R-11-02-24-11C4 - 2/24/2011RESOLUTION NO. R -11-02-24-11C4
WHEREAS, the City of Round Rock ("City") on June 10, 2010, entered into an Agreement for
Automatic Meter Reading System from Master Meter, Inc. ("Agreement"), and
WHEREAS, the City desires to expand upon and enhance the Automatic Meter Reading
System to remotely read water meters, and
WHEREAS, the City Council wishes to purchase from Master Meter, Inc. approximately
1,800 additional water meters pursuant to the terms of the Agreement, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Council hereby authorizes the purchase of approximately 1,800 water meters pursuant
to the terms of the Agreement with Master Meter, Inc.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 24th day of February, 2011.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
�'H/�-• Ra(Ali
SARA L. WHITE, City Secretary
O:lwdox\SCC1nts10112\ 1104\MUNICI PAL\00214393.DOC/rmc
1 EXHIBIT
„A„f/ ^
CITY OF ROUND ROCK AGREEMENT FOR
AUTOMATIC METER READING SYSTEM
FROM MASTER METER, INC.
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
COUNTY OF TRAVIS
KNOW ALL BY THESE PRESENTS:
That this Agreement for purchase of an automatic meter reading system to remotely read
water meters, and for related goods and services, referred to herein as the "Agreement," is made
and entered into on this the j[)t14 day of the month of sat1M, , 2010, by and between
the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at
221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and MASTER
METER, INC., whose offices are located at 101 Regency Parkway, Mansfield, Texas 76063,
referred to herein as the "Vendor." This Agreement supersedes and replaces any previous
agreements between the named parties, whether oral or written, and whether or not established
by custom and practice.
RECITALS:
WHEREAS, City desires to purchase an automatic meter reading system to remotely
read water meters, and to purchase associated goods and services, and City desires to purchase
salve from Vendor; and
WHEREAS, City has issued its "Request for Proposal" for the provision of said goods
and services, and City has selected the bid submitted by Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That this Agreement is for the purchase of products, equipment, assistance and expertise
necessary for the initiation and implementation of a fully integrated Automatic Meter Reading
System, complete with all necessary items to render the system fully functional and operational.
Such system shall be compatible with City's current situation and capable of future incremental
opportunities for the program's growth. City approached the project through a phased
implementation, with the initial phase having been a successful pilot phase. Such pilot phase
served as the foundation for this Agreement, which provides for a more comprehensive system
having the ability to evolve and meet the growing needs of City.
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
001920080kg
O—to-O,-to- a(-1
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and/or services and Vendor is obligated to sell same.
The Agreement includes the following: (a) City's Request for Proposal designated RFP 09-001,
Specification Number 09-890-46 dated October 2008; (b) Vendor's Response to RFP; (c)
contract award; (d) Vendor's extension of pricing dated April 8, 2010; and (e) any exhibits,
addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents
shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) Vendor's extension of pricing dated April 8, 2010;
(3) Purchaser's Response to RFP;
(4) City's Request for Proposal, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities, or equipment.
F. Vendor means Master Meter, Inc., or any of its successors or assigns.
2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until terminated or extended as provided herein.
B. The initial term of this Agreement shall be for a sixty (60) month period from the
effective date hereof. After that initial term, this Agreement may be renewed for one or more
terms of twelve (12) months each, with such renewals to occur on or before the expiration date of
the preceding term, and with such renewals being absolutely predicated upon the express written
agreement of both parties. Such renewals are permitted only provided Vendor has performed
each and every contractual obligation specified in this original Agreement.
2
C. Prices shall be firm for the first twelve (12) months of the initial term hereof. No
separate line item charges shall be permitted for invoicing purposes, including but not limited to
equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous
charges. After the first twelve (12) months of the initial term hereof, City may permit "unit
price" adjustments upwards only as a result of a cost increase in goods or services in accordance
with the Producers Price Index located at http://stats.bls.gov/ppi/home.htm. Any price increase
shall be requested by Vendor in writing and accompanied by the appropriate documentation to
justify the requested increase. Vendor may offer price decreases in excess of the allowable
percentage change at any time.
D. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods as outlined in RFP
09-001, Specification Number 09-890-46 dated October 2008, and Response to RFP submitted
by Vendor, and Vendor's extension of pricing dated April 8, 2010, all as specified in Exhibit "A"
attached hereto and made a part hereof for all purposes. The intent of these documents is to
formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and as
offered by Vendor in its responses.
The goods which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED
All bid items on Exhibit "A" are awarded to Vendor.
5.01 COSTS
Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates:
3
7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently -negotiated "piggyback" procurements.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then -current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by City to Vendor will be made within thirty (30) days of the date City receives goods
under this Agreement, the date the performance of the services under this Agreement are
completed, or the date City receives a correct invoice for the goods or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor,
subcontractor, or supplier about the goods delivered or the service performed that
causes the payment to be late; or
B. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
C. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4
D. The invoice is not mailed to City in strict accordance with any instruction on the
purchase order relating to the payment.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without incurring any
liability to Vendor if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Vendor or its agents or
representatives to any City officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Vendor inay be subject to penalties stated in Title 8
of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore tax shall not be
included in Vendor's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all requirements as stated in the attached Request for Proposal No. 08-
032 (including all attachments and exhibits), and its bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representative(s) authorized to act in its behalf with
regard to this Agreement:
Michael Thane
Director of Transportation Department
212 Commerce Boulevard
Round Rock, Texas 78664
512-218-3236
mthane@round-rock.tx.us
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
5
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re -advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
6
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as
amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
20.01 ASSIGNMENT AND DELEGATION
The parties hereby bind themselves, their successors, assigns and legal representatives to
each other with respect to the terms of this Agreement. Neither party shall assign, sublet or
transfer any interest in this Agreement without prior written authorization of the other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to recipient's address as stated in this Agreement; or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Master Meter, Inc.
101 Regency Parkway
Mansfield, TX 76063
Notice to City:
Assistant City Manager
221 East Main Street
Round Rock, TX 78664
Stephen L. Sheets, City Attorney
AND TO: 309 East Main Street
Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
7
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
24.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to resolve
the dispute or claim by appropriate internal means, including referral to each party's senior
management. If the parties cannot reach a mutually satisfactory resolution, then and in that event
any such dispute or claim will be sought to be resolved with the help of a mutually selected
mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator
and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney
fees, associated with the mediation shall be shared equally by the parties.
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
such void provision shall be deemed severed from this Agreement, and the balance of this
Agreement shall be construed and enforced as if this Agreement did not contain the particular
portion or provision held to be void. The parties further agree to amend this Agreement to
replace any stricken provision with a valid provision that comes as close as possible to the intent
of the stricken provision. The provisions of this section shall not prevent this entire Agreement
from being void should a provision which is of the essence of this Agreement be determined to
be void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
8
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from perfonning any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock, Texas Master Meter, Inc.
By:
Printed Name:
Title:
Date Signed:
Attest:
Sara L. White, City Secretary
For City,
By:
ved as to orm:
Step L. Sheets, City Attorney
9
By:
Printed N
Title: <CE'
Date Signed:
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
CITY OF ROUND ROCK
Request For Proposal
AUTOMATIC METER READING SYSTEM
PART 1
GENERAL CLAUSES AND CONDITIONS
1. GENERAL INFORMATION AND OVERVIEW
1.1. The City of Round Rods (City) will receive proposals from qualified firms to provide an Automatic
Meter Reading System for the City of Round Rock.
1.2. The City appreciates the Proposer's expertise and capabilities and does not intend to write a
detailed specification to address every feature and component of the Automatic Meter Reading
System for the City. However, the intent of this Request for Proposal (RFP) is to allow vendors to
provide the City with the best solution given the requirements set forth by the City. This approach
enables the City to take advantage of the most technologically advanced system available while
allowing fair evaluation of all responses and remaining within standard purchasing procedures
established by the City.
2. PROJECT SCOPE
2.1. The City's intent is to initiate a pilot program of 300 meters utilizing the selected proposed solution.
Proposals shall provide tiered pricing that indudes the initial pilot program and addresses future
incremental opportunities to grow the program.
2.2. • Proposals shall incorporate a solution to the initial pilot program as well as explanation and
clarification of the systems' ability to meet future expanded needs, including full coverage and
utilization for the City.
2.3. Successful Proposer shall provide the products, services and expertise necessary to complete a
Automatic Meter Reading System (AMR) that meets the City's needs as outlined in this RFP.
2.4. The City requires a fully Integrated Automatic Meter Reading System complete with all necessary
items to render the System fully functional and operational.
2.5. The City seeks a flexible system that will allow the operator to accurately read water meters in any
format the City desires.
• 2.6. Citystaff will install all meters unless otherwise noted.
2.6.1. Proposal shall indude provisions and pricing for installation training if applicable.
3. RFP PART OF AGREEMENT
3.1. The content of this RFP / Specification shall become a part of the written agreement between the
City and the Awarded Proposer. Therefore, all responses inducting all statements, claims,
declarations, and specifications in the proposals shall be considered firm, and all prices considered
maximum, for purposes of future agreement stipulations unless specifically waived in writing by the
City. Exceptions to any of the requirements in the RFP shall be specifically noted on a
separate attached sheet and explained by the vendor in Its proposal as a condition to
becoming part of the subsequent contract.
3.2. The agreement between the parties (the agreement) shall consist of the written contract, the RFP
together with any modifications thereto, and the response to this RFP. together with any
modifications and clarifications thereto that are submitted at the request of the City during the
evaluation and negotiation process. In the event of any conflict or contradiction between or among
these documents, the documents shall control in the following order of precedence: the final
executed agreement, the RFP, any modifications and clarifications to the response to this RFP, and
Page 1 of 12
EXHIBIT
1 nAn
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
the Awarded Proposer's response to this RFP. Specific exceptions to this general rule may be
noted in the final executed agreement. The agreement shall be amended only in writing and by
mutual agreement.
4. PROPOSAL DUE DATE
4.1. Sealed proposals are due in the office of the Purchasing Department, City of Round Rock, Texas,
221 E. Main Street, Round Rock, Texas 78664 by 3:00 P.M., October 28, 2008.
4.2. Proposals received after this time and date will not be considered and retumed unopened.
4.3. Facsimile or electronically transmitted proposals are not acceptable.
4.4. Each proposal and each proposal variation shall be submitted in one (1) original and one (1) copy.
5. CONFLICT OF INTEREST
5.1. Effective January 1, 2006, Chapter 176 of the Texas Local Govemment Code (House Bill 914)
requires that any vendor or person considering doing business with a local govemment entity
disdose the vendor or person's affiliation or business relationship that might cause a conflict of
interest with a local govemment entity. The Conflict of Interest Questionnaire form is available from
the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest
Questionnaires may be mailed or delivered by hand to the City Secretary. if mailing a completed
form, please mail to:
City of Round Rock
City Secretary
221 East Main Street
Round Rock, Texas 78664
5.2. Any attempt to intentionally or unintentionallyconceal or obfuscate a conflict of interest may
automatically result in the disqualification of the vendor's proposal.
6. CITY CONTACT
6.1. The contact for this procurement effort will be as listed below. Questions or clarifications related to
this RFP may be directed to:
City of Round Rock
Randy Barker
Purchasing Department
221 E. Main Street
Round Rock, TX78664
Phone : 512-218-3295
Fax : 512-218-7028
E-mail : rbarkertilround-rock.tx,us
7. INDEMNIFICATION
7.1. The successful Proposer shall indemnify, save harmless and exempt the City, its officers, agents,
servants, and employees from and against any and all sults. actions, legal proceedings, claims,
demands, damages, costs, expenses, attorney fees and any and alt other costs or fees incident to
any work done as a result of this quote and arising out of a willful or negligent act or omission of the
successful Proposer, its officers, agents, servants, and employees; provided, however, that the
successful Proposer shall not be liable for any suits, actions, legal proceedings claims, demands,
damages. costs, expenses and attomey fees arising out of a willful or negligent act or omission of
the City, it's officers, agents, servants and employees, or third parties.
8. VENDOR QUALIFICATIONS
8.1. The acceptance of a submittal shall not be construed as the City's endorsement of such vendor as
qualified and responsible. The City reserves the right to determine vendor responsibility from
information submitted with the bid and other resources. All Proposers shall furnish the
following infomtation at a minimum:
8.1.1. References: Provide the name, address, telephone number and point of contact of at
least three firms that have utilized the same or similar product and services for at least 2
Page 2of12
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
years. References may be checked prior to award. Any negative responses received
may result in disqualification from consideration for award. Failure to Include
references with submittal shall result in disqualification from consideration for
award.
8.1.2. Identify any subcontractors to be used for this project. Experience, qualifications and
references of the subcontractors shall be submitted. The City reserves the right to
approve or disapprove all subcontractors prior to any work being performed.
9. CONFIDENTIALITY OF PROPOSAL CONTENT
9.1. All proposals submitted in response to this RFP shall be held confidential until a agreement is
awarded. Following the agreement award, proposals are subject to release as public information
unless the proposal or specific parts of the proposal can be shown to be exempt from the Texas
Public Information Ad. Proposers are advised to consult with their legal counsel regarding
disdosure issues and take the appropriate precautions to safeguard trade secrets or any other
proprietary information. The City assumes no obligation or responsibility for asserting legal
arguments on behalf of potential Proposers.
9.2. If a Proposer believes that a proposal or parts of a proposal are confidential, then the
Proposer shall so specify. The Proposer shall stamp In bold red letters the term
"CONFIDENTIAL" on that part of the proposal, which the Proposer believes to be
confidential. Vague and general claims as to confidentiality shall not be accepted. All proposals
and parts of proposals that are not marked as confidential will be automatically considered public
information after the agreement is awarded.
10. CLARIFICATION OF PROPOSALS
10.1. The City reserves the right to request clarification or additional information specific to any proposal
after all proposals have been received.
12. VENUE
12.1. The contract shall be governed by and construed in accordance with the laws of the State of Texas.
Venue shall be in the applicable court, Williamson County, Texas.
13. WARRANTY
13.1. Awarded Proposer shall in writing warrant that the System installed hereunder shall conform to this
specification, manufacturer's documentation, and any agreed changes in all respells, induding, but
not limited to, operating performance, memory requirements, documentation and compatability.
13.2. Awarded Proposer shall represent and warrant to the City that, for a period of not less than twelve
(12) months following the Acceptance Date for the System installed shall:
13.2.1. Be In good operating condition, free from defects in material and workmanship.
13.2.2. Meet or exceed the published functional requirements for the System described in
this RFP and response to this RFP.
. 13.2.3. Perform in accordance with or exceed all acceptance criteria for such product
described in the agreement.
13.2.4. Not void spec warranties issued by manufacturers for greater periods of time.
13.2.5. Not void any rights guaranteed to the City by law.
13.2.6. All services performed under the agreement shall be performed in a good and
workmanlike manner.
13.2.7. Register all manufacturers' warranties (e.g. including but not limited to, software) in
City's name.
NOTE: The awarded Proposer shall detail the support structure and pricing for the web site commencing from date
of acceptance. Support shall include, but not limited to, software updates, maintenance requirements, manufacture
or supplier warranties, or any and all items that render the System complete and ready for continued operation as
initially installed.
Page3of12
RFP 09-001
Specification Number
09.890.46
Dated: October 2008
14. DISCLOSURE OF UTIGATiON
14.1. Each Proposer shall include in its proposal a complete disclosure of any civil or criminal litigation or
investigation pending which involves the Proposer or in which the Proposer has been judged guilty.
14.2. Significant losses or settlements involving the Proposers software or its implementation efforts
shag also be disclosed. This is a continuing disclosure requirement.
15. RIGHT TO REPRODUCE DOCUMENTATION AND OTHER INFORMATION
15.1. The City shall have the right to reproduce any and all manuals, documentation, software or other
information stored on electronic media supplied pursuant to the agreement at no additional cost to
the City, regardless of whether the same be copyrighted or otherwise restricted as proprietary
information; provided, however, that such reproductions shall be subject to the same restrictions on
use and disclosure as are set forth in the agreement.
15.2. The Awarded Proposer agrees to execute any non-exclusive copyright assignments or
reproduction authorizations that may be necessary for the City to utilize the rights granted in this
subparagraph.
16. RISK OF LOSS
16.1. Risk of loss for the System, new components furnished by the Proposer, shall not pass to the City
until acceptance of the System.
17. INDEPENDENT CONTRACTOR
17.1. It is understood and agreed that the Contractor shall not be considered an employee of the City.
17.2. The Contractorshall no( be within protection or coverage of the City's Worker Compensation
insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to
time may have in force and effect.
PART II
SPECIFICATIONS
1. TECHNICAL REQUIREMENTS:
1.1. The vendor's system shall address the following technical requirements. Your response shall
contain an explicit comply/exception assessment of whether your system meets each requirement
and, whenever necessary, description of compliance to each point. Shall your system or any part
of the system fail to meet any of the following requirements, explain the reasoning that
substantiates that the variation from these requirements is not critical.
