repair such leaks and correct all damages, which occur during the 30-day period at the Contractor's expense. 3. Other leaks and/or damages which are discovered after the 30-day period and deterrriined by the City to be a result of Contractor's work, shall be repaired by the Contractor at Contractor's expense, 4. The Contractor shall inspect all plumbing in the vicinity of the meter prior to meter replacement. a. Deficiencies shall be brought to the City's attention prior to construction. b. Required plumbing repairs will be defined by the Contractor and reviewed by the City's Representative. C. Repairs will be made by a plumber hired by the Property Owner as directed by the Property Owner. 34-98-221 Q 1999 Bonestroo, Roscne, Anderlik & Associates, Loc. 01310-7 COORDINATION d. The Property Owner will be given 30 days to complete the repairs. After 30 days the Contractor will be directed to proceed with repairs, if repairs are not completed. e. Repairs made by the Contractor's licensed plumber shall be paid by the property owner. All costs of the repairs required making the piping, valves, and other plumbing suitable for meter replacement will be paid by the property owner via the City. 91 Necessary repairs are considered the replacement of faulty plumbing components. Plumbing repairs/adjustments required to change "like" meter sizes are incidental to the meter replacement. h. The Contractor shall submit an itemized list of all time and materials required to complete the repair. B. Some Commercial Properties will receive meter size adjustments. In most adjustment cases, smaller meters will be installed. This will require plumbing modifications. I Adjustments made by the Contractor's licensed plumber shall be paid according to the schedule in the proposal via the City. 2. Required plumbing repairs will be defined by the Contractor and reviewed by the City's Representative. 3. The Contractor shall submit an itemized list of all time and materials required to complete the repair. 1115il", 1 � � 10 �i � � ii ii � t 111 llfl 1 11 111 1 1111 112 A. During the phase-in period for the Automatic Meter Reading (AMR), the City will continue to enter meter reading for non-AMR accounts using existing meter reading devices. B. New AMR accounts will be done by the new remote reading system. The Contractor will be responsible for reading the new meters until final acceptance of the project. C. Information collected under both systems are uploaded and downloaded daily between the billing system's CPU and personal computers. The new system software will be installed at City Hall. The existing system software will be maintained at Public Works. END OF SECTION 34-98-221 0 1999 Bonestroo, Rosene, Anderlik & Associ2les, Inc. 01310-8 COORDINATION DATE: PROPERTY ADDRESS: SKETCH GENERAL LOCATION OF SUMP MINIM DOES THE PROPERTY HAVE A SUMP? WAS THE SUMP DISCUSSED WITH THE PROPERTY OWNER? HAS THE SUMP OPERATED RECENTLY? IS THE SUMP PUMP CONNECTED DIRECTLY TO AN ELECTRIC OUTLET? WHERE DOES THE SUMP DISCHARGE? (E.G. OUTSIDE, INTERIOR DRAIN, ETC.) IS THE DISCHARGE PIPING RIGID OR FLEXIBLE? 7Y YES NO UNKNTOWN ❑ ❑ ❑ F] ❑ F1 IS THE SUMP EQUIPPED WITH A COVER? ❑ 34-98-221 @ 1999 Bonestroo, Rosene, Anderlik & Associaies, Inc. 01310-9 a 11 El COORDINATION SECTION 01330 SUBMITTALS PART I - GENERAL 1.01 SCOPE A. Contractor shall make submissions as scheduled herein, as listed in the Contract Documents, and as may be required by the Engineer. Submittals shall be delivered to the Engineer in a timely manner so that no delays will be caused in the work. B. Submittals schedule includes, but is not limited to, the following: I Upon Contract Award: a. Performance Bond. b. Insurance Policies. 2. At Preconstruction Conference: a. Work to be performed by Contractor. b. Work to be sublet and list of proposed Subcontractors. C. Progress Schedule. d. Schedule of Values. e. Listing of Materials and Equipment. 3. As Work Progresses: a. Samples. b. Testing Results and Certification. C. Request for Project Review. d. Guarantees. e. Applications for Partial Payment. 34-98-221 `D 1999 Bonestroo, Rosene, Anderlik & Assockvcs, Inc. 01330-1 SUBMITTALS 4. Before Final Payment: a. "As-Built" Drawings and itemized lists where repairs/modifications are completed. b. Application for Final Payment, C. Affidavit of Payment of Income Tax Withholding, A. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted and verify that each item and the submittal for it conforms in all respects with the requirements of the Contract Documents. By affixing the contractor's signature to each submittal, certify that this coordination has been performed. B. All products proposed for use, including those specified by required attributes and performance shall require approval by the Engineer before being incorporated into the work. C. Do not substitute materials, equipment, or methods unless such substitution has been specifically approved for this work by the Engineer. D. Wherever specifications call for an item of material or equipment by a manufacturer's name and type, and additional features of the item are specifically required by specifications, the additional features specified shall be provided whether or not they are normally included in the standard manufacturer's item listed. E. Where the phrase "or equal" occurs in the Contract Documents, do not assume that materials, equipment, or methods will be approved as equal unless the item has been specifically approved for this work by the Engineer. A. Contractor shall report progress and make application of payment on a monthly basis in three (3) copies on the last Monday of each month. It will be approved at the next council meeting on the second Monday of the following month. B. Application shall be presented to the Engineer. C. An amount equal to five percent (5%) of each estimate shall be retained by the Owner until, in the opinion of the Inspector and the Engineer the work is substantially completed, after which time the retained perce. may be reduced to an amount equal to the reasonable cost of minor corrections, adjustments, uncompleted work or unsatisfactory work yet remaining to be done by the Contractor. 34-98-221 1999 Bonestroo, Rosene, Andulik & Associates, Inc. 01330-2 SUBMITTALS D. No payment will be made for material delivered to the site and not incorporated in the work, except in situations, where such payments may be considered by the Owner for materials which are stored in a secured area and which are unable to be immediately incorporated into the work due to the stage of construction, and/or for materials which have been specifically fabricated for the job. Request for such payments shall include documentation of the type, condition and anticipated time of incorporation for such materials. Such payments shall not, in any sense, relieve the Contractor of responsibility for the quality, quantity, conditions of said materials. VNIN to] 9 A. Submit after award of contract and before preconstruction meeting. 