City of Sacramento header
File #: 2018-01714    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 12/5/2018 In control: City Council - 5PM
On agenda: 1/22/2019 Final action:
Title: Supplemental: Software and Hardware Support with Badger Meter
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Supplemental:  Software and Hardware Support with Badger Meter

End

 

FileID

File ID:  2018-01714

 

Location

Location: Citywide

 

Recommendation:

Recommendation

Pass a Motion authorizing the City Manager or City Manager’s designee to execute a Supplemental Agreement with Badger Meter to provide software license, hardware and software support to Beacon Mobile and Gateway Backhaul and Support for a term of five years in an amount not-to-exceed $710,190, bringing the agreement’s not-to-exceed amount to $1,530,822.

 

Contact: Sheri Adams, Program Specialist, (916) 808-1470, Information Technology Department; Stacy Larkin, Program Analyst, (916) 808-6356; William Busath, Director, (916) 808-1434, Department of Utilities

 

Body

Presenter: None

 

Attachments:

1-Description/Analysis

2-Supplemental Contract

 

 

 

Description/Analysis

 

Issue Detail: In 2009, the City Council approved several related agreements to implement the Water Meter Reading Automation (WMRA) Project and begin installing Automated Meter Infrastructure (AMI) on the City’s water meters.  In 2013, City Council approved a Software License agreement (City Agreement No. 2013-1151) with Badger Meter for the operation and ongoing support of the Badger Meter AMI system. In 2018 another 5-year contract 2018-0716 was approved; however, it was missing the Badger Mobile Software licensing fees and the Gateway Backhaul fees.

 

City staff is recommending the approval of a supplemental agreement to include those fees that were left off the current agreement with Badger Meter for the operation and ongoing support of the Badger Meter AMI system.

 

Policy Considerations: The recommendations in this report are in accordance with City Code Section 3.64, which requires City Council approval for contracts of $100,000 or more.

 

Economic Impacts:  None

 

Environmental Considerations: The Community Development Department, Environmental Services Manager has determined that the proposed activity is not a project pursuant to the California Environmental Quality Act (CEQA). CEQA Guidelines Section 15378(b). The activity is a continuing administrative or maintenance activity, such as the purchase of supplies, and is not subject to CEQA. CEQA Guidelines Section 15060(c)(3).

 

Sustainability: The on-going monitoring and implementation of the WMRA Project together with the installation of water meters promotes sustainability by allowing the City to collect meter reads accurately and charge customers based on water consumption, thereby providing an incentive for City customers to use water more efficiently and enabling the City to enforce water conservation programs.  In addition, the AMI technology provides a better means of monitoring water usage and reducing leakage, both for the City and its customers.

 

Commission/Committee Action: Not Applicable

 

Rationale for Recommendation: The infrastructure and software are in place to effectively monitor the AMI system. To replace the system at this point with another brand would be costly.  Approving this supplemental agreement will keep the WMRA project on track without undue expense.  The City is currently very satisfied with the performance of Badger under its current contract and would like to continue the working relationship. 

 

Financial Considerations: Sufficient funding is available in the DOU Fiscal Year (FY) 2018/19 Operating budget to cover the increased cost for first year of the agreement.

 

Funding for succeeding fiscal years shall be subject to funding availability.

 

Local Business Enterprise (LBE): Badger Meter is not an LBE.  The minimum LBE participation requirement is waived as the City has suspended competitive bidding and utilized and alternate procurement method to select a vendor.