HomeMy WebLinkAboutWaches Water Services 12-20-2017 Co
C:> I
.. r
n
M
CL m
CJ
�'► LeiCD
.
® FArD 0 <
M FM
Cr n. O
ro
01
CD
CO
� p
Y V)00
P0
r�
Cb
_ y
O -1C �C 2
- C JCS'-0 4T 0 0 mT YmMG)
O p� W�bZ
�� {zr^m
Z � -nr o
� > m � �mz
Wt� n In OIM
m N
cn
p Q w
^ —nM m A -
1'J
® _ m
CFO n
0 m !•j wM
d� m �y
4 C a wpm
�e C lip
��..� CV
® 0, w
M0 e
r CS
C) o m
> 0 549J1b74CM04C
nm�nnmur
a�
After printing this label:
° t.Use the'Print'button on this page to print your label to your laser or inkjet printer.
2.Fold the printed page along the horizontal line.
3.Place label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned.
Warning:Use only the printed original label for shipping.Using a photocopy of this label for shipping purposes is fraudulent and could result in additional billing charges,along with th
cancellation of your FedEx account number.
Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide,available on fedex.com.FedEx will not be responsible for any claim in
'J'_, rWnl non-deliverv.misdeiivery.or misinformation,unless you declare a higher value,pay an additional charge,i Q rtf
WachsWater
SERVICES
City of Pomona, CA
Water Meter GPS Service
Bid # 2017-26
Wachs Water Services
801 Asbury drive
Buffalo Grave, Illinois 60089
(800) 525-5821
www.wachsws.com ORIGIML
info@wachsws.com
c�
'ti O
4 4 CD o
O -
7
WachsWater
E R V I C ES
City of Pomona, CA
Water Meter GPS Service
Bid # 2017-26
Wachs Water Services
801 Asbury Drive
Buffalo Grove, Illinois 60089
(800) 525-5821
www.wachsws.com
info@wachsws.com
004wachsWater
SERVICES
A Division of Pure Technologies Ltd
December 19, 2017
City of Pomona City Hall
City Clerk's Office (Upper Level)
505 S. Garey Avenue
Pomona, CA 91766
Re: Citywide Water Metering Infrastructure GPS Identification,Bid No: 2017-26
Wachs Water Services is pleased to submit our proposal to the City of Pomona for a Citywide Water
Metering Infrastructure GPS Identification Program. We recognize the importance of this Program
and the thoroughness and accuracy required for data collection and analysis. We believe that our
project and staff experience, our experience working on water distribution systems, along with
more than a decade of performing similar services successfully in more than 200 utilities,uniquely
qualifies Wachs Water Services as the most experienced and the right choice to deliver these
important services to the City of Pomona.
Wachs Water Services stands ready to perform meter services and we trust that you will find our
company to be the most advantageous to the City of Pomona. We are confident that we will deliver
the successful completion of the services. We want to thank you for the opportunity to submit our
proposal on this very important project, and we look forward to a favorable decision on behalf of
Wachs Water Services.
Very truly yours,
Roy L. Martinez
Business Development Manager
Cell: 720-212-4112
rmartinez@wachsws.com
Wachs Water Services 18920 State Route 108, Suite D J Columbia, MD USA 21045 1 Tel: +1 (800) 525-5823
wachsws.com
Table of Contents
Qualifications—...................................................................... ............................................................................ 2
RelevantExperience........................................................................................................................................ 3
Cityof Baltimore........................................................................................................................................... 3
Cityof Atlanta.................................................................................................................................................4
ArlingtonCounty,VA...................................................................................................................................4
Cityof Corona, CA......................................................................................................................................... 5
ProjectUnderstanding.................................................................................................................................... 7
Approach.............................................................................................................................................................. 8
Methodology to Perform CPS Mapping Verification....-................................................................. 8
Personnel, Equipment and Facilities.......................................................................................................10
IF
R
Citywide Water Metering Infrastructure GPS Identification
Qualifications
Wachs Water Services is the leading provider of water distribution 'ff
services that advance system reliability.We collaborate with utilities to
deliver solutions that optimize control and reduce the Iiability of aging
underground water infrastructure. Our specialized approach combines
engineered planning,condition assessment,rehabilitation and detailed, ler
accurate GIS information delivered into the utilities business systems. +, ~�, UV4'%Z
Wachs is the leading provider of transmission and distribution system
services and solutions that dramatically improve the efficiency and
operability of water systems. Number of Years in Business
17,founded in 2000
Leveraging Wachs latest technology for interacting with physical assets
and an array of business systems related to mapping, surveying, work Number of Communities Served
2Q(3+
order management, systems integration, web based and mobile data
provisioning systems and other never-before seen technologies related Legal Company Name
to pipeline condition assessment Wachs has been dedicated to the Pure Technologies US Inc.
effectiveness and simplicity of business processes that interact directly dba Wachs Water Services
with the water distribution system. Wachs Water Services Address
8920 State Route 108,Suite D
Wachs has completed and is presently working on multiple programs Columbia,MD 21045
across the country from California,Virginia,Texas,Florida,Illinois,Ohio, Local Address
New York, New Jersey, Delaware, North Carolina, Tennessee, Michigan, 170 Vander Street,Suite F
Arizona,Wyoming and Maryland. Corona,CA 92880
WWS has successfully completed similar work in more than a hundred Company Telephone
utilities nationwide. Our knowledge on this subject is extensive-more 1-800-525-5821
so than any other vendor responding to this solicitation as it is derived Contact Person
from collecting, reconciling and integrating many millions of data Roy L.Martinez
elements and involves hundreds of thousands of valves, fire hydrants Business Development Manager
meters and other physical water assets. It is the end result of successful Cell:720-212-4112
experience collecting data about water infrastructure, integrating that Additional Services Offered
data and establishing a provisioning mechanism for it so that it is by Wachs Water Services
functionally information which can be used to make decisions. WWS has a Valve Assessments
accomplished this task using a variety of business systems that range 0Hydrant Assessments
from GIS to customer information systems to asset management ' unidirectional Flushing
• Conventional Flushing
systems, computerized maintenance management systems, hydraulic 0 Preplanned Construction Shutdowns
modeling systems,hybrid web based systems and virtually everything in 0 Emergency Response Shutdowns
between. • Large and Critical Valve Assessments
• Valve Repairs
Wachs Water Services, was acquired by Pure Technologies on April 1, Fire Hydrant Repair and Flow Testing
2015 and amalgamated into Pure Technologies U.S. Inc. on January 1, • Repair Prioritization Analysis
0 Spatial Enhancement of GIS
2016. From a capacity standpoint,Wachs is a division of a$100MM/yr. migration of Attributes to GIS
CityafPomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-2f
'i
Citywide Water Metering Infrastructure GPS Identification
publically traded engineering and condition assessment technologies
company Pure Technologies U.S. Inc. with approximately 500 U.S.
employees and 70 field operations crews located in strategic hubs
throughout North America. Wachs looks forward to bringing its financial
and operational strength to bear in Pomona.
Relevant Experience
City of Baltimore
WWS has been working with City of Baltimore since 2003 having been
awarded four multiyear programs to maintain water distribution system
assets in addition to leak detection, isolations assistance and repair
services on large diameter valves. WWS is currently working on a multi-
year contract with the City. To date WWS has completed over 145,000
valve assessments, over 30,000 hydrant assessments and over 20,000
hydrant isolation valve assessments and shot and post processed over
120,000 mapping grade GPS positions for the City of Baltimore. WWS is
currently relating asset data to the City's CityWorks system. +r "
Water Infrastructure Condition Assessment (WICA) was initiated by
Chief of Engineering Opinder Singh a few years ago. The goal of the
project was to assess all water infrastructure / assets within a �
geographic boundary. It was primarily driven by upcoming future DOT
projects in the area. DPW wanted to know the condition of the assets
before a DOT street project commenced. They wanted to know if leaks
existed before the project commenced,they wanted to know the status
of the buried assets before the project started,they wanted to know the
material of the input and output risers before the project started. If Wachs Water
galvanized piping was present, they wanted to replace all of them with
copper piping before the project started. It was believed galvanized Services has
piping was a source of many leaks especially after a major street paving assessed and
project The scope for the WICA project included taking GPS shots of GPS'd over
thousands of meters, documenting input/outputs risers, verifying
address and meter numbers. 1,000,000 Va�VeS
from 2" to 109
They wanted to address in scope and out of scope repairs.If in scope for
Wachs they wanted Wachs to address under Wachs existing contract If
out of scope for Wachs they wanted City to repair before project started.
They also tapped into GIS to find out the age of pipe and other pertinent
info.The overall objective was to dig the street and repair issues so that
they didn't have to come back and dig after fresh paving.
City of Poona
Water Metering Infrastructure GPS Identification
Bid No:2017-26
iw-
Citywide Water Metering Infrastructure GPS Identification
The project helped uncover a lot of issues such as straight piping and
services that were not abandoned properly(sources of leak);meters that
were shown on mapping but did not exist/buried in in the field.Meters
that were not shown on the mapping but existed in the field.
City of Atlanta
The City of Atlanta has an older water distribution system that consists
of approximately 48,000 valves, 24,000 hydrants and 24,000 hydrant
isolation valves. WUS-BPA, a joint venture between WWS and BPA
completed the process of locating, operating, assessing, documenting
and GPS mapping all the valves and hydrants in the Atlanta system, on p
time and slightly under budget,in a 3 year time period.
The most difficult challenge to overcome in the Atlanta program was an
initial lack of accurate, relevant and meaningful information that could
be used for field assessments. WWS overcame this challenge by
consolidating data spread across 7,000 plat card drawings,hundreds of -
thousands of inspection records and field verified GFS data points into a
spatially accurate, content rich and widely available GIS. This program
was very successful and increased the City of Atlanta's valve operability
to 95%.
During the Atlanta project,there was an urgent need within the city to
complete repairs and audits for the Small Meter Repair program - an
order from the Mayor's Office. WWS assisted the Bureau of Engineering
Services Small Water Meter Repair Team with identifying exceptions,
making minor repairs and sending a weekly report back for research and
work order creation in enQuesta. The scope of the meter project
included: 1 ��
• Identifying and repairing broken or missing lids,antenna,wire,
or glass
• Identifying Missing Meters or Illegal Connections ..
• Identifying Cannot Locate(CNL)Meters
• Identifying Meter Box Replacements
Arlington County,VA
Arlington County, VA water distribution system serves approximately
200,000 customers through its water network that contains nearly 500
miles of water main, 13,000 valves, 36,000 meters and 3,500 hydrants.
2013 Wachs Water Services began a valve assessment and information
management program with the City of Arlington. In this program WWS
assessed,located,operated,documented and GPS mapped 11,847 valves
001 CityofPomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
and 523 hydrants in the water distribution system. WWS then
performed a meter audit with the County where we collected GPS,meter
and AMR information. We assessed a total of 5,422 meters in the system.
Assessments included GPS mapping, reading the meter electronically
and physically to make sure they matched and also verifying the address,
meter number and AMR number with client's records. During this meter A.
audit we reported 908 meter structure defects and 282 AMR
discrepancies. .
City of Corona,CA
The City of Corona, CA has a mid-sized and aging water system with #
17,800 valves and 8,524 hydrants. In 2009 Wachs Water Services began
a multi-year contract to locate, assess, operate, repair, document and "
GPS Map every valve and hydrant in the City of Corona water system, d
This program is unique in that the water system assessments are not just
a"catch-up" program, but rather a combination of both "catch-up" and
then "keep up" by providing ongoing water system maintenance to
sustain system improvements. WWS completed this program in 2016. :
WWS is currently working on it's second multi-year contract with the
City of Corona that started in February of 2017.
City of Pomona
T Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
R .,7
Citywide Water Metering Infrastructure GPS Identification
References
Project Name
> 9
Dates ty/Client Contart
3 cs
Valve&Hydrant and Meter Assessment Program Arlington County.VA
Arlington County,VA 2015•2016
Valve and Hydrant Assessments Amani Eisa,Engineering Program Manager 3
Meter audit 703.2286539 5422 11,837 579 v
aei sad erl:ntonva us
Valve&Hydrant Assessment and Repair Program Valve and Hydrant Assessments CityofAt€ants
Alanta,CA12009-2012 andRepalrs. Small meteraudit On%Flinn,CIS Manager, 4
404-546.1201 48,817 83,577 26,155
and repairs mfdinn@atlantaya.ccv 6
Valve and hydrant ALs"sments. City of Baltimore p
Asset Assessment and ConsultangServices Program Repairs,Leak Detection,UOF, Kris Carter,Project Manager ' 3
60ltimo1`e.MQ 12005-Present Trouble Shooting,Shut. (410)896-0024 2,441 175,237 65,000 C y
&9
Assistance and Meter Audit Kris.Car;er{tatabaltimor"ity_gov :? �
Valve and Hydrant Assessment Programs City of Carona 0
Corona,CA 12009-present Valve and Hydrant Assessments EuteneSilvas, VVI itiesConstruclion5uperir*nden, m O
and Re irs N/A 22,974 9,097 c 1
pa (4511936.2234
eugenesi IvasL1111c i,coronexa.us ..
Wachs Water .