3.02 CONSTRUCTION SCHEDULE A. Submit after award of contract and before preconstruction meeting. B. The construction schedule shall consist of a detailed construction schedule shown as a bar graph listing critical dates. C. The schedule shall be made up in cooperation with all subcontractors and key material suppliers, and shall be coordinated with any other contractors. The contractor's project coordinator or superintendent, who will be in direct charge of the work-, shall have an active part in making up the schedule. D. Prior to preparation, the schedule shall be outlined to the Engineer for agreement of arrangement, format and level of detail. This shall include, but not be limited to, shop drawing submittal and approval, fabrication and delivery, construction activities separated by trades, Owner and Engineer activities, startup and testing of all equipment, and cleanup. E. If the plan as presented does not meet parameters or is unacceptable as noted above, it shall be replanned as necessary until a satisfactory construction schedule can be produced. 34-98-221 @ 1999 Bonestroo, Rosene, Anderlik & Assocciites, Inc. 01330-3 SUBMITTALS F. As work progresses, the construction schedule shall be reviewed by the contractor and a report submitted showing all activities stared or finished in preceding month and a projection of all activities to be stared or finished in succeeding month. The construction schedule shall be updated at least monthly reflecting progress to date and any change in duration required or requested. If unsatisfactory to meet contract requirements the schedule shall be replanned and rescheduled until acceptable. ltw# s] aW P.&INTIN 106 A. Shop drawings shall be presented in clear and thorough manner, complete with respect to dimensions, design criteria, materials of construction, and like information to enable Engineer to review the information as required. B. The minimum sheet size shall be 8 Y2" x 11 ". Facsimile or non-legible copies will not be reviewed. C. The Contractor shall: 1. Review shop drawings and samples prior to submission. 2. Determine and verify: a. Field measurements. b. Field construction criteria. C. Catalog numbers and similar data. d. Conformance to specifications. 3. Coordinate each submittal with requirements of work and of Contract Documents. 4. Notify Engineer in writing, at time of submission, of any deviations in submittal from requirements of Contract Documents. Any such deviations permitted by Engineer will require modifications of Contract Documents. 5. Begin no fabrication or work which requires submittals until return of submittals by Engineer with Engineer stamp, as either "no exceptions taken" or "make noted corrections." D. A minimum of three copies plus the quantity of copies the contractor wants returned of shop drawings shall be submitted to the Engineer for review. Each copy shall contain the following information. 1. Date of submission and dates of any previous submissions. 34-98-221 nc 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-4 SUBMITTALS 2. Project title and number. 3. Contract identification. 4. Names of. a. Contractor. b. Supplier. C. Manufacturer. 5. Identification of product, with specification section number, equipment number and/or tag number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of work or materials. 8. Applicable standards, such as ASTM or other specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. Unless the precise color and pattern is specifically described in the Contract Documents, and whenever a choice of color or pattern is available in a specified product, submit accurate color and pattern charts to the Owner for review and selection. 12. A 4" x 4" blank space for contractor and Engineer stamps. 13. Indication of contractors approval, initialed or signed, with wording substantially as follows: Approved to be in conformance with the requirements of the Contract Documents. E. Shop drawings stamped "amend and resubmit" shall be corrected and revised. Resubmittals shall be made as required for initial submittal. Resubmittals shall have all changes, which have been made, including those other than requested by Engineer indicated. 34-98-221 C 1999 Bonestmo, Rosene, Anderlik & Associates, Inc. 01330-5 SUBMITTALS F. The Engineer will: Review submittals only for general conformance to design concept of project and compliance with information given in Contract Documents. Review shall not extend to means, methods, sequences, techniques, or procedures of construction or to safety precautions or program incident thereto. Review of a separate item as such will not indicate approval of assembly in which item functions. 2. Return reviewed submittals within 21 days after receipt of submittals. 3. Affix stamp and initials or signature, and indicate requirements for resubmittal, or review of submittal. Engineer's action on submittals is classified as follows: a. "No Exception Taken" - submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents. Contractor may proceed with fabrication of work detailed in submittal. b. "Make Noted Corrections" - submittal has been reviewed and appears to be in conformance to design concept of Project and Contract Documents, except as noted by Engineer. Contractor may proceed with fabrication of work detailed in submittal with modifications and corrections as indicated by Engineer. "Amend and Resubmit" - Submittal has been reviewed and appears not to be in conformance to design concept of Project or with Contract Documents. Contractor shall not proceed with fabrication of work detailed in submittal, but instead shall make any corrections required by Engineer and resubmit for review. 4. Engineers review of submittals shall not relieve contractor from responsibility for any deviations from Contract Documents unless Contractor has, in writing, called Engineer's attention to such deviation at time of submission, and Engineer has given written concurrence pursuant to Contract Documents to specific deviation, nor shall any concurrence by Engineer relieve contractor from responsibility for errors or omissions in submittals. A. The contractor shall submit three (3) approved and final sets of detailed equipment drawings and explicit instruct on the operation and maintenance of each piece of equipment furnished on the project. All information shall be supplied by the appropriate equipment manufacturers and neatly bound in rigid cover, ring type binders by the contractor and properly indexed. Manua -L; shall include record shop drawings and copies of factory certified tests. 