1.2. Please note that all answers shall reflect current -capabilities. Any future capabilities shall be stated
as such and outlined with a development schedule.
1.2.1. Briefly describe the data flow in the system, Listing each component and how they
interface.
1.2.1.1. Detail the proposed system configuration.
1.2.1.2. Describe the interface to the company's communication network.
1.2.2. The processing computers in the system shall run in a network configuration.
1.2.3. Describe the operating frequency of all AMR end-point hardware.
1.2.4. Describe all requirements for intermediate communications equipment needed to
gather meter specific information. (I.e. RF hop to PLC, repeaters, etc.)
2. COVERAGE OF METERS
2.1. The City of Round Rock is interested in providing services to all of its residential, commercial and
industrial customers within Its service territory, with potential to serve future customers both inside
Page 4of12
RFP 09.001
Specification Number
09-890-46
Dated: October 2008
and outside the service territory. The system shall remotely read water meters. Describe the
extent of the modules' and the system's compatibility with various meter types.
2.2. The City of Round Rock understands that one single technology solution may not be appropriate
for serving areas with varying meter density induding both dense urban areas and sparsely
populated rural/farming areas. Therefore, hybrid system solutions are acceptable. Describe
whether the proposed system is a hybrid and its applicability to different metering solutions.
3. FUNCTIONALITY
3.1. The City of Round Rock currently reads its meters on a monthly basis using Datamatic Road
Runner X7 Handhelds downloaded to Incode Software. Because the City of Round Rock requires
that the meter reading systems be provided In the most cost-effective manner possible, describe
your compatibility with this system and existing interfaces.
3.2. Consumption Reads
3.2.1. Daily consumption reads shall be obtained and be available to the City of Round
Rock for all water customers currently on a monthly consumption read and billing
cycle.
3.3. Tamper Status
3.3.1. The meter reading system shall deliver current tamper status information for all water
customers. This information shall be delivered, along with the monthly consumption
read. on the scheduled billing date.
3.4. Data Logging
3.4.1. The AMR end-point metering technology shall store 30 hours or more of
consumption. This information shall be delivered, on programmable schedules
determined by the City.
3.5. Leak Detection
3.5.1. The AMR end-point technology shall measure the possibility of down -stream leaks by
using consumption thresholds programmed into the AMR module.
3.6. Two -Way Communications
3.6.1. The network technology shall provide two-way communications to the end-point.
3.7. Support for Multiple Meters
3.7.1. A single AMR end-point module shall support either one or two meter registers,
depending on pit or vault configurations.
3.8. Mapping Interface
3.8.1. The network technology shall represent each AMR end-point and network component
including its respective functional status in the form of a mapping display.
4. METER COMPATIBILITY
4.1. Proposer's solution shall allow for water RF solutions enabling opportunities for joint meter reading
of other water utilities.
4.2. AMR vendor shall be compatible with multiple meter vendors to allow for meter choice.
4.2.1. Provide a listing of meter manufacturers and meter model numbers with which your
AMR modules are compatible.
4.2.2. State whether your system gives the City of Round Rock the flexibility to purchase
meters from multiple vendors.
4.2.3. Meter compatibility listings for water modules shall be provided.
Page 5 of 12
RFP 09-001
Specification Number
09.890.46
Dated: October 2008
4.3. Based upon the City of Round Rock meter data provided, please provide the estimated number of
meters that can be retrofitted with devices and the estimated number of new meters required to
automate the meter population.
4.4. Bidder's solution shall connect to pulse accumulating or absolute encoder -type registers.
5. METER MODULES
5.1. Proposer shall fumish specifications of meter module (e.g. size, weight).
5.1.1. List the environmental specifications of your meter module and describe its ability to
withstand heat/cold, water intrusion.
5.1.2. Indicate the expected product life of your meter module and any engineering data to
support the daim.
5.1.3. List all available options for the installation of your meter module into new or existing
meters.
5.1.4. Describe the encoding technology utilized in your meter module.
5.2. Describe the power supply utilized by your meter module.
5.3. Describe all tamper sensors/indicators available with your meter module.
5.4. Define the compatibility of your meter nodules with other forms of interrogating devices, such as
handheld computers, fixed communications networks, drive-by equipment, etc. State whether this
is available today.
5.5. Describe the radio frequency under which your meter module operates.
5.6. Define all applicable regulatory requirements associated with your meter module and applicable
approvals on the device
5.7. Describe any FCC licensing requirements for use of the meter module.
5.7.1. What alternatives are available if FCC licenses are not available in the City of Round
Rock service area?
5.7.2. Describe any potential conflicts with city service organizations such as Fire and Police
departments.
5.8. To assure reading success, the meter module shall utilize frequency and/or time diversity to assure
a high reliability in reading.
5.9. The system shall incorporate a technology that takes into account interference and collision
avoidance.
5.9.1. Meter modules that operate using single channel ISM band transmitters are not
permitted.
6. WATER MODULES
6.1. Compatible with fixed network system, drive-by system, or both. Please specify.
6.2. Proposees solution shall provide the same functionality for both indoor water meters and those
located in pit settings.
6.2.1. Module proposed for pit setting shall be able to withstand the harsh pit environment.
6.3. Meter module shall function accurately and not be damaged within an operating temperature range
of —40 deg C to +70 deg C.
6.4. Remote shall function accurately and not be damaged within humidity environments of 0% to 100%
relative humidity.
6.5. Pit meter module shall function accurately and not be damaged under conditions of submersion in
polluted or non -polluted environments for a period of at least six (6) months.
Page 6 of 12
RFP 09-001
Specification Number
09-890-48
Dated: October 2008
6.6. Meter module shall functional accurately and not be damaged when installed outdoors in a full sun
environment for twenty (20) years.
6.7. Pit meter module shall offer an in-line connector that enables removal of the meter for periodic
testing while allowing the module to stay in the field.
6.8. The module shall provide leak detection induding an internal algorithm built into the device on an
individual meter level.
6.9. The module shall use a remote antenna, without replacing the module itself.
6.10. The module shall support dual inputs from dissimilar register types, simultaneously, (i.e., encoder
with pulsar type, or different meter vendor registers).
7. DATA COLLECTION DEVICE
7.1. Compatible with fixed network system, drive-by system, or both. Please specify.
7.2. Provide the specifications of data collection device (e.g. size, weight)
7.3. List the environmental specifications of your data collection device.
7.4. List the meter module types that your data collection device reads.
7.5. Define the radio frequency under which your data collection device operates.
7.5.1. Is this a licensed or unlicensed radio frequency?
7.5.1.1. If this is a licensed system, please describe in detail how a license for
your system may be obtained as well as the costs and timeframes
associated with obtaining this license.
7.6. Define all applicable regulatory requirements and approvals associated with your data collection
device.
7.7. Define the performance characteristics of your data collection device (e.g. read rate, accuracy)
7.8. Indicate the capacity of readings obtained by your data collection device in an eight-hour day.
7.9. The system shall verify data integrity in every message.
7.10. Define any applicable warranties associated with your data collection device.
7.11. Describe installation procedures.
7.12. The data collection device shall simultaneously read up to three different meter modules.
7.13. The data collection device shall provide a data storage mechanism.
7.14. The data collection device shall receive software upgrades via the network.
7.15. The data collection device shall have the capability to hold up to 100,000 meters and meter module
ID's that are configurable through the software application.
7.16. The data collection device shall interface to a Windows 2000 or XP supported computers or latest
version - Incode.
7.17. The data collection device shall provide diagnostics to allow trouble shooting via the network.
8. HANDHELD COMPUTER AND RELATED HARDWARE
8.1. Handheld computers may be needed for backup data collection and special meter reading
situations.
8.1.1. Indicate whether your handheld computers are compatible with Fixed Network or
Drive -By AMR systems and can receive readings from the AMR modules.
8.2. Collection Characteristics and Memory:
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
8.2.1. Alt devices shall be completely self-contained and have adequate memory and
Internal power sources to perform meter reading or field service activities for an eight-
hour shift.
8.2.2. Memory for application and data used in the data capture devices shall be Flash
Technology, a non-volatile memory that improves data integrity and security.
8.2.3. The device shall allow reading of meters using radio meter modules.
8.3. Keyboard — The keyboard shall provide:
8.3.1. Environmental protection without the need for special covers or cases.
8.3.2. Alphanumeric data entry without need for a Shift key.
8.3.3. New Service/Meter key.
8.3.4. Change meter information key.
8.3.5. Replaceable overlay.
8.3.6. Keyboard shall be phosphorescent for use in low -light settings.
8.4. Display
8.4.1. The devices shall use Liquid Crystal Display (LCD) technology.
8.4.2. Display size (number of characters) shall be at least 30 characters by 18 lines.
8.5. Power Supply — All handheld devices shall be equipped with:
8.5.1. Removable, rechargeable batteries.
8.5.2. Low power indicator.
8.5.3. The battery charging system shall prevent battery `memory effects which reduce
usable battery time.
8.5.4. The handheld device shall provide data security in the event of loss of power from the
main battery supply. This protection is required even if the main battery supply is
removed while the handheld computer is turned on.
8.5.5. Battery shall be lithium -ion.
8.5.6. The device shall be chargeable outside of the communications cradle, including in a
utility vehide.
8.5.6.1. Describe all charging options.
8.6. Physical Characteristics
8.6.1. The Unit shall be completely weatherproof and operate in bad weather conditions
such as rain, sleet, freezing rain or snow.
8.6.2. The unit shall operate within ambient temperatures ranging from —4 deg F to +140
deg F without use of cases, plastic coverings, etc.
8.6.3. The unit shall be lightweight.
8.T. Verification And Tamper
8.7.1. The handheld computer shall perform verification reads including current meter and
tamper status.
8.7.1.1. Please define the verification capabilities of your handhelds.
8.8. Communications
8.8.1. The handheld shall have the capability to perform its functions via radio with no wire
connections required to the meter or meter module.
Page 8of12
RFP 09.001
Specification Number
09-890.46
Dated: October 2008
8.8.1.1. Define the radio technology utilized by your programming handheld
computer.
8.8.2. Should the City of Round Rock choose to purchase a non -radio version of the
handheld, it shall be feasible to upgrade these units In the future.
8.9. Head -End Software For AMR Data Processing
8.9.1. Platform: Data collection software shall operate on a PC compatible computer.
8.9.1.1. Data transfer to and from the CIS system to the proposed system will be
handled by a LANMIAN connection.
8.9.2. Meter Reading Storage and Processing: The proposed system shall store at least 20
days of meter reading data.
8.9.2.1. The system shall process the billing cycle and allow for operator
decisions for completeness or re -reading of missed meters.
8.9.2.2. Complete data backup and restore required.
8.9.3. Computer Interface: The proposed system shall completely interface to the Fixed
Network or Drive -By data collection device.
8.9.3.1. Field Data collection shall be provided either by manual operation or
automatically based on a pre -configured read schedule.
8.9.4. Consumption Monitoring: To accommodate move outs and high bill investigations,
certain accounts in the system will require consumption monitoring.
8.9.4.1. Accounts shall be monitored over the City of Round Rock specified
intervals and report consumption that is reported above or below the
City of Round Rock defined acceptable consumption levels.
8.9.5. Unscheduled Reads: To support move outs and other special reads, the network
shall support unscheduled reads that may be initiated by the City of Round Rock.
8.9.6. Grouping Functions: To support advanced data delivery applications to the City of
Round Rock customers, the network shall gather and deliver data in pre -established
groups for data aggregation purposes.
8.9.6.1. The network shall deliver group consumption read data.
8.9.6.2. Groups will be defined by the City of Round Rock.
8.9.7. System Interface: The interface shall be utilized by various City of Round Rock units
to access data gathered by the network.
8.9.8. The City of Round Rock requires guaranteed reliability to ensure reads are received
from each endpoint under the network on a daily basis.
8.9.8.1. Describe your solution to ensure a 98% daily read.
8.9.9. Proposer's solution shall allow for maximum spacing between data collectors In the
City of Round Rocs territory.
8.9.9.1. Describe the range of your data collectors with regard to the geography
of our service area.
8.9.10. Leak detection: The solution shall provide leak detection data including an internal
algorithm built Into the device on an individual meter level.
8.9.11. Data Logging: The solution shall collect data in intervals of 15 or 30 minutes as well
as hourly and daily.
8.9.12. Management Reports: Specify management reports available with your system.
8.9.12.1. Custom reporting functlona9ty through the use of a third- party reporting
tool (such as Crystal reports) shall be available.
Page 9 of 12
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
8.9.13. Monthly Statistics: The proposed system shall provide cycle processing and keep
statistics for meter reading activity of up to twelve (12) months.
8.9.13.1. Cycle reports shall show meter reading activity.
8.9.14. Automatic Scheduled Processing: The proposed system shall support appropriate
functions for automated processing (no operator required) to allow operations to be
scheduled in an unattended mode.
8.9.14.1. Describe this option and the functions supported in this way.
8.9.15. Historical usage: The proposed system shall support the migration to meter data
analysis where historical meter data can be stored for up to twelve (12) months for
the purpose of graphically showing usage pattems.
8.9.15.1. This tool shall be modular able to be added to the proposed system at a
later date.
8.9.15.2. Describe this option and additional capabilities if available.
8.9.16. Web Presentment The proposed system shall support the capability of customer
web presentment of usage data.
8.9.16.1. This tool shall be modular and able to be added to the proposed system
ata later date.
8.9.16.2. Describe this option and additional capabilities if available.
9. COMPATIBILITY WITH CURRENT INVESTMENTS
9.1. The City of Round Rock has made substantial investments in meter reading technology and
training to date. The proposed system shall leverage this Investment.
10. FCC LICENSES
10.1. The supplier shall provide assistance if necessary toward obtaining licenses and/or permits it needs
from the FCC.
11. FLEXIBLE READING METHODS
11.1. The proposed system shall be compatible with alternative reading methods that can be utilized to
collect meter reading data in the event that the primary system is unavailable. Please describe.
11.2. Describe how the proposed meter reading system will support alternate reading technologies
including radio -equipped handheld computers.
11.2.1. No modification to the meter module shall be required to change reading
technologies.
12. IMPLEMENTATION
12.1. Project Management The vendor, and it's representatives, shall have a proven program of
professional project management to ensure successful system installation. Project managers shall
be experienced in managing the design, installation and optimization of systems. Project
management experience shall include system integration and training support.
12.1.1. Proposer shall describe experience in implementing systems compatible with
spedfication requirements.
12.1.2. Proposer shall describe experience in implementing systems that include water
service.
12.2. Configuration and Set up:
12.2.1. Proposer shall provide the expected cost for hardware configuration setup, operating
system and software installation, parameter setups, definition of required reports, and
the testing of input and output files.
Page 10 of 12
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
13. AUTOMATED INSTALLATION TOOLS:
13.1. The Installation process shall include fully automated meter module installation software that
programs the meter modules.
13.2. The meter module installation software shall be expandable to other areas of the utility such as field
service workforces. Describe any capabilities in this area.
14. WARRANTY AND CUSTOMER SUPPORT
14.1. Warranty: Specify the warranty period on all applicable products.
14.2. Customer Support: Proposer shall offer 24-hour per day customer support, seven (7) days a
week. Specify details of the vendor's support package.
15. SYSTEM PRICING: Describe in detail the pricing for the systems proposed. Include any assumptions
made in the proposed solution and pricing.
15.1. The proposed business transaction shall be a purchase of the system by the City of Round Rock.
15.2. The City of Round Rock shall own all data collected by the system.
15.2.1. Data collected by the system shall not be used for any purpose without the approval
of the City of Round Rock.
PART III
ACCEPTANCE AND PAYMENT
1. ACCEPTANCE
1.1. Acceptance should not take more than thirty working days. The vendor shall be notified within this
time frame if the service delivered is not In full compliance with the specifications. If any purchase
order is canceled for non-acceptance, the needed service may be purchased elsewhere and the
vendor may be charged full increase, if any, In cost of acquiring service.
2. INVOICING
2.1. Contractor shall submit one original and one copy of each invoice referencing the assigned
Purchase Order number on a monthly basis to the following address:
City of Round Rock
Accounts Payable
221 East Main Street
Round Rock, TX 786645299
3. PROMPT PAYMENT POLICY
3.1. Payments will be made within thirty days after the city receives the supplies, materials, equipment,
or the day on which the performance of services was completed or the day on which the City
receives a correct invoice for the service, whichever is later. The Contractor may charge a late fee
(fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made
by the City in the event:
3.1.1. There is a bona fide dispute between the City and Contractor concerning the
supplies, materials, services or equipment delivered or the services performed that
causes the payment to be late; or
3.1.2. The terms of a federal contract, grant, regulation, or statute prevent the City from
making a timely payment with Federal Funds: or
Page 11 of 12
RFP 09-001
Specification Number
09-890.48
Dated: October 2008
3.1.3. There is a bona fide dispute between the Contractor and a subcontractor or between
a subcontractor and its suppliers concerning supplies, material, or equipment
delivered or the services performed which caused the payment to be late; or
3.1.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on
the purchase order or contract or other such contractual agreement.
4. OVERCHARGES
4.1. Contractor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States. 15 USGA Section 1 g1 ug., and
which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, It
fig.
Page 12 of 12
ATTACHMENT A
City of Round Rock
Insurance Requirements
ATTACHMENT A
CITY OF ROUND ROCK
INSURANCE REQUIREMENTS
1. INSURANCE: The Vendor shall Drocrre and_maintain at its sole cost and expense for the duration
of the contract or purchase order resultina from a response to this bid/Specification insurance
;realist claims for injuries to persons or damages to property which may arise from or In
connection with the Performance of the work as a result of this bid by the successful bidder. its
aaents. representatives. volunteers. employees or subcontractors.
Certificates of Insurance and endorsements shall be furnished to the City and approved
by the City before work commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all polities:
1.3.1. Only insurance companies licensed and admitted to do business in the State of
Texas shall be accepted.
1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable
only on a per occurrence basis for property damage only.
1.3.3. Claims made polities shall not be accepted, except for Professional Liability
Insurance.
1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the
City
1.3.5. Polides shall include, but not be limited to, the following minimum limits:
1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for
each occurrence.
1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired
vehicles with minimum limits for Bodily Injury of $100,000.00 each
person, and $300,000.00 for each occurrence, and Property
Damage Minimum limits of $50,000.00 for each occurrence.
1.3.5.4. Statutory Worker's Compensation Insurance and minimum
$100,000.00 Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the termination of the
Contract.
1.4. The City shall be entitled, upon request, and without expense to receive copies of
insurance policies and all endorsements thereto and may make reasonable request for
deletion, revision, or modification of particular policy terms, conditions, limitations, or
exclusions (except where policy provisions are established by law or regulation binding
either of the parties hereto or the underwriter of any of such polities). Upon such request
by the City, the Vendor shall exercise reasonable efforts to accomplish such changes in
policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the
requirements of the bid specification and the insurance endorsements stated below.
1.5. Vendor agrees that with respect to the required Insurance, all insurance contracts and
certiflc ate(s) of insurance will contain and state, in writing, on the certificate or its
attachment, the following provisions:
Page 1 of 4
1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's
insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as additional
insured's, (as the interest of each Insured may appear) as to all applicable
coverage.
1.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or material
changes
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1. That the Insurance company or agent/broker shall endeavor to notify
the City; and,
1.5.4.2. Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents, or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered mail:
1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees,
and elected officials for injuries, including death, property damage, or any other
loss to the extent same may be covered by the proceeds of insurance.
1.5.7. Provide that all provisions of this contract concerning liability, duty, and standard
of care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within
applicable policies.
1.5.8. All copies of the Certificate of Insurance shall reference the project name, bid
number or purchase order number for which the insurance is being supplied.
1.5.9. Vendor shall notify the City in the event of any change in coverage and shall
give such notices not less than thirty days prior notice to the change, which
notice shall be accomplished by a replacement Certificate of Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main 309 East Main
Round Rock, TX 78664-5299 Round Rock, TX 78664
2. WORKERS COMPENSATION INSURANCE
2.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage
f foor all persons providing services on building or construction projects for a governmental
2.1.1. Certificate of coverage ('certificate') -A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers' Compensation
Commission, or a coverage agreement (7WCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the
duration of the project.
2.1.2. Duration of the project - includes the time from the beginning of the work on the
project until the CONTRACTOR'S /person's work on the project has been
completed and accepted by the OWNER.
2.2. Persons providing services on the project (•subcontractor) in Section 406.096 - indudes
all persons or entities performing all or part of the services the CONTRACTOR has
undertaken to perform on the project, regardless of whether that person contracted
directly with the CONTRACTOR and regardless of whether that person has employees.
This includes, without limitation. independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or employees
of any entity, which furnishes persons to provide services on the project. Services'
include, without limitation, providing, hauling, or delivering equipment or materials, or
providing labor, transportation, or other service related to a project. 'Services- does not
Page 2 of 4
include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the
CONTRACTOR providing services on the project, for the duration of the project.
2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being
awarded the contract.
2.5. If the coverage period shown on the CONTRACTORS current certificate of coverage
ends during the duration of the project, the CONTRACTOR must, prior to the end of the
coverage period, file a new certificate of coverage with the OWNER showing that
coverage has been extended.
2.6. The CONTRACTOR shall obtain from each person providing services on a project, and
provide to the OWNER:
2.6.1. a certificate of coverage, prior to that person beginning work on the project, so
the OWNER will have on file certificates of coverage showing coverage for all
persons providing services on the project and
2.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
Project
2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
2.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal
delivery, within 10 calendar days after the CONTRACTOR knew or should have known,
or any change that materially affects the provision of coverage of any person providing
services on the project
2.9. The CONTRACTOR shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
2.10. The CONTRACTOR shall contractually require each person with whom it contracts to
provide services on a project, to:
2.10.1. provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all its employees
providing services on the project, for the duration of the project;
2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being provided for ail
employees of the person providing services on a project, for the duration of the
project;
2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project;
2.10.3.1. obtain from each other person with whom it contracts, and provide to
the CONTRACTOR:
2.10.3.1.1.
2.10.3.1.2.
a certificate of coverage, prior to the other person
beginning work on the project; and
a new certificate of coverage showing extension of
coverage, prior to the end of the coverage period, if
the coverage period shown on the current certificate
of coverage ends during the duration of the project
Page 3 of 4
2.10.3.2. retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
2.10.3.3. notify the OWNER in writing by certified mail or personal delivery,
within 10 calendar days after the person knew or should have
known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
2.10.3.4. contractually require each person with whom it contracts, to perform
as required by paragraphs (A thru G), with the certificates of
coverage to be provided to the person for whom they are providing
services.
2.10.3.5. By signing the solicitation associated with this specification, or
providing, or causing to be provided a certificate of coverage, the
Contractor is representing to the Owner that all employees of the
Contractor who will provide services on the project will be covered
by workers' compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will
be filed with the appropriate insurance carrier or, in the case of a
self-insured, with the Commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject
the Contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions.
2.10.3.5. The Contractor's failure to comply with any of these provisions is a
breach of contract by the Contractor that entitles the Owner to
declare the contract void if the Contractor does not remedy the
breach within ten calendar days after receipt of notice of breach
from the owner.
Page 4 of 4
MMASTER
METER
RFP: 09-001
Master Meter, Inc.
101 Regency Pkwy.
Mansfield, TX 76063
T: 817-842-8000
F: 817-842-8100
Master Meter, Inc.
November 4th, 2008 @ 3 PM
� 11 N1a1
8 SWUM
GALLONS
Ps No UMW
fl
Otios MaeMas
7 /tef
V Mete(
1-1100-7511-es$a 4
r . 5 ,,��
Specification Number: 09-890-46
RFP No. 09-001
'ROUND ROCK TEXAS
PURPOSE. PASSIOK PROSPERmC
CITY OF ROUND ROCK, TEXAS
REQUEST FOR PROPOSALS ADDENDUM
AUTOMATED METER READING SYSTEM
Addendum No. 1 Date of Addendum: October 23. 2008
The following items in the RFP identified above have been changed:
Revise solicitation to:
a. Change PART I, Item No. 4.1 to extend proposal due date to 3:00 p.m., Tuesday, November 4.
b. Insert the evaluation criteria identified below as PART I, Item 18:
18. BEST VALUE EVALUATION: All proposals received shall be evaluated based on the best value
for the City. In determining best value, the City may consider.
18.1 The proposed price;
18.2 Reputation of the Proposer and of Proposer's goods and services;
18.3 The quality of the Proposer's goods or services:
18.4 The extent to which the goods or services meet the City's needs;
18.5 Proposer's past relationship with the City;
18.6 The total long-term cost to the Municipality to acquire the Proposer's goods or services;
and
18.7 Any relevant criteria specifically listed in the solicitation.
All other terms and conditions of this RFP and specifications remain unchanged.
Approved by Randy Barker, Purchasing Supervisor 10/23/08
By the signatures affixed below, Addendum No. 1 is hereby incorporated into and made a part
of the above referenced IFB.
ACKNOWLEDGED
A4 15 -"X 7 CjL-)2_ /
/U- 3/-D8
Vendor Authorized Signature Date
r RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING,.FFICE, CITY OF
ROUND ROCK WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUTE
GROUNDS FOR REJECTION OF YOUR BID.
/VIA MASTER
V METER
November 4th, 2008
City of Round Rock
Randy Barker
Purchasing Department
221 E. Main Street
Round Rock, TX 78664
Email: rbarker@round-rock.tx.us
REFERENCE: RFP # 09-001 / Specification #: 09-890-46
Dear Mr. Barker,
Master Meter, Inc. is pleased to present to the City of round Rock our recommended solution to address
the City of Round Rock's needs as presented in RFP #09-001 for the procurement, implementation, and
training of a Mobile (Drive-by) AMR meter solution, including additional input on Fixed Network AMI
migration. In the following pages all carefully prepared and presented answers to questions as outlined
in the City of Round Rock's RFP.
Master Meter does not use a 'cookie cutter' approach to developing utility measurement and AMR
solutions. We understand that every utility is unique and requires a multi -faceted approach. We tailor
product delivery, implementation, and follow up care to ensure the highest level of customer
satisfaction and value. Master Meter is the single source for addressing all questions or concerns
relating to this project. One vendor. One relationship. One phone call.
Master Meter delivers on all three technical facets that encompass an AMR/AMI solution; Data Source
(water meter manufacture, integral 3G AMR encoder register, integral 3G• interpreter Universal register
to retrofit most any currently installed meter), Data Acquisition (3G Mobile' Drive-by or FixedLinx"'
Fixed Network), and Data Control (Mastertinx'" Enterprise Solution and MasterLinx'" Mobile).
Master Meter's Tailored Meter Solutions (TMSTM) approach is based on a deep understanding of desired
project outcomes, optimizing each proposed solution per the City of Round Rock's specific needs, and
leveraging the hidden value within existing operations hence creating synergy with the proposed
solution.
We are confident that in view of our total proposed solution, Master Meter will deliver the best value,
highest level of localized support, and most effective Return on Investment (ROI) for the City of Round
Rock. Thank you in advance for your careful consideration of Master Meter's proposal.
Respectfully,
Ronnie Veach
Vice President
MASTER
METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 28
AUTOMATIC METER READING SYSTEM PART I 5
GENERAL CLAUSES AND CONDITIONS 5
1. GENERAL INFORMATION AND OVERVIEW 5
2. PROJECT SCOPE 5
3. RFP PART OF AGREEMENT 5
4. PROPOSAL DUE DATE 6
5. CONFLICT OF INTEREST 6
6. CITY CONTACT 6
7. INDEMNIFICATION 6
8. VENDOR QUALIFICATIONS 7
9. CONFIDENTIALITY OF PROPOSAL CONTENT
10. CLARIFICATION OF PROPOSALS
12. VENUE
7
7
7
13. WARRANTY 7
14. DISCLOSURE OF LITIGATION 8
15. RIGHT TO REPRODUCE DOCUMENTATION AND OTHER INFORMATION 8
16. RISK OF LOSS 8
PART II
9
SPECIFICATIONS 9
1. TECHNICAL REQUIREMENTS: 9
1.2.1. Briefly describe the data flow in the system, listing each component and how they interface. 9
Data Source: 10
Data Acquisition: 10
3G MobileTM Drive-by AMR: 10
FixedLinx ' Fixed Network Platform 11.
Data Control: 12
MasterLinx Mobile Data Management System 12
MasterUnx Enterprise Management System: 12
1.2.1.1. Detail the proposed system configuration. 12
1.2.1.2. Describe the interface to the company's communication network. 12
1.2.2. The processing computers in the system shall run in a network configuration. 13
1.2.3. Describe the operating frequency of all AMR end-point hardware. 13
1.2.4. Describe all requirements for intermediate communications equipment 13
MMASTER
AVMETER
2. COVERAGE OF METERS
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 28
13
3. FUNCTIONALITY 14
3.2. Consumption Reads 14
3.3. Tamper Status 14
3.4. Data Logging 14
3.5. Leak Detection 14
3.6. Two -Way Communications 14
3.7. Support For Multiple Meters 14
3.8. Mapping Interface 14
4. METER COMPATIBILITY 15
4.1. Proposer's solution shall allow for water RF solutions enabling opportunities for Joint meter reading 15
4.2. AMR vendor shall be compatible with multiple meter vendors to allow for meter choice. 15
5. METER MODULES 15
6. WATER MODULES 17
7. DATA COLLECTION DEVICE 17
8. HANDHELD COMPUTER AND RELATED HARDWARE 18
9. COMPATIBILITY WITH CURRENT INVESTMENTS 22
10. FCC LICENSES 23
11. FLEXIBLE READING METHODS 23
12. IMPLEMENTATION 23
13. AUTOMATED INSTALLATION TOOLS: 23
14. WARRANTY AND CUSTOMER SUPPORT 24
15. SYSTEM PRICING: Describe in detail the pricing for the systems proposed. Include any assumptions made in the
proposed solution and pricing. 24
PART 111
25
ACCEPTANCE AND PAYMENT 25
1. ACCEPTANCE 25
1. INVOICING
25
3. PROMPT PAYMENT POLICY 25
4. OVERCHARGES 25
ATTACHMENT A 26
City of Round Rock 26
Insurance Requirements 26
1. INSURANCE:
26
VMTER
VMESTER
RFP 09-001
Specification Number
09-890-46
Dated: October2008
/ 28
Master Meter's Reference Sheet 29
Pridng: 32
Proposed Solution: 3G Mobile TM with MasterLinxTMr Software 32
Technology Upgrade: Drive-by AMR to Fixed Network AMI 33
Additional Meters & Equipment for Future System Expansion 34
Product Literature 35
1. 3G Technology Overview 35
2. Interpreter 35
3. Masterlinx Mobile Software 35
4. Masterlinx Enterprise Management Software 35
5. Acculinx encoder Register 35
6. Panasonic ToughBook Laptop 35
7. FixedLinx Overview 35
8. FixedLinx Booster 35
9. BLMJ 35
10. DMMR 35
11. 3G Warranty 35
12. Multi -jet Warranty 35
MMASTER
METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 28
AUTOMATIC METER READING SYSTEM
PART I
GENERAL CLAUSES AND CONDITIONS
1. GENERAL INFORMATION AND OVERVIEW
1.1. The City of Round Rock (City) will receive proposals from qualified firms to provide an Automatic Meter Reading System
for the City of Round Rock.
1.2. The City appreciates the Proposer's expertise and capabilities and does not intend to write a detailed specification to
address every feature and component of the Automatic Meter Reading System for the City. However, the intent of this
Request for Proposal (RFP) is to allow vendors to provide the City with the best solution given the requirements set forth by
the City. This approach enables the City to take advantage of the most technologically advanced system available while
allowing fair evaluation of all responses and remaining within standard purchasing procedures established by the City.
2. PROJECT SCOPE
2.1. The City's intent is to initiate a pilot program of 300 meters utilizing the selected proposed solution. Proposals shall
provide tiered pricing that includes the initial pilot program and addresses future incremental opportunities to grow the
program.
2.2. Proposals shall incorporate a solution to the initial pilot program as well as explanation and clarification of the systems'
ability to meet future expanded needs, including full coverage and utilization for the City.
2.3. Successful Proposer shall provide the products, services and expertise necessary to complete a Automatic Meter
Reading System (AMR) that meets the City's needs as outlined In this RFP.
2.4. The City requires a fully integrated Automatic Meter Reading System complete with all necessary items to render the
System fully functional and operational.
2.5. The City seeks a flexible system that will allow the operator to accurately read water meters in any format the City
desires.
2.6. City staff will install all meters unless otherwise noted.
2.6.1. Proposal shall include provisions and pricing for installation training if applicable.
3. RFP PART OF AGREEMENT
3.1. The content of this RFP / Specification shall become a part of the written agreement between the City and the Awarded
Proposer. Therefore, all responses including all statements, claims, declarations, and specifications in the proposals shall be
considered firm, and all prices considered maximum, for purposes of future agreement stipulations unless specifically
waived in writing by the City. Exceptions to any of the requirements in the RFP shall be specifically noted on a separate
attached sheet and explained by the vendor in its proposal as a condition to becoming part of the subsequent contract.
3.2. The agreement between the parties (the agreement) shall consist of the written contract, the RFP together with any
modifications thereto, and the response to this RFP, together with any modifications and clarifications thereto that are
MASTER
AV METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
128
submitted at the request of the City during the evaluation and negotiation process. In the event of any conflict or
contradiction between or among these documents, the documents shall control in the following order of precedence: the
final executed agreement, the RFP, any modifications and clarifications to the response to this RFP, and the Awarded
Proposer's response to this RFP. Specific exceptions to this general rule may be noted in the final executed agreement. The
agreement shall be amended only in writing and by mutual agreement.
4. PROPOSAL DUE DATE
4.1. Sealed proposals are due in the office of the Purchasing Department. City of Rood Rock. Texas, 221 E. Main Streets
Round Rock. Texas 78664 by 3:00 P.M.. October 28. 2008.
4.2. Proposals received after this time and date will not be considered and returned unopened.
4.3. Facsimile or electronically transmitted proposals are not acceptable.
'4.4. Each proposal and each proposal variation shall be submitted in one (1) original and one (1) cony.
5. CONFLICT OF INTEREST
5.1. Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914) requires that any vendor or
person considering doing business with a local government entity disclose the vendor or person's affiliation or business
relationship that might cause a conflict of interest with a local government entity. The Conflict of Interest Questionnaire
form is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires
may be mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to:
City of Round Rock
City Secretary
221 East Main Street
Round Rock, Texas 78664
5.2. Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may automatically result in
the disqualification of the vendor's proposal.
6. CITY CONTACT
6.1. The contact for this procurement effort will be as listed below. Questions or clarifications related to this RFP may be
directed to:
City of Round Rock
Randy Barker
Purchasing Department
221 E. Main Street
Round Rock, TX 78664
Phone : 512-218-3295
Fax : 512-218-7028
E-mail : rbarker@round-rock.tx.us
7. INDEMNIFICATION
7.1. The successful Proposer shall indemnify, save harmless and exempt the City, its officers, agents, servants, and
employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses,
attorney fees and any and all other costs or fees incident to any work done as a result of this quote and arising out of a
UMETER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 28
willful or negligent act or omission of the successful Proposer, its officers, agents, servants, and employees; provided,
however, that the successful Proposer shall not be liable for any suits, actions, legal proceedings, claims,
demands, damages, costs, expenses and attorney fees arising out of a willful or negligent act or omission of the City, it's
officers, agents, servants and employees, or third parties.
8. VENDOR QUALIFICATIONS
8.1. The acceptance of a submittal shall not be construed as the City's endorsement of such vendor as qualified and
responsible. The City reserves the right to determine vendor responsibility from information submitted with the bid and
other resources. All Proposers shall furnish the following information at a minimum:
8.1.1. References: Provide the name, address, telephone number and point of contact of at least three firms that have
utilized the same or similar product and services for at least 2 years. References may be checked prior to award. Any
negative responses received may result in disqualification from consideration for award. Failure to include references with
submittal shall result in disqualification from consideration for award.
8.1.2. Identify any subcontractors to be used for this project. Experience, qualifications and references of the
subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work
being performed.
9. CONFIDENTIALITY OF PROPOSAL CONTENT
9.1. All proposals submitted in response to this RFP shall be held confidential until a agreement is awarded. Following the
agreement award, proposals are subject to release as public information unless the proposal or specific parts of the
proposal can be shown to be exempt from the Texas Public Information Act. Proposers are advised to consult with their
legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any
other proprietary Information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of
potential Proposers.
9.2. If a Proposer believes that a proposal or parts of a proposal are confidential, then the Proposer shall so specify. The
Proposer shall stamp in bold red letters the term "CONFIDENTIAL" on that part of the proposal, which the Proposer believes
to be confidential. Vague and general claims as to confidentiality shall not be accepted. All proposals and parts of proposals
that are not marked as confidential will be automatically considered public information after the agreement is awarded.
10. CLARIFICATION OF PROPOSALS
10.1. The City reserves the right to request clarification or additional information specific to any proposal after all proposals
have been received.
12. VENUE
12.1. The contract shall be governed by and construed in accordance with the laws of the State of Texas.Venue shall be in
the applicable court, Williamson County, Texas.
13. WARRANTY
13.1. Awarded Proposer shall in writing warrant that the System installed hereunder shall conform to this
specification, manufacturer's documentation, and any agreed changes in all respects, including, but
not limited to, operating performance, memory requirements, documentation and compatability.
13.2. Awarded Proposer shall represent and warrant to the City that, for a period of not less than twelve (12) months
fallowing the Acceptance Date for the System installed shall:
13.2.1. Be in good operating condition, free from defects in material and workmanship.
46,
MMASTER
AA METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
128
13.2.2. Meet or exceed the published functional requirements for the System described in this RFP and response to this
RFP.
13.2.3. Perform in accordance with or exceed all acceptance criteria for such product described in the agreement.
13.2.4. Not void specific warranties issued by manufacturers for greater periods of time.
13.2.5. Not void any rights guaranteed to the City by law.
13.2.6. All services performed under the agreement shall be performed in a good and workmanlike manner.
13.2.7. Register all manufacturers' warranties (e.g. including but not limited to, software) In City's name.
NOTE: The awarded Proposer shall detail the support structure and pricing for the web site commencing from date of
acceptance. Support shall include, but not limited to, software updates, maintenance requirements, manufacture or
supplier warranties, or any and all items that render the System complete and ready for continued operation as initially
installed.
14. DISCLOSURE OF LITIGATION
14.1. Each Proposer shalt include in its proposal a complete disclosure of any civil or criminal litigation or investigation
pending which involves the Proposer or in which the Proposer has been judged guilty. 14.2. Significant losses or settlements
involving the Proposer's software or its implementation efforts shall also be disclosed. This is a continuing disclosure
requirement.
15. RIGHT TO REPRODUCE DOCUMENTATION AND OTHER INFORMATION
15.1. The City shall have the right to reproduce any and all manuals, documentation, software or other information stored
on electronic media supplied pursuant to the agreement at no additional cost to the City, regardless of whether the same
be copyrighted or otherwise restricted as proprietary information; provided, however, that such reproductions shall be
subject to the same restrictions on use and disclosure as are set forth in the agreement.
15.2. The Awarded Proposer agrees to execute any non-exclusive copyright assignments or reproduction authorizations that
may be necessary for the City to utilize the rights granted in this subparagraph.
16. RISK OF LOSS
16.1. Risk of loss for the System, new components furnished by the Proposer, shall not pass to the City until acceptance of
the System.
17. INDEPENDENT CONTRACTOR
17.1. It is understood and agreed that the Contractor shall not be considered an employee of the City.
17.2. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health
Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect.
41„,
MMASTER
METER
PART II
SPECIFICATIONS
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 28
1. TECHNICAL REQUIREMENTS:
1.1. The vendor's system shall address the following technical requirements. Your response shall contain an explicit
comply/exception assessment of whether your system meets each requirement and, whenever necessary, description of
compliance to each point. Shall your system or any part of the system fail to meet any of the following requirements,
explain the reasoning that substantiates that the variation from these requirements is not critical.
1.2. Please nate that all answers shall reflect current capabilities. Any future capabilities shall be stated as such and outlined
with a development schedule.
1.2.1. Briefly describe the data flow in the system, listing each component and how they interface.
DIALOG 3Ge Integrated AMR Metering Solution: Technology Architecture Overview
ULi r: COMPLETELY :`1TECRATE0 ,1.1'.4R APr:,,,TECTLIPE
.. .r et. t;ti4111 .. .. .11 r:'
DATA CONTROL
MasterLui.
UM
3rd P.,rry
B 111rqK
SoM.r.trt
Customer
B�IIS
Ctnton,rr
Data Acquisitor occurs via Mobile or Fixed Network tecnr ologies. regardless of
the Data Source. This ennances a utility's freedom of choice to integrate competitor
meters and different utility resource platforms.
B
Master Meter's fully integrated approach to resource and data measurement and is comprised of three principal areas; Data Source
(measurement), Data Acquisition (meter reading) and Data Control (meter data management (MDMA.
MMASTER
METER
Data Source:
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/28
Measurement
Master Meter manufacturers a complete line of water meters including positive displacement, multi jet, turbine, compound, and fire
service technologies. AccuLinxTM is our advanced high resolution 8 -wheel positional absolute encoder with an exclusive new
contactless sensing technology and features an integral 3G option for plug -n -play operation with 3G Mobileni drive-by AMR and 3G
Fixedl.inxTM AMI system platforms.
Universal Applicability:
The 3G Interpreter,' Universal AMR register takes advantage of a utility's existing meter base by easily retrofitting newer meter
bodies with 3G technology. With auto -activation and the elimination of wires and leak points, our ConnectionFreeTM design makes
installation a snap. The Interpreter replaces the original register on most any current installed meter such as Sensus, Neptune,
.Badger, AMCO/Elster, Hersey, and Precision.
N encoder register -equipped competitive meters are already installed, the Universal XTRTM module quickly connects to these and puts
3G technology to work by integrating all existing metered assets.
Data Acquisition:
3G Mobile"' Drive-by AMR:
Inttrprt.r,r .R,.. u,c
Unnivtr,.tl
:"Mk
Master Meter's core technology delivers unsurpassed performance in a mobile drive-by environment. 3G technology is an original
design that the water works industry has come to imitate, but not match. AM encoder electronics, transceiver, antenna and battery
are safely protected within an IP -68 rated stainless steel body. No wires. No connections. No leak points. No installation or long term
maintenance hassles.
The industry now calls this design — ConnectionFreeTM.
3G is the core technology platform allowing utilities to acquire meter data in a mobile environment while safeguarding this technology
investment for migration to Fixed Network. Whether a utility begins their AMR journey with 3G Mobile, or jumps straight to Fxedt.rnxTM
Fixed Network, meter data can always be acquired simultaneously in either Mobile or Fixed Network technology platforms. This
ensures a utilities ability to deliver timely, accurate bilis regardless if network infrastructure has been compromised due to flood,
lightening, hurricane, tornado, earthquake or other acts of nature.
MASTER
A1►METER
FixedLinxTM Fixed Network Platform
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/28
ah.
TAT T TiT.-
T T T T
T T T
T T,
T T T T,
}n ,70•a
• .- 10 Lox f:au:mtrun
°isr;br iJdc.ira .r-lo✓s ..,. _re'f
Lr.. i..t.r,J a• I b.�.t... .. wY
•
a,..w. intirprile
Ilemsorist *pion
• Cat* wee a• id* tlitammemsti
• 1.111.111C.
• Ow mamma ACLIA. Ws
• , W d. rY i1.M. COW 'PIN Anew., Ir Ne.Yt
• Vat 141.644101•1% amus
• mw cih»ii Mon, .a.
Master Meter's fixed network solution delivers far more than convenient meter reads. It's about freedom from operational
inefficiencies and the empowerment to do more with time and rich system information — better service customers, better manage
revenue, and responsibly manage precious resources.
FixedLinx is built on a flexible system architecture designed to fit the utility you run today — and the one you're building toward
tomorrow. Universal components work to quickly bring existing infrastructure forward while rapidly deployable ConnectionFree
endpoints and scalable utility management software react to quickly address growth. Whether you start with 500 connections and
expand to more than I00,000, FixedLinx provides the right fit at every step along the way.
The comprehensive FixedLinx", solution is comprised of four key components; 3G Booster'n", Repeater, Data Concentrator and
MasterLinx*" Enterprise Management System software.
AMMETER
Data Control:
MasterLinx Mobile Data Management System
f.1. 1..'.• 1n•I.1
('n t. pre•hrn .�v�
Cu...r.rmrAhh. 1.1rg, rt.ii y
r.1asterLirrx Data
Collection Software
t
E3r'(1 r Duff tier
P, .' M.v,q•,,.n•nt
E.po.t Uutput h.
ut�iny •. 11.11,1K
ar w.i .
MasterLinx provides total control of data gathered with 3G Mobile. Data is managed, routes are loaded, downloaded, reports
generated, alarms reviewed and the exportation and integration of data is achieved. Full compatibility with 3rd party billing software
systems is assured with MasterLinx. Master Meter's software division, Greentree, also produces their own billing software package —
MasterLinx UMS.
MasterLinx Enterprise Management System:
MasterLinx Enterprise Management System provides utilities with a complete fixed network management solution. MasterLinx gives
managers, utility employees and customer service representatives' access to system data from any computer with intemet access.
Using tables, graphs and maps, our web'based system makes complex data visually compelling and easy to use and understand.
1.2.1.1. Detail the proposed system configuration.
Please refer to 1.2.1 above.
1.2.1.2. Describe the interface to the company's communication network.
Billing System Integration
As with all our meter reading systems, a customizable interface is provided to provide integration with third party or custom in-house
billing systems. interfaces are initially creating by our support group using the MasterLink Data Collection software. Should the need
arise to modify the interface with billing there is a menu option available for your IT department or our support staff to make needed
changes. In most cases we are able to work with the file formats you current biting system supports.
Open Database Connectivity (ODBC) Architecture
In short, whether it is for a GIS project or rate increase study, ODBC means your data belongs to you and there are many applications
on the market to help you or your consultant make use of it. Masterlink uses a Microsoft Access database to store meter data
including reading and comment history. Should your utility need the historical data, you can use any ODBC compliant software
VWMASTER
V METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
application to retrieve and present meter reading data. Applications like Microsoft Excel, Microsoft Office Professional and Crystal
Report Writer.
Network Server, Single PC or Web Based Installation
You can install the MasterLinx Data Collection System route management application on a network server making the software available
to users throughout the utility or on a single desktop or laptop computer. There are no limits to the number of route management users
and the software icense fee is site based. The Vehicle and Handheld Reading System software is installed on each meter reading
device and a license is purchase for each device.
As part of the Master Meter FixedLinx fixed network solution, our mobile data collection systems have been upgraded to interact with
the MasterLinx fixed network web site. Laptop and Handheld computers can take advantage of wireless networks to download routes
and upload readings from our web site. As you migrate from walk -by and drive-by to fixed base or if you plan to run a hybrid system,
Master Meter can provide one Meter Data Management solution for all your meter reading data.
1.2.2. The processing computers In the system shall run in a network configuration.
Master Meter conforms to this requirement.
1.2.3. Describe the operating frequency of all AMR end-point hardware.
Ali 3G technology operates in the iSM 902-928 Mhz bandwidth. No FCC licenses are required to operate within this band. In a Fixed
Network environment, the FN backbone standard configuration is LE.E.E. 802.11 bandwidth, commonly known as WIFl.
1.2.4. Describe all requirements for intermediate communkatlons equipment needed to gather meter specific information.
(i.e. RF hop to PLC, repeaters, etc.)
For greater detailed information regarding the components summary below, please refer to aforementioned 1.2.1
Mobile Solution (3G Mobile): 3G meters fr3G DMMR Mobile Transceiver kTOUGIIfOOKLaptop computer or JETTce hand held
computer ►MasterLinxm Mobile Meter Data Management (MOM) Computer system for route and data management and utility billing
generation.
Fixed Network (FixedLinx): 3G meters b3G Booster ►FixedLinx Repeater frFixedLinx Concentrator ►MastertinxTM Enterprise Management
System Computer System / Servers for route and data management and utility billing generation.
2. COVERAGE OF METERS
2.1. The City of Round Rock is interested in providing services to all of its residential, commercial and industrial customers
within its service territory, with potential to serve future customers both inside and outside the service territory. The system
shall remotely read water meters. Describe the extent of the modules' and the system's compatibility with various meter
types.
3G is compatible with most any meter type in the field today; Neptune, Sensus, Badger, AMCO/Elster, Hersey and Precision. Neptune
and Sensus encoder registers are also compatible, in addition to any meter type that provides a digital pulse output such as magnetic,
ultrasonic, propeller meters, etc. We do this either through our interpreter Universal AMR register (that features a no wires
ConnectionFree design), or Universal XTR module. Refer to chart in 1.2.1 for more information.
2.2. The City of Round Rock understands that one single technology solution may not be appropriate for serving areas with
varying meter density including both dense urban areas and sparsely populated rural/farming areas. Therefore, hybrid system
solutions are acceptable. Describe whether the proposed system is a hybrid and its applicability to different metering
solutions.
3G Mobile is inherently a hybrid system. While the proposed system by Master Meter focuses on a drive-by solution, Fixed Network can
be implemented side-by-side at any time, and with any preferred scale of deployment, while utilizes I00% of the existing 3G
infrastrucure. No need to replace any of your existing investment. Of course, all legacy types of meter reading are completely
compatible as well; manual reading, wand style reading, and mobile AMR using a hand held computer with 3G DMMR receiver (instead
of the more enhanced Laptop Computer system).
Y MASTER
AA METER
RfP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
3. FUNCTIONALITY
3.1. The City of Round Rock currently reads its meters on a monthly basis using Datamatic Road Runner X7 Handhelds
downloaded to Incode Software. Because the City of Round Rock requires that the meter reading systems be provided In the
most cost-effective manner possible, describe your compatibility with this system and existing interfaces.
All Masterlinx meter data management software is compatible and easily configurable with Incode Billing Software. While the existing
Datamatic/lncode interface can be used by MasterLinx it has been our experience that Incode will require the City to purchase a
separate interface module for each reading system used at the City at an estimated cost of $2,000. The City should verify this with
Incode The city's current hand held computers are not compatible with our software or reading system but can be used in parailell with
our mobile or fixed netwrok solution.
3.2. Consumption Reads
3.2.1. Daily consumption reads shall be obtained and be available to the City of Round Rock for all water customers currently
on a monthly consumption read and billing cycle.
FixedLinx Fixed Network technology will effortlessly provide daily consumption reads that feature precise I5 minute interval detail. Daily
consumption reads can also be acquired through 3G Mobile, either by reading the meters daily or communicating with a specific meter
and uploading detailed Data Logging information. Data Logging of 4,000 points of data is standard on all 3G equipped meters.
3.3. Tamper Status
3.3.1. The meter reading system shall deliver current tamper status information for all water customers. Thls
information shall be delivered, along with the monthly consumption read, on the scheduled billing date.
Master Meter conforms to this requirement.
3.4. Data Logging
3.4.1. The AMR end-point metering technology shall store 30 hours or more of consumption. This information shall
be delivered, on programmable schedules determined by the City.
3G registers store 4,000 unique points of scalable data logging that can be customized at minute, hourly and daily intervals using 3G
Technician software (included with the 3G Mobile'*' system). By default each 3G end-point stores 166.7 days of hourly readings that
can be collected with our mobile reading solution.
3.5. Leak Detection
3.5.1. The AMR end-point technology shall measure the possibility of down -stream leaks by using consumption
thresholds programmed into the AMR module.
3G technology features active leak alerts that together with tamper, theft and zero consumption form our exclusive suite of vigilant
Revenue Impact Alertst". Leak alert technology is made possible first and foremost, by superior water measurement technology that
forms that backbone of Master Meter's multi -et and positive displacement product lines.
3.6. Two -Way Communications
3.6.1. The network technology shall provide two-way communications to the end-point.
Master Meter mobile system conforms to this requirement.
3.7. Support for Multiple Meters
3.7.1. A single AMR end-point module shall support either one or two meter registers, depending on pit or vault
configurations.
3G AMR is fully integrated into the register, there are no wires, nor connections. Each meter register is its own endpoint. However,
when migrating to fixed network, the FixedLinx Booster is capable of supporting two separate meters in close proximity.
3.8. Mapping Interface
3.8.1. The network technology shall represent each AMR end-point and network component including its respective
functional status in the form of a mapping display.
VM S ER
Master Meter conforms to this requirement.
RFP 09-001
Specification Number
09-89046
Dated: October 2008
/ 35
4. METER COMPATIBILITY
4.1. Proposer's solution shall allow for water RF solutions enabling opportunities for joint meter reading of other water
utilities.
Master Meter conforms to this requirement as long as appropriate lincense fees, if applicable, are purchased.
4.2. AMR vendor shall be compatible with multiple meter vendors to allow for meter choice.
Master Meter conforms to this requirement. 3G technology can be placed on most any existing brand of meter featuring the industry
.standard bayonet style register mount, using the 3G Interperter Universal Register product. Moreover, the Interpeter, like our standard
3G register, features a fully integrated absolute encoder, transmitter, battery, and antenna within the stainless steel and tempered glass
enclosure.
4.2.1. Provide a listing of meter manufacturers and meter model numbers with which your AMR modules are
compatible.
Neptune
T10, TruFlo, HP Turbine, and Protectus - every meter with bayonet mount or featuring their ProRead
encoder.
Sensus
SR!! - and every meter featuring their ECRI1 or lCE encoder.
Badger
Recordall Series - and every meter with bayonet mount or featuring their ADE or RTR encoder.
AMCO/Etster
C700 - and every meter with bayonet mount or featuring theirinVision or Digital encoder.
Hersey
400, 500 series - and every meter with bayonet mount or featuring their Translator encoder.
Precision
PMM Multi -jets- and every meter with bayonet mount or featuring their ECRII or la encoder.
Multiple
Propeller, magnetic, ultrasonic, V -Cone or other specialty meters featuring a dean pulse output.
We achieve this broad level of compatibility through our 3G Interpreter Universal AMR register and Universal XTR 3G Module.
4.2.2. State whether your system gives the City of Round Rock the flexibility to purchase meters from multiple
vendors.
YES - Master Meter conforms to this requirement.
4.2.3. Meter compatibility listings for water modules shall be provided.
Master Meter conforms to this requirement.
4.3. Based upon the City of Round Rock meter data provided, please provide the estimated number of meters that can be
retrofitted with devices and the estimated number of new meters required to automate the meter population.
Please see 4.2.1
4.4. Bidder's solution shall connect to pulse accumulating or absolute encoder -type registers.
Master Meter conforms to this requirement.
5. METER MODULES
5.1. Proposer shall furnish specifications of meter module (e.g. size, weight).
See Appendix for 3G product Sheet
5.1.1. List the environmental specifications of your meter module and describe its ability to withstand heat/cold,
water intrusion.
MASTER
METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
Vacuum -sealed stainless steel and tempered glass enclosure features a rigorous internationally recognized IP --68
environmental rating, and is design to withstand a temperature range of -40 F to +140 F with a humidity range of 0% - 100%,
non -condensing. We routinely spot test for temperature and humidity compliance as part of our quality control (QC)
proceedures by placing 3G register modules in our QC environmental chamber.
5.1.2. Indicate the expected product life of your meter module and any engineering data to support the claim.
20 Years.
5.1.3. List all available options for the installation of your meter module into new or existing meters.
* Standard 3G Module for new Master Meter products.
* 3G Interpreter Register for existing meter bodies that feature the industry -standard bayonet register mount.
* 3G Universal XTR for connection to existing encoder -equipped or pulse output competitive meters
5.1.4. Describe the encoding technology utilized in your meter module.
Absolute Encoder technology using optical sensing technolgy to encode direct physcial movement of magnetically coupled
register drive shaft. 3G further utilizes a proprietary algorythmic model for assured accuracy of gear movement's positional
placement.
5.2. Describe the power supply utilized by your meter module.
2 x Lithium Thionyl Chloride M batteries with advanced battery management circuitry.
5.3. Describe all tamper sensors/indicators available with your meter module.
Magnetic sensors to guard against magnetic TAMPER (attempted disconnection of magnetic coupling between meter body and
register). Reverse Flow (THEFT and/or BACKFLOW) sensors using redundant reed switch technology. Leak and Zero Consumption are
based on software/firmware derived calculations predicated on highly accurate low flow measurement capabilities.
5.4. Define the compatibility of your meter modules with other forms of interrogating devices, such as handheld computers,
fixed communications networks, drive-by equipment, etc. State whether this is available today.
The 3G System technology incorporates hand held and lap top computer technologies for mobile read collection. it features 100%
concurrent compatibility with our FixedLinx AMI fixed network system. Together, in a single seamless technology system, Mobile (drive-
by) and Fixed Network data platforms may be used in parallel. YES — both 3G Mobile AMR and FixedLinx AMi (fixed network) are
available today. See I.2.1 Illustration for more detail.
5.5. Describe the radio frequency under which your meter module operates.
3G technology operates in the 902-928 MHz unlicensed bandwidth and is compliant with FCC Part 15 regulations. No FCC license is
required with 3G Mobile or FixedLinx fixed network platforms.
5.6. Define all applicable regulatory requirements associated with your meter module and applicable approvals on the device
See 5.5 above.
5.7. Describe any FCC licensing requirements for use of the meter module.
None required.
5.7.1. What alternatives are available if FCC licenses are not available in the City of Round Rock service area?
None required. Not applicable.
5.7.2. Describe any potential conflicts with city service organizations such as Fire and Police departments.
Spread Spectrum technology operating in the unlicensed bandwidth poses and utilizing a relatively low power transmission
technology poses no interference threat.
5.8. To assure reading success, the meter module shall utilize frequency and/or time diversity to assure a high reliability in
reading.
Master Meter conforms to this requirement. We utilize Direct Sequence Spread Spectrum technology.
kir 5.9. The system shall incorporate a technology that takes into account interference and collision avoidance.
Master Meter conforms to this requirement. Our DS technology in addition to proprietary algorythmic modeling in both the transmission
and receiveing units inherently mitigates signal collision and interference.
5.9.1. Meter modules that operate using single channel ISM band transmitters are not permitted.
V MMETER
Master Meter conforms to this requirement.
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
6. WATER MODULES
6.1. Compatible with fixed network system, drive-by system, or both. Please specify.
Master Meter conforms to this requirement Refering to graphic in 1.2.1, 3G technology provides universal meter connectivty across
fixed network, drive-by, or both in parallel, without wires or connections.
6.2. Proposer's solution shall provide the same functionality for both indoor water meters and those located in pit settings.
Master Meter conforms to this requirement.
6.2.1. Module proposed for pit setting shall be able to withstand the harsh pit environment.
Master Meter conforms to this requirement. Rigorous iP-68 rated end-point is designed specifically for the harsh pit
environment (inherent protection against broad temperature swings, mositure, flooding and humidity by desgin) and features
no wires or external components thereby eliminating the threat caused by fire ants, rodents, or other vermin.
6.3. Meter module shall function accurately and not be damaged within an operating temperature range of —40 deg C to +70
deg C.
Master Meter conforms to this requirement.
6.4. Remote shall function accurately and not be damaged within humidity environments of 0% to 100% relative humidity.
Master Meter conforms to this requirement.
6.5. Pit meter module shall function accurately and not be damaged under conditions of submersion in polluted or non -
polluted environments for a period of at least six (6) months.
Master Meter conforms to this requirement.
6.6. Meter module shall functional accurately and not be damaged when installed outdoors in a full sun environment for
twenty (20) years.
Master Meter conforms to this requirement.
6.7. Pit meter module shall offer an in-line connector that enables removal of the meter for periodic testing while allowing the
module to stay in the field.
The 3G module is integral within the register. There are no in-line connectors, or connections. The module and meter are a single unit by
design.
6.8. The module shall provide leak detection including an internal algorithm built into the device on an individual meter level.
Master Meter conforms to this requirement.
6.9. The module shall use a remote antenna, without replacing the module itself.
The antenna, AMR module, battery, absolute encoder are a siungle unit, fully integrated into the stainless steel and tempered glass
register housing.
6.10. The module shall support dual inputs from dissimilar register types, simultaneously, (i.e., encoder with pulsar type, or
different meter vendor registers).
Master Meter conforms to this requirement for FixedLinx, our fixed network platform. For 3G Mobile drive-by, each meter is equipped
with it's own AMR transmitter by design.
7. DATA COLLECTION DEVICE
7.1. Compatible with fixed network system, drive-by system, or both. Please specify.
Complete hybrid interoperability; Mobile, FN, or both simultaneously.
7.2. Provide the specifications of data collection device (e.g. size, weight)
See Product sheet located in Appendix.
7.3. list the environmental specifications of your data collection device.
IMMASTER
V METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
See appendix for both ToughBook and Hand Held literature.
7.4. list the meter module types that your data collection device reads.
Hand held computers are capable of reading any "touch -style° wand reading platform (using a VersaProbe universal touch wand). With
the 3G DMMR, either hand held computers or laptop cart read 3G -enabled end-points.
7.5. Define the radio frequency under which your data collection device operates.
3G technology operates in the 902-928 MHz unlicensed bandwidth and is compliant with FCC Part 15 regulations. No FCC license is
required with 3G Mobile or FixedLinx fixed network platforms.
7.5.1.1s this a licensed or unlicensed radio frequency?
Unlicensed. Refer to 7.5 above.
7.5.1.1. If this is a licensed system, please describe in detail how a license for your system may be obtained
as well as the costs and timeframes associated with obtaining this license.
Not Applicable. None required.
7.6. Define all applicable regulatory requirements and approvals associated with your data collection device.
Not Applicable. None required.
7.7. Define the performance characteristics of your data collection device (e.g. read rate, accuracy)
Our DMMR transceiver boasts best -in -class reception electronics. Our read rate is 100% at posted residential speeds under typical
circumstances. Certain topographical and environmental conditions cart mitigate this rate when considered as a "first pass' read rate,
but remain 100% after a second slower pass.
7.8. Indicate the capacity of readings obtained by your data collection device in an eight-hour day.
Capacity is limited only by the number of meters that can be passed at legal residential speed limit in an 8 hour period
7.9. The system shall verify data integrity in every message.
Master Meter conforms to this requirement.
7.10. Define any applicable warranties associated with your data collection device.
See warranty sheets located in Appendix.
7.11. Describe installation procedures.
Install either new meter with 3G register or retrofit existing register with 3G register.Tum water on. 3G AMR module auto -activates with
water flow.
7.12. The data collection device shall simultaneously read up to three different meter modules.
Master Meter conforms to this requirement
7.13. The data collection device shall provide a data storage mechanism.
Master Meter conforms to this requirement.
7.14. The data collection device shall receive software upgrades via the network.
Master Meter conforms to this requirement.
7.15. The data collection device shall have the capability to hold up to 100,000 meters and meter module ID's that are
configurable through the software application.
Master Meter conforms to this requirement.
7.16. The data collection device shall interface to a Windows 2000 or XP supported computers or latest version - Incode.
Master Meter conforms to this requirement.
7.17. The data collection device shall provide diagnostics to allow trouble shooting via the network.
Master Meter conforms to this requirement.
8. HANDHELD COMPUTER AND RELATED HARDWARE
8.1. Handheld computers may be needed for backup data collection and special meter reading situations.
/VV�\MASTERER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
8.1.1. Indicate whether your handheld computers are compatible with Fixed Network or Drive -By AMR systems and
can receive readings from the AMR modules.
Master Meter conforms to this requirement. True hybrid compability that is seamless and integrated into a single meter data
management software system.
8.2. Collection Characteristics and Memory:
8.2.1. Alf devices shall be completely self-contained and have adequate memory and internal power sources to
perform meter reading or field service activities for an eight hour shift.
Master Meter conforms to this requirement.
8.2.2. Memory for application and data used in the data capture devices shall be Flash Technology, a non-volatile
memory that improves data integrity and security.
Master Meter conforms to this requirement.
8.2.3. The device shall allow reading of meters using radio meter modules.
Master Meter conforms to this requirement.
8.3. Keyboard — The keyboard shall provide:
8.3.1. Environmental protection without the need for special covers or cases.
Master Meter conforms to this requirement.
8.3.2. Alphanumeric data entry without need for a Shift key.
Master Meter conforms to this requirement.
8.3.3. New Service/Meter key.
Master Meter conforms to this requirement throughthe use of field notes. There is currently no 'New Meter/Service' key.
8.3.4. Change meter information key.
Master Meter conforms to this requirement through the use of field notes
8.3.5. Replaceable overlay.
Master Meter conforms to this requirement.
8.3.6. Keyboard shall be phosphorescent for use in low -light settings.
Master Meter does not conforms to this requirement.
8.4. Display
8.4.1. The devices shall use liquid Crystal Display (LCD) technology.
Master Meter conforms to this requirement.
8.4.2. Display size (number of characters) shall be at least 30 characters by 18 lines.
Master Meter conforms to this requirement.
8.5. Power Supply —All handheld devices shall be equipped with:
8.5.1. Removable, rechargeable batteries.
Master Meter conforms to this requirement.
8.5.2. Low power indicator.
Master Meter conforms to this requirement.
8.5.3. The battery charging system shall prevent battery "memory" effects which reduce usable battery time.
Master Meter conforms to this requirement.
8.5.4. The handheld device shall provide data security in the event of loss of power from the main battery supply.
This protection Is required even if the main battery supply is removed while the handheld computer is turned on.
Master Meter conforms to this requirement.
8.5.5. Battery shall be lithium -ion.
Master Meter does not conforms to this requirement. Nickel Metal Hydride rechargeable batteries (2500 mAH, 7.2V) are
provided
nri
MMETERMASTER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
8.5.6. The device shall be chargeable outside of the communications cradle, including in a utility vehicle.
Master Meter conforms to this requirement.
8.5.6.1. Describe all charging options.
Desktop Cradle , vehicle cradle and vehicIe12VDC charging cable (ciggarette fighter plug)
8.6. Physical Characteristics
8.6.1. The Unit shall be completely weatherproof and operate in bad weather conditions such as rain, sleet, freezing
rain or snow.
Master Meter conforms to this requirement.
8.6.2. The unit shall operate within ambient temperatures ranging from —4 deg F to +140 deg F without use of cases,
plastic coverings, etc.
Master Meter conforms to this requirement.
8.6.3. The unit shall be lightweight.
Master Meter conforms to this requirement.
8.7. Verification And Tamper
8.7.1. The handheld computer shall perform verification reads including current meter and tamper status.
Master Meter conforms to this requirement.
8.7.1.1. Please define the verification capabilities of your handhelds.
Meter Reading is collected using the DMMR and handheld. Then a direct reading is taken using the Audit Read
feature and keyed into the software. Once the handheld is unloaded we have a report that will show the Radio Read
with Date/Time and the Audit Read with Date/rime for comparison.
8.8. Communications
8.8.1. The handheld shall have the capability to perform its functions via radio with no wire connections required to
the meter or meter module.
Master Meter conforms to this requirement.
8.8.1.1. Define the radio technology utilized by your programming handheld computer.
3G direct sequence spread spectrum technology operating in the 902-928 MHz unlicensed bandwidth. and is
compliant with FCC Part I5 regulations.
8.8.2. Should the City of Round Rock choose to purchase a non -radio version of the handheld, it shall be feasible to
upgrade these units in the future.
Master Meter conforms to this requirement.
8.9. Head -End Software for AMR Data Processing
8.9.1. Platform: Data collection software shall operate on a PC compatible computer.
Master Meter conforms to this requirement.
8.9.1.1. Data transfer to and from the CIS system to the proposed system will be handled by a LAN/WAN
connection
Master Meter conforms to this requirement..
8.9.2. Meter Reading Storage and Processing: The proposed system shall store at least 20 days of meter reading data.
Master Meter conforms to this requirement.
8.9.2.1. The system shall process the billing cycle and allow for operator decisions for completeness or re-
reading of missed meters.
Master Meter conforms to this requirement.
8.9.2.2. Complete data backup and restore required.
Meter and system data is stored in one database fife and one directory folder.Our support group can setup a
Windows operating system backup of the reading system file. We prefer that backup and restore operations be
provided by the City IT department.
Fri MASTER
VMETER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
8.9.3. Computer Interface: The proposed system shall completely interface to the Fixed Network or Drive -By data
collection device.
Master Meter conforms to this requirement.
8.9.3.1. Field Data collection shall be provided either by manual operation or automatically based on a pre-
configured read schedule.
Mobile field data collection is a manual process, fixed network can be automatic.
8.9.4. Consumption Monitoring: To accommodate move outs and high bill investigations, certain accounts in the
system will require consumption monitoring.
Master Meter conforms to this requirement.
8.9.4.1. Accounts shall be monitored over the City of Round Rock specified intervals and report consumption
that is reported above or below the City of Round Rock defined acceptable consumption levels.
Master Meter conforms to this requirement.
8.9.5. Unscheduled Reads: To support move outs and other special reads, the network shall support unscheduled
reads that may be Initiated by the City of Round Rock.
Master Meter conforms to this requirement.
8.9.6. Grouping Functions: To support advanced data delivery applications to the City of Round Rock customers, the
network shall gather and deliver data in pre -established groups for data aggregation purposes.
Master Meter conforms to this requirement.
8.9.6.1. The network shall deliver group consumption read data.
Master Meter conforms to this requirement.
8.9.5.2. Groups will be defined by the City of Round Rock.
Master Meter conforms to this requirement.
8.9.7. System Interface: The interface shall be utilized by various City of Round Rock units to access data gathered by
the network.
Master Meter conforms to this requirement.
8.9.8. The City of Round Rock requires guaranteed reliability to ensure reads are received from each endpoint under
the network on a daily basis.
Master Meter conforms to this requirement within a fixed network platform, or of the city dispastches a 3G Mobile unit for daily
meter data collection.
8.9.8.1. Describe your solution to ensure a 98% daily read.
The secret of the system's read rate success is in its smart design. 3G optimizes output power to reduce signal
collision, mitigate interference, deploy spread spectrum technology (direct sequence and optimal modulation for
drive-by AMR), and boasts a high performance receiver (DMMR) to best pick up 3G transmissions while vastly
reducing missed reads and mitigating against external threats to overall system performance.
Our fixed network system provides 4 hour transmissions of 30 minute reading data with 15 minute interleaved
reading data on subsequent transmissions using multiple RF channels. In total, each end point transmits 96 readings
per day using 6 different broadcast events. A Field Concentrator provides an SQL Server database for temporary
storage of data uploaded to data warehouse hourly. Data remains in the field concentrator for 90 days.
8.9.9. Proposer's solution shall allow for maximum spacing between data collectors in the City of Round Rock's
territory.
Master Meter conforms to this requirement.
8.9.9.1. Describe the range of your data collectors with regard to the geography of our service area.
Typical mobile range+/- 500 to 1000 ft. ; Fixed Network End Points 1 mile +, Fixed Network data collector 3 square
miles
MMASTER
AA METER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
8.9.10. Leak detection: The solution shall provide leak detection data including an internal algorithm built into the
device on an individual meter level.
Master Meter conforms to this requirement.
8.9.11. Data Logging: The solution shall collect data in intervals of 15 or 30 minutes as well as hourly and daily.
Master Meter conforms to this requirement.
8.9.12. Management Reports: Specify management reports available with your system.
Standard reports include: Reading Master, Skipped Meter, Out of Range Reading, Reader Comments & Notes, AMR Alerts,
Consumption, Work Order, Work Order Required and Data Log List
8.9.12.1. Custom reporting functionality through the use of a third- party reporting tool (such as Crystal
reports) shall be available.
Master Meter conforms to this requirement.
8.9.13. Monthly Statistics: The proposed system shalt provide cycle processing and keep statistics for meter reading
activity of up to twelve (12) months.
Master Meter conforms to this requirement.
8.9.13.1. Cycle reports shall show meter reading activity.
Master Meter conforms to this requirement.
8.9.14. Automatic Scheduled Processing: The proposed system shall support appropriate functions for automated
processing (no operator required) to allow operations to be scheduled in an unattended mode.
Master Meter conforms to this requirement with our Fixed Network solution.
8.9.14.1. Describe this option and the functions supported in this way.
This pertains to fixed network. Collection of reads in a fixed network environment are inherently automated at the
local field level, then autimatically streamed back to the utility via a WIFI backbone (default method). While storage
and root level processing of meter data is autmated, manipulation for billing and customer service functinos does
require human interaction.
8.9.15. Historical usage: The proposed system shall support the migration to meter data analysis where historical
meter data can be stored for up to twelve (12) months for the purpose of graphically showing usage patterns.
Master Meter conforms to this requirement.
8.9.15.1. This tool shall be modular able to be added to the proposed system at a Tater date.
Master Meter conforms to this requirement.
8.9.15.2. Describe this option and additional capabilities if available.
Refer to included Masterlinx Meter Data Management Software product sheet located in appendix.
8.9.16. Web Presentment: The proposed system shall support the capability of customer web presentment of usage
data.
Master Meter conforms to this requirement.
8.9.16.1. This tool shall be modular and able to be added to the proposed system at a later date.
Master Meter conforms to this requirement.
8.9.16.2. Describe this option and additional capabilities if available.
Refer to included MasterLinx Meter Data Management Software product sheet located in appendix.
9. COMPATIBILITY WITH CURRENT INVESTMENTS
9.1. The City of Round Rock has made substantial investments in meter reading technology and training to date. The proposed
system shall leverage this investment.
VMMETER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
Master Meter conforms to this requirement.
10. FCC LICENSES
10.1. The supplier shall provide assistance if necessary toward obtaining licenses and/or permits it needs from the FCC.
Not Applicable. None required.
11. FLEXIBLE READING METHODS
11.1. The proposed system shall be compatible with alternative reading methods that can be utilized to collect meter reading
data in the event that the primary system is unavailable. Please describe.
Manual reading is always available for backup collection of reading. Fixed network also has mobile AMR system backup.
11.2. Describe how the proposed meter reading system will support alternate reading technologies including radio -equipped
handheld computers.
Hand held computers are capable of reading any "touch -style' wand reading platform (using a VersaProbe universal touch wand). With
the 3G OMMR, hand held computers or laptop can read 3G -enabled endpoints. After migration to fixed network, handhelds con be used
as a bckup reading device and to assist in installation, troubleshooting and customer service.
11.2.1. No modification to the meter module shall be required to change reading technologies.
Master Meter conforms to this requirement.
12. IMPLEMENTATION
12.1. Project Management: The vendor, and its representatives, shall have a proven program of professional project
management to ensure successful system installation. Project managers shall be experienced in managing the design,
installation and optimization of systems. Project management experience shall include system integration and training
support.
Master Meter and its wholly owned subsidiary, Greentree Applied systems has over 45 years of manufacturing, software, training and
management experience. Over 1,000 systems and 2 million end points are deployed nationwide
12.1.1. Proposer shall describe experience in implementing systems compatible with specification requirements.
See I2.1
12.1.2. Proposer shall describe experience in implementing systems that include water service.
Virtually all systems and endpoint as described above are installed for water service.
12.2. Configuration and Set up:
12.2.1. Proposer shall provide the expected cost for hardware configuration setup, operating system and software
installation, parameter setups, definition of required reports, and the testing of input and output files.
13. AUTOMATED INSTALLATION TOOLS:
13.1. The installation process shall Include fully automated meter module Installation software that programs the meter
modules.
Master Meter conforms to this requirement.
13.2. The meter module installation software shall be expandable to other areas of the utility such as field service workforces.
Describe any capabilities in this area.
MMM STEERR
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
DIALOG 3G Technician Software can run on any compatible handheld or laptop PC for additional field service support.
14. WARRANTY AND CUSTOMER SUPPORT
14.1. Warranty: Specify the warranty period on all applicable products.
Please see attached warranty documents enclosed.
14.2. Customer Support: Proposer shall offer 24-hour per day customer support, seven (7) days a week. Specify details of the
vendor's support package.
In the event questions or problems arise with the reading system, Greentree Applied Systems, Inc. is the primary support
contact. Master Meter, Inc. is also available to provide assistance with a fully trained representative residing in Marble Falls,
Texas . In order to provide "One Stop Service", Greentree's support staff is available from 8:00 AM to 6:00 PM EST. After
hours phone numbers are also available from 6:00 PM to 8:00 PM EST. Their support staff is fully trained to troubleshoot and
provide complete assistance on all hardware and software. Greentree employs a staff of qualified people trained to support
the hand-held and drive-by reading systems. Calls are answered by a receptionist, not a machine, and logged In a call
database. Every effort is made to connect the customer with a tech support person at the time of the call.
Service Contacts
Greentree Applied Systems Tech Support
961 Beasley St., Suite 107
Lexington, KY 40509
Ph#: 800-928-6388
After Hours Ph # 859-421-5288
Fax: 859-263-9824
Master Meter, Inc.
101 Regency Parkway
Mansfield, Texas76063
Ph# 800-765-6518
Fax# 817-842-8100
The vehicle reading system uses a Panasonic ToughBook computer, which includes overnight shipping and a 3 -day turn around
for repairs. Greentree offers unlimited, toll free phone support at no charge for the first year. Extended annual phone
support agreements may be purchased for the cost stated above. This support includes free software updates (upon request)
for users who remain under the phone support contract. If necessary, Greentree can route a technical support person to the
City of Round Rock within 14 days of notice for on-site assistance. The charge for this service or for additional training is
$875.00 per day plus lodging, meal and travel expenses.
15. SYSTEM PRICING: Describe in detail the pricing for the systems proposed.
Include any assumptions made in the proposed solution and pricing.
15.1. The proposed business transaction shall be a purchase of the system by the City of Round Rock.
Master Meter conforms to this requirement.
15.2. The City of Round Rock shall own all data collected by the system.
Master Meter conforms to this requirement.
15.2.1. Data collected by the system shall not be used for any purpose without the approval of the City of Round
Rock.
Master Meter conforms to this requirement.
MASTER
V METER
PART III
ACCEPTANCE AND PAYMENT
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
1. ACCEPTANCE
•1.1. Acceptance should not take more than thirty working days. The vendor shall be notified within this time frame if the
service delivered is not in full compliance with the specifications. If any purchase order is canceled For non-acceptance, the
needed service may be purchased elsewhere and the vendor may be charged full increase, if any, in cost of acquiring service.
2. INVOICING
2.1. Contractor shall submit one original and one copy of each invoice referencing the assigned Purchase Order number on a
monthly basis to the following address:
City of Round Rock
Accounts Payable
221 East Main Street
Round Rock, TX 78664-5299
3. PROMPT PAYMENT POLICY
3.1. Payments will be made within thirty days after the city receives the supplies, materials, equipment, or the day on which
the performance of services was completed or the day on which the City receives a correct invoice for the service, whichever
is later. The Contractor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments
not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the City
in the event:
3.1.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or equipment
delivered or the services performed that causes the payment to be late; or
3.1.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with
Federal Funds; or
3.1.3. There is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its suppliers
concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or
3.1.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or contract or
other such contractual agreement.
4. OVERCHARGES
4.1. Contractor hereby assigns to purchaser any and all claims for overcharges associated with thls contract which arise under
the antitrust laws of the United States, 15 USGA Section 1 et seq., and which arise under the antitrust laws of the State of
Texas, Bus. and Com. Code, Section 15.01, et seq.
METERAA M
ATTACHMENT A
City of Round Rock
Insurance Requirements
ATTACHMENT A
CITY OF ROUND ROCK
INSURANCE REQUIREMENTS
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
1. INSURANCE:
The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order
resulting from a response to this bid/Specification insuranceagainst claims for Injuries to persons or damages to property
which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder,
its agents, representatives, volunteers, employees or subcontractors.
1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work
commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all policies:
1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted.
1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property
damage only.
1.3.3. Claims made policies shall not be accepted, except far Professional Liability Insurance.
1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City
1.3.5. Policies shall include, but not be limited to, the following minimum limits:
1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence.
1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of
$100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each
occurrence.
1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract.
1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements
thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions,
limitations, or exclusions (except where policy provisions are established by law or regulation binding either of the parties
hereto or the underwriter of any of such policies). Upon such request by the City, the Vendor shall exercise reasonable efforts
to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet
the requirements of the bid specification and the insurance endorsements stated below.
1.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s) of insurance will
contain and state, in writing, on the certificate or its attachment, the following provisions:
1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as additional insureds, (as the interest of each insured
may appear) as to all applicable coverage.
1.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1. That the Insurance company or agent/broker shall endeavor to notify the City; and,
1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered mail:
MI
VMMETTER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
1.5.6. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including
death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance.
1.5.7. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the
indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations
within applicable policies.
1.5.8. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for
which the insurance Is being supplied.
1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days
prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
.221 East Main 309 East Main
Round Rock, TX 78664-5299 Round Rock, TX 78664
2. WORKERS COMPENSATION INSURANCE
2.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services
on building or construction projects for a governmental entity.
2.1.1. Certificate of coverage (°certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued
by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
2.1.2. Duration of the project - includes the time from the beginning of the work on the project until the CONTRACTOR'S
/person's work on the project has been completed and accepted by the OWNER.
2.2. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities
performing alt or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that
person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes,
without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees
of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include,
without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other
service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,
office supply deliveries, and delivery of portable toilets.
2.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the CONTRACTOR providing services on the project, for the duration of the project.
2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract.
2.5. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the
project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER
showing that coverage has been extended.
2.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER:
2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates
of coverage showing coverage for all persons providing services on the project; and
2.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project.
2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year
thereafter.
2.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after
the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person
providing services on the project.
2.9. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers'
Compensation Commission, informing all persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage.
2.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to:
MASTER
AAAA METER
RFP 09-001
Specification Number
09-89046
Dated: October 2008
/ 35
2.10.1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage
agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all its employees
providing services on the project, for the duration of the project;
2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing
that coverage Is being provided for all employees of the person providing services on a project, for the duration of the project;
2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;
2.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR:
2.10.3.1.1. a certificate of coverage, prior to the other person beginning work on the project; and
2.10.3.1.2. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the
coverage period shown on the current certificate of coverage ends during the duration of the project
2.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
.2.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or
should have known, of any change that materially affects the provision of coverage of any person providing services on the
project; and
2.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the
certificates of coverage to be provided to the person for whom they are providing services.
2.10.3.5. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of
coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the
project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on
proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self -Insurance Regulation.
Providing false or misleading Information may subject the Contractor to administrative penalties, criminal penalties,
civil penalties, or other dvii actions.
2.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles
the Owner to deciare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of
notice of breach from the owner.
MASTER
METER
Master Meter's Reference Sheet
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/35
As of October 30, 2008
City of Schertz. TX
Mr. Sam Willoughby
Public Works Director
swilloughby@schertz.com
210 -619 -1800 -Office
210 -619 -1849 -Fax
10 Commercial Place
P.O. Drawer 1
Schertz TX 78154
Panasonic Toughbook
Billing Software: Incode
Approximately 11,500 total units installed.
City purchased 9,000 units in November 2007.
Units were installed In 1st Quarter 2008 by Johnson Lab.
Lee Co. WSC
Mr. Wade Dane
Assistant Manager
979 -542 -6213 -office
979 -542 -7014 -fax
1598 S. Leon St
P.O. Box 8
Giddings TX 78942
leecowsc@yahoo.com
Panasonic Toughbook
Billing Software: AVR
Approximately 3,500 units installed by Johnson Lab in
spring 2007.
G&WWSC
Mr. David Derrick
General Manager
936-372-9858
936-372-5840
P.O. Box1219
Waller TX 77484
Panasonic Toughbook
Billing Software: RVS
Approximately 1,500 units installed by Johnson Lab in 2004
Travis County WCID q 17
Ms. Leslie Terrell, Office Manager
512-266-1111, ext. 12
512-266-2790
leslie@wcid17.org
3812 Eck Lane
Austin TX 78734
Approximately 7,500 units installed.
Panasonic Toughbook
Billing Software: Impact Resources (Private Provider)
Installation: initial in house installation began in the
summer of 2005. installation was virtually complete in fall
of 2007.
City of Live Oak, TX
Mr. RogerAguillon
210-653-9140 ext. 227
raguillon@ci.live-oak.tx.us
Approximately 2,000 units installed. System has 3,500
meters in total.
Panasonic Toughbook
Billing Software: Incode
Installation: In house with yearly budget provision.
Aqua WSC
Mr. Chuck Kellogg
512 -303 -3943 -office
512 -303 -4881 -fax
ckellogg@aquawsc.com
Approximately 8,000 units Installed. System has 18,000
meters in total.
Panasonic Toughbook
Billing Software: Enhance
Installation: In house as budget allows.
Wickson Creek S.U.D.
Mr. Kent Watson
979-589-3030
Watson@wicksoncreek.com
Approximately Z500 units installed. System has 3,000
meters in total.
Panasonic Toughbook
Billing Software: Greentree
City of Sinton, Texas
Mr. Jackie Knox, City Manager
M��
361-364-2381
Approximately 2,300 units installed. System has 2,300
meters in total.
Panasonic Toughbook
Billing Software: lncode
installation: Their entire system was installed in February
and March of 2004 by an outside contractor (USMT).
Jonah S.U.D
Mr. Bill Brown
General Manager
512-759-1286
I3111.brown@jonahwater.com
Approximately 2,500 units installed. System has 3,500
meters in total.
Panasonic Toughbook
Billing Software: Greentree
County line Water Supply Corp.
Mr. Daniel Heideman
Manager
512-738-2073
Uhland TX 78640
Approximately 800 units installed. System has 1,500
meters in total
Panasonic Toughbook
Billing Software: RVS
City of Andrews, IX
Mr. Glenn Hackter
City Manager
432 -523 -4820 -Office
432 -523 -6372 -Fax
dsanders@cityofandrews.org
Approximately 4,000 units installed. System is virtually
complete
Panasonic Toughbook
Billing Software: lncode
Ft. Belknap WSC
Mr. James (Bear} Jones
Field Supervisor
940-549-6922
315 Fifth Street
Graham TX 76450
Approximately 1,000 Installed. System has 2,000 meters in
total.
Panasonic Toughbook
Billing Software: RVS
Installation: The entire system was installed in the spring
of 2004 by the Johnson Supply Company.
RFP 09-001
Specification Number
09-890-46
Gated: October 2008
/ 35
Jarrell-Schwertner Water Supply Corporation
Ms. Sheila Cunningham
Manager
512-746-2114
jswsc@ecpi.com
P.O. Box 40
Jarrell, TX 76537
Approximately 1,300 units installed. System has 1,300
meters in total.
Panasonic Toughbook
Billing Software: RVS
Installation: Their entire system was installed in March
2006 by the Johnson Supply Company.
Nueces County WCID No. 4
Mr. Scott Mack
scottmack@centurytel.net
361-749-5201- Office
361-749-5799- Fax
315 S. 9th Street
Port Aransas TX 78373
Panasonic Toughbook
Billing Software: Greentree Applied Systems
Approximately 3,000 units installed. System is virtually
complete.
Installation: In house.
City of Cibolo, Texas
Ms. Claudia Schneider
Utility Billing Supervisor
210 -658 -9900 -office
210 -658 -1687 -fax
200 South Main St
P.O. Box 826
Cibolo TX 78108
Panasonic Toughbook
Billing Software: lncode
Approximately 3,500 units installed by Johnson Lab.
�V MME ER
Picacho Hills Utility
Mr. Gilbert Morales
Operator
505-642-7005
6955 Camino Nuevo Mejico
Fairacres NM 88033
Panasonic Touglibook
All units are OS under glass
Billing Software: RVS
Installation: Initial units were installed in July, 2006
3G Interpreter References
Mission Springs W.D.
Gary Brockman
Director of Maintenance
66575 Second Street
Desert Hot Springs, Ca 92240
760-329-6448
6,000 units on Sensus SR11
City of Broken Arrow
Derriei Bynum
918-259-7000 ext 7330
Broken Arrow, Ok
dbynum@brokenarrowok.gov
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
VMEATE�R
Pricing:
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
Proposed Solution: 3G MobileT"' with MasterLinxTM Software
Quantity Item Unit Price
300 5/853/4" Multi -Jet Water Meter $165.00
300 Integrated 3G registers for upgrade of existing 5/8"x3/4"Master Meter $130.00
BLMJ Multi -jet Water Meters
300 3G Interpreter Registers for upgrading existing Precision PMM Multi -jet $135.00
Water meters
1 3G Mobile Laptop Reading System • No Charge
Includes; MasterLink Data Collection System provides Vehicle Meter reading with
"Moving Maps" and desktop route management software Panasonic ToughBook
Model 52 feature Intel Centrino Mobile Technology, Intel Pentium M Processors,
Integrated 802.11b+g wireless, Combo drive (DVD.ROM/C0-RW), 15' Active Matrix
Color LCD 40GB for larger) shock mounted removable hard drive, 15" TFT Active
Matrix Color Display, Integrated RJ -45 NIC RS -232 (DB9), USB Port and PCMCIA
Slots, Internal Modem 3 Year Warranty, 11.1v, 5600mAh Li -ion Battery Pack, Backup
Battery, Vehicle Power Supply, Carrying Case, DMMR Transceiver with Cigarette DC
Power Supply, Communication Cable,3G Technician programming software, GPS
Receiver, 2 day on-site installation & training, all travel expenses, custom ASCII
interface to City of Round Rock's existing utility billing software, Operating Manuals
and System Documentation.
1 Annual Software support following first year (first 12 months included at no $1,200.00
charge)
iff The 3G Mobile Drive-by Reading System wig be furnished at no charge with the minimum order of 300 meters, or any
combination of meters and replacement registers. If this nominal minimum purchase is not met and the City of Round Rock
prefers to purchase a stand alone drive-by AMR system, the system price is $22,900.00.
MASTER
AVMETER
Technology Upgrade: Drive-by AMR to Fixed Network AMI
Quantity
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/ 35
Item Unit Price
300 FixedlinxTu Boosters S88.25
1
FixedLinx TCP/IP Crossover Repeater Includes: $15,000.00
Receivers, Serial to Ethernet converter, Cisco router, backbone antenna, receiver
antenna, enclosure w/ power supply, cables and instaffation (for installation on utilitys
current infrastructure)
1
FixedLinx SQL Concentrator Includes: $25,000.00
Dedicated PC, SQL Server developer edition, concentrator software, Cisco AC
access point; Cisco Controller and installation Masterlinx Data Center & Web Site
Meter Data Access, Masterlinx Data Center System Configuration, 3 -day On -Site
Software Training
* All meters must be located within a three square mile area. Existing infrastructure shall be defined as a utility owned
tower, building or other structure with a minimum height of sixty feet centrally located within the three square mile area.
Electrical power must be provided and available at this location. If existing infrastructure is not available in the area chosen
for the trial, Master Meter can provide and install a sixty foot tower for an additional $15,000.00. However, the utility must
provide a mutually acceptable location and provide electrical power.
The concentrator may be located at City HaU or other city building as long as the distance between the building and
repeater location does not exceed five miles. Additionally the utility must provide a public IP address.
MMMETER
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/35
Additional Meters & Equipment for Future System Expansion
Quantity
1
Item
5/8"x3/4" BLMJ Multi -Jet Water Meter
Unit Price
$165.00
1
Integrated 3G registers for upgrade of existing 5/8"x3/4"Master Meter
$130.00
BLMJ Multi -jet Water Meters
1
3G Interpreter Registers for upgrading Compatible brands of water meters
$135.00
1
MasterLinx Mobile Reading System (less interface and training)
$10,375.00
1
Fixedlinx TCP/IP Repeater
$15,000.00
Includes; receivers, serial to Ethernet converter, Cisco router, backbone antenna,
receiver antenna, enclosure w/ power supply, cables and installation (for installation
on utility's current infrastructure.
1
60' Tower for FixedLinx Repeater (not required when existing infrastructure
is available for placement of the FixedLinx Repeater, i.e. Water Tower)
$15,000.00
Includes; Physical tower structure, all necessary hardware, site assessment,
necessary preparation, and installation. Tower is required when appropriate existing
infrastructure is not available for placement of FixedLinx Repeater.
1
Annual Cost for MasterLinx Data Center and Web Site Access including
phone support;
<5,000 end points
$5,000.00
<25,000 end points
$7,500.00
<100,000 end points
$12,500.00
<250,000 end points
$20,000.00
1
Annual Backbone Maintenance;
5 repeaters or Less
$6,000.00
10 Repeaters or Less
$8,500.00
Backbone maintenance provides support and maintenance for all WIFI backbone
equipment. This fee covers the cost of all labor to repair or replace non-functioning
equipment. Fee does not include cost to replace parts or components that are out
of warranty or damaged due to vandalism or acts of God.
Terms: Prices are firm until December 31, 2009
Payment: Net 30
Delivery: Meters - 3 to 4 weeks ARO; Reading System Equipment — 30 to 60 days ARO
MIMEATER
Product Literature
RFP 09-001
Specification Number
09-890-46
Dated: October 2008
/35
1. 3G Technology Overview
2. Interpreter
3. MosterLinx Mobile Software
4. MasterLinx Enterprise Management Software
5. AccuLlnx encoder Register
6. Panasonic ToughBook Laptop
7. FixedLinx Overview
8. FixedLinx Booster
9. BLMJ
10. DMMR
11. 3G Warranty
12. Multi -jet Warranty
4h,
(6,
DIALOG 3G®
INTERPRETER'" REGISTER
UPGRADE VIRTUALLY ANY EXISTING
METER TO WIRELESS AMR IN MINUTES.
Take advantage of the life left in your existing hardware
and migrate into the future with the DIALOG 3G
Interpreter Register.
Our universal AMR upgrade replaces the existing register
on most any brand meter in minutes—Without service
interruption. The Interpreter activates automatically
upon installation. Registers that are pre-programmed at
the factory require no additional programming in the field.
Hassle -free installs give way to worryfree maintenance. The
Interpreter's ConnectionFreem design houses all vital AMR
components—encoder, RF transmitter, battery and antenna—
safety within the registers sealed stainless steel and tempered
glass enclosure. We eliminated extemal wires, components and
connections— the 11 cause of maintenance related issues on
competitive designs.
The DIALOG 3G Interpreter Register system design is fully-
migratable to our FixedUnxTM Fixed Network Platform. On the
backs of your existing meters the Interpreter will lead you wel into
the future.
FEATURES:
*Direct replacement of most any current bayonet
style register: AMCO, Hersey, Badger, Neptune,
Sensus SR II, Precision and Master Meter
* Installs in Minutes without Service Interruption
*3G Mob e,Fand Fixed xedLinr'" xed Network Platform
Compat*Revenue Impact Alerts*" :
Leak, Tamper, Theft (backfowi& Zero Consumption
*4,000 Scalable Points of Data Logging
* ConnectionFree — No wires. No Programming
*Available in LCD or Classic Odometer
* LCD Register Special Features: Measure and
display rate of flow. Additional program features
include: Utiity operator resettable index, Test Mode
labhty to test in 1/10 units), programmable fixed
zeros, and ability to reprogram without losing reading.
* District Metered Area & District Metered Zone (DMA
& DMA Ready: integral Real Time Clock with Dual
Time Stamp (currently, dual time stamp available on
LCD version only. Odometer style Is in single time
stamp) Is ideal for use in advanced infrastructure leak
management programs
INTERPRETER"
�iEG15TER
\m
�/� V\
V
MASTER
METER
DIALOG® 36
kw DMMR TRANSCEIVER
The DMMR Transceiver is an integrated component of the 3G Mobile)" drive-by AMR system. True
2 -way end-to-end communications in a portable simplified design, the DMMR provides data collection,
end-point diagnostics and the uploading of 3G data logging. DMMR is built for receiving 3G DS (Direct
Sequence Spread Spectrum) transmissions while providing backward compatibility for earlier wide-
band technology.
Fully integrates 3G enabled end-points with hand held and laptop computer equipment. These
components form a hybrid approach to AMR enabling concurrent mobile data collection and fixed
network platforms.
Optional onboard Bluetooth technology provides a simplified ConnectionFreee)" approach to interfacing
with hand held / laptop equipment. The portable design supports either 12 Volt vehicle power or
battery operation.
FEATU RES:
*Vehicle unit with cigarette adapter or battery powered
* RS232 COM Port interface or optional Bluetooth® technology
for wireless laptop / hand held computer communication
* ISM 902.928 MHZ Unlicensed (requires no license to operate)
* FCC Part 15 compliant
TECHNICAL SPECIFICATIONS:
* Desatpdon: The DMMR is a true two-way wireless RF
Transceiver that is easily attached to most handhelds or PCs
* Sealed Thnjm zu,: The DMMR is housed within an aluminum
case designed to screen RF and minimize water intrusion
* Size: MA7.25'/180 mm, (0)6.5'/170 m,( 1.25'/3.1 mm
*Frequencies: Operates within the unlicensed ISM
Band 902 — 928 MHZ
* Raab Operated Or Vehicle Parsed: The
DMMR is equipped with nickel metal hydride (NiMI)
batteries for long recharge fife. The vehicle system
comes with its own cigarette lighter adapter
* hamn*,ion Receives either single channel or
frequency hopping transmissions
* Data Format DMMR receives fixed length, error
checked (CRC and BCM, encoded data packets
* FCC Regulatory Certification: Certified to operate
in the United States under FCC Part 15
DMMR
TRANSCEIVER
m
AvAlk
MASTER
METER
MASTER LINXTm MOBILE DATA
k: COLLECTION SYSTEMS
Master Meter TDS (Technology Driven Solutions}, Inc., formerly Greentree Applied Systems, provides
software for the utility industry and currently provides solutions for over 1,000 utilities. Our mobile data
collection system software is an intregal part of our 3G Mobile' AMR platform. It is available for laptop
computers running Microsoft Windows XP or higher and handheld computers running Microsoft Windows
CE 5.0 or higher.
Our system will support several different models of rugged and semi -rugged laptop and handheld
computers. Master Meter currently offers the Panasonic Toughbook for the Vehicle Reading System
available in semi -rugged and rugged models. For handheld meter reading we offer the Jett.CE from Two
Technologies and the Allegro CX from Juniper Systems. Handhelds are available with a variety of options
including GPS, GPRS, Laser Scanner and 802.11b/g Wi-Fi.
BENEFITS:
* Intuitive, quick-to4earn software navigation with simple interactive menus
* Versatile Hardware Compatibility with most any computer or network system
* Versatile Operating System compatibility with most any software (Windows XP or higher)
* Versatile Billing System compatibility and interoperability
Data Collection 1 Data Management 1 Endpoint Management
Complete interpretability with Existing Systems
MASTERLINX
MOBILE
r7/71
V
MASTER
METER
TOUGNIEBOOK.
lbw Computers for the Outside World
toughbook 51
Full -featured, Mobile Presentation Platform
CPU
STORAGE & MIMORY
OMPLAY
AUDIO
IXPANSION SLOTS
MULTIMEDIA POCKET
KEYBOARD lk INPUT
WIRELESS LAN
INTI PACE
POWER SUPPLY
POWIR MANAGEMENT
SOFITTARE
SICNRITY PEATURE3
WARRANTY
DIMENSIONS A WEIGHT
• Intel' Pentium' M Processor 735:
- Processor speed 1.7GHz
- 2MB L2 ache
- 400MHz FS8
• Intel' Pentium' M Processor 725:
- Processor speed 1.6GHz
- 1MBL2cache
- 400MHz FS8
• Wer Intel' Pentium' M Processor 735:
- 512MB SDRAM stand, expandable to 1536M8;
or 1GB SDRAM standard, expandable to 2 GB
- 60GB 010D (shock-mdintad & easily removable)
• With Inter Pentium' M Processor 725:
- 256MB SDRAM standard. expendable to 1280MB
- 4006 HDD (stack -mounted & easily removable)
• With Md• Pentium' M Processor 735.
- 15' 16001 1200 pima.) TFT Active Matrix Color LCD
• With Intel* Pentum' M Processor 725:
- 15' 1024 x 768 pCGA) TFT Active Matrix Color LCD
• All MOBIUTY" RADEON" 9600. 64MB VRAM
• 9gmaTel"' ST9753A
• integrated stereo speakers
• Convenient keyboard vdume and mute contras
• PC Card Type t• 2 or Type Hix1
• 1.44MB FDD standard
• Combo Drive (DVD -ROM'/ -RW") standard
• We accept opuonat DVD Mtiti Orlin or second battery
• 87 -key with delated Windows' key
• Electrostatic lou ipad with scrotirg support
• Intei•PROiWlreless 220080 network connection 802.110+9
• External Keyboard/Mouse
• Extemel Video
• Headphones/Speaker
• IEEE 1394 (Firewire)
• Mioophhonell.ine In
• Parallel
• Put Repicator
• Serial
• USB 2.0(x2)
• 10f100/1002 Ethernet
• 56K Modem
Mhl-ON18 ph
0 -sub 15 pin
Mini -jack Stereo
4 On
Mini -jack
D -sub 25 pin (bi-drectbreYECP)
Dedicated 100 pin
D -sub 9 pin (HART 16550 compatible)
4pin
RJ.45
RJ -11
• Uthlum lot battery pack (11.1V, 6600m4h)
• Battery operation 5 thous"'
• Battery chargng time: approximately 318 hours/of, 6 hours/on"'
• AC Adapter. AC 100V-2409 50/60Hz. Aum Sensing/Switching
worldvitde power steely
• Pop-up on-screen battery status reporting
• Suspend/Resume Function, libernetion, Standby, ACPI BIOS
• Microsoft'Windows' XP Professional
• Setup. Diagnostics. On-line Reference Manual, Adobe• Acrobat. Reader
• Password Security: Supervisor, User. Hard -Disk Lock
• Kensington Lock Sot
• 3 -year limited warranty. parts & labor
• 1.914 x 12.8W x 10.910)
• 8.7 lbs.
■ Large 15' Display for Group Presentations
■ Magnesium Alloy LCD and Bottom Case
■ Shock -mounted, Removable HDD
■ Optional SmartCard Reader for Added Security
■ Infill' Centrino' Mobile Technology
INTEGRATED 0PT10Ns""
• Smartcard Reader
ACCESSORIES
• AC Adapter (3 pin) CF-AA1653AM
• Battery Charger CF-VCSTBIU
• ComFolio Universal Carrying Case
(large capacity. fits al Toughbooks) CF-COMUNIV
• DVD Multi Drive
(DV D -FW AMEND-RCM•/DVD-R W/
CD-R/C3-ROWCD-RW )
• FleldMate Carrying Case
• PeldMate Carrying Casa
with User Harness
• Lithium len Battery Pack
• 2nd Battery Pack
• Memory Cants
- 256MB
- 512MB
- 1GB
• Mobile Data Wireless Display
• Mobile Data Wireless Display
Nath Magnetic Stripe Reader
and Fngraprint Scanner
• Pon Replicator
CF-51ABLE_AKM
CF-FM50
CF-FM5OHR
CF-VZSU29U
CF-VZSU1473U
CF-WMaA40256F
CF-WMBA40512E
CF-WMBA40102415
CF-VDWO7HMS
CF-VDWU7RFHM
CF-VE8511 W
'Decoder sorlwWe a (COWeO for OND move ply. pndJeBCO
"CO aarerng spawns a moused to write CO-P/RW. (traded,
-'Battey performance features such as trends time and As men an
wry according 00 M mrdHbrs under Mich the =muter and battery
are used. Batey ocerttloh and molars, Holes wad vary 01110 on
rimy rectors edueng semen orlehtneas. apdkatie.. taeaaes, cower
management, cattery condooning and other coons preferences.
Batley testing mutt son MobleMOrk 2002.
--integrated Octane may very deps'g of you notebook cdrdgu east
Paan consult You meter cc Panoraic recissentathe babe raacnorO
For more information call 1-800-662-3537 or visit us
on the Web at panasonic.com/toughbook.
Pahsonc B constantly ennencing product apecdcaeons and arcearies. To fed the Met up-to-date
ittorhaeon on the Tuuyhbodc 51. Please vias err arebeea. Spec ara61w subject to change wEhaa notlai.
Trademarks ere popery of baa respective owners. 02004 Malaslyta Eledrle Capaellah dl America
M rights reserved.
ss51 07/04
WWADYY SS
MOM
TECHNOLOGY
Panasonic
INTERPRETER REGISTER TECHNICAL SPECIFICATIONS
Award -Winning Design * Unmatched Compatibility
* Hassle -Free Install & Maintenance
mil 3G Interpreter Register is available whit
*Digital LCD display *Analog classic odometer
Interpreter registers can be preprogrammed at the factory to work with the specific
meter brand they MI be instated on. This sirrpleprocess sets the Interpreter's gear
ratio to precisely match that of the meter it witbe paired with. The registers can also be
programmed/reprogrammed in the field—at anytime—with Master Meter's 3G technician
software. The reprogramming capably glows the Irlterpreter to be reassigned to a
different brand meter praictng the new meter notches ether the 2pole or 4pde magnet
configuration the Interpreter was initially set to.
UfM.RE E)OSDNG METERS: Retrofit virtually any current competitor meter; AMCO,
Hersey, Badger, Neptune, Senses SR 1 and Precision
REVENUE IMPACT ALERT'S:
F Leak Detsedom Proactive leak notification saves costs and bolsters conservation efforts
*Tamper & Theft: Stop theft and be notified of reverse metering attempts, backflow
events, or improper meter installation, Alerts are also provided for magnetic tamper.
*Zero Commotion: Herts utiay to a potential 'stuck meter' or vacated caster service
*DMA IL DMZ Ready: The 3G Real Time Clock inside combed with District Metering
Areas / Zones provides insight over Distnbution System Leaks, a either MOBILE
or FDID NETWORK AMR platforms. DMA and DMZ provide proactive control over
d trbuton system leaks and help isolate where the revenue holes are in your system.
Through synceronized racIngs of meters at the inlet in a zone and the sum of al the
metered points within the zone, a utility can now, more definitively, isolate trouble areas
that result n macceunteddorti ater. Interpreter's RTC (Real Tme Clock) makes this
possible.
CON ECTIONFTEE Snert design features all vial components --encode, RF transmitter,
battery and antero--permeinently seated in a stainless steel and tempered glass
enclosure to ensure years of maintenance free service. No external wires or connections—
the #1 cane for maintenance related issues with competing product designs. Initial MAR
installation and Ilene project costs are graty reduced.
NO FROGMAYN& Install like any standard direct read meter and waif away, no wares,
no drag and no programming. The 3G transmitter activates automatically giving you
dramatic est lake time and cost savings.
4.000 READ DATA LOGGIA& Delivers uncompromising customer service
benefits and detailed records to resolve baing disputes. Data lagging is completely
scalable with utility -defined TBR ITune Between Reads). The utility and thew customers
can determine the desired resolution of their data bgging.
FIXED IJPA" IYIIGUG10rk Tedehobgy iwyesbnents are protected ttrough our fey
nnigratable system design. kigration does not mean irritation. Master Meter's
scalable and modular architecture allows for a 100% coneersion to feted network or
hybrid technology where a combination of these technologies can coexist seamlessly
for superior flexibly and control. Master Meter's system design gives the added
advantage to always have the Mobile as a backup to Feted Network in case of nabral
disaster or other potential outages.
3G Mobile <—> FkaedinxryFaed *Nark
MERPREIER KIT Kt comes complete with register, register housing and brand -
specific bayonet mounting adapter. Interpreter registers can be programmed at time
of order per utility defined criteria (make, model, size, registration), or be programmed/
reprogrammed at arty time by utity personal useg our 3G Technician software. 2
pole and 4 pole magnet Interpreters are Invited to futire reuse with meters respectfully
reciting 2 pole and 4 pole magnet registers.
20.YEAR rNESIMENT PROTECTION: Master Mr's electronics warranty protects
against battery a transmitter Faure for 10 kill years and then a generous 10 year
prorated sdhedlle.
DIAPER RESEW!' OESKii* Tamper resistant plugs are used to secure the register
to the body and provide visual Maroon of tamper attempts. The total absense of
wires, external antennas or batteries, father reduces the temptation for tamper.
Adapter Rigs to ht a variety d competitive meters; AMCO, Hersey, Baden, Neptune, and Seuus SR e, Precision
Master Meter, Inc. Reading the FuturerM
101 Regency Parkway, Mansfield, TX 76063
Toll Free: 800.765.6518 • Main Line: 817.842.8000 • FAX: 817-842.8100
MASTERMETER.cOM
Mastro Meter is neater ales eteed *Omar a &Otaaor d meI *re products under she registered trademarks d AMCO, Badexr. Herne Nepbma and
Senors. 02006 Master Mem, Inc. N tights reserved. MAO. INTERPRETER, and Master Meter are reaiuemd tradenwrb d Mester Meter, ire. Master
Mete reserves the right to male eoddcalons to the products described hien at any tine and without notice u.s. Patent Nos. 7,135,986; 5,819,292;
6,954,17a and others pending.
rinAA
METER
ADDITIONAL SYSTEM COMPONENTS
INCLUDED WITH DMMR PURCHASE:
* Charging and Communication Cradles
* 1 year standard warranty during first year. Optional extended warranties (basic enhanced or gold enhanced available for purchase
* 3G Technician Software
3G MOBILE SYSTEM COMPONENTS (SOLD SEPERATELY):
* MasterLinx Mobile Meter Data Collection System (GPS Receiver and MAPS included
* 3G Technician Software
* Ruggedized lightweight case including al required components for grab -and -go meter data collection ease (integral laptop, CIW.1R, 12V DC power
cable and mag mount antenna)
* Magnetic Moult Antenna
* Charging and Communication Cradles
* Installation and Training
* 1 year Warranty
* Optional Computer Interfaces:
• Panasonic ToughBook Laptop
• JETTce Ruggedized (P-65 rated) Hand held Computer
• Allegro Ruggedized (Enhanced P68 rating) Hand Help Computer
* Optional 3G Endpoints:
• Integral 3G register, ACCULUVCTM 8 -wheel absolute encoder, LCD or Odometer InterpreterTM Universal AMR register, Universal XTRTM
3G WR (wireless Retrofit)
MASTERtINTIMTLE DATA •� �-'=,
COLLECTUIN'SYSTEM ~_
JETTce P65 Rated
Hand Held Computer
Allegro IP -68 Rated
Hand Feld Computer
t
DMMR
Master Meter, Inc. Reading the FutureTM
101 Regency Parkway, Mansfield, TX 76063
Toll Free: 800-765-6518 • Main Line: 817-842-8000 • FAX: 817-842-8100
MASTERMETER.COM
3G Mobile (Drive-by)
J
02008 Mary Metes Inc. Al Kg* rese, wd. ntKOG rid ?abater Mater are regains! trademarks d Master Mitten Inc. Maitv Meir IKY14i the
right & e medications to Oro products deserted herein at any time and without Ochoa U.S. Patent No. 6,319292, Patent No. 6,954,178. Others
3GDM%IR1008
PTA
V
METER
MASTERLINX FEATURES
BILLING SYSTEM INTEGRATION: As with all of our meter reading systems, a cus-
tomizable billing interface is included at no charge to provide system integration with third
party or custom in-house billing software systems. Interfaces are initially created by our
support group using the MasterLmx Data Collection software. Should the need arise to
modify the interface with billing there is a menu option evadable for your It department or
our support staff to make needed changes. We are able to work with most any file format
your current biking system supports.
OPEN DATABASE CONNECTIVITY (ODBC) ARCHITECTURE: ODBC means that
your data belongs to you and ensures interoperability with a wide range of applications
on the market to help you or your consultant make use of. ODBC might be utilized for GIS
integration, rate increase study, or developing an operational efficiency plan. MasterUroc
uses a Microsoft Access database to store meter data including reading and comment his-
tory. Should your utility need the historical data, you can use any ODBC compliant software
application to retrieve and present meter reading data. Applications like Microsoft Excel,
Microsoft Office Professional and Crystal Report Writer.
.. aero
5.11.0..4111
•
•
MOBILE DATA COLLECTION: Our laptop and handheld reading systems display route
meters in user friendly, easy to understand screens with multiple options for view data.
Our laptop system includes a geospatial route display using map dada provided by the US
Census Bureau and can also integrate with Microsoft MapPoint All our vele/dons fully
support the advanced DIALOG 3G features like data logging and Revenue impacts Alerts.
£EIWORK SERVER, StiGLE PC OR WEB BASED INSTALLATION: You can
install the MasterLinx Data Collection System route management application on
a network server making the software available to users throughout the utility
or on a single desktop or laptop computer. There are no limits to the num
ber of mute management users and the software license fee isibasedfx
cost effective deployment The Vehicle and Handheld Reading System
is installed on each meter reading device and a license is purchase for each
device.
HYBRID METER DATA MANAGEMENT (MOM) PLATFORM: As part of
the Master Meter Faced Linx fixed network solution, our moble data collection
systems have bean upgraded to interact with the Master Lin x fixed network web
site. Laptop and Handheld computers can take advantage of wireless networks
to download routes and upload readings from our web site. As you migrate from
walk -by and driveby to fined base or it you plan to run a hybrid system, Master
Meter can provide one MOM solution for all your meter reading data,
ROUTE PROCESSING: Most route management functions take place from
a single screen. These include import data from biding, loaded or unloaded
walk -by or driveby reading devices, printing reports and exporting reading data
back to billing.
. Master Mater, Inc. Reading the Future"'
101 Regency Parkway, Mansfield, TX 76063
Toll Free: 800-765-6518 • Main Line: 817-842-8000 • FAX: 817-842-8100
MasnaMErze.comthe 02008 Master Miter, Inc..
Jetta, s a registered traa femad' Two-Teelnobgies, Inc. Versacrobe e a Trademark d Northrup Grumman,
M dates reserved. ENLOG. INTERPRETER. and Mesta Mor ere registered trademarks eI Master hater. Inc. Master Miler reserves the rept le melee
modneatims to the podrets descrbed herrn at any time and without noose. U.S. Patent Nos. 7,135,996; 6,019,292; 6,954.17a and otters Penang.
MUNTSl00e
MMASTER
Mr. Ric Bowden, CPPB
Contract Specialist
City of Round Rock
221 E. Main St.
Round Rock TX 78664
RE: RFP:09-001
Dear Ric,
101 REGENCY PARKWAY
MANSFIELD, TX 76063
817-842-8000
FAX 817-842-8100
April 8, 2010
Master Meter is very pleased that the city of Round Rock has deemed the AMR trial site initiated
under RFP:09-001 a success. Per our conversation on April 6, 2010, Master Meter is pleased to
extend the pricing terms of the RFP through September 30, 2010. According to the pricing
submitted by Master Meter, the pricing is as follows:
5/8 x 3/4" BLMJ 3G DS USG w/Data Logging $165.00 ea
Integrated 3G registers for upgrade of existing
Master Meter BLMJ Water Meters $130.00 ea
Dialog 3G DS Interpreter Registers for up -
Grading existing Precision PMM meters $135.00 ea
We are extremely proud of the business relationship forged with the city of Round Rock over the
past decade and we look forward to working with you for many years to come. Please do not
hesitate to call me if you have any questions regarding this letter or any other item related to the
RFP. Thank you.
Best regards,
Ric O'Connor, RSM
Master Meter, Inc.
roconnor@mastermeter.com
Page 1 of 2
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY
Agenda Item No. 11C4.
C_ i� ouncil Agenda Summar Sheet
Agenda Caption:
Consider a resolution authorizing the purchase from Master Meter, Inc. of approximately
1,800 water meters pursuant to the terms of an existing agreement with Master Meter,
Inc.
Meeting Date: February 24, 2011
Department: Infrastructure Development and Construction Management
Staff Person making presentation: Michael Thane, P.E.
Director of Infrastructure Management
Item Summary:
The City is in the process of expanding our automatic meter reading (AMR) system to remotely read water meters.
Manual meter reading is a resource intensive and time-consuming task. As the number of water accounts increase,
the City can choose to increase manpower, change reading intervals, or adopt new technology. As the City grows,
the demand on monthly meter reading and accuracy will increase. The benefits of this program will ultimately allow
customers to obtain real-time water usage which will assist in the City's water conservation efforts.
The City has developed an AMR program that is being implemented in phases that is enabling us to expand our AMR
system in the City. The initial pilot phase was completed in November 2009, where 300 meters were successfully
installed. In 2010, the City installed approximately 1,800 additional meters using funds from the Tier 2 water block
revenue. In order to expand upon and enhance the current program more expeditiously, the City has budgeted
additional funds from our self -financed utility. This resolution is for approval to expend $1,400,000 for the purchase
of meters for 2011.
Strategic Plan Relevance:
Goal 27.0 "Ensure there is an adequate, affordable and safe water supply."
Cost: $1,400,000
Source of Funds: Self -Financed Water Construction
Date of Public Hearing (if required): N/A
Recommended Action: Approval