Services has
GK'S mapped
over
1,500,000
water
distribution
assets
cityafPomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
Project Understanding Wachs Water Services ability to
Wachs Water Services (WWS) is pleased to submit this proposal to the successfully manage and carryout the
City of Pomona for a Citywide Water Metering Infrastructure GPS scope of this program and work
Identification Program. The reader will discover by way of comparison effectively with the City of Pomona
that our approach is very different than other firms. Itis based on having rests squarely on experience having
gained more knowledge through successful experience than any other performed condition assessment and
firm specializing in this type of work. WWS has verifiably collected more GPS mapping projects for public and
than 1,500,000 GPS coordinates. private utilities, locally and nationally
including:
The specific objectives and requirements of this Program are: • Corona, CA
• To locate,identify,assess working condition,record mapping grade . Norco, CA
GPS coordinates and document findings on 31,000 meters, meter • Camroso, CA
services,sampling stations and backflow infrastructure. • Atlanta, GA
• To possess all necessary equipment, facilities, personnel and work • Gwinnett County, GA
experience to fulfill the terms of the contract at the time of bid . East Point, GA
submission. • St. Louis, MO
• To complete this work in 120 working days with employees that • Kansas City, KS
have valid California driver's licenses when driving a motor vehicle • Kansas City, MO
and performing the GPS identification services. • DC Water, DC
• WSSC, DC
The specific deliverables of this program include: • Houston, TX
Phoenix, TX
• A full geodatabase (.gdb] including all point data for the GPS • Howard County,MD
• Fort Lauderdale, FL
identified infrastructure in terms of GPSX and GPSY. . Knoxville, TN
• A comprehensive workflow methodology report identifying the . Pensacola,FL
geodatabase setup method, attribute information and coded values • Wilmington, DE
created for the data shall be included.The report shall be delivered . Charlotte,NC
in PDF format.Data shall be delivered via an external hard drive,or • Raleigh, NC
through a secured file transfer protocol (FTP) site. . Columbus, OH
• The City requires that the GPS data has sub-meter accuracy.The GPS • Tampa, FL
receivers shall have the ability to log raw GPS data, and enable the • Austin, TX
data to be post-processed using ArcMap compatible desktop GPS • San Antonio, TX
software.
• Hollywood, FL
• The GPS processing methods and software used shall be identified • Golden State, CA
within the report for the project. • Springfield, MA
• The horizontal accuracy shall be one (1] meter or better,using real- • Baltimore,MD
•
Aqua, 1L
time,or post processed differential corrections. • , !C
• The GPS processing software that was used to process the data to Springfield
. Decatur, IL
d
create the GIS geodatabase in the required report. The GPS • American Water
processing software shall allow the data to be exported into the City • United Water
defined coordinate system. • ....and many others
• Photographs of all sites shall be included in the report.
City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-25
1-r
Citywide Water Metering Infrastructure GPS Identification
WWS with appropriately applied data, information management and
Program management resources and fully equipped and staffed
professional services field crew, will execute metering infrastructure
GPS identification of the assets assigned for this program.
rr
Approach
The WWS plan is straightforward and leverages what City of Pomona
already knows about the meters in the system. Our approach is to apply �-�-- - -- - -
industry best practices and leverage the sum of our organizational cssrr�-sr �s _
experiences at drinking water utilities across the country to deliver
outstanding products to our clients. Our approach is to leverage
knowledge gained through successful experience performing all of the
elements of this scope. WWS has all of the equipment, vehicles and W%VS automated data
trained personnel to perform this scope on time and on budget. QA/QC tool
Methodology to Perform GPS Mapping Verification
As the first step in quality assurance,WWS excels at management of field Field
process tasks and of information tasks. In management terms this Collection
means establishing clear lines of communication, making decisions at References
the lowest possible level and knowing exactly what and how to measure Training Manual
in order to maintain the schedule,the budget and a ZERO TOLERANCE
error rate.
By way of example, quality assurance of GPS begins in the field where
the technician does not collect when the predicted post-processed
accuracy(PPA) is above 36 inches. It continues in the office where GIS
analysts run a script that calculates potential error as a function of
horizontal precision,standard deviation and PPA rejecting and flagging Proprietary Information of:
A%Yvbchswrdter
noncompliant records
Most quality control tasks are performed by information staff-running
scripts to check completeness and logic as mentioned above and
comparing data to previous projects/visits to the asset. They run
numerous scripts to eliminate inconsistent and inaccurate data. For
example,a script that compares the distance from the field activity's GPS =
point to the utility's GIS geometry representing the same asset. This is ---
done to establish a standard deviation from ground truth. Outliers (2 -
iM � w
standard deviations) are examined more closely to make sure the field
crew went to an "in scope" asset rather than another. In general,WWS _,� �— 27 —, „.
quality control tasks can be summarized as visual QC (reading each
record),automated QC (running scrips) and random sampling. - ° `'� tax
'=
FIE—1 De.Plop Ea ppe
1I0City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
In addition,WWS'quality control tasks incorporate more than 500 rules
checked against more than 50 data fields in the WWS field activities
database using Esri's Data Reviewer. Each case is resolved or flagged as .
a valid exception. Reports can be generated with the results from the
data reviewer. WWS' business intelligence data mining system reports .
field crew's production statistics. Some of the things monitored are:
daily production too high/low,work day too long/short, time between --
assets,the amount of work orders generated low/high vs.expected and
other operational,efficiency and accuracy metrics. .y„�n ,
®� � City of Pomona
T Citywide Water Metering Infrastructure GPS Identification
Bid No:,2017-z6
aq
Citywide Water Metering Infrastructure GPS Identification
Personnel,Equipment and Facilities
Critical to the success of a valve program is the experience of the
program personnel who will execute the program plan. WWS maintains •'
a cadre of highly trained and experienced personnel in California. Our
approach is to assign local personnel whenever possible to create a
program team which can act cohesively,expeditiously and strictly in the
interests of the client to reduce risk and Iower effective prices by
providing an added layer of expertise,experience and capabilities. Our
crews have specialized skill sets and deep knowledge of distribution
systems,and have the capability to deliver on every program objective.
Our crews would be deployed from our Corona,CA location.
imble.
WWS will put the right tools, the right technology and the right"know
how" into the right hands at the right time. WWS managers and
technicians are subjected to the best training,certification and licensing
program in the industry. It is peer reviewed by utilities nationwide and
being considered a standard by many of them. WWS has more capacity
to do this work than any other service provider who specializes in this
type of work (70+ truck crews). Combining tools, know how,
management and people specialized in large valve assessments is a
powerful low risk, high value approach to guaranteeing our clients
success with regard to this project
ESRI
Technology
AUTHORIZED
BUSINESS PARTNER
110iCity of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26 t
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
Required Forms
THE FOLLOWING FORMS MUST BE
SUBMITTED WITH THE BID RESPONSE.
Page 9 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
8. BIDDER SUMMARY SHEET
Bidder's Name: Pure T _ .hnnlogies US locIdba Wachs Water Services
Bidder's Address: 8920 State Route 108 Suite D Columbi MD 21045
PlanetBids Vendor ID Number for the City of Pomona: 580203
(Bidders MUST be a registered Prospective Bidder and have downloaded the bid document from PlanetBids - DO NOT
REGISTER FOR THIS BID THROUGH A THIRD PARTY OTHER THAN PLANETBIDS)
Number of years providing the specified services: 17
Bidder's Main Telephone Number: 800-525-5821
Fax Number: 847-415-2196
Bid Contact (person responsible for answering questions related to the Bid response):
Name: Roy Martinez Title: Business Development Mgr
Telephone Number: 720-212-4112 Fax: 847-415-2196
Email: rmartinez wachsws.com
Management Contact (person responsible for making contract decisions):
Name: Cliff Wilson Title: President
Telephone Number: 630-624-0179 Fax: 847-415-2196
Email: cwilson@—wachsws.com
Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account):
Name: -..Roy Martinez Title: Business Development Mgr
Telephone Number: 720-212-4112 Fax: 847-415-2196
Email: rmartinez@wachsws.com
Page 10 of 27
Citywide water Metering Infrastructure GPs identification, Bid No.;2017-26
9. SPECIFICATIONS AND SCOPE OF SERVICE
A. The City shall provide the Vendor with the following information to complete the project:
1. Geographical Information System (GIS) shapefiles such as parcels, centerlines, meter
reading route book polygons and other data as required.
2. All required available as-built drawings and infrastructure atlas data.
B. General Requirements
1. The City of Pomona estimates there are approximately 31,000 meters citywide. All of
these meters shall be identified with GPS coordinates. All meter points identified shall be
created within a GIS geodatabase.
2. The Contractor shall utilize a Geographical Information System (GIS) ArcMap
geodatabase to convey all of the GPS identification locations.
3. All GIS information provided shall be compatible with ArcMap 10.3.1, and the City's
defined projected coordinate system.
4. The GIS data shall be a "point" type for the GPS identified infrastructure. The
infrastructure attribute table shall include the fields as identified below:
Infrastructure Attribute Data:
a. Site Address
b. Infrastructure Type: Meter, Sampling Station, DCDA, DC, RPPA, RPDA
c. Meter Size, Manufacturer and Model
d. Service Diameter
e. Service Material Type: Steel, Copper, Other
f. Enclosure Type: Vault, Vault w/Steel Lid, Steel Cage, Other
g. Notes
h. Meter Working Condition
i. Empty Enclosure or Vault
j. Existing Meter Serial Number
k. Customer Shut-off Valve: Yes or No
I. Short) Long Service
m. Existing AM] Compatibility and Meter Manufacturer
n. Confined Space: Yes or No
o. Type of meter (Turbine, PD, Ultrasonic, Compound etc.)
p. Meter box size #3, 4, 5 or 6
q. Meter box location (Lawn, Parkway or Sidewalk)
r. Curb Stop Type (Flared, compression)
s. Obstructions (Wall, Fence Etc.)
t. GPS Coordinates (GPSX, GPSY)
Page 11 of 27
Citywide Water Metering Infrastructure CPS Identification, Bid No.:2017-26
5. The GPS identification site shall be any of the following locations:
a. the center of the meter vault lid
b. sampling station enclosure
c. meter body or backflow body
6. Below is the working condition assessment coding system that shall be identified within
the GIS attribute table:
Meter Working Condition Assessment:
• 1 = Good
2 = Non-Operable Meter
• 3 ` Missing Meter
4 = Broken Meter Casing
5 = Broken Enclosure
7. Deliverables shall include:
a. A full geodatabase (.gdb) including all point data for the GPS identified infrastructure in
terms of GPSX and GPSY.
b. A comprehensive workflow methodology report identifying the geodatabase setup
method, attribute information and coded values created for the data shall be included.
The report shall be delivered in PDF format. Data shall be delivered via an external
hard drive, or through a secured file transfer protocol (FTP) site.
c. The City requires that the GPS data has sub-meter accuracy. The GPS receivers shall
have the ability to log raw GPS data, and enable the data to be post-processed using
ArcMap compatible desktop GPS software.
d. The GPS processing methods and software used shall be identified within the report
for the project.
e. The horizontal accuracy shall be one (1) meter or better, using real-time, or post
processed differential corrections.
f. The GPS processing software that was used to process the data to create the GIS
geodatabase in the required report. The GPS processing software shall allow the data
to be exported into the City defined coordinate system.
g. Photographs of all sites shall be included in the report.
8. Completion of Work
All work shall be completed within one hundred twenty (120) working days after receipt of
a Purchase Order issued by the Purchasing Division,
9. Requirements
Vendor shall be responsible for ensuring that its employees have a valid California driver's
license when driving a motor vehicle and performing the GPS identification services.
— [END OF SCOPE OF WORKj—
Page 12 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.,2017-26
10.SPECIFICATION WORKSHEET
Not Applicable.
Page 13 of 27
Citywide Water Metering Infrastructure CPS Identification, Bid No.:2017-26
11.BID SHEET
ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE
PRICE
1 MOBILIZATION, DEMOBILIZATION AND 1 Lump Sum
PERMITS $1,000.00 $1 ,000.00
2 GPS IDENTIFICATION 31,000 EA
4.30 $133,300.00
3 GPS TO GIS DATA RENDERING 31,000 EA
$0.50 $15,500.00
4 METER SITE PHOTOGRAPHY 1 Lump Sum
$1,000.00 1 0.00
5 WORKFLOW METHODOLOGY DATA 1 EA
REPORT $1,000.00 $1 ,000.00
6 GIS DATA & GEODATABASE CREATION 1 Lump Sum
$1,000.00 '[ 0 0.00
7 BACKFLOW &SAMPLING STATION 2,000 EA
IDENTIFICATION 4.30 S8,600.00
8 METER SERVICE LATERAL& 31,000 EA
APPURTENANCES IDENTIFICATION $4.30 $133,300.00
9 FTP DATA DELIVERY 1 EA
$1.000,01 1 aao.00
Other Costs—Use the space below to
10 breakdown and itemize each additional 1 Lump Sum
costs not included in Line Items 1-9. $1,300.00 $1,300.00
TOTAL PROJECT AMOUNT: $297,000.00
Breakdown of Other Costs from Line Item #10:
DESCRIPTION QTY UNIT OF UNIT TOTAL
MEASURE PRICE PRICE
MISCELLANEOUS SUPPLIES 1 ea $1,300.00 $1,300.00
Page 14 of 27
Citywide water Metering Infrastructure GPS Identification, Bid No.:2017-26
12.REFERENCES
Provide three (3) past or current federal, state or local government agency references that are
comparable to the size of the City of Pomona that your company has directly contracted with as the
primary contractor. Goods or services provided must be equal to the specifications or scope of services
published herein. References must be for goods or services provided within the past five (5) years.
1. Company Name City of Baltimore
Address 100 N Holiday Street
City Baltimore State MD Zip 21202
Contact Name and Title: Kris Carter, Project M r
Telephone 410-396-0024 Email kris.carte r baltimorecity.g ov
Number of years that services have been or were provided: 13 years
Service provided Asset assessments and repairs/consulting repairs/consultingservices
of valves, hydrants and meters
2. Company Name City of Atlanta
Address 651 14th St NW
City Atlanta State GA Zip 30318
Contact Name and Title: Dax Flinn, GIS Manager
Telephone 404-546-1201 Email mflinn atvatlantaga.gov
Number of years that services have been or were provided: 4 years
Service provided Asset assessments and repairs of valves, hydrants and meters
3. Company Name Arlington County
Address 4200 28th Street South
City Arlington State VA Zip 22201
Contact Name and Title: Amani Eisa, En ineering_Program Mgr
Telephone 703-228-6539 Email aeisa arlin tonva.us
Number of years that services have been or were provided: 4 years
Service provided Asset assessment and consulting services
Page 15 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-25
13.CITY OF POMONA MINORITY BUSINESS QUESTIONNAIRE !, ,t
Failure to complete and submit this Worksheet with the Bid response will render
the Bid non-responsive and will not be considered for award.
Name of Business: Pure Technologies US Inc
Division or Subsidiary, if applicable:Wachs Water Services
Business Address: 8920 State Route 108, Suite D
Columbia MD 21045
Business Telephone No.: 800-525-5821
Contact Person: Cliff Wilson
Title: President
Type of Business:
Non Profit [ ]
Sole Proprietorship [ ]
Partnership — General [ ]
— Corporation
Is the business 51% or more owned by:
American Indian [ I
Asian [ ]
Black [ I
Hispanic [ ]
Female [ I
Other [ I
(please specify)
Prepared By: Laura Peterson
Title: Marketing Specialist
Date: December 13, 2017
For more information, please contact the City of Pomona Purchasing Division (909) 620-2381.
Page 16 of 27
Citywide Water Metering infrastructure GPS Identification, Bid No.:2017-26
14.CITY OF POMONA STATEMENT OF NON-COLLUSION BY CONTRACTOR
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and
will not be considered for award.
The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify that:
a. All statements of fact in such bid or proposal are true.-
b.
rue;b. Such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company,
association, organization or corporation;
c. Such bid or proposal is genuine and not collusive or sham;
d. Bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce
action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the proposed
procurement;
e. Bidder did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else
would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or proposal;
f. Bidder did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to
raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost
element of his bid or proposal price, or that of anyone else;
g. Bidder did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents thereof,
or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid
depository, or to any member agent thereof, or to any individual or group of individuals, except to the City of Pomona, or
to any person or persons who have a partnership or other financial interest with said bidder in his business.
h. Bidder did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity, entertainment,
meals, or anything of value, whatsoever, which could be construed as intending to invoke any form of reciprocation or
favorable treatment.
L No officer or principal of the undersigned firm is employed or has been employed, either full or part time, by the City of
Pomona, either currently or within the last two (2) years, or is related to any officer or employee of the City by blood or
marriage within the third degree. An exception to this section may be granted by approval of the City Council prior to
contract award.
j. No officer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been convicted
by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act in violation of
any state or federal antitrust law in connection with the bidding on, award of, or performance of, any public work
contract, with any public entity, within the last three years.
I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct
and that this certification was executed on (Date) 42-13.2017 at (Location) Columbia
California.
Business: By:
Wachs Water Services Cjr�(--�J
Address: (Signature)
8920 State Route 108 Suite D Columbia MD 21045 Cliff Wilson, President
(Print Name &Title)
Page 17 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
15,CITY OF POMONA AGREEMENT FOR INDEMNIFICATION BY CONTRACTOR AND ACCEPTANCE
AND ACKNOWLEDGMENT OF PROCUREMENT PRACTICES OF THE CITY OF POMONA
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be
considered for award.
The City of Pomona requires contractors and suppliers of services to the City to agree to indemnify and hold the City of
Pomona harmless for claims or losses arising from, or in connection with, the contracting party's work for the City of
Pomona before a Purchase Order is issued.
To reduce the possibility of misunderstanding between contracting parties and the City in case of a claim or lawsuit, the City
of Pomona is requiring that contacting parties who perform services for the City sign this letter. This letter will act as and
become a part of each Contract/Purchase Order between the City of Pomona and the contracting parties signing the letter
for the duration of the contract term and any extensions thereto.
In consideration of the opportunity of doing business with the City of Pomona and benefits to be received thereby,
the contracting party to this agreement agrees as follows:
1. That where a contract, purchase order or confirming order is awarded by the City of Pomona,this Letter Agreement is to
be considered part of that contract.
2. Contractor agrees to indemnify the City of Pomona, and any officer, employee or agent, and hold the City of Pomona,
and any officer, employee or agent, thereof harmless from any and all claims, liabilities, obligations and causes of
action, of whatsoever kind or nature, for injury to, or death of, any person (including officers, employees and agents of
the City of Pomona), and for injury or damage to or destruction of property (including property of the City of Pomona),
resulting from any and all actions or omissions of contractor or contractor's employees, agents or invitees, or any
subcontractor of contractor or any of such subcontractor's employees, agents or invitees.
3. That the contracting party specifically waives the benefits and protection of Labor Code Section 3864 which provides: "If
an action, as provided in this chapter, is prosecuted by the employee, the employer, or both jointly against the third
person results in judgment against such third person or settlement by such third person, the employer shall have no
liability to reimburse or hold such third person harmless on such judgment or settlement in the absence of a written
agreement so to be executed prior to the injury." This waiver will apply to the contracting party to this letter to any
contracts awarded by the City of Pomona during the term of this Agreement and any extensions thereto.
4. That this Agreement has been signed by an authorized representative of the contracting party, and such representative
has the authority to bind the contractor to all terms and conditions of this Agreement.
5. That this Agreement shall be binding upon the successors and assignees of the contracting party to any contract with
the City of Pomona. As a condition precedent to acceptance, any contacts from the City of Pomona and contracting
party agree to advise its successors or assignees of this Agreement and to obtain their consent to it in writing before the
work of the representative successor or assignees begins. Such assignment shall not be effective without the prior
written consent of the City of Pomona.
6. To promptly notify the City of Pomona of any change in ownership of the contracting party whlle this Agreement is in
force.
This letter Agreement cannot be modified or changed without the express written consent of the City of Attorney of the City
of Pomona.
I agree to the terms of this Letter Agreement on behalf of:
Business: Wachs Water Services By:
(Signature)
Address:8920 State Route 108 Suite D Columbia MD 21045 Cliff Wilson, President
(Print Name &Title)
Page 18 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
16.CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS
This Purchase Order and any additional attachments hereto INDEMNIFICATION
constitute the entire agreement between (print business B. Vendor shall defend, indemnify and hold the City, its
name) ����// officials, officers, employees, volunteers and agents free and
vVQ'Charmless from any and all Claims (as defined below) in any
(the Vendor, referred to herein as "Vendor") and the City of manner arising out of or incident to (i) any acts, omissions,
Pomona (hereinafter referred to as the "City") covering the negligence, or willful misconduct of Vendor, its officials,
goods and services described herein. Failure to decline officers, employees, agents, consultants and Vendors; (ii)
Terms and Conditions in writing constitutes agreement to the Vendor's performance of the services; and/or (iii) any action
terms of the Purchase Order Terms and Conditions as for product liability arising from a defect in the design,
stated. If any provision of this Purchase Order is held by a materials and workmanship of any product provided
court of competent jurisdiction to be invalid, void or pursuant to this Purchase Order. Vendor shall defend the
unenforceable, the remaining provisions nevertheless will City, at Vendor's own cost, expense and risk, and with
continue in full force and effect without being impaired or competent counsel approved by the City. Vendor shall pay
invalidated in any way. In Vendor's performance of services and satisfy any judgment, award or decree that may be
or provision of goods pursuant to this Purchase Order, time rendered against City or its directors, officials, officers,
is of the essence. employees, agents or volunteers, in any such suit, action or
GENERAL other legal proceeding. Vendor shall reimburse City and its
1. These Terms and Conditions form part of Purchase directors, officials, officers, employees, agents and/or
Order ("P.O.") number volunteers, for any and all legal expenses and costs incurred
issued by the City of Pomona ("City"). by each of them in connection therewith or in enforcing the
2. Vendor, (hereinafter referenced as a "Vendor"), and indemnity herein provided. For the purpose of this provision,
its goods or services, shall conform to the applicable "Claims" means claims, actions or causes of action,
requirements of City Ordinances, and all applicable State regulatory, legislative or judicial proceedings, at law or
and Federal Laws. equity, and all associated liabilities, demands, assessments,
3. If the goods or services ordered herein result from a levies, losses, fines, penalties, damages, costs and
Request for Quotation ("RFQ"), Request for Proposal expenses, whether in connection with property or persons,
("RFP"), Notice Inviting Bids ("NIB") or a City Agreement including wrongful death, in each case as awarded by a
("Agreement"), then the Terms and Conditions set forth in court or arbitrator, including, without limitation: (i) reasonable
this Purchase Order are considered to be in addition to the attorneys', accountants', investigators', and experts' fees
requirements and specifications stated in the RFQ, RI=P, NIB and expenses sustained or incurred in connection with the
or Agreement. defense or investigation of any such liability, and (ii) all
4. In the event of a conflict between Vendor's bid, consequential damages and damages that arise as a result
Vendor's terms and conditions, and the City's Purchase of strict liability.
Order Terms and Conditions, the provisions of the City's
Purchase Order Terms and Conditions shall govern. NONDISCRIMINATION CLAUSE
9. Except as provided in Section 12940 et seq_ of the
BUSINESS LICENSE AND PERMITS Government Code, Vendor shall not discriminate against any
5. During the performance of services or provision of Person because of his/her race, religious creed, color,
goods pursuant to this Purchase Order, the Vendor shall national origin, ancestry, physical disability, mental disability,
secure or maintain in force all licenses and permits required marital status, mental condition, or gender, nor refuse to hire
by law for the operation of their business, including a or employ a person or to refuse to select the person for a
Pomona Business License when required. The Vendor is training program leading to employment or to bar or
solely responsible for becoming familiar with all applicable discharge the person from employment, or from a training
permit and license requirements, program leading to employment, or to discriminate against
the person in compensation or in terms, conditions or
MISCELLANEOUS CHARGES privileges of employment. Vendor small insert this
6. Vendors shall not charge the City for transportation, nondiscrimination provision in all subcontracts for any work
containers, packing, or overhead costs, unless so specified covered by this Purchase Order.
in this Order.
EXCISE TAX
FREIGHT CHARGES 10. If federal excise tax is applicable to the transaction,
7. All shipments are F.O.B. -- Destination, and Vendor the Vendor must be clearly state so in writing and shall
pays charges, unless specified otherwise in this Order. If the exclude said tax from the price. The City of Pomona, as a
City and Vendor agree that an Order will be F.O.B. — Origin, government agency,
non is exemption exempt
fromcertificate
payment opon said tax'
then the Vendor shall prepay the freight and add the freight and will request.
rs
cost to the invoice. The City reserves the right to request a
copy of the paid express or freight bill.
Page 19 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-26
SALES AND USE TAXES substitute equipment or materials without City's prior written
11, Vendor shall show sales tax, if any, on the invoice approval. Notwithstanding the requirement for any inspection
as a separate item. and test contained in specifications applicable to this Order,
except where specialized inspection or tests are specified
DEFAULT BY VENDOR solely for the City, the Vendor shall perform or have
12. If Vendor defaults on the performance of services or performed the inspection and tests required to substantiate
provision of goods pursuant to this Purchase Order, the City that the supplies and services provided under the Purchase
reserves the right to procure the goods or services from Order conform to the drawings, specifications, and
other sources and to hold the Vendor responsible for any requirements incorporated herein, including, if applicable,
additional costs (costs exceeding the amount of this the technical specifications for the manufacturers' part
Purchase Order) the City incurs as a result. The City also numbers specified herein.
reserves the right to cancel this Purchase Order if the
Vendor defaults. The Vendor's performance deficiency may INSURANCE
be established by a single incident, or by a pattern of 14. For the duration of Vendor's performance of services
incidents, as determined by the City. The City shall make a or provision of goods pursuant to this Purchase Order,
record of any performance discrepancies by using a form Vendor shall procure and maintain insurance as set forth in
substantially similar to that shown in following Attachment Attachment "B" attached hereto.
"A."
12.1 If Vendor's default resulted from Force PAYMENTS AND APPROPRIATION OF FUNDS
Majeure, then the City shall not hold Vendor 15. Payment terms are net 30 days, unless the City and
accountable for the City's additional costs incurred. Vendor agree otherwise in writing. All Cash Discounts shall
Vendor must notify the City immediately upon be taken and computed from the date of delivery or
knowing that non-performance or delay will apply to completion and acceptance of the material, or from the date
this Order as a result of Force Majeure. At that time, of receipt of invoice, whichever is latest. Each of the City's
Vendor shall submit a written Recovery Plan for this payment obligations is conditioned upon the availability of
Order. If the City does not receive the Recovery Plan state or local government funds which are apportioned or
within 10 days of the necessary notification of Force allocated for the payment of such an obligation. If the funds
Majeure default, or City does not accept the are not allocated and available for the continuance of the
Recovery Plan, then the City may cancel this Order function performed by the Vendor, then, at the end of the
in its entirety at no cost to the City, and compensate period for which funds are available, the City may terminate
Vendor only for goods and services provided to the the product or service directly or indirectly involved in the
City's satisfaction, as solely determined by the City, performance of that function.
as of the Order cancellation date.
12.2 Force Majeure means circumstances that INVOICES
suspend the Vendor's performance of this Purchase 16. Vendor shall address invoices and statements to
Order because performance is prevented or The City of Pomona, Attn: Accounts Payable, P.O. Box 660,
impeded by strikes, disturbances, riots, fire, severe Pomona CA 91769. Prior to the City issuing payment,
weather, government action, war acts, acts of God, designated City staff shall review and approve invoice based
or any other cause similar or dissimilar to the on the satisfactory completion of delivery. The City will issue
foregoing which are beyond the Vendor's control. payments within 30 days after approving an invoice.
12.3 The City's waiver of any breach of any Invoices shall contain the following information: Vendor's
provision of this Order shall not be deemed a waiver Federal Tax I.D. number, contract or order number, item
of any other provision of this Order, and shall not be number, description of supplieslservices, quantities and units
deemed a waiver of any subsequent breach of the of measure, unit prices and extended totals. Bill of Lading
same provision or any other provision. The City's number and weight of shipment will be shown for shipments
payment to the Vendor shall not constitute a waiver on Government Bills of Lading.
of any breach which may then exist on the part of
the Vendor. The City's payment to Vendor shall not WARRANTY
impair or prejudice any right or remedy available to 17. The Vendor agrees that the supplies/services
the City with regarding to such breach or default. furnished under this Purchase Order shall be covered by the
most favorable commercial warranties the Vendor gives to
INSPECTION AND ACCEPTANCE any customer for such goods/services, and that the rights
13. Inspection and acceptance shall be at destination, and remedies provided herein are in addition to, and do not
unless otherwise provided. Until delivery and acceptance, limit any rights afforded to the City by, and other clause of a
and after any rejections, risk of loss shall be on the Vendor contract awarded hereunder.
unless loss results from the City of Pomona's sole
negligence. The inspection, failure to make inspection, ASSIGNMENT OF CLAIMS
acceptance of goods, or payment for goods shall not impair 18. The Vendor shall not assign or subcontract the
City's right to reject nonconforming goods. When the provision of goods or performance of services pursuant to
Purchase Order specifies equipment or material by this Purchase Order unless the City grants prior written
manufacturer, model, or trade name, Vendor shall not approval. Claims for monies due or to become due under
Page 20 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
this Purchase Order shall be assigned only pursuant to prior 25. Vendor acknowledges that pursuant to Government
written consent of the City's Purchasing Officer. Code Section 87300, et seq. and the Conflict of Interest
Code adopted by the City hereunder, Vendor is designated
PURCHASE ORDER TERMINATION in said Conflict of Interest Code and may be required, as
19. The City may terminate this Purchase Order at any determined by the Written Determination (attached hereto as
time, with or without cause, by giving Vendor three (3) days' Attachment "C"), to file an Economic Interest Statement
advance written notice. In the event of termination by City for (Form 700)with the City Clerk.
any reason other than the fault of Vendor, City shalt pay
Vendor for all work performed or goods provided, to the EQUAL EMPLOYMENT OPPORTUNITY
City's satisfaction, as solely determined by the City, as of the 26. The Vendor shalt comply with all applicable state
termination date. In the event of Vendor's breach, City may and federal laws addressing Equal Employment Opportunity.
terminate this Purchase Order immediately without notice,
may reduce payment to the Vendor in the amount necessary INDEPENDENT VENDOR STATUS
to offset City's resulting damages, may procure substitute 27. It is expressly understood that the Vendor is acting
goods or services at Vendor's expense, and/or may pursue as an "independent Vendor" and not as an agent or
any other available recourse against Vendor. Upon the City's employee of the City of Pomona. As such, Vendor shall
termination of this Purchase Order for any reason, City may have no power or authority to incur any debt, obligation or
require Vendor to provide all finished or unfinished goods, liability on behalf of the City, unless such authority is
documents, data, diagrams, drawings, materials or other expressly authorized. Further, Vendor is not entitled to any
matter prepared or built by Vendor in connection with its benefit typically associated with an employee such as
performance of this Purchase Order. Vendor shall not medical, sick leave, retirement, or vacation benefit. Vendor
terminate this Purchase Order, except upon showing of expressly waives any claim to any such rights.
cause.
GOVERNING LAW Vendor's Authorized Representative
20. This Purchase Order shall be deemed a contract (Sign and subm' with bid response)
between the City and Vendor, and shall be governed by and
construed in accordance with the laws of the State of
California. Vendor agrees that the State and Federal courts Signature bate
which sit in the State of California shall have exclusive Cliff Wilson
jurisdiction over all controversies and disputes arising Print Name
hereunder, and submits to the jurisdiction thereof.
21. Vendor shall abide by all applicable Prevailing Wage President
requirements pursuant to the California Labor Code. Title
ATTORNEY'S FEES AND COSTS Wachs Water Services
22. In an action b a Business Name
y y party to enforce its rights
hereunder, the nonprevailing party shall pay the prevailing 630-624-0179
party's legal costs and expenses (including reasonable Phone Number
attorney's fees).
CWIISon9wachsws.Com
CHANGE ORDERS Email
23, The City reserves the right to make written changes,
at any time, within the general scope of this Purchase Order.
If any such changes cause an increase or decrease in the
cost of, or in the time required for the performance of this
Purchase Order, an equitable adjustment shall be made in
this Purchase Order price, delivery schedule, or both. Any
claim by Vendor for a price adjustment must be approved by
the City's authorized representative(s) in writing (formal
change order, amendment, or revision) before Vendor
proceeds with such change.
CONFLICT OF INTEREST
24. Except for items that are clearly promotional in
nature, mass produced, trivial in value and not intended to
invoke any form of reciprocation, Vendor shall not offer the
City's employees any gratuities, entertainment, meals, or
anything of value whatsoever. The offer of such gratuity to
an employee of the City shall be cause for finding default
and establishing grounds for termination.
Page 21 of 27
Citywide Water Metering Infrastructure GPS Identification, B3 d No.:2017-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS - ATTACHMENT "A"
SAMPLE -VENDOR PERFORMANCE EVALUATION
To Date
Attention of
Contact title and Purchase Order Number
Email
From
1. Discrepancy or problem — Describe the specifics of the deficiencies, and review with the Department
Director and Purchasing. Contract manager identifies if specific problem occurred previously. If this issue
has been brought up previously, state dates of discussion. Send the form to the Vendor for review and
signature.
Vendor shall review the following and respond by: Date: Time
Number of times t ' idency has occurred since agreement exec n:
Department Dire or grin n to
2. Vendor resp M le
e oris' e uir d oles rib t o o ecti e c ie tkb
Vendor Signature: print/sign-- Date
3. Disposition/action taken -After reviewing the Vendor's response, the contract manager enters the
action taken, or required and returns a copy of the completed form to the Vendor and Purchasing.
Department Director: print/sign Date
4. Purchasing File— Submit final performance documentation to Purchasing for file.
Vendor Performance Evaluation form has been provided to Purchasing Division for file:
Purchasing Manager: print/sign Date
Page 22 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS -ATTACHMENT "B"
INSURANCE REQUIREMENTS
The Contracted Vendor shall furnish the City certificates of insurance prior to the execution of the Agreement
demonstrating that the following coverage is in effect and in accordance with the specifications.
The VENDOR shall maintain throughout the duration of the term of the Agreement, liability insurance covering the
VENDOR and designating CITY including its elected or appointed officials, directors, officers, agents, employees,
volunteers, or VENDORs, as additional insured against any and all claims resulting in injury or damage to persons or
property (both real and personal) caused by any aspect of the VENDOR's work, in amounts no less than the following
and with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be stated, in the
Additional Insured Endorsement, that the VENDOR's insurance policies shall be primary as respects any claims related
to or as the result of the VENDOR's work. Any insurance, pooled coverage, or self-insurance maintained by the CITY,
its elected or appointed officials, directors, officers, agents, employees, volunteers, or VENDORS shall be non-
contributory.
General Liability:
a. General Aggregate $2,000,000
b. Products Comp/Op Aggregate $2,000,000
C. Personal &Advertising Injury $1,000,000
d. Each Occurrence $1,000,000
e. Fire Damage (any one fire) $ 50,000
f. Medical Expense (any one person) $ 5,000
Workers' Compensation:
a. Workers' Compensation Statutory Limits
b. EL Each Accident $1,000,000
C. EL Disease - Policy Limit $1,000,000
d. EL Disease - Each Employee $1,000,000
Automobile Liability
a. Any vehicle, combined single limit $1,000,000
The VENDOR shall provide thirty (30) days advance notice to CITY in the event of material changes or
cancellation of any coverage. Certificates of insurance and additional insured endorsements shall be
furnished to CITY thirty (30) days prior to the effective date of this Agreement. Refusal to submit such
certificates shall constitute a material breach of this Agreement entitling CITY to any and all remedies at law
or in equity, including termination of this Agreement, if proof of insurance required under this Agreement is
not delivered as required or if such insurance is canceled and not adequately replaced, CITY shall have the
right but not the duty to obtain replacement insurance and to charge the VENDOR for any premium due for
such coverage. CITY has the option to deduct any such premium from the sums due to the VENDOR.
Insurance is to be placed with insurers authorized and admitted to write insurance in California and with a
current A.M. Best's rating of A-:VII or better. Acceptance of insurance from a carrier with a rating lower than
A-:VII is subject to approval by CITY's Risk Manager. VENDOR shall immediately advise CITY of any
litigation that may affect these insurance policies.
Page 23 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:201.7-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS -ATTACHMENT "C"
WRITTEN DETERMINATION
(Page 1 of 2)
1, Linda Lowry, City Manager of the City of Pomona ("CITY") have made the following determination with
regard to economic interest disclosure requirements for (name of
CONSULTANT/ CONSULTANT/VENDOR), pursuant to the Conflict of Interest Code adopted by CITY:
[ ] CONSULTANT/ CONSULTANT/ VENDOR shall disclose its economic interest pursuant to the
broadest disclosure category in the Code. (CATEGORY I*)
[ ] CONSULTANT/ CONSULTANT/VENDOR has been hired to perform a range of duties that are
limited in scope and thus CONSULTANT/ CONSULTANT/ VENDOR is not required to comply
with the broadest disclosure category requirements. Based on the Scope of Services set forth
in Exhibit 'A," of the Agreement, CONSULTANT/ CONSULTANT/ VENDOR need only provide
economic interest disclosure under the following categories*:
[ ] CATEGORY 1: Business interests and Investments
[ ] CATEGORY II: Supply Sources
[ ] CATEGORY III: Contractors
[ j CATEGORY IV: Geographic location
"A full explanation of each of these disclosure categories is found on page 2 of this Exhibit.
[ ] CONSULTANT/ CONTRACTOR/ VENDOR is not required to comply with Disclosure
requirements based on the following:
[ ] Duties of CONSULTANT/ CONTRACTOR/ VENDOR under this AGREEMENT
are not applicable to Conflict of Interest Code
[ ] Other:
Date:
Linda Lowry, City Manager
Page 24 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
WRITTEN DETERMINATION
(Page 2 of 2)
DESIGNATED EMPLOYEE CATEGORIES
1. This category applies to individuals that make, or participate in making, decisions that may have a material effect on
their financial interest(s) in;
a. businesses in which the individual holds an investment or business position';
b. sources of income; or
c. real property.
Individuals subject to this category need not disclose under Category Il or III, Individuals subject to this category must
disclose any of the following financial interests within the City and within two miles of City boundaries:
a. investments in business entities2;
b. business positions held,
c. sources of income; and
d, interests in real properly.
ll. This category applies to individuals that make, or participate in making, decisions that involve the purchase of
services, supplies, materials, machinery or equipment.
Individuals subiect to this category must disclose any of the following financial interests in business entities which
provide services, supplies, materials, machinery, equipment, or technology of the type utilized by the City:
a. investments in business entities;
b. business positions held; and
c. sources of income.
III. This category applies to individuals that make, or participate in making, decisions that involve Contracting for services
including, but not limited to:
a. professional services;
b. vendor services;
c. consulting services; and
d. Contractor services.
Individuals subject to this category must disclose any of the following financial interests in business entities which
provide Agreement services, of the type utilized by the City:
a. investments in business entities.-
b.
ntities;b. business positions held; and
c. sources of income.
IV. This category applies, as applicable, to commissioners. Individuals subject to this category must disclose:
a. all investments in, interest in, or income from, real property located within the jurisdiction of the respective
board or commission and five hundred feet contiguous thereto; and
b. all investments in, interest in, or income from, any business entity:
I. in which the person holds a business position; and
J. that is either: A) within the jurisdiction of the respective board or commission and five hundred feet
contiguous thereto; or B) conducted business within the jurisdiction of the respective board or
commission and five hundred feet contiguous thereto, at any time during the two years prior to the date
of filing the Statements of Economic Interest.
1"Business positions"shall include, but not be limited to, a role as a director,officers, partner,trustee,employee, or any
management position.
2 "Business entities"shall include, but not be limited to,sole proprietorships, partnerships,and corporations.
Page 25 of 27
Citywide Water Metering[nfrastructure GPS Identification, Bid No.:2017-26
17.EXCEPTIONS SHEET
Exceptions to any part of this bid document (scope of work, specifications, required forms, sample
terms and conditions, etc.) must be clearly identified and described in detail using the following
worksheet. Make a copy of, and use additional sheets if needed. Bidder must state if no exceptions
will be taken. Failure to complete and submit this worksheet with the bid response may render the
bid submittal as non-responsive.
"Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26"
Reference Reference
Page# Item # Exceptions
NO EXCEPTIONS WILL BE TAKEN
Page 26 of 27
Citywide Water Metering Infrastructure GPS Identification, M No.:2017-26
18.ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION
"Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26"
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be
considered for award.
I Cliff Wilson President have read and understand
(Full Printed Name) (Title)
the Bid Document, and I am duly authorized to commit my company to sell goods or perform
services specified herein. I understand by signing this bid I am not obligating the City to make this
procurement, nor am 1 signing a contract to sell goods or perform services.
By signinq this document: upon award of a contract, I agree to comply with _ali
specifications, scope of services, requirements and terms and conditions described herein
at the price(s) offered.
This bid is firm for 90 days from the due date identified in the Schedule of Events of this Bid.
Authorized Representative:
Business Name: Authorized Signer:
7
Wachs Water Services
Business Address: (Signature)
8920 State Route 108 Suite D Columbia MD 21045 Cliff Wilson, President
Phone Number/E-mail Address: (Print Name & Title)
630-624-0179; cwilson wachsws.com
Page 27 of 27
OAYAWachsWater
SERVICES
A Division of Pure Technologies Ltd
December 19, 2017
City of Pomona City Hall
City Clerk's Office (Upper Level)
505 S. Garey Avenue
Pomona, CA 91766
Re: Citywide Water Metering Infrastructure GPS Identification, Bid No: 2017-26
Wachs Water Services is pleased to submit our proposal to the City of Pomona for a Citywide Water
Metering Infrastructure GPS Identification Program. We recognize the importance of this Program
and the thoroughness and accuracy required for data collection and analysis. We believe that our
project and staff experience, our experience working on water distribution systems, along with
more than a decade of performing similar services successfully in more than 200 utilities, uniquely
qualifies Wachs Water Services as the most experienced and the right choice to deliver these
important services to the City of Pomona.
Wachs Water Services stands ready to perform meter services and we trust that you will find our
company to be the most advantageous to the City of Pomona. We are confident that we will deliver
the successful completion of the services. We want to thank you for the opportunity to submit our
proposal on this very important project, and we look forward to a favorable decision on behalf of
Wachs Water Services.
Very truly yours,
Roy L. Martinez
Business Development Manager
Cell: 720-212-4112
rmartinez@wachsws.comm
Wachs Water Services 18920 State Route 108,Suite D I Columbia MD USA 21045 Tel +1 (800)525-5821
wachsws.com
TabRe of Contents
Qualifications...................................................................................................................................................... 2
RelevantExperience............................................................................................. ............................... 3
Cityof Baltimore........................................................................................................................................... 3
Cityof Atlanta.................................................................................................................................................4
ArlingtonCounty, VA...................................................................................................................................4
Cityof Corona, CA......................................................................................................................................... 5
ProjectUnderstanding.................................................................................................................................... 7
Approach..........................................................•................................................................................................... 8
Methodology to Perform GPS Mapping Verification....................................................................... S
Personnel, Equipment and Facilities.......................................................................................................10
I O9 N
Gt -
--W_
Citywide Water Metering Infrastructure GPS Identification
Qualifications
Wachs Water Services is the leading provider of water distribution V
services that advance system reliability.We collaborate with utilities to
deliver solutions that optimize control and reduce the liability of aging fin I
underground water infrastructure. Our specialized approach combines kri 6
engineered planning, condition assessment, rehabilitation and detailed, WachsWater
accurate GIS information delivered into the utilities business systems.
Wachs is the leading provider of transmission and distribution system m
services and solutions that dramatically improve the efficiency and
operability of water systems. Number of Years in Business
17,founded in 2000
Leveraging Wachs latest technology for interacting with physical assets
and an array of business systems related to mapping, surveying, work Number of Communities Served
2D0+
order management, systems integration, web based and mobile data
provisioning systems and other never-before seen technologies related Legal Company Name
to pipeline condition assessment, Wachs has been dedicated to the Pure Technologies US Inc.
effectiveness and simplicity of business processes that interact directly dba Wachs Water Services
with the water distribution system. Wachs Water Services Address
8920 State Route 108,Suite D
Wachs has completed and is presently working on multiple programs Columbia,MD 21045
across the country from California,Virginia,Texas,Florida,Illinois,Ohio, Local Address
New York, New Jersey, Delaware, North Carolina, Tennessee, Michigan, 170 Vander Street,Suite F
Arizona,Wyoming and Maryland. Corona,CA 92880
WWS has successfully completed similar work in more than a hundred Company Telephone
utilities nationwide. Our knowledge on this subject is extensive- more 1-800-525-5821
so than any other vendor responding to this solicitation as it is derived Contact Person
from collecting, reconciling and integrating many millions of data Roy L.Martinez
elements and involves hundreds of thousands of valves, fire hydrants Business Development Manager
meters and other physical water assets. It is the end result of successful Cell:720-212-4112
experience collecting data about water infrastructure, integrating that Additional Services offered
data and establishing a provisioning mechanism for it so that it is by Wachs Water Services
functionally information which can be used to make decisions. WWS has 0 valve Assessments
accomplished this task using a variety of business systems that range aHydrant Assessments
from GIS to customer information systems to asset management ' Unidirectional Flushing
• Conventional Flushing
systems, computerized maintenance management systems, hydraulic . Preplanned Construction Shutdowns
modeling systems,hybrid web based systems and virtually everything in o Emergency Response Shutdowns
between. ® Large and Critical Valve Assessments
• Valve Repairs
Wachs Water Services, was acquired by Pure Technologies on April 1, 0Fire Hydrant Repair and Flow Testing
2015 and amalgamated into Pure Technologies U.S. Inc. on January 1, ' Repair Prioritization Analysis
* Spatial Enhancement of GIS
2016. From a capacity standpoint,Wachs is a division of a$100MM/yr. . Migration of Attributes to GIS
of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
publically traded engineering and condition assessment technologies
company Pure Technologies U.S. Inc. with approximately SO0 U.S.
employees and 70 field operations crews located in strategic hubs
throughout North America. Wachs looks forward to bringing its financial
and operational strength to bear in Pomona.
Relevant Experience
City of Baltimore
WWS has been working with City of Baltimore since 2003 having been
awarded four multiyear programs to maintain water distribution system
assets in addition to leak detection, isolations assistance and repair
services on large diameter valves. WWS is currently working on a multi-
year contract with the City. To date WWS has completed over 145,000
valve assessments, over 30,000 hydrant assessments and over 20,000
hydrant isolation valve assessments and shot and post processed over
120,000 mapping grade GPS positions for the City of Baltimore. WWS is
currently relating asset data to the City's CityWorks system.
Water Infrastructure Condition Assessment (WICA) was initiated by
Chief of Engineering Opinder Singh a few years ago. The goal of the
project was to assess all water infrastructure / assets within a
geographic boundary. It was primarily driven by upcoming future DOT
projects in the area. DPW wanted to know the condition of the assets
before a DOT street project commenced. They wanted to know if leaks
existed before the project commenced,they wanted to know the status
of the buried assets before the project started,they wanted to know the
material of the input and output risers before the project started. If Wachs Water
galvanized piping was present,they wanted to replace all of them with
copper piping before the project started. It was believed galvanized Services has
piping was a source of many leaks especially after a major street paving assessed and
project. The scope for the WICA project included taking GPS shots of GPS'd over
thousands of meters, documenting input/outputs risers, verifying
address and meter numbers. 1,000,000 Valves
from 2" to 109
They wanted to address in scope and out of scope repairs. If in scope for
Wachs they wanted Wachs to address under Wachs existing contract. if
out of scope for Wachs they wanted City to repair before project started.
They also tapped into GIS to find out the age of pipe and other pertinent
info.The overall objective was to dig the street and repair issues so that
they didn't have to come back and dig after fresh paving.
110iCity of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
The project helped uncover a lot of issues such as straight piping and
services that were not abandoned properly(sources of leak);meters that
were shown on mapping but did not exist/buried in in the field.Meters
that were not shown on the mapping but existed in the field.
City of Atlanta
The City of Atlanta has an older water distribution system that consists
of approximately 48,000 valves, 24,000 hydrants and 24,000 hydrant
isolation valves. WUS-BPA, a joint venture between WWS and BPA
completed the process of locating, operating, assessing, documenting �^
and GPS mapping all the valves and hydrants in the Atlanta system, on ,
time and slightly under budget,in a 3 year time period.
The most difficult challenge to overcome in the Atlanta program was an -
initial lack of accurate, relevant and meaningful information that could
be used for field assessments. WWS overcame this challenge by
consolidating data spread across 7,000 plat card drawings,hundreds of
thousands of inspection records and field verified GPS data points into a
spatially accurate, content rich and widely available GIS. This program
was very successful and increased the City of Atlanta's valve operability
to 95%.
During the Atlanta project, there was an urgent need within the city to
complete repairs and audits for the Small Meter Repair program - an
order from the Mayor's Office. WWS assisted the Bureau of Engineering
Services Small Water Meter Repair Team with identifying exceptions,
making minor repairs and sending a weekly report back for research and
work order creation in enQuesta. The scope of the meter project
included: I
i
• Identifying and repairing broken or missing lids,antenna,wire,
or glass
• Identifying Missing Meters or Illegal Connections
• Identifying Cannot Locate(CNL) Meters a
• Identifying Meter Box Replacements
Arlington County,VA
Arlington County, VA water distribution system serves approximately
200,000 customers through its water network that contains nearly 500
miles of water main, 13,000 valves, 36,000 meters and 3,500 hydrants.
2013 Wachs Water Services began a valve assessment and information
management program with the City of Arlington. In this program WWS
assessed,located,operated,documented and GPS mapped 11,847 valves
j � City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
and 523 hydrants in the water distribution system. WWS then
performed a meter audit with the County where we collected GPS,meter
and AMR information. We assessed a total of 5,422 meters in the system.
Assessments included GPS mapping, reading the meter electronically
and physically to make sure they matched and also verifying the address,
meter number and AMR number with client's records. During this meter
audit we reported 908 meter structure defects and 282 AMR
discrepancies. Y —�f
r
City of Corona, CA
The City of Corona, CA has a mid-sized and aging water system with _. }
17,800 valves and 8,524 hydrants. In 2009 Wachs Water Services began
a multi-year contract to locate, assess, operate, repair, document and
GPS Map every valve and hydrant in the City of Corona water system. i
This program is unique in thatthe water system assessments are not just
a "catch-up"program, but rather a combination of both "catch-up" and
then "keep up" by providing ongoing water system maintenance to
sustain system improvements. WWS completed this program in 2016.
WWS is currently working on it's second multi-year contract with the
City of Corona that started in February of 2017.
City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
J
Citywide Water Metering Infrastructure GPS Identification
References
Project Name
a a >
Loution and Dates SenfiCeS PFOVided Utility/Client Contact
G n w
Valve&Hydrart and Meter Assessment Program Arlington County,VA n
Valve and HydrantAssestrini Amani E43.Engineering.Prog*rm°.tanager
A-lingtan Cas+nty.VAI 24.3-2416 Meter audit 703.229.6539 5422 11,847 523 ro
n
atiSo W arlinlori u1
Valve&Hydrant A55e5imerrt and Repo r Program Value and Hydrant ASSKSmentsC,ty o!Atlanta
Aifanta.Ga 12D09-2012 and Repairs Sma91 mater aud,t Oax Flinn,4515 Manager,
404-546-1241 46,617 93,877 26,355
and revo!,5
rn l,nn@atlantaga.gov "
Valve and Hydrant Assessments. City of Wtini Q
Asset Assessment and CD nsult:ng Serv,ces Program Repairs,Leak Deterian,UDF, Kris Carer•Project Manager ' D
galtimart.MD 12005-PrtStn, T oub It SP^ooting,Shvtt414J 396-002.4 2,441 175,297 bSJ1DC C---j
3
Assistance and Meter Auci Kris.Ca.rcer@Wltimorec,tySov
Valve and'tydrant Assessment Paograms CGty o`Corcna p
Carona.CAd2W9-AreSMt Valveand HvdrantAssessments Eugent5+lvas. Utilit,esConstruct tion Supte-Atendent '�a
and Repass (951 E736-2233 NCA 22,974 9.097 c n
SugenC S`j�ag�ti.tarano..to YS ++
Wachs Water
Services has
GPS mapped
over
4,500,000
water
distribution
assets
City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid Nn:2017-2b +
e }
Citywide Water Metering Infrastructure GPS Identification
Project Understanding
Wachs Water Services ability to
Wachs Water Services (WWS) is pleased to submit this proposal to the successfully manage and carryout the
City of Pomona for a Citywide Water Metering Infrastructure GPS scope of this program and work
Identification Program. The reader will discover by way of comparison effectively with the City of Pomona
that our approach is very different than other firms. It is based on having rests squarely on experience having
gained more knowledge through successful experience than any other performed condition assessment and
firm specializing in this type of work. WWS has verifiably collected more GPS mapping projects for public and
than 1,500,000 GPS coordinates. private utilities, locally and nationally
including:
The specific objectives and requirements of this Program are: + Corona, CA
• To locate,identify,assess working condition,record mapping grade . Norco, CA
GPS coordinates and document findings on 31,000 meters, meter . Camroso, CA
services,sampling stations and backflow infrastructure. • Atlanta, GA
• To possess all necessary equipment, facilities, personnel and work + Gwinnett County, GA
experience to fulfill the terms of the contract at the time of bid • East Point, GA
submission. • St. Louis, MO
• To complete this work in 120 working days with employees that • Kansas City, KS
have valid California driver's licenses when driving a motor vehicle • Kansas City, MO
and performing the GPS identification services. • DC Water, DC
• WSSC, DC
The specific deliverables of this program include: • Houston, TX
• Phoenix, TX
•
A full geodatabase (.gdb) including all point data for the GPS • Howard County, MD
• Fort Lauderdale, FL
identified infrastructure in terms of GPSX and GPSY. + Knoxville, TN
• A comprehensive workflow methodology report identifying the . Pensacola, FL
geodatabase setup method, attribute information and coded values . Wilmington, DE
created for the data shall be included.The report shall be delivered • Charlotte, NC
in PDF format.Data shall be delivered via an external hard drive,or Raleigh, NC
through a secured file transfer protocol(FTP) site. • Columbus, OH
• The City requires that the GPS data has sub-meter accuracy.The GPS Tampa, FL
receivers shall have the ability to log raw GPS data,and enable the • Austin, TX
data to be post-processed using ArcMap compatible desktop GPS • San Antonio, TX
software.
• Hollywood, FL
• The GPS processing methods and software used shall be identified • Golden State, CA
within the report for the project • Springfield, MA
• The horizontal accuracy shall be one(1) meter or better,using real- • Baltimore, MD
time,or post processed differential corrections. • Aqua, IL
• Springfield, IL
• The GPS processing software that was used to process the data to . Decatur, IL
create the GIS geodatabase in the required report. The GPS . American Water
processing software shall allow the data to be exported into the City . United Water
defined coordinate system. + ....and many others
• Photographs of all sites shall be included in the report.
■11�� City of Pomona
r Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
4a=16LL ";`
Citywide Water Metering Infrastructure GPS Identification
WWS with appropriately applied data, information management and
Program management resources and fully equipped and staffed
professional services field crew, will execute metering infrastructure
GPS identification of the assets assigned for this program.
Approach m
�--
The WWS plan is straightforward and leverages what City of Pomona
already knows about the meters in the system. Our approach is to apply
industry best practices and leverage the sum of our organizational
experiences at drinking water utilities across the country to deliver
outstanding products to our clients. Our approach is to leverage
knowledge gained through successful experience performing all of the
elements of this scope. WWS has all of the equipment, vehicles and wws automated data
trained personnel to perform this scope on time and on budget. QA/QC tool
Methodology to Perform GPS Mapping Verification
As the first step in quality assurance,WWS excels at management of field Field Data
process tasks and of information tasks. In management terms this Collection
means establishing clear lines of communication, making decisions at References
the lowest possible level and knowing exactly what and how to measure
Training Manual
in order to maintain the schedule, the budget and a ZERO TOLERANCE
error rate.
By way of example, quality assurance of GPS begins in the field where
the technician does not collect when the predicted post-processed
accuracy (PPA) is above 36 inches. It continues in the office where GIS
analysts run a script that calculates potential error as a function of
horizontal precision,standard deviation and PPA rejecting and flagging Proprietary Information of:„,t,w %Ww
noncompliant records ”
Most quality control tasks are performed by information staff-running
scripts to check completeness and logic as mentioned above and
comparing data to previous projects/visits to the asset. They run
numerous scripts to eliminate inconsistent and inaccurate data. For
example,a script that compares the distance from the field activity's GPS -
point to the utility's GIS geometry representing the same asset. This is 1
done to establish a standard deviation from ground truth. Outliers (2 `� ✓ . :
standard deviations) are examined more closely to make sure the field VH�
crew went to an "in scope"asset rather than another. In general,WWS __. _ ��
IP-
quality control tasks can be summarized as visual QC (reading each - --
record),automated QC (running scrips)and random sampling. -- _
Figure'6ata Map EeamW
0ACity of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
€ i Fes.. _
Citywide Water Metering Infrastructure GPS Identification
In addition,WWS'quality control tasks incorporate more than 500 rules
checked against more than 50 data fields in the WWS field activities
database using Esri's Data Reviewer. Each case is resolved or flagged as
a valid exception. Reports can be generated with the results from the
data reviewer. WWS' business intelligence data mining system reports
field crew's production statistics. Some of the things monitored are:
daily production too high/low,work day too long/short, time between
assets,the amount of work orders generated low/high vs.expected and
other operational,efficiency and accuracy metrics.
City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:2017-26
Citywide Water Metering Infrastructure GPS Identification
Personnel, Equipment and Facilities
Critical to the success of a valve program is the experience of the
program personnel who will execute the program plan. WWS maintains
a cadre of highly trained and experienced personnel in California. Our °
approach is to assign local personnel whenever possible to create a
program team which can act cohesively,expeditiously and strictly in the �1F
interests of the client to reduce risk and laver effective prices by
providing an added layer of expertise,experience and capabilities. Our
crews have specialized skill sets and deep knowledge of distribution
systems,and have the capability to deliver on every program objective.
Our crews would be deployed from our Corona,CA location.
'Tribrl
I'
WWS will put the right tools, the right technology and the right"know
how" into the right hands at the right time. WWS managers and
technicians are subjected to the best training,certification and licensing
program in the industry. It is peer reviewed by utilities nationwide and
being considered a standard by many of them. WWS has more capacity
to do this work than any other service provider who specializes in this
type of work (70+ truck crews). Combining tools, know how,
management and people specialized in large valve assessments is a
powerful low risk, high value approach to guaranteeing our clients
success with regard to this project.
AUTHORIZED
BUSINESS PARTNER
City of Pomona
Citywide Water Metering Infrastructure GPS Identification
Bid No:20.17-26
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-26
Required Forms
THE FOLLOWING FORMS MUST BE
SUBMITTED WITH THE BID RESPONSE.
Page 9 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
8. BIDDER SUMMARY SHEET
Bidder's Name: Pure Technolopies US jno/dha Wachs Watec Services
Bidder's Address: 8920 State Route 108 Suite D Columbi MD 21045
PlanetBids Vendor ID Number for the City of Pomona: 580203
(Bidders MUST be a registered Prospective Bidder and have downloaded the bid document from PlanetBids - DO NOT
REGISTER FOR THIS BID THROUGH A THIRD PARTY OTHER THAN PLANETBIDS)
Number of years providing the specified services: 17
Bidder's Main Telephone Number: 800-525-5821
Fax Number: 847-415-2196
Bid Contact (person responsible for answering questions related to the Bid response):
Name: Roy Martinez _Title: Business Development Mar
Telephone Number: 720-212-4112 Fax: 847-415-2196
Email: rmartinez(cDwachsws.com
Management Contact (person responsible for making contract decisions):
Name: Cliff Wilson Title: President
Telephone Number: 630-624-0179 Fax: 847-415-2196
Email: cwilson wachsws.com
Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account):
Name: Roy Martinez Title: Business Development Mgr
Telephone Number: 720-212-4112 Fax: 847-415-2196
Email: rmartinez@wachsws.com
Page 10 of 27
Citywide water Metering Infrastructure GPS Identification, Bid No.: 2017-26
9. SPECIFICATIONS AND SCOPE OF SERVICE
A. The City shall provide the Vendor with the following information to complete the project:
1. Geographical Information System (GIS) shapefiles such as parcels, centerlines, meter
reading route book polygons and other data as required.
2. All required available as-built drawings and infrastructure atlas data.
B. General Requirements
1. The City of Pomona estimates there are approximately 31,000 meters citywide. All of
these meters shall be identified with GPS coordinates. All meter points identified shall be
created within a GIS geodatabase.
2. The Contractor shall utilize a Geographical Information System (GIS) ArcMap
geodatabase to convey all of the GPS identification locations.
3. All GIS information provided shall be compatible with ArcMap 10.3.1, and the City's
defined projected coordinate system.
4. The GIS data shall be a "point" type for the GPS identified infrastructure. The
infrastructure attribute table shall include the fields as identified below:
Infrastructure Attribute Data:
a. Site Address
b. Infrastructure Type: Meter, Sampling Station, DCDA, DC, RPPA, RPDA
c. Meter Size, Manufacturer and Model
d. Service Diameter
e. Service Material Type: Steel, Copper, Other
f. Enclosure Type: Vault, Vault w/Steel Lid, Steel Cage, Other
g. Notes
h. Meter Working Condition
i. Empty Enclosure or Vault
j. Existing Meter Serial Number
k. Customer Shut-off Valve: Yes or No
1. Short/ Long Service
m. Existing AMI Compatibility and Meter Manufacturer
n. Confined Space: Yes or No
o. Type of meter (Turbine, PD, Ultrasonic, Compound etc.)
p. Meter box size ##3, 4, 5 or 6
q. Meter box location (Lawn, Parkway or Sidewalk)
r. Curb Stop Type (Flared, compression)
s. Obstructions (Wail, Fence Etc.)
t. GPS Coordinates (GPSX, GPSY)
Page 11 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-25
5. The GPS identification site shall be any of the following locations:
a. the center of the meter vault lid
b. sampling station enclosure
c. meter body or backflow body
6. Below is the working condition assessment coding system that shall be identified within
the GIS attribute table:
Meter Working Condition Assessment:
• 1 = Good
• 2 = Non-Operable Meter
• 3 = Missing Meter
• 4 = Broken Meter Casing
• 5 = Broken Enclosure
7. Deliverables shall include:
a. A full geodatabase (.gdb) including all point data for the GPS identified infrastructure in
terms of GPSX and GPSY.
b. A comprehensive workflow methodology report identifying the geodatabase setup
method, attribute information and coded values created for the data shall be included.
The report shall be delivered in PDF format. Data shall be delivered via an external
hard drive, or through a secured file transfer protocol (FTP) site.
c. The City requires that the GPS data has sub-meter accuracy. The GPS receivers shall
have the ability to log raw GPS data, and enable the data to be post-processed using
ArcMap compatible desktop GPS software.
d. The GPS processing methods and software used shall be identified within the report
for the project.
e. The horizontal accuracy shall be one (1) meter or better, using real-time, or post
processed differential corrections.
f. The GPS processing software that was used to process the data to create the GIS
geodatabase in the required report. The GPS processing software shall allow the data
to be exported into the City defined coordinate system.
g. Photographs of all sites shall be included in the report.
8. Completion of Work
All work shall be completed within one hundred twenty (120) working days after receipt of
a Purchase Order issued by the Purchasing Division.
9. Requirements
Vendor shall be responsible for ensuring that its employees have a valid California driver's
license when driving a motor vehicle and performing the GPS identification services.
— [END OF SCOPE OF WORK]--
Page 12 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-25
10.SPECIFICATION WORKSHEET
Not Applicable.
Page 13 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
11.BID SHEET
FITEM F DESCRIPTION QUANTITY UNIT TOTAL PRICE
PRICE
1 MOBILIZATION, DEMOBILIZATION AND 1 Lump Sum
PERMITS 1000.00 $1,000.00
2 GPS IDENTIFICATION 31,000 EA
4.30 $133,300.00
3 GPS TO GIS DATA RENDERING 31,000 EA
$0.50 $15,500.00
4 METER SITE PHOTOGRAPHY 1 Lump Sum
1 000.00 $1,000-00
WORKFLOW METHODOLOGY DATA
5 REPORT 1 EA $1,000.00 $1 ,000.00
6 GIS DATA & GEODATABASE CREATION 1 Lump Sum
1 00. 0 1 0
BACKFLOW & SAMPLING STATION
Z IDENTIFICATION2,000 EA
4. 8
METER SERVICE LATERAL&
8 APPURTENANCES IDENTIFICATION 31,000 EA
4. 0 13 .00
9 FTP DATA DELIVERY 1 EA
$1,000.00 1 000.00
Other Costs— Use the space below to
10 breakdown and itemize each additional 1 Lump Sum
costs not included in Line Items 1 —9. $1,300.00 $1,300.00
TOTAL PROJECT AMOUNT: $297,000.00
Breakdown of Other Costs from Line Item #10:
DESCRIPTION QTY UNIT OF UNIT TOTAL
MEASURE PRICE PRICE
MISCELLANEOUS SUPPLIES 1 ea $1,300.00 $1,300.00
Page 14 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
12.REFERENCES
Provide three (3) past or current federal, state or local government agency references that are
comparable to the size of the City of Pomona that your company has directly contracted with as the
primary contractor. Goods or services provided must be equal to the specifications or scope of services
published herein. References must be for goods or services provided within the past five (5) years.
1. Company Name City of Baltimore
Address 100 N Holiday Street
City Baltimore State MD Zip 21202
Contact Name and Title: Kris Carter, Project Mgr
Telephone 410-396-0024 Email -kris.carterpbaltimorecity.gov
Number of years that services have been or were provided: 13 years
Service provided Asset assessments and repairs/consulting repairs/consultingservices
of valves, hydrants and meters
2. Company Name City of Atlanta
Address 651 14th St NW
City Atlanta State GA Zip 30318
Contact Name and Title: Dax Flinn, GIS Manager
Telephone 404-546-1201 Email mflinn@atiantaga.gov
Number of years that services have been or were provided: 4 years
Service provided Asset assessments and repairs of valves, hydrants and meters
3. Company Name Arlin ton Count
Address 4200 28th Street South
City Arlington State VA Zip 22201
Contact Name and Title: Amani Eisa, Engineering Program Mgr
Telephone 703-228-6539 Email aeisa arlin tonva.us
Number of years that services have been or were provided: 4 years
Service provided Asset assessment and consulting services
Page 15 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26 rr—�
13.CITY OF POMONA MINORITY BUSINESS QUESTIONNAIRE f
Failure to complete and submit this Worksheet with the Bid response will render
the Bid non-responsive and will not be considered for award.
Name of Business: Pure Technologies US Inc
Division or Subsidiary, if applicable:Wachs Water Services
Business Address: 8920 State Route 108: Suite D
Columbia, MD 21045
Business Telephone No.: 800.525-5821
Contact Person: Cliff Wilson
Title: President
Type of Business:
Non Profit [ ]
Sole Proprietorship j ]
Partnership — General [ ]
-
- Limited [ ]
— Corporation
Is the business 51% or more owned by:
American Indian [ ]
Asian C I
Black [ ]
Hispanic [ ]
Female j ]
Other [ ]
(please specify)
Prepared By: Laura Peterson
Title: MarketingSpecialist
Date: December 13, 2017
For more information, please contact the City of Pomona Purchasing Division (909) 620-2381.
Page 16 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
14.CITY OF POMONA STATEMENT OF NON-COLLUSION BY CONTRACTOR
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and
will not be considered for award.
The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify that:
a. All statements of fact in such bid or proposal are true;
b. Such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company,
association, organization or corporation;
c. Such bid or proposal is genuine and not collusive or sham;
d. Bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce
action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the proposed
procurement;
e. Bidder did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else
would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or proposal;
f. Bidder did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to
raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost
element of his bid or proposal price, or that of anyone else;
g. Bidder did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents thereof,
or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid
depository, or to any member agent thereof, or to any individual or group of individuals, except to the City of Pomona, or
to any person or persons who have a partnership or other financial interest with said bidder in his business.
h. Bidder did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity, entertainment,
meals, or anything of value, whatsoever, which could be construed as intending to invoke any form of reciprocation or
favorable treatment.
i. No officer or principal of the undersigned firm is employed or has been employed, either full or part time, by the City of
Pomona, either currently or within the last two (2) years, or is related to any officer or employee of the City by blood or
marriage within the third degree. An exception to this section may be granted by approval of the City Council prior to
contract award.
j. No officer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been convicted
by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act in violation of
any state or federal antitrust law in connection with the bidding on, award of, or performance of, any public work
contract, with any public entity, within the last three years.
I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct
and that this certification was executed on (Date) 12.13.2017 at (Location) Columbia
California.
Business: By: cc_�'s/
Wachs Water Services
Address: (Signature)
8920 State Route 108 Suite D Columbia MD 21045 Cliff Wilson, President
(Print Name &Title)
Page 17 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
95.CITY OF POMONA AGREEMENT FOR INDEMNIFICATION BY CONTRACTOR AND ACCEPTANCE
AND ACKNOWLEDGMENT OF PROCUREMENT PRACTICES OF THE CITY OF POMONA
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be
considered for award.
The City of Pomona requires contractors and suppliers of services to the City to agree to indemnify and hold the City of
Pomona harmless for claims or losses arising from, or in connection with, the contracting party's work for the City of
Pomona before a Purchase Order is issued.
To reduce the possibility of misunderstanding between contracting parties and the City in case of a claim or lawsuit, the City
of Pomona is requiring that contacting parties who perform services for the City sign this letter. This letter will act as and
become a part of each Contract/Purchase Order between the City of Pomona and the contracting parties signing the letter
for the duration of the contract term and any extensions thereto.
In consideration of the opportunity of doing business with the City of Pomona and benefits to be received thereby,
the contracting party to this agreement agrees as follows:
1. That where a contract, purchase order or confirming order is awarded by the City of Pomona, this Letter Agreement is to
be considered part of that contract.
2. Contractor agrees to indemnify the City of Pomona, and any officer, employee or agent, and hold the City of Pomona,
and any officer, employee or agent, thereof harmless from any and all claims, liabilities, obligations and causes of
action, of whatsoever kind or nature, for injury to, or death of, any person (including officers, employees and agents of
the City of Pomona), and for injury or damage to or destruction of property (including property of the City of Pomona),
resulting from any and all actions or omissions of contractor or contractor's employees, agents or invitees, or any
subcontractor of contractor or any of such subcontractor's employees, agents or invitees.
3. That the contracting party specifically waives the benefits and protection of Labor Code Section 3864 which provides: "If
an action, as provided in this chapter, is prosecuted by the employee, the employer, or both jointly against the third
person results in judgment against such third person or settlement by such third person, the employer shall have no
liability to reimburse or hold such third person harmless on such judgment or settlement in the absence of a written
agreement so to be executed prior to the injury." This waiver will apply to the contracting party to this letter to any
contracts awarded by the City of Pomona during the term of this Agreement and any extensions thereto.
4. That this Agreement has been signed by an authorized representative of the contracting party, and such representative
has the authority to bind the contractor to all terms and conditions of this Agreement.
5. That this Agreement shall be binding upon the successors and assignees of the contracting party to any contract with
the City of Pomona. As a condition precedent to acceptance, any contacts from the City of Pomona and contracting
party agree to advise its successors or assignees of this Agreement and to obtain their consent to it in writing before the
work of the representative successor or assignees begins. Such assignment shall not be effective without the prior
written consent of the City of Pomona.
6. To promptly notify the City of Pomona of any change in ownership of the contracting party while this Agreement is in
force.
This letter Agreement cannot be modified or changed without the express written consent of the City of Attorney of the City
of Pomona.
I agree to the terms of this Letter Agreement on behalf of:
Business: Wachs Water Services By:
(Signature)
Address:8920 State Route 108 Suite D Columbia MD 21045 Cliff Wllson, President
(Print Name &Title)
Page 18 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 201.7-26
16.CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS
This Purchase Order and any additional attachments hereto INDEMNIFICATION
constitute the entire agreement between (print business 8. Vendor shall defend, indemnify and hold the City, its
name) ,,/„„ officials, officers, employees, volunteers and agents free and
(,/� / harmless from any and all Claims (as defined below) in any
(the Vendor, referred to herein as "Vendor") and the City of manner arising out of or incident to (i) any acts, omissions,
Pomona (hereinafter referred to as the "City") covering the negligence, or willful misconduct of Vendor, its officials,
goods and services described herein. Failure to decline officers, employees, agents, consultants and Vendors; (ii)
Terms and Conditions in writing constitutes agreement to the Vendor's performance of the services; and/or (iii) any action
terms of the Purchase Order Terms and Conditions as for product liability arising from a defect in the design,
stated. If any provision of this Purchase Order is held by a materials and workmanship of any product provided
court of competent jurisdiction to be invalid, void or pursuant to this Purchase Order. Vendor shall defend the
unenforceable, the remaining provisions nevertheless will City, at Vendor's own cost, expense and risk, and with
continue in full force and effect without being impaired or competent counsel approved by the City. Vendor shall pay
invalidated in any way. In Vendor's performance of services and satisfy any judgment, award or decree that may be
or provision of goods pursuant to this Purchase Order, time rendered against City or its directors, officials, officers,
is of the essence. employees, agents or volunteers, in any such suit, action or
GENERAL other legal proceeding. Vendor shall reimburse City and its
1. These Terms and Conditions form part of Purchase directors, officials, officers, employees, agents and/or
Order ("P.O.") number volunteers, for any and all legal expenses and costs incurred
issued by the City of Pomona ("City"). by each of them in connection therewith or in enforcing the
2. Vendor, (hereinafter referenced as a "Vendor"), and indemnity herein provided. For the purpose of this provision,
its goods or services, shall conform to the applicable "Claims" means claims, actions or causes of action,
requirements of City Ordinances, and all applicable State regulatory, legislative or judicial proceedings, at law or
and Federal Laws. equity, and all associated liabilities, demands, assessments,
3. If the goods or services ordered herein result from a levies, losses, fines, penalties, damages, costs and
Request for Quotation ("RFQ"), Request for Proposal expenses, whether in connection with property or persons,
("RFP"), Notice Inviting Bids ("NIB") or a City Agreement including wrongful death, in each case as awarded by a
("Agreement"), then the Terms and Conditions set forth in court or arbitrator, including, without limitation: (i) reasonable
this Purchase Order are considered to be in addition to the attorneys', accountants', investigators', and experts' fees
requirements and specifications stated in the RFQ, RFP, NIB and expenses sustained or incurred in connection with the
or Agreement. defense or investigation of any such liability, and (ii) all
4. In the event of a conflict between Vendor's bid, consequential damages and damages that arise as a result
Vendor's terms and conditions, and the City's Purchase of strict liability.
Order Terms and Conditions, the provisions of the City's
Purchase Order Terms and Conditions shall govern. NONDISCRIMINATION CLAUSE
9. Except as provided in Section 12940 et seq. of the
BUSINESS LICENSE AND PERMITS Government Code, Vendor shall not discriminate against any
5. During the performance of services or provision of person because of his/her race, religious creed, color,
goods pursuant to this Purchase Order, the Vendor shall national origin, ancestry, physical disability, mental disability,
secure or maintain in force all licenses and permits required marital status, mental condition, or gender, nor refuse to hire
by law for the operation of their business, including a or employ a person or to refuse to select the person for a
Pomona Business License when required. The Vendor is training program leading to employment or to bar or
solely responsible for becoming familiar with all applicable discharge the person from employment, or from a training
permit and license requirements. program leading to employment, or to discriminate against
the person in compensation or in terms, conditions or
MISCELLANEOUS CHARGES privileges of employment. Vendor shall insert this
6. Vendors shall not charge the City for transportation, nondiscrimination provision in all subcontracts for any work
containers, packing, or overhead costs, unless so specified covered by this Purchase Order.
in this Order.
EXCISE TAX
FREIGHT CHARGES 10. If federal excise tax is applicable to the transaction,
7. All shipments are F.O.B. — Destination, and Vendor the Vendor must be clearly state so in writing and shall
pays charges, unless specified otherwise in this Order. If the exclude said tax from the price. The City of Pomona, as a
City and Vendor agree that an Order will be F.O.B. — Origin, government agency, is exempt from the payment of said tax
then the Vendor shall prepay the freight and add the freight and will issue an exemption certificate upon Vendor's
cost to the invoice. The City reserves the right to request a request.
copy of the paid express or freight bill.
Page 19 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
SALES AND USE TAXES substitute equipment or materials without City's prior written
11. Vendor shall show sales tax, if any, on the invoice approval. Notwithstanding the requirement for any inspection
as a separate item. and test contained in specifications applicable to this Order,
except where specialized inspection or tests are specified
DEFAULT BY VENDOR solely for the City, the Vendor shall perform or have
12. If Vendor defaults on the performance of services or performed the inspection and tests required to substantiate
provision of goods pursuant to this Purchase Order, the City that the supplies and services provided under the Purchase
reserves the right to procure the goods or services from Order conform to the drawings, specifications, and
other sources and to hold the Vendor responsible for any requirements incorporated herein, including, if applicable,
additional costs (costs exceeding the amount of this the technical specifications for the manufacturers' part
Purchase Order) the City incurs as a result. The City also numbers specified herein.
reserves the right to cancel this Purchase Order if the
Vendor defaults. The Vendor's performance deficiency may INSURANCE
be established by a single incident, or by a pattern of 14. For the duration of Vendor's performance of services
incidents, as determined by the City. The City shall make a or provision of goods pursuant to this Purchase Order,
record of any performance discrepancies by using a form Vendor shall procure and maintain insurance as set forth in
substantially similar to that shown in following Attachment Attachment"B" attached hereto.
"A
12.1 If Vendor's default resulted from Force PAYMENTS AND APPROPRIATION OF FUNDS
Majeure, then the City shall not hold Vendor 15. Payment terms are net 30 days, unless the City and
accountable for the City's additional costs incurred. Vendor agree otherwise in writing. All Cash Discounts shaft
Vendor must notify the City immediately upon be taken and computed from the date of delivery or
knowing that non-performance or delay will apply to completion and acceptance of the material, or from the date
this Order as a result of Force Majeure. At that time, of receipt of invoice, whichever is latest. Each of the City's
Vendor shall submit a written Recovery Plan for this payment obligations is conditioned upon the availability of
Order. If the City does not receive the Recovery Plan state or local government funds which are apportioned or
within 10 days of the necessary notification of Force allocated for the payment of such an obligation. If the funds
Majeure default, or City does not accept the are not allocated and available for the continuance of the
Recovery Plan, then the City may cancel this Order function performed by the Vendor, then, at the end of the
in its entirety at no cost to the City, and compensate period for which funds are available, the City may terminate
Vendor only for goods and services provided to the the product or service directly or indirectly involved in the
City's satisfaction, as solely determined by the City, performance of that function.
as of the Order cancellation date.
12.2 Force Majeure means circumstances that INVOICES
suspend the Vendor's performance of this Purchase 16. Vendor shall address invoices and statements to
Order because performance is prevented or The City of Pomona, Attn: Accounts Payable, P.O. Box 660,
impeded by strikes, disturbances, riots, fire, severe Pomona CA 91769. Prior to the City issuing payment,
weather, government action, war acts, acts of God, designated City staff shall review and approve invoice based
or any other cause similar or dissimilar to the on the satisfactory completion of delivery. The City will issue
foregoing which are beyond the Vendor's control. payments within 30 days atter approving an invoice.
12.3 The City's waiver of any breach of any Invoices shall contain the following information: Vendor's
provision of this Order shall not be deemed a waiver Federal Tax I.D. number, contract or order number, item
of any other provision of this Order, and shall not be number, description of supplies/services, quantities and units
deemed a waiver of any subsequent breach of the of measure, unit prices and extended totals. Bill of Lading
same provision or any other provision. The City's number and weight of shipment will be shown for shipments
payment to the Vendor shall not constitute a waiver on Government Bills of Lading.
of any breach which may then exist on the part of
the Vendor. The City's payment to Vendor shall not WARRANTY
impair or prejudice any right or remedy available to 17. The Vendor agrees that the supplies/services
the City with regarding to such breach or default. furnished under this Purchase Order shall be covered by the
most favorable commercial warranties the Vendor gives to
INSPECTION AND ACCEPTANCE any customer for such goods/services, and that the rights
13. Inspection and acceptance shall be at destination, and remedies provided herein are in addition to, and do not
unless otherwise provided. Until delivery and acceptance, limit any rights afforded to the City by, and other clause of a
and after any rejections, risk of loss shall be on the Vendor contract awarded hereunder.
unless loss results from the City of Pomona's sole
negligence. The inspection, failure to make inspection, ASSIGNMENT OF CLAIMS
acceptance of goods, or payment for goods shall not impair 18. The Vendor shall not assign or subcontract the
City's right to reject nonconforming goods. When the provision of goods or performance of services pursuant to
Purchase Order specifies equipment or material by this Purchase Order unless the City grants prior written
manufacturer, model, or trade name, Vendor shall not approval. Claims for monies due or to become due under
Page 20 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.:2017-26
this Purchase Order shall be assigned only pursuant to prior 25. Vendor acknowledges that pursuant to Government
written consent of the City's Purchasing Officer. Code Section 87300, et seq. and the Conflict of Interest
Code adopted by the City hereunder, Vendor is designated
PURCHASE ORDER TERMINATION in said Conflict of Interest Code and may be required, as
19. The City may terminate this Purchase Order at any determined by the Written Determination (attached hereto as
time, with or without cause, by giving Vendor three (3) days' Attachment "C"), to file an Economic Interest Statement
advance written notice. In the event of termination by City for (Form 700)with the City Clerk.
any reason other than the fault of Vendor, City shall pay
Vendor for all work performed or goods provided, to the EQUAL EMPLOYMENT OPPORTUNITY
City's satisfaction, as solely determined by the City, as of the 26. The Vendor shall comply with all applicable state
termination date. In the event of Vendor's breach, City may and federal laws addressing Equal Employment Opportunity.
terminate this Purchase Order immediately without notice,
may reduce payment to the Vendor in the amount necessary INDEPENDENT VENDOR STATUS
to offset City's resulting damages, may procure substitute 27. It is expressly understood that the Vendor is acting
goods or services at Vendor's expense, and/or may pursue as an "independent Vendor" and not as an agent or
any other available recourse against Vendor. Upon the City's employee of the City of Pomona. As such, Vendor shall
termination of this Purchase Order for any reason, City may have no power or authority to incur any debt, obligation or
require Vendor to provide all finished or unfinished goods, liability on behalf of the City, unless such authority is
documents, data, diagrams, drawings, materials or other expressly authorized. Further, Vendor is not entitled to any
matter prepared or built by Vendor in connection with its benefit typically associated with an employee such as
performance of this Purchase Order. Vendor shall not medical, sick leave, retirement, or vacation benefit. Vendor
terminate this Purchase Order, except upon showing of expressly waives any claim to any such rights.
cause.
GOVERNING LAW Vendor's Authorized Representative
20. This Purchase Order shall be deemed a contract (Sign and subm" with bid response)
between the City and Vendor, and shall be governed by and
construed in accordance with the laws of the State of
California. Vendor agrees that the State and Federal courts Signature Date
which sit in the State of California shall have exclusive Cliff Wilson
jurisdiction over all controversies and disputes arising Print Name
hereunder, and submits to the jurisdiction thereof.
21. Vendor shall abide by all applicable Prevaiiing Wage President
requirements pursuant to the California Labor Code. Title
ATTORNEY'S FEES AND COSTS Wachs Water Services
22. In an action b a Business Name
y y party #o enforce its rights
hereunder, the nonprevailing party shali pay the prevailing 630-624-0179
party's legal costs and expenses (including reasonable Phone Number
attorney's fees).
CHANGE ORDERS Email
23. The City reserves the right to make written changes,
at any time, within the general scope of this Purchase Order.
If any such changes cause an increase or decrease in the
cost of, or in the time required for the performance of this
Purchase Order, an equitable adjustment shall be made in
this Purchase Order price, delivery schedule, or both. Any
claim by Vendor for a price adjustment must be approved by
the City's authorized representative(s) in writing (formal
change order, amendment, or revision) before Vendor
proceeds with such change.
CONFLICT OF INTEREST
24. Except for items that are clearly promotional in
nature, mass produced, trivial in value and not intended to
invoke any form of reciprocation, Vendor shall not offer the
City's employees any gratuities, entertainment, meals, or
anything of value whatsoever. The offer of such gratuity to
an employee of the City shall be cause for finding default
and establishing grounds for termination.
Page 21 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS - ATTACHMENT "A"
SAMPLE -VENDOR PERFORMANCE EVALUATION
To Date
Attention of
Contact title and Purchase Order Number
Email
From
1. Discrepancy or problem — Describe the specifics of the deficiencies, and review with the Department
Director and Purchasing. Contract manager identifies if specific problem occurred previously. If this issue
has been brought up previously, state dates of discussion. Send the form to the Vendor for review and
signature.
Vendor shall review the following and respond by: Date: Time
Number of times t ' I ciency has occurred since agreement exec n:
Department Dire or prin . n to
2. Vendor resp - T e o�e uir d Ito es rib t oo ecti e c io t b
Vendor Signature: print/sign Date
3. Disposition/action taken -After reviewing the Vendor's response, the contract manager enters the
action taken, or required and returns a copy of the completed form to the Vendor and Purchasing.
Department Director: print/sign Date
4. Purchasing File— Submit final performance documentation to Purchasing for file.
Vendor Performance Evaluation form has been provided to Purchasing Division for file:
Purchasing Manager: print/sign Date
Page 22 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2027-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS - ATTACHMENT "B"
INSURANCE REQUIREMENTS
The Contracted Vendor shall furnish the City certificates of insurance prior to the execution of the Agreement
demonstrating that the following coverage is in effect and in accordance with the specifications.
The VENDOR shall maintain throughout the duration of the term of the Agreement, liability insurance covering the
VENDOR and designating CITY including its elected or appointed officials, directors, officers, agents, employees,
volunteers, or VENDORS, as additional insured against any and all claims resulting in injury or damage to persons or
property (both real and personal) caused by any aspect of the VENDOR's work, in amounts no less than the following
and with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be stated, in the
Additional Insured Endorsement, that the VENDOR's insurance policies shall be primary as respects any claims related
to or as the result of the VENDOR's work. Any insurance, pooled coverage, or self-insurance maintained by the CITY,
its elected or appointed officials, directors, officers, agents, employees, volunteers, or VENDORs shall be non-
contributory.
General Liability:
a. General Aggregate $2,000,000
b. Products Comp/Op Aggregate $2,000,000
C. Personal & Advertising injury $1,000,000
d. Each Occurrence $1,000,000
e. Fire Damage (any one fire) $ 50,000
f. Medical Expense (any one person) $ 5,000
Workers' Compensation:
a. Workers' Compensation Statutory Limits
b. EL Each Accident $1,000,000
C. EL Disease - Policy Limit $1,000,000
d. EL Disease - Each Employee $1,000,000
Automobile Liability
a. Any vehicle, combined single limit $1,000,000
The VENDOR shall provide thirty (30) days advance notice to CITY in the event of material changes or
cancellation of any coverage. Certificates of insurance and additional insured endorsements shall be
furnished to CITY thirty (30) days prior to the effective date of this Agreement. Refusal to submit such
certificates shall constitute a material breach of this Agreement entitling CITY to any and all remedies at law
or in equity, including termination of this Agreement. If proof of insurance required under this Agreement is
not delivered as required or if such insurance is canceled and not adequately replaced, CITY shall have the
right but not the duty to obtain replacement insurance and to charge the VENDOR for any premium due for
such coverage. CITY has the option to deduct any such premium from the sums due to the VENDOR.
Insurance is to be placed with insurers authorized and admitted to write insurance in California and with a
current A.M. Best's rating of A-:VII or better. Acceptance of insurance from a carrier with a rating lower than
A-:VII is subject to approval by CITY's Risk Manager. VENDOR shall immediately advise CITY of any
litigation that may affect these insurance policies.
Page 23 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
CITY OF POMONA PURCHASE ORDER TERMS AND CONDITIONS - ATTACHMENT "C"
WRITTEN DETERMINATION
(Page 'I of 2)
I, Linda Lowry, City Manager of the City of Pomona ("CITY") have made the following determination with
regard to economic interest disclosure requirements for (name of
CONSULTANT/ CONSULTANT/VENDOR), pursuant to the Conflict of Interest Code adopted by CITY:
( ] CONSULTANT/ CONSULTANT/ VENDOR shall disclose its economic interest pursuant to the
broadest disclosure category in the Code. (CATEGORY I*)
[ ] CONSULTANT/ CONSULTANT/VENDOR has been hired to perform a range of duties that are
limited in scope and thus CONSULTANT/ CONSULTANT/ VENDOR is not required to comply
with the broadest disclosure category requirements. Based on the Scope of Services set forth
in Exhibit "A," of the Agreement, CONSULTANT/ CONSULTANT/ VENDOR need only provide
economic interest disclosure under the following categories*:
[ ] CATEGORY I: Business interests and Investments
[ ] CATEGORY II: Supply Sources
[ ] CATEGORY III: Contractors
( ] CATEGORY IV: Geographic location
*A full explanation of each of these disclosure categories is found on page 2 of this Exhibit.
[ ] CONSULTANT/ CONTRACTOR/ VENDOR is not required to comply with Disclosure
requirements based on the following:
[ ] Duties of CONSULTANT/ CONTRACTOR/ VENDOR under this AGREEMENT
are not applicable to Conflict of Interest Code
[ ] Other:
Date:
Linda Lowry, City Manager
Page 24 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
WRITTEN DETERMINATION
(Page 2 of 2)
DESIGNATED EMPLOYEE CATEGORIES
1. This category applies to individuals that make, or participate in making, decisions that may have a material effect on
their financial interest(s) in:
a. businesses in which the individual holds an investment or business position;
b. sources of income; or
c. real property.
Individuals subject to this category need not disclose under Category//or III. Individuals subject to this category must
disclose any of the following financial interests within the City and within two miles of City boundaries:
a. investments in business entities2;
b. business positions held;
c. sources of income; and
d. interests in real property.
11. This category applies to individuals that make, or participate in making, decisions that involve the purchase of
services, supplies, materials, machinery or equipment.
Individuals subject to this category must disclose any of the following financial interests in business entities which
provide services, supplies, materials, machinery, equipment, or technology of the type utilized by the City:
a. investments in business entities;
b. business positions held; and
c. sources of income.
Ill. This category applies to individuals that make, or participate in making, decisions that involve Contracting for services
including, but not limited to:
a. professional services;
b. vendor services;
c. consulting services; and
d. Contractor services.
Individuals subject to this category must disclose any of the following financial interests in business entities which
provide Agreement services, of the type utilized by the City:
a. investments in business entities;
b. business positions held; and
c. sources of income.
IV. This category applies, as applicable, to commissioners. Individuals subject to this category must disclose:
a. all investments in, interest in, or income from, real property located within the jurisdiction of the respective
board or commission and five hundred feet contiguous thereto; and
b. all investments in, interest in, or income from, any business entity:
i. in which the person holds a business position; and
ii. that is either. A) within the jurisdiction of the respective board or commission and five hundred feet
contiguous thereto; or B) conducted business within the jurisdiction of the respective board or
commission and five hundred feet contiguous thereto, at any time during the two years prior to the date
of filing the Statements of Economic Interest.
1"Business positions"shall include, but not be limited to,a role as a director,officers, partner,trustee, employee, or any
management position.
2 "Business entities"shall include, but not be limited to,sole proprietorships, partnerships,and corporations.
Page 25 of 27
Citywide water Metering Infrastructure GPS Identification, Bid No.:2017-26
17.EXCEPTIONS SHEET
Exceptions to any part of this bid document (scope of work, specifications, required forms, sample
terms and conditions, etc.) must be clearly identified and described in detail using the following
worksheet. Make a copy of, and use additional sheets if needed. Bidder must state if no exceptions
will be taken. Failure to complete and submit this worksheet with the bid response may render the
bid submittal as non-responsive.
"Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26"
Reference Reference
Page# Item # Exceptions
NO EXCEPTIONS WILL BE TAKEN
Page 26 of 27
Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26
18.ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION
"Citywide Water Metering Infrastructure GPS Identification, Bid No.: 2017-26"
Failure to complete and submit this Worksheet with the Bid response wi!! render the Bid non-responsive and will not be
considered for award.
Cliff Wilson President have read and understand
(Full Printed Name) (Title)
the Bid Document, and I am duly authorized to commit my company to sell goods or perform
services specified herein. I understand by signing this bid I am not obligating the City to make this
procurement, nor am I signing a contract to sell goods or perform services.
By signing this document, upon award of a contract. I agree to comply with all
specifications, scope of services, requirements and terms and conditions described herein
at the price(s) offered.
This bid is firm for 90 days from the due date identified in the Schedule of Events of this Bid.
Authorized Representative:
Business Name: Authorized Signer: y
Wachs Water Services
Business Address: (Signature)
8920 State Route 108 Suite D Columbia MD 21045 Cliff Wilson, President
Phone Number/E-mail Address: (Print Name & Title)
60-624-0174; cwiison wachsws.com
Page 27 of 27