34-98-221 @ 1999 Bonestroo, Ro =, Anderlik & Associates, Inc. 01330-6 SUBMITTALS B. Manuals must be approved by Engineer prior to putting equipment into operation. C. Manuals are required for all equipment, accessories, devices, etc., that require adjustment, maintenance, operation or repairs by the Owner's personnel, including driver, motors, controls, etc. Each manual shall contain the following information where applicable: I Operation and maintenance manuals shall be clearly identified as operation and maintenance submittal. 2. Table of Contents: Included with each volume, with each product or system description identified. 3. All performance and design characteristics and unit identification such as model and serial numbers. 4. All accessories or options furnished with unit. S. Step-by-step instructions for repair or overhaul. 6. Parts list and parts diagram. 7. Wiring diagrams. 8. Copy of approved/revised shop drawings. Z=1 9. Listing of spare parts the Owner should keep on hand as recommended by the manufacturer. 10. Name and phone number of supplier where repair parts or additional information can be obtained. D. Each manual shall be specifically for the items actually installed. Where manuals show a number of models or options, the manual shall be clearly marked to indicate what was furnished and which instructions apply to the famished unit. E. Superfluous information pertaining to other models, options, etc., not famished shall be clearly crossed out or otherwise eliminated. Failure to meet this section of the specifications will result in payment reduction, A. Submit three copies of all inspections, tests and approvals required in the contract documents. 34-99-221 @ 1999 Bonestroo, Roseoc, Anderlik & Assoc - 12ws, Inc. 01330-7 SUBMITTALS A. Provide manufacturer's printed operation and maintenance instructions. B. Provide sequence of operation and as-installed control diagrams by controls manufacturer. C. For equipment, include description of unit and component parts. Five function, normal operation characteristics and limiting conditions. Include performance curves, with engineering data and test, and complete nomenclature and commercial number of replacement parts. D. Provide manufacturer's printed operation and maintenance instructions, including start- up, break-in, and normal operation instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions, if applicable. Include summer, winter, and any special operation instructions, if applicable. E. For maintenance and preventative maintenance procedures, include routine procedures and a guide for "trouble- shooting." F. Provide manufacturer's parts list illustrations, assembly drawings, and diagrams required for maintenance. Include recommended items and quantities to be stocked as spare parts. END OF SECTION 34-98-221 @ 1999 Bonestroo, Rosene, Anderlik & Associates, Inc. 01330-8 SUBMITTALS a I UWA RIMA 1.01 STARTING SYSTEMS A. Prior to starting systems, verify wiring and support components for equipment are complete and have been tested. B. When requested by Owner, manufacturer to provide authorized representative to be present at site to inspect, check and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. 1.02 TESTING A. Contractor shall completely test each installation to confirm operation and accurate reading, ensuring the resident's water service is functioning, and ensure that the quality of water service has not been affected by the installation. 1. All test to be conducted before leaving the residence. B. Meter Interface System to be tested according to manufacturer's instructions. 1. A successful installation is one when a valid meter reading is obtained through the Meter Interface System using the manufacturer's test equipment. C. Meter installations may be tested randomly by the City's personnel for proper operation. I . Interior work may be inspected randomly by the City's personnel. 2. Any metering system found to be defective shall be corrected by the Contractor. a. The Contractor shall pay the cost of any corrections. 3. To ensure quality control, the following performance criteria will be used. a. During the first week of installation, the total number of installations rejected by the City cannot exceed ten percent (10%) of the number of inspected in any on ,- week. 34-99-221 @ 1999 Bonestoo, Rosene, Anderlik & Asso;iates, Inc. 01750-1 STARTING AND ADJUSTING /'7 V ��L. ATE(MMtOD/YY) 3 �3.i/' TM. ": 08/18/1 999 eoDUCER (612)707 - 8200 FAX (612)890 - 0535 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 'aus- Anderson Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3 W. Burnsville Parkway HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. irnsvi l i e, MN 55337 ... .................. COMPANIES AFFORDING COVERAGE ................................................................................ . ............................... COMPANY CNA Insurance Companies tn: ............................ Ext: A ............................... SURED ......----- Hydro Supply Company COMPANY 12245 Nicollet Ave. So. .......... .......................................................................................................... ............................... Burnsville, MN 55337 COMPANY C ......................... ...................................................................................... ............................... COMPANY D 3VEfE3 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .......... ............... ............................................... .... ................ ....... ............................ . ...... .. .................. ...................... .. ...... ............. .................................. .. ....... t TYPE OF INSURANCE POLICY NUMBER ........................ POLICY EFFECTIVE : POLICY EXPIRATION DATE (MM1DD1YY) DATE (MM(DDNY) LIMITS :GENERAL LIABILITY GENERAL AGGREGATE $ 2,000, COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPtOP AGG ; S 2,000,000 CLAIMS MADE ' X : OCCUR 107813723 ........... . PERSONAL i ADV INJURY $ 1,000 09/01/1998;09/01 /2001 ......._.. OWNER'S &CONTRACTOR'S PROT EACH OCCURRENCE ...... ....... ' ...................... ..............................: ................... FIRE DAMAGE (Any one fire) $ 100, 000 MED EXP (Anyone person) $ 10 ,000 AUTOMOBILE LIABILITY X ANY AUTO a ....: COMBINED SINGLE LIMIT $ 1,000,000 ALL OWNED AUTOS __... SCHEDULED AUTOS BODILY INJURY Per person) $ ......, 8123128719 09/01/1998 09/01/1999 ................... ................ ........... . ... .......................... ....' HIRED AUTOS INJU $ NON -OWNED AUTOS (Per a :.......: ... ..... ...... .... .... .. ..... .......................: PROPERTY DAMAGE $ ;GARAGE LIABILITY AUTO ONLY - EA ACCIDENT .` $ ANY AUTO ....... ............. . OTHER THAN AUTO ONLY: ._ ................. ............................... :......; ...................... ..............................: EACH ACCIDENT: $ ..... .............. ........................... AGGREGATE:$ i EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 X UMBRELLA FORM Y07813723 .............................. 09/01/1998: 09/01/1999 AGGREGATE $ 5,000,000 OTHER THAN UMBRELLA FORM ........................ .....:......... : :SIR g 10,000 WORKERS COMPENSATION AND EMPLOYERV LIABILITY WC STATU- :................. _.... ..............._ ... . THE PROPRIETOR/ 107813723 09/01/1998 09/01/1999 .ELEAC "ACC' °ENT . ........... 100000 INCL PARTNERS/EXECUTIVE ; EL DISEASE - POLICY LIMIT : $ S OOOOO OFFICERS ARE: X EXCL .............. ......:. .................... ........... EL DISEASE - EA EMPLOYEE : $ 100000 :OTHER :RIPTION OF OPERATIONS /LOCATIONSNEHICLESISPECIAL ITEMS t"f��fiCAT� ��.4�hyi'► ...... : ....... .d , ,...,, ..., .., ,;I. . , ., '.: , , ., „' ���lF� C °> SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ►*)66X1 M)( MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of New Hope �rXX�1C1�( �Xt�CtfJ�l��Ikf�C�? 6Xa Xi14D�5tf11 (�WEJ413�S1(�LX�is�XdCX 4401 Xylon Avenue North �114X��] t�43CX?E�C�CP(gliX#}�X�CXXXXXXX New Hope, MN 55428 AUTHORIZED REPRESENTATIVE . s [ l.•C rR€t 25-5 �€l95. • AC4RFl O ORA€If)AI pss THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ......... . .......... ....... I ...... ........................ ...................... .................. ........................ .. ...... ............... ....... ....................................................................................... ........ ............ 2 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION: LIMITS DATE (MWDD/YY) DATE (MMIDDNY) i GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS COMP /OP AGG S 2.. CLAIMS MADE X i OCCUR ' $307813722 PERSONAL & ADV INJURY 09/01/1998 ! 09/01 /2001 .. _....._ .._ .............__.. $ 1,, OOO , OOO OWNER'S & CONTRACTOR'S PROT i EACH OCCURRENCE S 1,000,000 _ .:..................... ....._......................_.: FIRE DAMAGE (Any one fire) .............. _...._........:.. ; $ 100, 000 MED EXP (Any one person) ....._.........._....._........ S 10 ,000 AUTOMOBILE LIABILITY X ANY AUTO :..... COMBINED SINGLE LIMIT :S 1,000,000 ALL OWNED AUTOS ........ ............................... BODILY JU RY $ SCHEDULED AUTOS 8123128719 : (Per person) 09/01/1999 09/01/ 2000 ....... ..................... .................. ....................... ........... ..... HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) i_....; ..._......._.__ . . ................_............. ` PROPERTY DAMAGE i $ rNIPTIUN of OPERATIONS ILOCATIONSIVEHiCLESISPECIAL ITEMS Clty of New Hope 4401 Xylon Avenue North New Hope, MN 5:428 AD 25 S (2136) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL A'DODOWth MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, rXJfl�d a62Q(dra#Dbl6a6?EX�X�SK%xx AUTHORIZED REPRESENTATIVE �?A�CC?RD CQf2POf2t�`fttl�l �+''� (� DATE (MMIDD/YY) ® ORD 08/18/1999 �., ... . . ............ . .. R (612 )707 -8200 FAX (612)890 - 0535 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION -Anderson Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1. Burnsville Parkway ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. +i 11 e, MN 55337 COMPANIES AFFORDING COVERAGE .................................................................................................. ............................... COMPANY CNA Insurance Companies Ext ............... ............................... ..... . ....... ........... .......... .. ... . ..... . ............................... ........ A ; ............................................. I .......... . . .. .. .... .. ... Hydro Supply Company ............... I ....... ... .. .. ............. ............... . ... . . ... . ......... COMPANY B 12245 Nicollet Ave. So. ............................................................................................................. ............................... Burnsville, MN 55337 COMPANY C :.............................. ................... ............... .................. ................... ................................. ........... ... COMPANY D 'kGES , t WNW IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ,ATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS rIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, USIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE :POLICY EXPIRATION: COVERED PROPERTY LIMITS DATE (MM/DD/YY) DATE (MMIDONY) PROPERTY BUILDING : $ :................... SES OF LOSS .......... .......... . : PERSONAL PROPERTY : S BASIC ......... . ............................... BUSINESS INCOME $ BROAD EXTRA EXPENSE $ SPECIAL i BLANKET BUILDING : $ EARTHQUAKE BLANKET PERS PROP $ FLOOD BLANKET BLDG & PP $ :......... .............. ................. S S INLAND MARINE X :Any l ocati on i .$ 135,000 ....... ............................... 'OF POLICY :X :Transit $ 66,000 :......; tallation Floater X155840145 : :09/01/1999 :......... ............................... 'X Any storage $ 135,000 : ;09/01/2000 : •••..•• ............ 5ESOFLOSS : X :Deductible $ 250 ;......: NAMED PERILS ............ .. ... ....... :.$..... ...... OTHER Special ....... . .. ............................... CRIME :g ;.......; i OF POLICY ` :.. ... ............................... ....... ............................... $ BOILER & MACHINERY g ........ ............................... OTHER OF PREMISES /DESCRIPTION OF PROPERTY ?NDITIONSJOTHER COVERAGES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL i )6)X9000( MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ai ty of New Hope IIl► XX�X' �ta6XXlf1YcX' l�XXIXI )bD�ils16�b2(�(D�64XIX�S�QCX 1401 Xylon Avenue North �4XID16Xa1 €X�3G{l4dCD(��C't<iXrl€ XXXXXXX Jew Hope, MN 55428 AUTHORIZED REPRESENTATIVE ! � l 'R (612) 707 -8200 FAX C612)890-0535 TIFICATE IS ISSUED AS A MATTER OF INFORMATION -Anderson Insurance D CONFERS NO RIGHTS UPON THE CERTIFICATE EALTER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR t. Burnsville Parkway E COVERAGE AFFORDED BY THE POLICIES BELOW. , i l l e, MN 55337 COMPANIES AFFORDING COVERAGE ................................................................................................... .......... .... ................. COMPANY CNA Insurance Companies Ext ............................ ............................... .............. ...... ... ........ . .. . ... ................. ... A ... ... . .... ........... . ........................ I .. . ..... ...... .. ........ .. ................... ... ..... ........ .... . ......... Hydro Supply Company ... .. .............. ............... ... . COMPANY B 12245 Ni col l et Ave. So. ........................................................................................ ............................... Burnsville, MN 55337 COMPANY C .................................................................................................................... ............................... COMPANY D IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ;ATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS TIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, .USIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION: COVERED PROPERTY LIMITS DATE (MM /DONY) DATE (MWDDiYY) PROPERTY :BUILDING $ :......... SES OF LOSS ............................... ;........ PERSONAL PROPERTY $ BASIC :......... ............................... BUSINESS INCOME $ :......; BROAD ......... ............................... EXTRA EXPENSE $ SPECIAL :......... ...................... ......... BLANKET BUILDING : $ EARTHQUAKE : BLANKET PERS PROP ;$ :- ....... :......... FLOOD ................... ............ BLANKET BLDG & PP :$ ........... ................... .......... :$ INLAND MARINE location : $ 13 1 OF POLICY , ]Any i X : Transit $ 66,000 talIation Floater 815 5840145 - ........._ .............. X�Any Storage :09/01/1998:09/01 /1999 ••••••• ; $ .. .. ........... aESOFLOSS :X :Deductible $ 250 NAMED PERILS ;.......: :$ OTHER Speci al >...... ................................. CRIME $ OF POLICY ;.......: : ...... ............................... ? $ :$ BOILER & MACHINERY $ ......... ............................... : OTHER OF PREMISESIDESCRIPTION OF PROPERTY )NDITIONS /OTHER COVERAGES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL XWWWAXX MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, - ty of New Hope( 1XrXXIJQ�da6X11C�£ IYr j41XDC i�£ �CX11bA: 4�Sa614�(ED616X5?f�CIX�i�Q36�CX 1.401 Xyl on Avenue North Jew Hope, MN 55428 AUTHORIZED REPRESENTATIVE Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Mark N. Kampf, Gordon D. Olsen Donald Kuplic Veronika Peterse Kathryn A. Dircz, Dennis G. Diessner. Cathv Albachten of Burnsville, Minnesota their true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 21St day of July 1997 4T` sue�kr CONTINENTAL CASUALTY COMPANY E cl NATIONAL FIRE INSURANCE COMPANY OF HARTFORD t+ ,cgrontrF' e?��OWT AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA a $ V SEAL ® J ULY 31 .� 1897 NARK • M.C. Vonnahme Group Vice President State of Illinois, County of Cook, ss: On this 21St day of Ja , 1997 , before me personally came M. C. Vonnahme , to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seats; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. T. p+c�i +y N + PUBLIC Co My Commission Expires June 5, 2000 Eileen T. Pachuta Notary Public CERTIFICATE I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 19th day of August , 1999 . 2 � ty c�W< ry � wsuR,� F re F . � seal � 1897 FfAAtt ' v.7114l95) CONTINENTAL CASUALTY COMPANY c5+ NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA JULY 11, Robert E. Ayo Assistant Secretary ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX-- Execution of Documents Section 3. Appointment of Attomey -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI--- Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney-in-fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys -in -fact to act in behalf of the Company in the execution of , policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey -in- Fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies "), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Mark N. Kampf, Gordon D. Olsen Donald Kuplic Veronika Petersen Kathryn A. Dircz, Dennis G. Diessner. Cathv Albanhten of Burnsville, Minnesota their true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Sureties Cc their corporate seals to be hereto affixed on this Gi 1NSUR4 F v SEAL s� 1897 � ✓ mpanies have caused 21St day of JULY 71, these presents to be signed by their Group Vice President and July . 1997 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA M.C. Vonnahme Group Vice President State of Illinois, County of Cook, ss: On this 21St day of July , 1997 , before me personally came M. C. Vonnahme , to me known, who, being by me duly swom, did depose and say: that he resides in the Village of Darien , State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. �+ N07ARY r PtJBtIC My Commission Expires June 5, 2000 Eileen T. Pachuta Notary Public CERTIFICATE I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this l g t a daY of A„ i G r , 1299 Slt�4 tNStlR F Te a Ov SEAL s tg97 ff ev.7/14/95) MCA JULY 31, � CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA i Robert E. Ayo Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors Of the Company. "Article IX-- Execution of Documents Section 3. Appointment of Attomey -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey -in -fact. This Power of Attorney is signed acid sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI--- Execution of Obligations and Appointment of Attorney-in -Fact Section 2. Appointment of Attomey -in -fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attomeys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attomey -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey -in- Fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." Originating Department A• s • for Agenda . Public Works I June 24, 2000 1 Consent Item No. BY: Guy Johnson B3r U 6.12 RESOLUTION APPROVING CHANGE ORDER TO CONTRACT WITH HYDRO SUPPLY COMPANY FOR THE 1999 WATER METER REPLACEMENT PROJECT (NO. 622) REQUESTED ACTION Staff is recommending that the Council approve a Change Order for the 1999 Water Meter Replacement contract with Hydro Supply Company. The result of the Change Order is a credit for installation charges to the City for water meters installed by City staff or others. BACKGROUND The contract with Hydro Supply Company documents a specific cost to the City for each size of water meter and the installation of that water meter. During the water meter project, the City has supplied water meters to private plumbing contractors for new installations at various locations. Also, when the contract requirements for completing the water meter project are met, there will be a few accounts with installation issues that will need to be completed by City staff. The credit for installation costs in the Change Order insures that the City will be able to purchase water meters separately at a contract price. FUNDING The Change Order does not increase the cost of the original contract for this project. Funding for this project is being provided through a utility revenue bond. ATTACHMENTS A copy of the Change Order and the resolution are attached. s .' . to I: Rfa \Pubworks\622MeterChangeOrder CITY OF NEW HOPE RESOLUTION NO. 2000 -112 RESOLUTION APPROVING CHANGE ORDER TO CONTRACT WITH HYDRO SUPPLY COMPANY FOR THE 1999 WATER METER REPLACEMENT PROJECT (PROJECT NO. 622) WHEREAS, the City has entered into a contract with Hydro Supply Company for the 1999 Water Meter Replacement Project; and, WHEREAS, the contract specifications state a purchase price, including installation, for each size of water meter; and, WHEREAS, water meter installations by Hydro Supply or it's agent are not required for all water meter purchases; and, WHEREAS, the City has received a cost proposal from Hydro Supply Company to modify the terms of the contract to credit the installation portion of the water meter purchase price of water meters not installed by Hydro Supply Company or it's agent. NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of New Hope, Hennepin County, Minnesota: 1. That the City Council hereby approves the Change Order to the contract with Hydro Supply Company and is credited a specified installation charge for each size meter not installed by Hydro Supply Company or it's agent. 2. That the City Manager is authorized to sign the Change Order to the contract with Hydro Supply Company. Adopted by the City Council of the City of New Hope, Hennepin County, Minnesota this 24th day of July, 2000. Mayor Attest: ZTzt City Clerk I: Rfa \Pubworks \622ChangeOrder TO: Paul Coone FROM: Vince Vander Top DATE: June 22, 2000 SUBJECT: Change Order #1 — Water Meter Replacement Project City Project No. 622 Our File No: 34 -98 -221 Attached find Change Order #1 for the Water Meter Replacement Project. The change order will account for all meters installed by the City. The original bid unit price is based on the meter installed. The City has currently installed two meters. City forces may be required to install more meters as the project moves towards completion. Some of the non- responsive accounts may have to be addressed after the Contractor is completed. cc: Mark Hanson Guy Johnson Tom Schuster 2335 West Highway 36 • St. Paul, MN 55113 ■ 651-636 = Fax: 651-636 -1311 Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action /Equal Opportunity B onestroo Employer and Employee Owned Rosene Principals: Otto G. Bonestroo. P.E. • Marvin L. Sorvaia. P.E. • Glenn R. Cook, PE Robert G. Schunicht, P.E. • Jerry A. Bourdon, PE. A nderlik & Senior Consultants: Robert W. Rosene. P.E. • Joseph C. Anderlik. BE. • Richard E. Turner. PE. Susan M. Eberlin, C.P.A. A ssociates Associate Principals: Howard A. Sanford, PE. • Keith A. Gordon. P.E. • Robert R. Pfefferle, PE. Richard W. Foster, PE. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, PE. Engineers & Architects Michael T. Rautmann, PE. • Ted K.Field, PE. • Kenneth P Anderson. P.E. • Mark R. Rolls, P.E. David A. Bonestroo, M.B.A. • Sidney P Williamson, PE.. L.S. • Agnes M. Ring, M.B.A. • Allan Rick Schmidt, PE. Offices: SL Paul, St. Cloud, Rochester and Willmar, MN • Milwaukee, WI Websiie: www.bonestroo.com TO: Paul Coone FROM: Vince Vander Top DATE: June 22, 2000 SUBJECT: Change Order #1 — Water Meter Replacement Project City Project No. 622 Our File No: 34 -98 -221 Attached find Change Order #1 for the Water Meter Replacement Project. The change order will account for all meters installed by the City. The original bid unit price is based on the meter installed. The City has currently installed two meters. City forces may be required to install more meters as the project moves towards completion. Some of the non- responsive accounts may have to be addressed after the Contractor is completed. cc: Mark Hanson Guy Johnson Tom Schuster 2335 West Highway 36 • St. Paul, MN 55113 ■ 651-636 = Fax: 651-636 -1311 4401 Xylon Avenue North New Hope, Minnesota 55428 -4898 www.ci.new-hope.mn.us July 31, 2000 Hydro Supply Co. 12245 Nicollet Ave. S. Burnsville, MN 55337 City Hall: 612 - 531 -5100 Police: 612 -531 -5170 Public Works: 612- 533 -4823 TDD: 612- 531 -5109 Subject: Change Order No. 1 - Improvement Project No. 622 City Hall Fax: 612- 531 -5136 Police Fax: 612 - 531 -5174 Public Works Fax: 612 -533 -7650 Enclosed for your records are two fully executed copies for the above - referenced Change Order. Please forward one copy to your bonding company. The change order is a deduct of $858.25 and was approved by the New Hope City Council at its meeting of July 24, 2000. If you have any questions, please contact me. ZZ 7��- Valerie Leone City Clerk, CMC enc. cc: Guy Johnson, Director of Public Works Vince Vandertop, BRAA Mark Hanson, City Engineer Family Styled City For Family Living vvlfll s T_ Originating Department Approved for Agenda Agenda Section Public Works February 26, 2001 Consent T~-11 Item No. By: G. Johnson 1 B // 1 6.8 MOTION TO ACCEPT THE 1999 WATER METER REPLACEMENT PROJECT (PROJECT NO. 622) AND TO AUTHORIZE FINAL PAYMENT OF $76,028.15 TO HYDRO SUPPLY COMPANY. REQUESTED ACTION Staff recommends that Council approve a motion accepting the 1999 Water Meter Replacement Project (Project 622) and authorizing the final payment of $76,028.15 to Hydro Supply Company. BACKGROUND During this water meter replacement project 4,934 residential and 445 commercial /industrial water meters were replaced with new radio read meters. Formerly, all of these accounts were manually read on a quarterly basis. The new Radio Read Meter system allows the City to implement a meter reading system that is efficient, cost effective, and provides the City the technical capability to efficiently implement a monthly billing system. FUNDING The original contract amount was $1,347,537.28. On July 24, 2000 the Council approved a change order that would allow the City to purchase meters from the contractor at the contract price, even when the contractor did not install these meters. In essence, this change order established a unit price, based on meter size, for an amount that would be credited to the City for the installation of these meters. Even though the change order was given a numerical value, it was based on the price of one meter of each of the available sizes. The total amount credited to the contract was based upon the actual number of meters of each of these sizes installed. The revised contract amount is $1,346,679.03. The total cost of the project is $1,329,052.47, approximately 1.3% under the revised contract amount. The actual number of meters installed was less than the contract amount. Funding for this project was provided through Utility revenue bonds. ATTACHMENTS The Request for Payment and the Engineer's letter recommending final payment is attached. do I: RfaTubworks \622Final RFA-001 RESOLUTION NO. 01 - RESOLUTION AUTHORIZING FINAL PAY REQUEST FROM HYDRO SUPPLY COMPANY FOR 1999 'WATER METER REPLACEMENT PROJECT (Project No. 622) BE IT RESOLVED by the City Council of the City of New Hope as follows: WHEREAS, the City entered into a construction contract with Hydra Supply Company for the 1999 Water Meter Replacement Project No. 622; and WHEREAS, the original contract amount was $1,347,537.28; and WHEREAS, a change order was entered permitting the determination of the final contract amount on a unit price basis of the actual number of meters installed. Based on the unit price for the number of meters installed, the final contract price for this project is $1,329,052,47. The final contract amount is revised downward based on fewer meters installed than estimated; and WHEREAS, $76,028.15 is still owed to the contractor for the work performed on the contract; and WHEREAS, the City Engineer in their February 16, 2001 memo has indicated all project requirements have been completed and a final pay request and an IC -134 form has been submitted by the contractor; and WHEREAS, based on the foregoing, the City Engineer and the City staff recommend that the contractor's final pay request be paid. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of New Hope as follows: 1. That the final pay request from Hydro Supply Company on Project No. 622 is hereby approved. 2. That Hydro Supply Company be paid S76.028.15 in accordance with their final pay request. -1- Dated the 26` day of February, 2001. W. Peter Enck, Mayor Attest: /vz�'Urj t Valerie Leone, City Clerk P:4A- -y\Cnh R— I..i..%R— Auuhurizing Fiml NY RNuva of Hydro Supply Company.-pd �7� Bonestroo, Rosene, Anderlik and Associates, Inc. is an Affirmative Action/Equal Opportunity Employer Engitleers & Architects and Employee Owned Principals: Otto Bonestroo, P.E. • Marvin L. Sorvala, P.E. • Glenn R. Cook, P.E. Robert G. Schunicht, P.E. • Jerry A. Bourdon, P.E. Senior Consultants: Robert W. Rosene, P.E. • Joseph C. Anderlik, P.E. • Richard E. Turner, P.E. . Susan M. Eberlin, C.P.A. Associate Principals: Howard A. Sanford, P.E.. Keith A. Gordon, P.E. • Robert R. Pfefferle, P.E. Richard W. Foster, P.E. • David O. Loskota, P.E. • Robert C. Russek, A.I.A. • Mark A. Hanson, P.E. • Michael T. Rautmann, P.E. • Ted K. Field, P.E. • Kenneth P. Anderson, P.E. • Mark R. Rolfs, P.E. David A. Bonestroo, M.B.A.. Sidney P. Williamson, P.E., L.S.. Agnes M. Ring, M.B.A., • Allan Rick Schmidt, P.E. Offices: St. Paul, Rochester, Willmar and St. Cloud, MN • Milwaukee, WI Website: www.bonestroo.com • F To: Guy Johnson cc: Steve Sondrall Tom Schuster Paul Coone Mark Hanson From: Vince Vander Top Subject: Replacement of Cold Water Meters and Installation of Radio Reading Devices Project No. 622 Our File No. 34 -98 -221 Date: February 16, 2001 All work required of the Contractor, Hydro Supply Co., as part of this contract has been completed. The new radio read metering and billing system is in place. Public Works and Finance staff are satisfied with the work of the project. Final pay requests are attached and completed IC -134 forms will be delivered to the City next week. This project included the replacement of all existing residential and commercial water meters and the installation of radio reading devices. The original contract included quantities to replace 5,465 meters. The final count installed under this contract is 5,379. Public Works staff has installed a small amount of the meters on this project, as well as additional meters related to new construction outside of this project. The original contract amount was $1,347,537.28. One deduct change order was approved to account for meters purchased under the contract but installed by Public Works staff. The cost of the labor was deducted from the bid unit prices. The deduct change order reduced the contract amount by $858.25 to $1,346,679.03. The final value of the work completed is $1,329,052.47 or $17,626.56 (1.3 %) below the revised contract amount. We recommend that final payment be made to Hydro Supply co in the amount of $76,028.15. 2335 West Highway 36 ® St, Paul, MN 55113 • 651 -636 -4600 • Fax: 651 - 636 -1311 Attorneys At Law 8525 EDINBROOK CROSSING, STE. 201 BROOKLYN PARK, MINNESOTA 55443 -1968 TELEPHONE (763) 424 -8811 • TELE7E'Ax (763) 493 -5193 e -mail law@jensen-sondrall.com GoRDON L. JENSEN* C. ALDEN PEARSONt NICOLE M. RITLANDt STEVEN A,SONDRALL WILLIAM C. STRAIT' STAGY A. WOODS OF COUNSEL LORENS Q. BRYNESTAD -Real Property Law Specialist Certified By The Minnesota State Bar Association tQualified ADR Neutral February 20, 2001 Guy Johnson SENT BY FAX Public Works Director TO: 763 - 533 -7650 City of New Hope AND BY REGULAR MAIL 5500 International Parkway New Hope, MN 55428 Re: Final Pay Request from Hydro Supply Company/ 1999 Water Meter Replacement Project Our File No.: 99.10030 Dear Guy: Please find enclosed for consideration at the February 26, 2001 Council Meeting the enclosed ResolutionAuthorizing Final Pay Request From Hydro Supply Company For 1999 Water Meter Replacement Project. The Resolution authorizes the final pay request from Hydro Supply in the amount of $76,028.15 pursuant to the City Engineer's February 16, 2001 memo. Please contact me if you have any questions or comments regarding the enclosed Resolution. Very truly yours, Steven A. Sondrall, City Attorney, City of New Hope JENSEN & SONDRALL, P.A. sas(@,ieiisen-sonch After Hours Extension #147 Enclosures cc: Tom Schuster (w /enc.) - Via Fax and Mail Vince Vander Top (w /enc.) CNH99.10030- 002 - Johnson Ltrmpd ��� ^~—/ 8onestroo Rosen Andedik & �U� Associates Engineers & Architects nvn /l / L~[�/B Dwner: City of New Hope, 4401 Xylon Ave. N.,_New Hope, MN 55428 Date: February 16, 2001 : orPeriod: 11/8/2000to2/16/2001 Request No: 18 AND FINAL 'ontractor: Hydro Supply Co., 12245 Nicollet Ave. S., Burnsville, MN 55337 REQUEST FOR PAYMENT REPLACEMENT OF COLD WATER METERS AND INSTALLATION OF RADIO READING DEVICES BRA FILE NO. 34-98-221 CITY PROJECT NO. 622 SUMMARY 1 Original Contract Amount $ 2 ChangeOndor -Addition $ 3 Change Order - Deduction - 4 Revised Contract Amount 5 Va Completed toDate 0 Material onHand 7 Amount Earned 8 LeaoRetainaga 096 A Subtotal 10 Less Amount Paid Previously 11 Liquidated damages - 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 18 AND FINAL Recommended for Approval by: BDNE8TROO,ROSENE.ANDERL|08, ASSOCIATES, INC. ApprovebyContractor: HYDRO SUPPLY CO Specified Contract Completion Date: June 30, 2001 * 1 $ $ $ 1 $ $ $ $ $ Date: requestWinal w \ P MI1 ��NESOTA' De artment of Revenue ithholding Affidavit for Contractors his affidavit must be approved b the Minnesota Dep artment of Revenue before the state of pp Y P ti Minnesota or any of its subdivisions can make final payment to contractors, Please type or print clearly. This will be your mailing label for returning the completed form. ------ - - - - -- �Company name 1 Daytime phone UtiliMan Systems Inc ( 470 -2. Address Total contract amount 6290 McDonough Drive Suite 1 1 6238,272 City State Zip Code I Amount still due Norcross GA 30093 $4 8,3 06 IC -134 Month /year work began 11 -1 -99 4onth /year work ended 11 -1 -00 Project number Project location _ 622 New Hope, Minnesota Project owner Address City State Zip code City of New Hope, 4401 Xylon Ave N, New Hope, MN 55428 Did you have employees work on this project? '+ Yes No if no, who did the work? AP -850 Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor Subcontractor Name of contractor who hired you Hydro Supply Co Address 12205 Nicollet Avenue S, Burnsville MN 55337 Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -134. If you need more space, attach a separate sheet. Business name Address Owner /Officer ADP Total Source - PFO 5800 Windward Pkwy, Alpharetta, CA 30005 I declare that all information 1 have filled in on this form is true and complete to the best of my knowledge and belief. I authorize the Department of Revenue to disclose pertinent information relating to this project, including sending copies of this form, to the prime contractor if i am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Mail to: MN Dept. of Revenue, Withholding Division`, Mail Station 6610, St.''aul, MN 55146.6610 Certificate of Compliance Based on records of the Minnesota Department of Revenue, 1 certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions. Departnnt• -of Revenue approval Date DEC it Stock No. 5000134 ;Rev. 11/98) Printed on recycled paper with 10% post - consumer waste using soy-based ink. Mn- INESOTA Department of Revenue J �� itoling Affidavit for Contractors iC.134 This affidavit must be approved by the Minnesota Department of Revenue before the state of Minnesota or any of its subdivisions can make final payment to contractors. Please type or print clearly. This will be your mailing label for returning the completed form. ---- ---------------- �Company name Daytime phone ADP Total Source (b b Zzo e,os5" Address I ' Total contract amount 5806 $ 238,272 City State Zip Code' ' Amount still due `f aoo — J $ 48,306 Project number Project location 622 _ New Hope, M innesota Project owner Address City State Zip code City of New Hope, 4401 Xylon Avenue N. New Hope, MN 55428 Did you have employees work on this project? 9 Yes ❑ No If no, who did the work? Check the box that describes your involvement in the project and fill in all information requested. ❑ Sole contractor Subcontractor -- Y' O Name of contractor who hired you UtiliMan Systems Inc Address 6290 McDonough Drive, Suite 1, Norcross, GA 30093 ❑ Prime contractor —If you subcontracted out any work on this project, all of your subcontractors must file their own IC -134 affidavits and have them certified by the Department of Revenue before you can file your affidavit. For each subcontractor you had, fill in the information below and attach a copy of each subcontractor's certified IC -134. If you need more space, attach a separate sheet. Business name Address Owner /Officer I declare that all information I have filled in on this form is true and complete to the best of my knowledge and belief. 1 authorize the Department of Revenue to disclose pertinent Information relating to this project, including sending copies of this form, to the prime contractor if I am a subcontractor, and to any subcontractors if I am a prime contractor, and to the contracting agency. Mail to: MN Dept. of jtevenue, Withholding Division, Mail Station 6610, St. Paul, MN 55146 -6610 Certificate of Compliance Based on records of the Minnesota Department of Revenue, I certify that the contractor who has signed this certificate has fulfilled all the requirements of Minnesota Statutes 290.92 and 290.97 concerning the withholding of Minnesota income tax from wages paid to employees relating to contract services with the state of Minnesota and /or its subdivisions, De a tim I of Revenue approval Date 3S(V t 331— Month /year work began 11 - 77 nth /year work ended 11 -1 -00 hock No. 5000134 ,Rev. 11/98) printed on recycled paper with 10% post - consumer waste using say-based ink. Approved for Agenda Originating Department Public Works By: Guy Johnson Agenda Section Consent Item No. 6.7 AUTHORIZATION TO SELL USED WATER METERS TO S & R METALS FOR $ 7,000 REQUESTED ACTION Staff recommends Council approval of the quotation from S & R Metals for the sale of salvaged water meters replaced during project 622. POLICY /PAST PRACTICE In the past we had sold small quantities of salvaged meters to a scrap metal firm from Iowa, this firm is no longer in business. This was done on an annual basis. BACKGROUND Due to the replacement of all the existing water meters to radio read meters under the scope of project 622 the City has approximately 5,400 salvaged meters of various sizes to dispose of. In an effort to dispose of the meters the Utilities Supervisor has contacted Sensus meter distributor to see if there was any interest by them to purchase the salvaged meters. They have not responded to any of his calls. The Operations Manager also e- mailed Sensus Corporation regarding a used meter purchasing program, the response from Sensus Corporation was no, they did not have such a program. The Utilities Supervisor has also posted an add in the League of Minnesota Cities bulletin and the Sun Newspaper soliciting bids. Bids where due on March 6, 2001 and no bids where received by the City. Prior to inspection of the meters, S & R Metals had estimated the value of the old meters at $10,000 based on the quantity. Their actual quotation was for $7,000 after inspecting the meters. FUNDING Proceeds from the water meter sale will be credited to project 622. ATTACHMENTS Quotation from S & R Metals MOTION BY G " , C SECOND BY TO: 6t hl va" � March 26, 2001 l:RFA \PubWorks \Used Water Meter Sale 1 U ml Page No, of Pages Shannon Jones 1991 260th Street Denver,lowa 5062 (319) 984 -6697 Fax (319) 984 -6698 PROPOSAL SUBMITT D TES PHONE DATE STREET JOB NAME CITY, STATE ANP ZIP CODE aOB LOCATION FAX 533 6 C) �� ! t(1 - 3 — ` ? - 33 — T &A3 I JOB PHONE WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR a Signature: