Loading...
Water Meter Change Out Project Vendor SelectionRESOLUTION NO. 461-09 AWARDING A CONTRACT TO NORTHERN WATER WORKS SUPPLY FOR THE WATER METER CHANGE OUT PROJECT FOR THE CITY OF DUBUQUE, IOWA Whereas, sealed proposals were received on the 6t" of November, 2009 for the Water Meter Change Out Project (the Project); and Whereas, the City Council has determined that it is in the best interests of the City of Dubuque to award the contract for the Project to Northern Water Works Supply, with a bid amount of $5,493,293, contingent upon all contract, insurance, and bonding issues being resolved and contracts are signed by December 10, 2009 and that the said documents be approved by the Iowa Department of Natural Resources and the Iowa Finance Authority by February 17, 2010, as required by the. American Recovery and Reinvestment Act (ARRA). . NOW THEREFORE, BE IT RESOLVED, BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That a Contract for the Project is hereby awarded to Northern Water Works Supply, contingent upon all contract, insurance schedules, and bonding issues being resolved and contracts be signed by December 10, ,2009 and submitted for approval by the Iowa Department of Natural Resources and the Iowa Finance Authority by February 17, 2010, as required by the American Recovery and Reinvestment Act (ARRA). Section 2. The City Manager is hereby directed to execute a Contract on behalf of the City of Dubuque for the Project which Contract shall include a provision that the Contractor acknowledges and agrees that the Contract is contingent upon review and approval from the Iowa Department of Natural Resources and the Iowa Finance Authority by February 17, 2010, and that in the event that such approval. is not received, then the Contract shall be null and void. Passed, approved and adopted this 7th day of December , 2009. A ~4p Roy D. J~''uol, Mayor Attest: ~~ eanne F. Schneider, CMC, r/ity ~fierk THE CITY ©F Dubuque DT T~ ~ All•AmericaCiiy ~J 1 Masterpiece on the Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Water Meter Change Out Project Vendor Selection CIP Numbers 7102052 and 7402052 Budget Funds $8,875,000 DATE: December 2, 2009 The City of Dubuque issued a Request for Proposal (RFP) for a firm to complete the City's change out of all water meters over the next 24 months. Seven proposals were received, and after review, Elster AMCO, Northern Water Works Supply and Sensus were selected for interviews. Water Department Manager Bob Green and Finance Director Ken TeKippe recommend City Council approval to award the contract to Northern Water Works Supply in the estimated amount of $5,493,293, subject to all contract, insurance and bonding issues being resolved with the City and approved by the Iowa Department of Natural Resources and the Iowa Finance Authority. The installation plan presented by Northern Water Works Supply provides for complete installation by the summer of 2011. Major factors that contributed to the selection of Northern Water Works Supply utilizing Neptune meters and their AMR technology include: • Cost; • Presence in Iowa and the mid-west; • Quality proposal; • Interview team and presentation; • Experience; • References; • Plan to utilize local plumbers and laborers; • Number of collectors/repeaters required; and • Ongoing maintenance expense. It is anticipated that there will be a $199,291 savings from the original cost projections. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Bob Green, Water Department Manager Ken TeKippe, Finance Director THE CTTY OF Dubuque ~'~ `~~ ~ All-AmericaCilY ~J 1 ~ MGiS$eY~7leCe OYt the M1SStSSl~"J~J1 2007 TO: Michael C. Van Milligen, City Manager FROM: -Bob Green, Water Department Manager ~~~~/~~~ Ken TeKippe, Finance Director ~~ C SUBJECT: Water Meter Change Out Project Vendor Selection CIP Numbers 7102052 and 7402052 Budget Funds $8,875,000 DATE: December 1, 2009 BACKGROUND The purpose of this memo is to provide information and a recommendation relative to the selection of a firm to complete. the City's change out of all water meters over the next 24 months. A Request for Proposal (RFP) for the project was approved by the City Council at its October 5, 2009 City Council Meeting. The RFP was distributed to a large list of meter, AMR, and utility companies and local plumbing contractors (detailed in Attachment E of the RFP) on October 6, 2009 and posted on the City of Dubuque website. Apre-proposal meeting was held on October 27, 2009. An addendum to the RFP was posted on the City of Dubuque website bn October 30, 2009. DISCUSSION Proposals were received from the following seven firms: Pro oser AMR Meters Installer Local Vendor Cost Datamatic Datamatic Elster Datamatic not specified $5,469,302 AMCO Dakota Supply Itron Badger Vanguard not specified $7,597,211 Grc Elster AMCO Itron Elster Professional not specified $5,896,557" AMCO Meters, Inc. Mountain States Aclara RF Elster Mountain not specified $6,042,686 Pipe & Supply Systems AMCO States Pipe & Su I Northern Water Neptune Neptune Northern Modern Piping & $5,493,293* Works Supply Water Works Jaeger Plumbing Su I Sensus Sensus Sensus SL-Serco not s ecified $6,120,586* UECO/Mueller Hersey Hersey Portzen Pattzen $7,460,373 Construction Construction *Reflects adjusted cost after interview City staff reviewed the proposals in conjunction with our consultants from HDR Engineering and decided to interview three firms: Elster AMCO, Northern Water Works Supply and Sensus. The interviews were each 3-4 hours. The following employees and HDR Consultants were present for all the interviews: Bob Green Water Department Manager Ken TeKippe Finance Director Jesse Bernhardt Water Department G1S Specialist Nikki Breitsprecker GIS Coordinator/Analyst Mike Brekke Water Distribution Supervisor Rose Hoerner Utility Billing Supervisor Chris Kennedy Water Meter Repair Worker Tami Lansing Accountant Ken Metcalf Water Meter Repair Worker Jean Nachtman Assistant Finance Director Joe Pregler Lead Application/Network Analyst Jackie Vanek Water Planf Manager Patrick Brown HDR Tom Jakubowski Consultant assisting HDR A cost comparison chart of the three firms interviewed follows: Prime Sensus Elster AMCO Northern Water Raleigh, NC Ocala, FL Works Supply Blaine, MN Meter and Re ister Cost $ 1,796,474 $ 1,323,187 $ 1,862,541 Meter Interface Unit $ 2,012,850 $ 2,707,174 $ 1,814,249 MIU Cost Total Installation Cost $ 1,620,907 $ 1,461,385 $ 1,489,539 Automated Meter $ 262,500 $ 404,811 $ 326,965 Reading (AMR) Infrastructure Cost Performance Bond $ ' 427,854 -Built into Pro'ect Costs Built into Pro'ect Costs Pro'ect De to ment Cost $ 6,120,586 $ 5,896,557 $ 5,493,293 Major factors that contributed to the selection of Northern Water Works Supply (NWWS) utilizing Neptune meters and their AMR technology include: ^ Cost ^ Presence in Iowa and the mid-west ^ Quality proposal ^ Interview team and presentation ^ Experience ^ References ^ Plan to utilize local plumbers and laborers ^ Number of collectors/repeaters required ^ Ongoing maintenance expense Additional information relative to the Neptune products: 1. Life expectancy of the meters Life expectancy of water meters is a variable factor which is based on water quality and consumption. The Neptune water meter has a history of long life when installed in high water quality locations. Neptune has performed very well in treated water locations like Moline, IL; Iowa-American (Davenport, Clinton); Illinois-American (Peoria, Sterling); and many other locations that use treated or treated well water. In treated water applications, 20 plus years is very common. The other component of long life is the consumption-that is recorded on the meter. The meter being a positive displacement product does have certain wear based on the nutations of the chamber. The meters are guaranteed accurate for new meter accuracy for five years from date of shipment and repaired meter accuracy for an additional ten years. This is stated in the warranty which is attached. 2. Cost to replace a battery The material cost to replace the battery does not take effect until after the 10th year of the warranty. The following table shows the cost. Year Batte Re lacement Cost 1-10 labor 11 $8.45 + labor 12 $9.86 + labor 13 $11.27 + labor 14 $12.68 + labor 15 $14.09 + labor 16 $15.50 + labor 17 $16.91 + labor 18 $18.32 + labor 19 $19.73 + labor 20 $21.14 + labor 3. Expected life of battery with normal amounts of reads The warranty of the battery is 20 years (10 years full warranty/10 years prorated warranty). Because the MIU is being installed on the outside of the home, the City, will have access to the field replaceable.batterytyithout having to make an appointment with the customer. The ARB_N_SIGHT software monitors battery life of the field units giving a warning for low battery status. At that time, there will still be ample#ime to replace batteries when necessary. 4. Expected life of battery with increased amounts of reads Because the E-Coder register tracks the intermittent leaks, continuous leaks, no flow, and reverse flow in the register there is no change in the MIU warranty. It still carries a 20 warranty. The MIU can be set up to collect hourly reads on all of the meters in Dubuque with no degradation to the expected battery life. 5. Read and transmission interval of meters Meters can be read once per hour with one transmission of the 24 hourly reads per day. The system is also capable of sending an alarm based on conditions such as reverse flow, tampering, or a leak detected at any time. 6. Usage/trending software provided Highlights of the software features provided with the proposed system: • Usage profiles (hourly, daily, monthly) • Set conditions for the system to initiate an alarm such as a leak and have the system send a text or email to appropriate staff • 24 standard reports can be created • Status of collector and meter transmitter communication • View map of city/system • Send email of usage graphs to a customer to address billing issues • Hardware information including meter serial numbers, and installation photos • Customer account information Northern Water Works Supply (NWWS) plans to utilize the local plumbing firm, Modern Piping, to change all meters 3" and larger and use Modern Piping and/or Jaeger Plumbing for all plumbing repairs and modifications required for the project. In addition, the firm plans to hire local laborers and foremen to complete the installations. A letter from General Manager, Ron Vasko relative to the use of local plumbing firms is enclosed. Northern Water Works Supply (NWWS) will comply with the Made in America provisions and Davis Bacon prevailing wage rules as required by the American Recovery and Reinvestment Act (ARRA). The $8,875,000 project budget includes a $7,875,000 State Revolving Fund (SRF) loan and a $1,000,000 American Recovery and Reinvestment Act (ARRA) forgivable loan. Funding will be from a $7,675;709 State Revolving Fund (SRF) loan and a $1,000;000 American Recovery and Reinvestment Act (ARRA) forgivable loan, representing a $199,291 saving from original budget. The project budget includes: Budget $8,875,000 NWWS Project Costs $5,493,293 300 additional installed meters with UFR devices 90,000 New meter inventory - 200 uninstalled with UFR device 47,000 Four hand held meter reading devices 10,000 Unmeasured Flow-Reducer (UFR) 1,500,000 (provided by A.Y. McDonald) HDR Consulting Fees 350,000 1 % Loan origination fee 76,757 Legal fees 10,000 Contingency* - 20% of NWWS project costs 1,098,659 Total Project Cost 8,675,7.09 Estimated savings from budgeted $ 199,291 *Due to the unknown condition throughout the water system, a project contingency will be utilized as needed for proper installation to the City water system including, but not limited to modifications, replacements and plumbing repairs on large and residential meters. A separate Water Department CIP of $10,000 per year has been established to provide residents financial assistance to fix leaks/plumbing devices. RECOMMENDED ACTION The recommended action at the December 7, 2009 City Council meeting is to award the contract to Northern Water Works Supply (NWWS) in the estimated amount of $5,493,293 subject to. all contract, insurance and bonding issues being resolved with the City and approved by the Iowa Department of.Natural Resources and the Iowa Finance Authority. The installation plan presented by Northern Water Works Supply (NWWS) provides for complete installation by the summer of 2011. A copy of the Northern Water Works Supply (NWWS) proposal is enclosed. ' Please feel free to contact us if you have any questions on the process or recommendation. Thank you. KJT/jg Enclosures: Water Meter Change Out Request for Proposal (RFP) Addendum to RFP Northern Water Works Supply proposal, including cost Northern Water Works Supply letter relative to use of local plumbers Resolution Meter Warranty ~,' Novembez 18, 2009 City of Dubuque Attn: Kez~-Tekippe 50 West 13th Street. Dubuque, Iowa 52001 Ken: Northern Water Works Supply has partnered with two local plumbers to assist in the proposed meter project. The plumbers that will be included as part of our installation team are as follows: Modern Piping Inc. 10767 Diesel Drive #8 Dubuque, IA 52001 Jaeger Plumbing & Pump 17500 S John Deere Road Dubuque, IA 52001 The scope of their involvement will include the installation of all meters 3" and larger and water service modifications and repairs. It is anticipated that Modern Piping will handle the large meter installations. Jaeger Plumbing & Pump and/or Modern Piping will handle modifications and repairs. The scope of work required for modifications and repairs can not be fully identified until site visits occur. A "normal" meter installation to be handled by Northern Water Works Supply installation crews will include a meter change-out, UFR installation and potential second meter connection replacement. Anything that would occur outside of a normal installation will be handled by Jaeger Plumbing and/or Modem Piping. This would include, but is not limited to, customization of plumbing, changes to meter lay lengths and plumbing leaks outside of a normal installation. Sincerely, Ron Vasko General Manager Northern Water Works Supply 191? ia~si;tvrxwc No:tlt 1~1 Ai~cxi n~;d 1~ 91~~ AYElW Ali; X314• Avasyz $cyutk Farm, NY7 58102 Bianarel:, ND 38501 Blame, hdN SS9+39 SarteIl, Mld 55377 '~11-~3j511 961-~2~1453 7~.3~52p] 3~1.224~]1~5 FAg:7012325129 FP~:701258-1452 FAX.7~33-350-179: FA%:324?99-0]28 THE`CITY QF ,, I~v~B E _ }. 1Vlasterpiece on t1Te Mississippi Your firm is invited to submit a proposal to provide an automated meter reading system (AMR) in accordance with the enclosed specifications. The submittal, consisting of the original proposal, electronically submitted copy, and one (1) printed copy marked, "Water Meter Replacement Program", will be received no later than 5:00 p.m. (CST), Friday, November 6, 2009, by: IN PERSON OR SPECIAL COURIER U.S. POSTAL SERVICE City of Dubuque City of Dubuque City Clerk City Clerk City Hall OR City Hall 50 West 13~h Street 50 West 13~h Street Dubuque, IA 52001 Dubuque, IA 52001 This RFP and any addenda are available on the City of Dubuque website at: www.citvofdubuaue.ora . To receive technical assistance obtaining a co of the RFP, or a rinted co of this document lease call the Cit Finance Office 563-589-4398 . Time is of the essence and any proposal received after 5:00 p.m. (CST), Friday, November 6, 2009, whether by mail or otherwise, will be returned unopened. The time of receipt shall be determined by the time clock stamp in the City Clerk Office and qualifications proposals shall be placed in separate, sealed opaque envelopes, each marked in the lower left hand corner with RFP title, and labeled for either cost or qualifications proposals. Proposers are responsible for insuring that their proposal is stamped by the City Clerk by the deadline indicated. A pre-proposal conference will be held on October 27, 2009 at 10:00 am at the Five Flags Center, 405 Main Street, Dubuque. Proposers are strongly encouraged to attend the pre-proposal conference. Following the conference, attendees will be taken to a few typical meter sites for inspection. ONLY two 12) representatives will be allowed to be present for the meeting. Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition. On the contrary, all responsible firms are encouraged to submit proposals. The City of Dubuque reserves the right to accept or reject any or all proposals submitted. Technical questions concerning this Request for Proposal should be submitted in writing to Bob Green and Ken TeKippe. Very truly yours, Robert Green Ken TeKippe Water Department Manager Finance Director 563-589-4291 563-589-4133 REQUEST FOR PROPOSAL WATER METER REPLACEMENT PROGRAM CITY OF DUBUQUE, IOWA CITY OF DUBUQUE, IOWA WATER METER EFFICIENCY REPLACEMENT PROGRAM REQUEST FOR PROPOSAL October 6, 2009 CONTENTS Purpose .....................................:............................................................ Background ............................................................................................. Scope of Services ................................................................................... Schedule ................................................................................................, City Responsibilities ................................................................................ General Contract Terms and Conditions ................................................. Proposal Submission Requirements ....................................................... Proposal Response Format ..................................................................... Proposal Evaluation and Selectiori Prod .....................................:...... Attachment A Insurance Specifications ..................:................................ Attachment B Proposal Signature Sheet ................................................. Attachment C Component Pricing ........................................................... Attachment D Failure Rates and Replacement Costs ............................. Attachment E Utility Contractors ............................................................. Attachment F Potential Fixed Radio Data Collector Location Information Attachment G SRF and ARRA Requirements ......................................... Attachment HDavis-Bacon Prevailing Wage Rates ...: ............................ Attachment I Meter and UFR Standard Specifications ............................. Attachment J Performance, Payment and Maintenance Bond ................. Attachment K Sales Tax Information ....................................................... Attachment L Maps ...............................:................................................. I. PURPOSE: ....................................2 ....................................4 ....................................7 .................................. 36 ..................................37 ..................................37 ..................................38 ..................................39 ..................................42 ..................................44 .................................. 55 ..................................56 ..................................63 .................................. 66 ..................................69 ..................................92 .................................. 99 ...........................:....104 ................................111 ................................114 ................................115 The City of Dubuque (City) is seeking a single automated meter reading (AMR) System Vendor (Proposer) to design and supply a fully functional fixed network system for the Water Meter Efficiency Replacement Program, herein referred to as "Project", The City's intent is to find the best designed and operating fixed network AMR system which will utilize the latest technology to provide astate-of--the-art environment that will serve the City's present needs as well as provide a foundation for the future that allows easy expansion, upgrade, integration, and maintenance. The City currently employs a variety of meter reading technologies (i.e., direct read, tq,~tch read) for its water utility service meters. The City has elected to pursue a turnkey solution to, procure and implement the Project. The selected Proposer will enter into contract with the City to provide the meters, the AMR system and installation. The selected Proposer will be required to provide the City with the support services specified in the proposal documents and any additional services which may be negotiated as a result of this procurement. The project term is approximately eighteen (18) months. The successful Proposer will be required to be bonded for the duration of the project. The City will be receiving partial funding for the Project as part of the American Recovery and Reinvestment Act (ARRA). The requirements include, but are not limited to: 1. "Buy American" provision: ARRA Legislation Section 1805 states: City of Dubuque Water Meter Replacement Program Page 2 of 116 Request for Proposal "None of the funds appropriated or otherwise made available by this Act may be used for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel and manufactured goods used in the project are produced in the United States." Each Proposer shall submit to the following certification that products included in their proposal meet the "Buy American" provisions of the ARRA. Proposer shall submit Attachment G-6: Buy American Certification with proposal. The Proposer acknowledges to and for the benefit of the City of Dubuque that it understands the goods and services proposed are being funded with monies made available by the Federal Recovery and Reinvestment Act of 2009 (ARRA) and such law contains provisions commonly known as "Buy American"; that requires all of the iron, steel, and manufactured goods used in the project be produced in the United States ("Buy American Requirements") including iron, steel, and manufactured goods provided by the Proposer. The Proposer hereby represents and warrants to and for the benefit of the City that: a. The Proposer has reviewed and understands the Buy American Requirements b. All of the iron, steel, and manufactured goods used in the project will be and/or have been produced in the United States in a manner than complies with the Buy American Requirements, unless a waiver of the requirements is approved. c. The Proposer will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the Buy American Requirements, as may be requested by the City or the State. Notwithstanding any other provision of the final Contract agreement, any failure to comply with this paragraph by the Proposer shall permit the City or State to recover as damages against the Proposer any loss, expense or cost (including with out limitation 'attorney's fees) included by the City or State resulting from any such failure (including without limitation any impairment or loss of funding; whether in whole or in part, from the State or any damages owed to the State by the City). 2. This project is being assisted by the United States of America and is subject to Davis- Bacon prevailing wage rates: See Attachment H for wage rate categories. The City has retained HDR to assist in the procurement of AMR system equipment and installation services and support the deployment planning and implementation. The City will assign a Project Manager (PM) who will be the single source of contact on the Project and responsible for coordinating the resources needed to complete the Project as designed. The AMR system, which is the subject of this Request for Proposal (RFP), is understood to consist of: 1. Residential, commercial, industrial, and water usage credit meters with AMR compatible encoder registers capable of output that can be captured by transmitter units; 2. Meter interface units (MIU)s capable of receiving the information.from the meter registers, and transmitting this and other relevant information to a reading device; 3. A fixed radio AMR system with fixed location data colledtion units capable of capturing the signals from the MIUs; 4. The communication or data transfer system capable of transferring the data from the data collection units to a meter reading system control computer located at City offices; City of Dubuque Water Meter Replacement Program Page 3 of 116 Request for Proposal 5. A meter reading system control computer into which the data from the MIUs and other information necessary to operate and maintain the AMR system -may be input and stored; 6. The software necessary to operate the system and communicate meter reading data to the City's customer information system; 7. Technical and installation support to the City during system deployment; 8. Documentation adequately describing the operation and maintenance of the AMR and meterirg system and its components, for use by City employees or agents; 9. Training sufficient to enable City personnel to operate and maintain the system; 10. Technical support for the system over its expected life of 20 years, including on-site and telephone support for City personnel, patches and upgrades to the system software and firmware to ensure that the system continues to perform to design criteria, and an ongoing service contract to maintain reading system equipment. 11. In addition to the AMR system, the vendor will be responsible for installation of Un- measured Flow Reducers (UFR)s on 5/8-IN and 3/-IN water meters. The City has secured pricing for the UFRs through an agreement with the supplier (A.Y. McDonald Company). II. BACKGROUND The City of Dubuque is located on the Mississippi River where Iowa, Illinois, and Wisconsin meet. Dubuque features abundant natural beauty, including beautiful limestone bluffs, along with magnificent historical architecture and turn-of-the-century homes. The City is approximately 31 square miles in area, with a population of approximately 60,000. The City's annual budget is over $168 million and the City provides a full range of services. The community has a stable and diversified manufacturing base and a growing service sector. Dubuque is the major retail, medical, educational and employment center for the Tri-State area. Tourism continues to be a major economic force in the community. City government continues to work in collaboration with the private sector to promote economic development. In this document the term "City" will be used interchangeably with "City of Dubuque." Both reference the same. As part of the Water Meter Efficiency Replacement Project, the City of Dubuque will be replacing existing water meters-with an automated meter reading (AMR) system consisting of new water meters and a fixed radio reading system. The new system will greatly increase metering accuracy and efficiency and eliminate the current system inefficiency's for billing and the need for field service calls such as to verify meter readings for turn-ons/turn-offs and leak verification. The project will also include the installation of Un-measured Flow Reducers (UFR)s supplied to the selected proposer by the A.Y. McDonald Company for 5/8- IN and 3/-IN meters. The City has secured pricing for the UFRs. A. Meter population. The meter population as of August 2009 consisted of approximately 23,365 meters, ranging from 5/8-IN to 8-IN in size, as described in Attachment C. About 99% of the meters are located inside buildings. A map of meter locations is provided as Attachment L. Electronic mapping (GIS) data is available from the City. B. Current meter reading system. City of Dubuque Water Meter Replacement Program Page 4 of 116 Request for Proposal The current meter reading system is a remote touch-read based system. The City contracts with Black Hills Energy to read the meters monthly. The City is currently responsible for customer service meter readings. C. Current CIS. The City of Dubuque currently utilizes software from Sungard Public Sector Pentamaion for Financial, Budgeting, Human Resources, Miscellaneous Billing and Utility Billing. The specific products modules used are: eFinancePlus ver. 4.0 soon to upgrade to 4.3 CommunityPlus ver. 8 soon to upgrade to version eCommunity Plus 8.3. Specific products installed include: VER INFORMIX ONLINE ENGINE ' BUNDLE F CO~OS~P~ 7.1 NOS IMPROMPTU COMMPLUS-CO G 8:~j- ^^ r COIUIMPLUS`gC~ ~'~~1~~~~~E'GEI~ FIN~G ri~~ 4.0 COMMPLUS-SHARED LIBARY 8.0~ BILLING COMIVIf'LUS~~t1~5'~EL LAO~f~S 4.0 ~ ~ COMMPLUS-MENU MANAGER 0~ C~NIMPL~"1S~P~E?~~~SI~G 8.0 BUSINESS LIBRARY PKG 8.0 UTILITY BILLING FI~l1~~$ ~b 9~RO~SSII~'G _E 4.0 FINPLUS-APPLICANT TRACK FINPLI~yF~ 1~ICAf~1T~s,TRi4CK ~~ ~ ~''i 4.0 FINPLUS-BUDGET PREP 3 y_ FINPLUS BUmD,G~~P~REP~~~ 7.1 FINPLUS-COG IMPROMPTU USE 6~0~ FINPLUS-FUND ACCO ~ 71NG -~~~:, ~~ 4.3 FINPLUS-FUND ACCOUNTING FINPLUS,~,~IXED`ASSETS ._ 4.3 FINPLUS-FIXED ASSETS ~.0 . FINPL''U$~SLIB~~i,Yi ~ ~ _. 4.3 FINPLUS LIBRARY 0~- 4A '~I V FINP~ `~MENI~[IIfl~~PIG~F .iu~SC[r.~.2avk.~~ 44w.L1J~,~wuk1_ 4.3 FINPLUS-MENU M A NAGER ~~ ';~_ °° °°~~ ~INPLUS`~VIIS~C~~6~N~EC~~j ,,L 7_ 4.0 FINPLUS-HUMAN RESOURCES r~~3~~~ : , ~ ~UM~A~R~~~R~~E~ ~;-~ . 4.0 . FINPLUS-PERSONNEL BUDGET ~'p3 ~~ `~FINPL~~ ET~SONNEL B~1 7: '' e~_' 4.0 FINPLUS-POSITION CONTROL ~4 3 ~~INRLUS~~,OS,IICONTRrJ'L-m~~-T 4.0 FINPLUS-HR-PERSONNEL r°~° FINPL i S PE =~~ ~~,~ ~~Q NEL _ 4.0 FINPLUS-PURCHASING 3~.~~~ :r'+ INPLUS-Pi1~C~A~SINGa~, ~~~~'~E ~ ,- ,. ~~ 4.0 FINPLUS-IA STATE REPORTS c3.1 E?~'~~N~ ~AT~~I~bf~'TS_- u ~ r,. ~ ,~ ~~~T ,V T ~ i 4.0 FINPLUS-SECURITY MODULE. r 3"' ~'FlNPf~~7S~SEeURIT}Y~ ODUCE , ~s ~ '~ ~ FINPLUS - W2'S City of Dubuque Water Meter Replacement Program Page 5 of 116 Request for Proposal Customers are divided into 20 billing cycles. Readings are currently contracted with Black Hills Energy. Data resides in an Informix database on an IBM P630 server running the AIX operating system. Users gain access to the legacy database utilizing a SSH connection and a Genero client. Meter readings are currently obtained from Black Hills Energy via flat file. Data is loaded to the server via ftp and then a Pentamation application imports the reading data. Meters to be read data is exported to a file for Black Hills Energy via a Pentamation application and then ftp'ed to a PC. It is then e-mailed to Black Hills. D. Current geographic information system (GIS). The City has developed and is currently expanding a GIS system to manage multiple data sets. Information about new water meter installations will be integrated into the GIS system. The City Currently uses ESRI Software, ArcMap, Arclnfo and ArcView version 9.3.1. The City is in the process of transitioning all GIS data to ArcSDE, which will house the data using MS SQL. E. Overview of City's Computing Environment. The City currently maintains a 4 year replacement cycle on all personal computers and a 3 year replacement cycle on all servers. Dell is currently the City's preferred desktop and laptop provider for personal computers and has beeri such since 2008. A CX3-40 EMC storage area network and aCX3-20C are deployed with one located at City Hall Annex utilized primarily for "City" Users needs and one located at the Dubuque Law Enforcement Center serving public safety needs.. ATA, Fiber Channel and SATA drive types are utilized within RAID groups. The CX3-40 is a 5TB SAN and for all practical purposes is currently at capacity. The CX3-20 is a 6TB SAN at 13% capacity but is expected to fill with the move of GIS resources to it within the next 3 - 5 months. There are no desktop printers utilized in the City, 62 multifunction printer-copier- scanner-fax machines are located throughout the City in all departments. All users initially login to the City's local network with a secure login and password utilizing a Novell login. Connectivity to the desktop is minimally at a speed of 100M full duplex with some users at 1000M full duplex. The City hosts its own a-mail system utilizing Novell Groupwise. All inbound a-mail is filtered via Google's Postini. Blackberry Enterprise Server is utilized for a-mail integration with Blackberry smartphones. Novell servers are primarily used for a-mail, file and print sharing and application deployment. Windows servers are utilized for most other application and data functionality. An IBM P630 server hosts the City's legacy systems utilizing AIX for an Operating System. A Gigabit network backbone exists between almost all City facilities. Cisco and Foundry network switches are utilized throughout the City to achieve connectivity: A 10M Ethernet over copper connection provides Internet connectivity to the City's ISP. City of Dubuque Water Meter Replacement Program Page 6 of 116 Request for Proposal Sophos is used for virus detection and removal with SurfControl used for web filtering. The City has recently added a secure ftp site hosted by Sharefile. The Proposer is responsible for verification of all system resources and operating system, database and communications software if they will be specifying a system that is dependent on a specific feature of the City's current computing environment. Proposer is responsible for appropriate sizing of all storage and server resources. Proposer is responsible for verification of all telecommunications resources intended to be used in the back haul of data to the data warehouse. Proposer is responsible for outlining quantity (if any) private or public class IP addresses that will be used for all devices and recommended VLAN configuration if appropriate. lll. SCOPE OF SERVICES: As described in Section I, requirements will include the installation of a comprehensive AMR system and related appurtenances, including, but not limited to, new meters, meter interface units (MIU)s, and'controllers. A. Water Meters The City of Dubuque is in the process of implementing a meter replacement strategy for their residential, commercial, industrial and water usage credit water meters (5/8- IN to 8-IN). The types of meters include residential displacement, turbine, turbine fire meters with metered by-pass, and compound meters. See Attachment C for a summary of the size and estimated number of meters to be supplied and installed as apart of the Contract. Meters shall be removed and replaced with meters of the same flow characteristics (like-for-like replacement). A key element of the replacement strategy includes meter compatibility with the selected AMR system. The City's current general meter specifications are presented in Attachment I, with additional specifications pertinent to this project detailed below. 1. System Compatibility a. All meters shall have a unique serial number stamped or embossed on the main case. The first two digits of the number shall indicate the year of manufacture. b. All meters shall be_warranted to meet or exceed AWWA standards as specified for capacity and accuracy for new meters for five years from the date of installation. 2. Meter Materials-All meters and strainers must conform to NSF 61 standard. 3. Encoder-Type Remote Registration System a. To be considered acceptable for use in the City's water system, encoder- type remote registration devices shall be manufactured in strict accordance with American Water Works Association (AWWA) specification C 707-92 or latest revision for "Encoder-Type Remote Registration Systems for Cold-Water Meters". All encoder-type remote City of Dubuque Water Meter Replacement Program Page 7 of 116 Request for Proposal registration devices shall meet or exceed the requirements of AWWA C 707 as well as the supplemental specifications contained herein. b. General (i.) Each Proposer shall submit an affidavit of compliance that all systems'or components to be furnished are in compliance with AWWA C 707 standards, including the latest revision, as well as the supplemental specifications contained herein. The register shall be warranted to be free of defects for a period of five years from the date of installation. Any register that fails during the warranty period shall be replaced, at the Successful Proposer's expense, not including field labor to change the register, with a new register. The Successful Proposer shall specify the specifications of the encoder, and must agree that as long as any third party meets these specifications it will not affect the manufacturer's warranty. ` (iii.) Connection cable shall be supplied by the Successful Proposer on self-feeding spools. Cable shall be supplied in sufficient quantity to allow for a total footage for residential, commercial, and industrial meter purchased. (iv.) The encoder-type remote registration system shall supply a digital system and shall encode a minimum of the six most significant meter registration digits. (v.) The outside remote reading/transmitter device shall be made of suitable plastic for outdoor use. c. Design (i.) The meter register assembly shall have a minimum of six wheels, which registers in gallons. (ii.) The register shall be interchangeable with other registers of the same manufacturer based on size and type. (iii.) The meter register assembly shall be factory set, tamper resistant, and hermetically sealed. (iv.) The register shall be secured to the meter case with stamper-proof seal pin or tamper-proof screw. (v.) Registers shall be straight reading, equipped with a test (leak indicator) sweephand. (vi.) The register shall be designed in a manner that prevents the formation of condensation within the register. City of Dubuque Water Meter Replacement Program Page 8 of 116 Request for Proposal (vii.) Spool pieces, if required, shall be ductile iron pipe meeting requirements of AWWA C151. Thickness classes shall meet minimum requirements of AWWA C150. All pipe shall have a cement mortar lining on the interior and an asphaltic coating on the exterior. Minimum thickness shall be Class 52 for 12-inch and smaller. Flanged joints shall meet requirements of ANSI 816.1. 4. Turbine Meters (3-inch through 8-inch) a. To be considered acceptable for use in the City's water system, turbine meters shall be manufactured in strict accordance with the American Water Works Association (AWWA) Specification C 701-97, or latest revision for "Cold-Water Meters -Turbine-Type, For Customer Service". In addition, all meters shall meet or exceed the supplemental specifications contained herein. b. General (i.) The Successful Proposer shall submit an affidavit of compliance that the turbine meters to be furnished are Class II and in compliance with AWWA C 701-97, or latest revision, as well as the supplemental specifications contained herein. (ii.) The Successful Proposer shall submit a certificate showing that each turbine meter has been tested for accuracy and that each meter's accuracy is within the parameters set forth in AWWA C 701. Such certificate shall be attached to each meter. (iii.) Turbine meters shall be supplied exclusive of companion flanges, nuts, bolts or gaskets. (iv.) Turbine meters shall be shipped individually in wooden crates, with strainers attached, and strapped to skids. All freight charges are the responsibility of the Successful Proposer. c. Materials (i.) Main casings, including flanges and main case cover, shall be made of copper alloy as specified in AWWA C 701. (ii.) All external fasteners shall be made of stainless steel as specified in AWWA C 701, s. 4.1.8. d. Design (i.) Operating Range Meter Size Normal Operating Range 100% Accurac +/- 1.5% 3-inch 5 m to 450 m 4-inch 10 m to 1200 m 6-inch 20 m to 2500 m 8-inch 35 m to 4000 m City of Dubuque Water Meter Replacement Program Page 9 of 116 Request for Proposal (ii.) The maximum overall length, not including strainer, of turbine meters from flange to flange shall be: Meter Size Maximum Len th 3-inch 12 inches 4-inch 14 inches 6-inch 18 inches 8-inch 20 inches (iii.) Strainers shall be used if there is room available to install a strainer without modification to existing plumbing. Strainers shall be supplied by the meter manufacturer and shall be shipped with the strainer attached. Strainer screws shall be bronze or stainless steel. The internal straining material shall be stainless steel. (iv.) All turbine meters shall have an internal measuring unit which is interchangeable with other meters of the same manufacturer and size. 5. Turbine Fire Meters with Metered By-Pass Sizes 4-inch through 8-inch a. To be considered acceptable for use in the City's water system, turbine fire meters shall be manufactured in strict accordance with American Water Works Association (AWWA) specification C 703-96, or latest revision, for "Cold-Water Meters -Fire Service Type". In addition, all turbine fire meters shall meet or exceed the supplemental specifications contained herein. b. General (i.) The Successful Proposer shall submit an affidavit of compliance that the turbine fire meters to be furnished are in compliance with AWWA C 703, latest revision, as well as the supplemental specifications contained herein. (ii.) The Successful Proposer shall submit a certificate showing that each turbine fire meter has been tested for accuracy and capacity, and that each meter's accuracy and capacity is within the parameters set forth in AWWA C 703. Such certificate shall be attached to each meter. (iii.) Turbine fire meters shall be supplied exclusive of companion flanges, nuts, bolts or gaskets. (iv.) Turbine fire meters shall be shipped individually in wooden crates, with strainers attached, and strapped to skids. All freight charges are the responsibility of the Successful Proposer. City of Dubuque Water Meter Replacement Program Page 10 of 116 Request for Proposal c. Materials (i.) Main casings and strainers, including flanges and main case cover, shall be made of a copper alloy or cast iron as specified in AVWVA C 703, s. 4.1.2, or epoxy-coated steel. (ii.) All external fasteners shall be made of stainless steel as specified in AWWA C 703. (iii.) All components of the meter assembly shall be Underwriter's Laboratories (UL) listed, National Fire Protection Association (NFPA), as well as Factory Mutual (FM) approved for fire service use. d. Design (i.) Typical Operating Range with by-pass meter size shown: Meter Size Normal Operating Range 100% Accurac +/- 1.5% 4-I N with 1-I N b -ass 3/ m to 1200 m 6-IN with 1 'h-IN b -ass 1% m to 2500 m 8-IN with 2-IN b -ass 2 m to 4000 m 1-IN by-pass meter shall be a frost bottom type. Accuracy shall not drop below 90 percent during changeover from by-pass to turbine, or vice versa. Deviation from these design parameters is not a disqualifying exception, provided the Proposer explicitly notes all exceptions taken and provides detailed explanation and alternatives. (ii.) The maximum overall laying length, including strainer, measured from flange face to flange face, of turbine fire meters shall be: Meter Size Maximum Len th 4-inch 33 inches 6-inch 45 inches 8-inch 53 inches (iii.) All turbine fire meters currently without a strainer shall be fitted with a strainer for locations where there is room to install a strainer without requiring modification to existing plumbing/piping. Strainers shall be supplied in accordance with AWWA C 703. Strainer shall be UL listed or FM approved and National Fire Protection Association (NFPA.) approved. (iv.) The mainline shall include a tapped test plug, which is removable for field test purposes. City of Dubuque Water Meter Replacement Program Page 11 of 116 Request for Proposal (v.) The by-pass assembly shall consist of two isolation ball valves (one upstream and one downstream) of the displacement meter and check valve. The by-pass meter shall include couplings, bushings, tailpieces and a check valve between the. isolation valves to allow for future meter testing and replacement. (vi.) A stainless steel, spring loaded, mainline check valve, with asemi- hard rubber seat, shall be located downstream of the turbine meter. Such check valve shall have a clear opening at least equal in size to the turbine meter. No loaded parts shall be incorporated in the check valve assembly. (vii.) Each component of the fire meter (both turbine and displacement) shall be interchangeable with other turbine and displacement meters of the same manufacturer based on size and type. 6. Residential Displacement Meters (5/8-IN to 2-IN) a. To be considered acceptable for use in the City's water system, displacement type residential meters (5/8 to 2 inch) shall be manufactured in strict accordance with American Water Works Association (AWWA) specification "C 700-95, or latest revision, for Cold- Water Meters -Displacement Type, Bronze Main Case". In addition, all displacement meters shall meet or exceed the supplemental specifications contained herein. b. General (i.) The Successful Proposer shall submit an affidavit of compliance that the displacement meters to be furnished are in compliance with AWWA C 700, latest revision, as well as the supplemental specifications contained herein. (ii.) The Successful Proposer shall submit a certificate showing that each displacement meter has been tested for accuracy and capacity, and that each meter's accuracy and capacity is within the parameters set forth in AWWA C 700. Such certificate shall be attached to each meter. (iii.) Residential Displacement Meters shall be packaged in, cartons or crates consecutively numbered, and marked with the serial .number of the meter contained therein. Such cartons or crates shall be secured on 39-IN x 44-IN wooden skids or palf~ts to facilitate handling by forklift. All freight charges are the responsibility of the Successful Proposer. c. Materials (i.) Bottom main case covers on 5/8-IN and 1-IN meters shall be breakable (frost protection) cast iron, in accordance with AW1NA C 700: Such cover shall be plastic or rubber lined, in addition to the non-corrosive treatment given the bottom. City of Dubuque Water Meter Replacement Program Page 12 of 116 Request for Proposal (ii.) All external fasteners shall be made of stainless steel. d. Design (i.) All meters shall be the nutating disc or piston type and shall be provided with a removable stainless steel or plastic strainer in accordance with AWWA C 700. All meters shall have magnetically coupled drive. 7. Compound Meters (4-IN to 6-IN) a. To be considered acceptable for use in the City's water system, compound meters shall be manufactured in strict accordance with American Water Works Association (AWWA) specification C 702-92, or latest revision, for "Cold-Water Meters-Compound Type". In addition, all compound meters shall meet or exceed the supplemental specifications contained herein. b. General (i.) The Successful Proposer shall submit an affidavit of compliance that the compound meters to be furnished are in compliance with AWWA C 702-92, or latest revision, as well as the supplemental specifications contained herein. (ii.) The Successful Proposer shall submit a certificate showing that each compound meter has been tested for accuracy and capacity, and that each meter's accuracy and capacity is within the parameters set forth in AWWA C 702. Such certificate shall be attached to each meter. (iii.) Compound meters shall be supplied exclusive of companion flanges, nuts, bolts or gaskets. (iv.) Compound meters shall be shipped individually in wooden crates, with strainers attached, and strapped to skids. All freight charges are the responsibility of the Successful Proposer. c. Materials (i.) Main casings, .including flanges and main case cover, shall be made of a copper alloy as specified in AWWA C 702. (ii.) All external fasteners shall be made of stainless steel as specified in AWWA C 702. d. Design (i.) Normal Operating Range City of Dubuque Water Meter Replacement Program Page 13 of 116 Request for Proposal Meter Size Normal Operating Range 100% Accurac +/- 1.5% 3-inch 1/2 m to 320 m 4-inch 3/4 m to 500 m 6-inch 1 1/2 m to 1000 m Accuracy shall not drop below 90 percent during changeover from by-pass to turbine, or vice versa. (ii.) The maximum overall laying length, including strainer, measured from flange face to flange face, or turbine meters shall be: Meter Size Maximum Len th 3-inch 38 inches 4-inch 40 inches 6-inch 52 inches (iii.) All compound meters currently without a strainer shall be fitted with a stainless steel strainer screen for locations where there is room to install a strainer without requiring modification to existing piping. Strainers shall be supplied in accordance with AWWA C702. (iv.) The mainline shall include a tapped test plug which is removable for field test purposes. (v.) A stainless steel, spring loaded, mainline check valve, with asemi- hard rubber seat, shall be located downstream of the turbine meter. Such check valve shall have a clear opening at least equal in size to the turbine meter. No leaded parts shall be incorporated in the check valve assembly. (vi.) Each component of the compound meter shall be interchangeable with other compound meters of the same manufacturer based on size and type. B. AMR System Overall The City requires that all of the water meters be equipped with an AMR system that will provide timely, accurate, and automated meter readings. This system will use fixed technology only and no final solution hybrid read technologies will be considered. AMR system features, characteristics, and performance that result from the interaction of components are to be addressed in this section. Component requirements and characteristics specific to the individual components are fo be addressed in this section. It shall be the Proposel's responsibility to propose any components, ancillary services, etc., not addressed in this Request for Proposal to ensure that City obtains a complete and fully functional system. Though the AMR system proposed will be configured with a single brand of meter and encoder register, the AMR system must be compatible with at least two (2) other meter brands. City of Dubuque Water Meter Replacement Program Page 14 of 116 Request for Proposal 1. Communication system shall be "two-way" between water meter and computer system at City Offices. No "one-way" or "one and ahalf-way" systems shall be considered. 2. Mode of operation. Describe the system's normal mode of operation (i.e., for obtaining periodic readings for billing and other purposes). 3. Frequency of reading. How often are meter readings normally obtained (default setting)? Describe any options for the frequency (that is, number of reads per time interval) at which meter readings may be obtained. 4. System capacity. Describe the capacity of each system component in terms of the number of meter readings stored and/or the number of meter readings that can be transmitted or received in a given time interval. 5. Read on demand. Describe how the system obtains "off-cycle", special or on- demand readings from a particular meter. 6. Demand profiling. Can the system obtain short-interval readings (e.g., multi- hourly, hourly or several times per day, once per day) to monitor and profile water consumption patterns from a particular meter or group of meters? If so, describe what and how. 7. Communication channels. Indicate what radio frequencies are used for interactions between the MIUs and collector units. Describe any licensing requirements and the process of obtaining and maintaining such licenses if required. 8. Data transmission accuracy and security. The system shall include provisions to ensure data transmission accuracy, security and immunity from outside interterence as well as signal degeneration, to prevent accidental loss or interception of customer or meter reading data. 9. Stored data system integrity and security. The system must ensure data integrity and data security. The system must ensure against loss of data. Describe how the system-addresses these issues. 10. Tamper detection. The system shall. contain tamper detection capability which, when the meter, MIU or any wiring between components has been tampered (cut wire, tilting of meter, etc.) with, shall cause a tamper message to be indicated when the MIU transmits its data. Indicate how quickly tampering with each component will be reported and how will it be reported. 11. Leak detection. The system shall monitor water consumption through the meter and specifically indicate when there is an abnormal increase in water consumption or when there is a suspected leak. Describe how the system identifies and communicates leak detection information at the time reading information is communicated. Note if there are any other leak detection capabilities that the system has. 12. Environmental tolerances. All system components (except the meter chamber) must operate over a temperature range of -20°'~`fof120° F, and a humidity range of 0% to 100% non-condensing. 13. FCC Licensed. All applicable system components must be FCC licensed and approved.. 14. Component firmware. Vendor shall include firmware for all system components, including MIUs, collector units and portable interrogator/programming/testing City of Dubuque Water Meter Replacement Program Page 15 of 116 Request for Proposal units, at no additional cost. Vendor shall provide any available upgrades or patches to such firmware to correct problems, add new standard features, and ensure system compatibility and full functionality for 20 years at no additional cost, including installation. 15. Network Integration/Backhaul. Proposer should insure that data can be collected and forwarded to the data repository without intervention by an operator. The system proposed has the option of operation within the City's deployed fiber optic network. Location of the City's fiber locations and I-Net locations appear in Attachment 3. 16. It is the City's intention to conduct data analysis to track water utilization on a near real-time basis (see item number six above) and be able to compare individual customer's water usage with other water customer's usage, track the impact of utilization changes, analyze the effectiveness of system design and incentives and begin the process of cross analytics with energy and carbon utilization within the' community. The AMR system shall reflect the need for data collection, access and analysis. The successful proposer shall make available the data collected to IBM as part of the Integrated Sustainability System. C. Meter Interface Unit (MIU) Meter interface units, designed to capture meter readings or accumulated consumption and other information from the meters and transmit this information to data collectors, shall be install@~; at all water meter locations. The information provided by the MIUs must be sufficient to enable the AMR system to replace the routine reading and physical inspection of meters by City staff. Physical characteristics. Is the MIU astand-alone device or integrated with the meter register? Describe the physical characteristics of the MIU, including height, length, width and weight. Transmitter configuration. Describe the transmitter configuration that you are proposing. Note if the transmitter will be integral to the register, remote or under the meter register. 3. Multiple meters/registers. Describe how the transmitter handles multiple meter registers and multiple meters in close proximity. Note if there is a price differential for a transmitter that can handle multiple registers. 4. Batteries. What type of battery does the MIU use? What is the expected battery life? Is the battery removable and replaceable? If so, what is the current cost of replacement batteries? Can the battery be replaced in the field? If so, describe the process. How will the system prevent loss of programming or data if the battery expires? Describe any special MIU battery disposal provisions, and indicate the current cost of providing battery disposal if special handling is required. 5. ID Number. Each MIU shall have a unique, permanent ID number that is transmitted with. the meter readings. Note the length of the ID number and any other comments. 6. Programmability. Describe all MIU programmability options, features and -procedures. City of Dubuque Water Meter Replacement Program Page 16 of 116 Request for Proposal 7. Environmental tolerance. Describe features of the MIU that prevent corrosion or degradation of mechanical or electrical pertormance. The MIU must operate in conditions subject to water submergence (i.e., meter boxes or vaults). 8. Labeling. The MIU shall be permanently labeled with manufacturer's name, model number, "City of Dubuque Water Department," a tamper warning, MIU identification number, required FCC labeling, input/output connections, and date of manufacture. Labeling must include a bar code of the transmitter serial number. 9. Ease of Installation. Briefly describe installation procedures. Indicate design provisions to avoid installers' mistakes in installation, connection to meters, and programming. 10. Maintenance. Briefly describe procedures that need to be followed to replace the transmitter should it fail. Note any specialty tools, materials or supplies that are needed to pertorm this work. 11. Connection to meter registers. Describe the connection between the MIU and the meter register(s), and provisions to prevent misconnection, corrosion or disruption of any connections. 12. Interoperability. The MIU must read at least two different makes of meter registers for all sizes of meters. Indicate these in the following table, as well as any needed programming or modifications to either the MIU or meter. Are different MIUs needed for different makes and models of meters? Proposers may be requested to demonstrate compatibility. Manufacturer AMR compatible register model Programming or modification required (Describe or indicate "None") AMCO Digital AMCO Absolute Encoder Badger ADE Badger RTR Hersey Translator Neptune E-coder Neptune Pro-read Sensus ICE Other Other Other Other D. Field Programming and Testing Devices Field programming units may be required to program MIUs or meter registers. Portable field test units may be required to diagnose problems with meter registers, MIUs or the system. City of Dubuque Water Meter Replacement Program Page 17 of 116 Request for Proposal 1. Number of units. Proposer shall supply all units required for Proposer's sub contractor. Indicate how many units are required for maintenance by City employees after installation. Pricing and totals for these units shall be included as part of the proposal costs. 2. Functions/modes of operation. Describe all of the functions of each unit. The field programmer must be capable of programming the MIU with any information required for operation. The portable field programmer must be capable of providing instructions to the MIU concerning the make, model and data protocol of the meter being connected, should the MIU not be able to determine this itself. The field tester must be able to locate and diagnose problems with a system component (meter register, MIU or Data Collection Unit (DCU)) unless the system incorporates an alternate way to make such diagnoses. The field tester should, be able to ascertain the condition of the battery in a MIU. Can the field test unit simulate the functions of an MIU? 3. Interface to control computer. Describe the mechanism and procedure for downloading data from and uploading data to the AMR control computer. Describe the amount of history that can be stored. 4. Capacity. Describe the capacity of each unit. If the unit stores work order information, how much data, or how many work orders, can it accommodate? 5. Physical Characteristics. Indicate unit weight and dimensions. Describe any features, such as shoulder or belt strap, to facilitate carrying and preventing it from being dropped. 6. Accessories. What connecting hardware and software, including cables, modem, cradle, battery, charger, etc. are required for the unit to be fully functional? 7. Bar code reader. The unit shall be capable of accommodating a bar code reader to capture meter or MIU numbers from bar codes pasted on these components. The computer data base shall be configured to work with barcodes. 8. Batteries. Does the unit use rechargeable batteries? If so, what type? If not, what does it use? How long does it take to fully recharge a battery after a full day of normal use? The unit must ensure against accidental data loss in case of a dead battery. 9. User interface. Indicate the display's overall dimensions, the number of characters displayed, and the height and width of the characters. Does the display allow alphanumeric characters? Include an illustration of the display screen and keypad. How does the unit enable the display to be easily readable in bright or dim light? Indicate the angular range readability. Describe any audible tones used by the unit, and their function (e.g., confirming a reading or successful programming, warning 'of an out-of-limits condition, low battery, etc.)? City of Dubuque Water Meter Replacement Program Page 18 of 116 Request for Proposal 10. Manual entry. Does the unit permit manual entry of meter readings and other information (for example, the information necessary to complete a meter or MIU investigation or repair work order)? If so, what other information? Describe its capability to record notes or comments. E. Fixed Radio Data Collection Unit (DCU) The City owns a number of locations suitable for installation of collection units. Information for these potential sites with fiber optic backhaul capabilities is presented at Attachment F-3. The City prefers that these existing sites be used for mounting the collector units where possible. Fixed radio data collection units should be mounted on roofs, utility poles, towers, etc., at sufficient density to enable collection of readings from all meters in that portion of its service territory designated for this system. Proposer shall be responsible for estimating the number of fixed data collectors required in the City. The City will assist the Proposer in securing sites for collectors on non-City owned property, but intends to avoid sites where leasing arrangement must be made. Proposer shall include total annual costs of leasing collector sites in its proposal. 1. Modes of operation. Indicate the mode of operation and schedule by which the DCU captures stores and re-transmits data received from MIUs back to the AMR control computer. 2. Communication to control computer. Successful Proposer shall be responsible for communication network or provisions to deliver meter readings and other AMR system data to the AMR control computer. Proposer must specify the capital, installation, operation and maintenance costs of such network or provisions. Indicate available options and proposed method for transmitting data. The City will consider providing the data backhaul structure. Describe the responsibilities and issues associated with the City assuming this function. Proposer is responsible for verifying that resources are suitable for this application. 3. Number of units. Indicate estimated number of data collection units. Successful Proposer is responsible for providing a sufficient number of collectors/repeaters so that 100% of all expected reads are obtained. Note in your response if meters will be read by more than one data collector and conditions that may affect that range. 4. Number of repeaters. Indicate if repeaters will be used, and if so, the estimated number of repeater required. Indicate if repeaters will be able to support "two-way" communication that will be required between meter and computer system at City offices. 5. Mounting. Indicate options for mounting data collector unit (DCU)s/repeaters, and recommended configuration. Indicate minimum required height. Proposer must include the costs of mounting and any continuing rental costs in its proposal. 6. Power supply. How is the DCU/repeater powered? What are the estimated one-time and continuing costs for powering DCUs/repeaters? How does the system preserve data shotald power to a DCU/repeater be lost? City of Dubuque Water Meter Replacement Program Page 19 of 116 Request for Proposal 7. Programming. Describe any programmable features, such as reporting schedules, for DCUs/repeaters, and procedures for programming or configuring. 8. Electrical Isolation. Indicate how the DCU/repeater is protected against electrical surges such as lightning. 9. DCU site lease costs (if required). Proposer shall provide not to exceed monthly lease costs for DCU sites on roofs, utility poles, towers, etc., with annual limits on increases in these costs for the life of the system. Proposer shall indicate the expected life of the system. The Successful Proposer shall negotiate lease arrangements and contracts for the DCU sites, and DCU shall provide all reasonable support to this effort. Leases shall be in the name of or transferred to the City of Dubuque before the end of the system installation. F. AMR System Radio Licenses The City expects Proposer to secure on behalf of City all radio licenses if necessary to operate the AMR system on frequencies that will be sufficiently free of noise and interterence so as to provide all proposed capabilities over the life of this system. 1. FCC licenses. Indicate what FCC or other regulatory agency licenses, if any, the system will require. Indicate the expected length of time to acquire such licenses. Indicate what problems can occur in the process of obtaining such licenses. 2. Obtaining licenses. Successful Proposer shall be responsible for obtaining all necessary licensees on behalf of City. Licenses must be obtained and assigned radio frequencies verified as suitable for use with the AMR system(s) before any AMR equipment may be installed. If Successful Proposer is unable to obtain the necessary licenses, the City reserves the right to cancel the contract and orders for all or part of the system, and receive a full refund from Successful Proposer of all amounts paid. G. AMR Control Computer The AMR system will be operated from a dedicated control computer, which may be a PC, workstation or server. It may be the same one used to control the AMR system installation. The computer must have sufficient capacity to handle all of the City's meter readings, including future expansion of approximately 500 meters per year as the City grows. The Proposer shall propose the configuration most suitable for its system and application. The City will purchase the necessary hardware including a UPS configured with the specifications provided by the successful Proposer. The specifications for a PC should include: memory, processor speed and hard drives. Recommendations should be provided for a Server, however, the minimum PC should have 4G RAM with Windows Specified Operating System of XP with upgrade to Windows 7. 1. Hardware and network configuration. The AMR system control computer operating system shall be Windows XP SP2 with upgrade to Windows 7 for City of Dubuque Water Meter Replacement Program Page 20 of 116 Request for Proposal PC's or Windows Server 2008 R2. Indicate the recommended configuration and number of units of the computer hardware (PCs, servers, other peripherals, printers, etc.) and software (operating system, communications, etc.) that the City must have to properly operate the AMR system. Be sure to indicate any specific server vendor requirements (ie make/model). 2. The control computer must be capable of residing as a node on the existing City data communications network. 3. Environmental. The control computer shall be capable of operating in a normal office environment and be easily relocatable. 4. Uninterruptible power supply (UPS). The control computer shall include an uninterruptible power supply. Indicate capacity of UPS. 5. Relocatable system. The system software and functions shall be quickly and easily movable to another computer or workstation in the event of a failure of the control computer. 6. Attach control computer warranty. H. AMR System Software Proposer must provide all software, including third party software such as operating system and database report generator, necessary for City staff to operate and manage the AMR system. Software must be provided with all licenses, and must be maintained by the AMR system vendor over the life of the system. Proposer to provide information on their system operating modes, including batch processing and single meter reading query processing. Describe the steps a system operator must perform to obtain meter readings for the meters at customers' premises. AMR software shall provide the user with reports of the current status and reading history of individual accounts and selectable groups of accounts. The software shall be able to sort and list accounts. The software shall be able to create user-defined account groups. Interface to billing system. This software must include intertaces to City's customer information system to enable transfer of meter readings, synchronization of databases, customer service functions, measures to protect data security, etc. The City will provide the record layout for its CIS and expects the Successful Proposer to tailor an interface from its AMR system software to the CIS. The City IT and billing staff will work closely with the Successful Proposer to ensure that this is accomplished efficiently. The City uses eCommunity Plus version 8.3. The format of the current file upload is listed below and can be customized to adjust the positioning of field locations in the file. 2. Updating account data. Indicate arrangements for synchronizing data between the meter reading database and CIS. 3. Recovery/restart. Describe procedures to recover/restart the system in the event of an interruption or software freeze. 4. Multiple users. How many concurrent users can the system accommodate? City of Dubuque Water Meter Replacement Program Page 21 of 116 Request for Proposal 5. Water usage credit meters. How are credit meters accommodated in the billing system? 6. User interface. Proposer shall include menus, navigators and major screen shots in its proposals. Describe provisions and guidelines for customizing screens, menus and navigators. 7. User access. What provisions exist for data entry and editing by users? What restrictions are placed on such functions to ensure security and data integrity? The software shall include a security system, incorporating multiple levels of authorization and access to limit specific data, users, modules and/or specific tasks. The System Administrator must be able to modify the levels of security. Describe security features, logging and levels. Is an audit trail provided? 8. Capacity. Describe any capacity limitations on the number of accounts, number of readings per account, etc, for the configuration proposed. Describe any provisions for archiving additional data. 9. Back-up. Describe data back-up capabilities and procedures to ensure that system and consumption data is not corrupted or lost. 10. Operating system. Client software should operate on Microsoft Windows XP version software. Client-server software should support MS SQL Version 2008 compliant database application. 11. Reports. Provide a list, with brief descriptions and screen shots or sample pages, of the standard reports provided for system and component performance; missing or late data; errors, anomalies and alarm conditions; data transfer, management and administration; analysis of consumption for individual customers or groups of customers; and other major report categories. 12. Traps for questionable readings. Describe any system capabilities to validate meter readings for reasonableness, unusually high or low readings, collector malfunctions, and potential meter rollovers. 13. Software documentation. Documentation shall be provided with the software and shall include at a minimum: system overview, flow charts, file descriptions and record layouts, database structure diagrams, description of program function and logic, back-up and recovery procedures, operating procedures, screen layouts, data entry procedures, report descriptions, descriptions of all user options, and descriptions of all error messages. 14. Software license and warranty. All Proposer supplied software must be supplied with a license indicating the software's designer, owner and licenser, and detailing the terms and conditions, including annual cost of maintenance by the Proposer. Software license and warranty shall cover all patches and upgrades, including new versions, for the life of the system at no additional cost. Indicate how many workstations the software license will cover and the cost, if any, of additional workstation licenses. City of Dubuque Water Meter Replacement Program Page 22 of 116 Request for Proposal 15. Maintenance and escrow. The Proposer supplied software shall be supported for 20 years with enhancements, patches and corrections of "bugs", at no additional cost to the City beyond the annual maintenance fee. Successful Proposer shall be required to provide a "standard" source code escrow agreement and warranty or be willing to provide all source code to the City should the vendor cease to be in business. 16. Third-party software. Indicate third party software (operating system, database, report writer, etc.) specifically required to support Proposer's application. Indicate the warranty, licensing and support provisions for any such packages. 17. Interface with GIS. Indicate any provisions in the database for integration with the City's current version of GIS data related to meter or premises location. 18. The system software should provide statistical reports on the usage of the product. The system must incorporate detailed incident reporting and logging feature. Methods of monitoring system performance shall be included. 19. The software should provide a test environment for testing prior to placing changes into production. The software should enable simulation of operating with sample data before permanent changes are incorporated into the code or processes. 20. The System must be capable of complete on-line, real-time record creation, maintenance, reporting, and retention. 21. Indicate the data storage requirements based on typical and optional system operation and meter reading frequencies. I. Documentation The City must be provided with all documentation needed to install, operate, and maintain the AMR system and all of its components. Documentation must serve both for training and reference, and must be kept up to date with any system or software upgrades or corrections. 1. System manuals. Successful Proposer shall provide manuals and customized written procedures specific to this project in sufficient detail for complete operation and maintenance -including installation, configuration, diagnostics and repair - of the system. This shall include 3 complete hard- copy sets as well as 3 copies on CD-ROM. 2. 3rd party software manuals. Successful Proposer shall provide at least two (2) sets of manuals for any third-party software or components incorporated in its system. 3. Updates and revisions. Successful Proposer shall promptly provide replacement pages and CD-ROMs whenever there are any revisions or ~. additions to the manuals. City of Dubuque Water Meter Replacement Program Page 23 of 116 Request for Proposal 4. It is desired that the proposer provide documentation on-line with a knowledgebase of Frequently Asked Questions (FAQ) and resolutions to past issues. Documentation, FAQ's, and problem resolutions can reside on a secure site. J. Training The City requires training of all appropriate staff sufficient to enable them to effectively operate and maintain the system. To be effective, the City requires that training curriculum be provided in advance, that training be accompanied by course workbooks and materials, that training be provided by experienced instructors, and that all training is accompanied by tests or hands-on evaluation to ensure City employees have absorbed the content of the training. 1. Prerequisite to installation. Training must be sufficient to prepare the City staff to fully and completely administer and maintain the system without further reliance on vendor staff beyond normal assistance covered by maintenance agreement. The City requires that its staff or authorized agents be trained prior to the commencement of installations. 2. Training on the City's installed equipment. The Successful Proposer shall provide all additional training on the City's AMR system equipment (including the control computer and database) after it is installed, tested and accepted by the City. Training shall use real data from the City's own system. 3. Location. All training shall be done at the City's offices and facilities, or in the field. 4. Training curriculum. Successful Proposer shall provide thorough training in each of the following areas for the designated number of people: All aspects of the AMR system's operation, including obtaining reads and consumption data from the system, transferring reads and other information between the AMR system and the CIS, creating performance reports, diagnosing potential problems with system components, changing or adding customer accounts/MIU/meters to the system; for a minimum of 8 City employees or agents for a minimum of 16 hours. b. Meter reading database management, for a minimum of 8 City employees or agents for a minimum of 8 hours. c. Installation management and project control, for a minimum of 8 City employees or agents for a minimum of 12 hours. d. Field installation, for a minimum of 5 City employees or agents for a minimum of 4 hours. e. Field diagnostics and maintenance, for a minimum of 5 City employees or agents for a minimum of 8 hours. f. Application software administration, for a minimum of 5 City employees or agents for a minimum of 12 hours. City of Dubuque Water Meter Replacement Program Page 24 of 116 Request for Proposal Successful Proposer shall specify duration for each of these training sessions. 5. Training aids. User training will include detailed documentation and. reference materials for each end-user. Successful Proposer shall provide trainees' workbooks, training aids (including software and videos), and system technical manuals prior to or during the training session. 6. Supplemental Training. Successful Proposer shall provide a schedule of costs for additional training beyond the initial training proposed. 7. Restore equipment. Successful Proposer shall restore, repair or replace any City equipment damaged in training, and restore any hardware or software modified in training. 8. .Instructors. The Successful Proposer shall provide trained and experienced instructor(s), and ensure that they do not perform other duties during the training period that will interrupt instruction. 9. Evaluation. The Successful Proposer shall provide feedback forms for each training session conducted to solicit feedback from participants regarding the training. At the City's sole discretion, training sessions that appear to be inadequate will be repeated at no additional cost to the City. K. Support The Successful Proposer must provide on-site, on-line and telephone support as needed by the City over the life of the system to ensure. its proposed performance. As this support will probably only be requested when software or equipment malfunctions, such must be rapid and efficient. 1. Initial support period. Successful Proposer shall provide telephone, on-line and on-site support, as needed from the effective date of the AMR system contract until the date of final system acceptance at no additional cost to the City beyond the annual component and software maintenance fees. 2. Extended support period. Successful Proposer shall provide telephone, on- line and on-site support for 20 years from the date of Notice to Proceed. Successful Proposer shall include in this proposal a schedule of support costs, terms and conditions. Support shall be renewed at the City's discretion on an annual basis. If normal warranty provisions do not extend to 20 years, please indicate the cost of converting to updated software in the price Table C4. 3. Telephone support. Successful Proposer shall provide trained persons to answer technical questions and guide City employees through the use or diagnosis of the system through atoll-free number. Indicate telephone support hours proposed. Response time to a City telephone query shall be within 30 minutes. 4. On-site support. Successful Proposer shall be required to provide on-site assistance at the request of the City for duratiori~of 20 years after notice to proceed. On-site support shall be rendered within twenty four (24) hours of City of Dubuque Water Meter Replacement Program Page 25 of 116 Request for Proposal receiving a request for support. Include in the proposal an estimated number of service call visits and fees for all other visits not covered by the annual maintenance program. 5. Preventive maintenance provisions. Successful Proposer shall describe in its proposal recommendations and requirements for AMR system preventative maintenance, back up, archiving, etc. L. Installation Installation includes replacement of the City's meters, installation of the AMR equipment, and installation of the UFR devices where applicable. Installation also includes project management by the Successful Proposer to ensure that all equipment is installed properly and all information about the system is correct, and field inspection of installers' work to ensure that it is performed properly. 1. Project duration. Project duration shall be approximately 18 months from the date of Notice to Proceed. 2. Installation sequence. a. The City will conduct a Pilot Program of approximately 1,000 accounts to test the AMR system and installation services policies, procedures and control systems. The Proposer must be an integral part of the Pilot. The entire cost of the Proposer for participating in the Pilot Program must be included in the equipment prices furnished in the Cost Proposal. b. Successful Proposer shall conduct installations in sequence to be determined by the City in discussion with Successful Proposer. The City and Successful Proposer shall establish an overgll schedule for installation of the entire project, based on the following approach: Month 1: Pilot Program Months 2-18: 5-10% meters per month On the first workday of each week, Successful Proposer will provide the City an updated schedule of where work is planned for the next 3 weeks. 3. Work hours. No work shall be done between 8:00 pm and 7:00 am except where required or authorized by the City and authorized by the property owner. No work is to be done on City holidays. City holidays shall be defined as those holidays annually observed by the City. These are: Labor Day, Veterans Day, Thanksgiving (2 days), Christmas (2 days), Memorial Day, and Independence Day (a total of 10 days). Additional non-working days may be proposed and should be referenced in the proposal response. . Work hours for replacement of large (greater than 2-IN) meters and valves shall be scheduled with property owner and City. This work may be required to be done during night or weekends to minimize disruption of customers. 4.; •flaily reports. At the end of each day, Successful Proposer's Subcontractor shall transmit electronically to the City information on completed work orders, City of Dubuque Water Meter Replacement Program Page 26 of 116 Request for Proposal as well as a listing all installation appointments to be visited by Successful Proposer the next day. Proposer shall describe operation of daily report system. 5. 24-hour customer access. Successful Proposer must respond to calls from customers or the City concerning leaks, loss of service and other problems associated with installations on a 24-hour"per day basis. Successful Proposer must respond within one (1) hour of receiving the call and mobilize to correct any problems within three (3) hours of receiving the call. 6. City Project Manager. The City will designate an employee or agent who will manage the project on behalf of the City. The function of this Project Manager is to coordinate with the Successful Proposer and ensure compliance by the Successful Proposer with the specifications. 7. Installation acceptance. Each Installation will be accepted by the City conditioned upon (1) electronic submission of a list for that installation the premise identification number, address, old and new meter ID numbers, old and new meter readings, MIU ID number, location of meter and MIU, Successful Proposer's Installer's name, Successful Proposer's inspector's name, and all other information relevant to the installation; (2) satisfactory inspection by the City; and (3) successful capture of a confirming meter reading or sequence of meter readings from that meter and MIU by the City operating the AMR system in a normal way. 8. Payments. Successful Proposer shall provide to the City on a weekly basis its list of new installations and any itemized additional work. The City will approve installations within ten business days after notification that the installation is ready for City inspection. The City shall notify Successful Proposer of any listed items that do not meet the conditions agreed to by the City and Successful Proposer, so that Successful Proposer may resolve any discrepancies. The City may at its discretion reject the entirety of any list on which there are discrepancies in more than 20% of the entries. Successful Proposer shall submit and City will pay invoices monthly. The City will provide payment within 30 days of receipt of acceptable invoice. Indicate in your proposal any discount for prompt payment (amount of discount and applicable number of days). Payments will be based on the price schedules negotiated as part of this Proposal by the City and the Successful Proposer, based on prices submitted by the Proposer. 9. Automated project control system. The Successful Proposer shall utilize an automated installation information management process, so that little or no information has to be captured or entered manually. The system shall have a redundant backup process, so that all information is preserved in the event of a breakdown in the primary system. The system should enable the correction of any incorrect information pertaining to meter or service size, meter type, meter location, address, etc. Proposer shall describe in detail its project control system in the proposal. City of Dubuque Water Meter Replacement Program Page 27 of 116 Request for Proposal . 10. No solicitation. No Proposer, or its employees or agents, may solicit business from the City's water customers while engaged on any contract associated with this project. 11. Successful Proposer's staff requirements. a. Contract Manager. The Successful Proposer will designate a Contract Manager who is a direct employee of the selected firm for the duration of the contract, and who shall have the authority to handle and resolve any disputes or contract issues with the City. The City is seeking a single point of contact for the entire project that will have direct oversight over all elements of the project. Please indicate the percentage of the Contract Manager's time that will be dedicated to this project, and the amount that will be spent on site. A change of Contract Manager may be made only with the approval of the City. b. Installation manager. Successful Proposer's will designate an Installation Manager, who shall be responsible for managing the entire installation project on a day-to-day basis on behalf of the Successful Proposer and for seeing that all installations are carried out in a professional manner and in compliance with the procedures required by the Contract, the City, and all other applicable local, state and federal regulations. The Installation Manager shall be on site continuously throughout the duration of the project, except for holidays and vacations, during which the Successful Proposer shall provide a qualified substitute. The Installation Manager shall be experienced in supervising meter installation contracts, and familiar with applicable regulations and safe and proper installation procedures. The City shall approve a change in the Installation Manager. c. Installers. All AMR installations, and meter change outs must be performed by successful Proposer's employees who are properly trained and experienced. d. Licensed plumbers. Successful Proposer's shall engage by employment or subcontract at least one person who shall maintain a Plumber's License. This person(s) shall be responsible for supervising the work of all Installers, and correcting any problems or damage to plumbing occasioned by the changing of meters under this contract. Proposer shall provide references for each such person. The City reserves the right to approve licensed plumbers for work on this project. e. Training of employees. Describe training procedure, and probation provisions for new employees. Uniforms and identification. Successful Proposer's field personnel shall wear easily recognizable uniforms containing the Successful Proposer's name, as well as prominently displayed picture identification badges containing Successful Proposer's name, employee name, title and signature, employee picture and employee I.D. number. Employees shall also be issued and carry a letter describing the project and work to be performed. Successful Proposer's employees who are no longer employed by Successful Proposer shall be required to return their uniforms andJetter City of Dubuque Water Meter Replacement Program Page 28 of 116 Request for Proposal immediately upon termination of employment and the Successful Proposer shall immediately notify the City of all such terminations. g. Background checks. The City requires background checks for all staff that will perform work on the project. 12. Items to be supplied by Successful Proposer: a. General. Successful Proposer will supply the following components and aspects of installation: overall project management; training and direct supervision of installers; appointment scheduling; large meter vault refurbishment/replacement; problem solving and complaint handling; inspection, testing and quality control. b. Tools and materials. The Successful Proposer shall furnish all supplies, materials, tools and equipment necessary for the successful and timely completion of all meter and AMR installations under this contract as specified herein. c. Vehicles. Successful Proposer shall be responsible for all vehicles it uses on the project. Successful Proposer shall provide service vehicles on site stocked with common fittings and supplies needed for normal service restoration and/or replacement. Successful Proposer's vehicles, including private vehicles used for the work, shall have the company logo prominently displayed on both sides of the vehicle. Any employee of the Successful Proposer or its subcontractors that drives a vehicle in connection with this project must have a valid driver's license for the class of vehicle being driven. d. Parking. The City desires that Successful Proposer deploy vehicles to minimize parking problems and avoid blocking any streets. The City will provide parking meter bags to installers. Successful Proposer shall be responsible for all parking violations. e. Field communications. The City requires that the Successful Proposer's installers, plumbers, inspectors and supervisory personnel be equipped with cellular phones or radios so that problems or questions can be addressed immediately and that the Installation Manager can be contacted if needed. f. Meter salvage. The Successful Proposer will be responsible for disposing of meters removed for service. A credit for salvage value should be included in the pricing Table C1. Salvage values should be fixed for the term of the contract, and not be tied to some prevailing. rate at the time of salvage. 13. Account data and installation scheduling a. Account data file. Prior to the start of the installations, the Project Manager will provide the Successful Proposer with an electronic~file containing the information necessary to create work orders for meter/AMR/UFR installation. For each meter, the data file will indicate the account number, meter size, make and serial number, the meter location (if known), access City of Dubuque Water Meter Replacement Program Page 29 of 116 Request for Proposal notes to the meter, and the name and phone number that may be listed on the account. Any unmetered accounts that may exist are not to be addressed. The City will be responsible for installing and automating new meters installed after the Notice to. Proceed. b. Customer notification. At least two weeks prior to commencement of installations on a particular route, Successful Proposer shall send notices (letters, post cards, door hangers, etc.) to the customers on that route indicating the approximate time when installations will occur and requesting that customers call the Successful Proposer for appointments if the meter is not readily accessible or if the customer has special needs regarding the momentary disruption of water service. The City shall approve in writing the text of all Successful Proposer's letters, door hangers and other communications with customers. Successful Proposer shall also develop and submit to the City the scripts for any telephone conversations with customers for approval by the City Project Manager prior to use. The City will be responsible for mass media publicity and general notices to customers (e.g. bill stuffers). c. Appointment scheduling. Successful Proposer shall be responsible for scheduling and handling all installation appointments as described in Section 3-L. Whenever possible, Successful Proposer shall notify customers of any changes in schedule at least one day in advance of the original appointment. The City reserves the right to impose liquidated damages of $50 for each instance where the Successful Proposer has failed to properly notify the customer if an appointment cannot be kept on time. d. Non-accessible customer. In the event a meter is obstructed or is not accessible, the Successful Proposer will make no less than three attempts at any reasonable time to contact the customer to gain access to the meter. These attempts must be documented on the work order. After three ,documented attempts to change the meter, Installation Manager may request the City Project Manager to schedule the meter change out. The Successful Proposers shall only be paid for completed installations and is expected to provide all reasonable support in resolving installs that are difficult to schedule. Successful Proposer will be responsible for installation if the City secures an appointment within 4-weeks of receiving written or electronic notice from Successful Proposer. 14. Installation Procedures a. Procedures approval. The Successful Proposer shall propose detailed scheduling and installation procedures to the City for approval prior to scheduling or commencing installations. The procedures shall be designed to optimize the work of the Installers, the City inspectors and all other staff .working on the project. b. Pilot/Acceptance Program.- Prior to the commencement of full-scale installation, but after Successful Proposer has installed the AMR system control computer and a sufficient quantity of data collection units, Successful Proposer shall: City of Dubuque Water Meter Replacement Program Page 30 of 116 Request for Proposal (i.) Install the meters and meter reading equipment on one of City's routes (comprised of approximately 1,000 meters) following the Successful Proposer's proposed procedures. (ii.) During this test and a period not longer than ten (10) business days following it, the City and the Successful Proposer shall evaluate the procedures for meter and MIU installation, data transfer to the City's billing system, meter reading over the system, installation data management and project control, and problem resolution, to ensure they are working and effective. (iii.) The City may require Successful Proposer to modify any procedures that it deems are deficient or ineffective. No work will be started on other routes until the AMR system equipment is determined to be working to performance requirements on the test routes, the project control procedures and systems are determined to be performing accurate, and the installation procedures have been approved by the City. City IT staff and Utility Billing staff will be available to provide assistance in the development and testing of data transfer procedures during installation and to establish operational transfers. c. Work order processing. Successful Proposer shall be responsible for ensuring that all data trarisferred to and from the City's information systems is working properly before commencing any installations. d. Work order data. The Successful Proposer's Installation Manager will be responsible for work orders. Each work order will include at a minimum, the customer's address, premises identification number, meter location, existing meter number, existing register number, meter make, model and size, and most recent meter reading. The City desires that all work orders be electronic. e. Site conditions. Before, or at the time of installation, the Successful Proposer shall inspect the existing water meter setting, including piping and shut-off valves. If the Successful Proposer determines that conditions are such that damage to the existing piping would result, the Installation Manager shall so inform the City, shall not attempt the installation until the site is inspected by an authorized the City representative, and shall postpone installation at that site until the Project Manager authorizes the Successful Proposer to proceed with the work. f. Location of meters. City personnel will be available to assist in locating meters in the field. Meter locations are not visually marked. g. Geopositioning coordinates. For each meter installed Successful Proposer shall capture GPS positioning of the MIU with sub-meter accuracy (+/- 3 feet), using a geopositioning device. Describe how Proposer intends to provide GPS data for each meter: The following information will be included in the geocoded data: (i.) Water meter account number City of Dubuque Water Meter Replacement Program Page 31 of 116 Request for Proposal (ii.) Address (iii.) Meter/MIU serial numbers (iv.) Digital photographs of meter and MIU before and after installation (total of 4 photos) h. Digital photographs. The City requires that digital photographs be taken before and after installation of the meter and MIU (total of four (4) photos). The photos shall show the entire meter or MIU. The photo should have an accurate date and time stamp and the file name of the photo shall include the applicable register number. Digital photographs shall be included with the geocoded data. Old meter reading disputes. Successful -Proposer shall provide procedures for ensuring that any dial meter is read properly and for providing evidence of the reading in the case of any customer disputes. Evidence of the reading is required for any meter that fails ahigh/low audit check, or for any meter that shows any signs of a defect. The City requires that evidence be in the form of a digital photo clearly showing the register face. Repairs and meter access. Repairs or work required to obtain access to allow water meter/MIU replacement shall be the responsibility of the property owner. Property owners shall have 30 days to repair and/or make the work area accessible. At its option, the City may authorize the Successful Proposer to make any necessary repairs to service lines or piping at the City's expense, order the customer to make such repairs, or undertake such repairs itself. Successful Proposer shall not anticipate returning to any site requiring a repair in less than 30 days. City will notify the Successful Proposer when repairs are complete. k. Irregular piping. Only when irregular piping is leaking or deteriorated to a point that damage to it could reasonably be expected by changing the meter will poor piping be accepted as a reason for not replacing the meter during the installation period. Unless the City's Project Manager permanently remands the particular installation to the City, Successful Proposer is still required to install the meter and AMR equipment after the piping has been repaired or replaced at any time during the installation period. Meter replacement. Successful Proposer's installer shall ensure he/she is at correct location and meter, and check for water prior to commencing meter change-out. If water is flowing, Installer must notify the customer before commencing meter change out. Successful Proposer shall then replace the meter, using new gaskets or washers. Successful Proposer shall put plastic caps on the inlet and outlet of the old meter and handle meter with care in the event of post-removal testing. All conversion bushings or other hardware necessary to install the new water meter in the consumer's existing meter setup must be furnished by the Successful Proposer. Attachment I includes City Meter installation information. m. Strainers. If the meter to be replaced has a strainer, Successful Proposer's Subcontractor shall be responsible for replacing the strainer along with the meter, unless conditions prevent such replacement. Meters currently without strainers shall be supplied with strainers unless the meter location City of Dubuque Water Meter Replacement Program Page 32 of 116 Request for Proposal does not allow installation of a strainer without modification of plumbing/piping. Successful Proposer shall otherwise be responsible for repairing or cleaning the strainer to ensure that is in good working order and will not adversely affect meter performance. n. Un-measured flow reducers. Un-measured flow reducers (UFRs) shall be installed on 5/8-IN and 3/-IN meters unless modifications to piping are required. Attachment I includes information and instructions for UFR installation. o. Verifying service working. Successful Proposer shall flush water line after installing a new meter to ensure the meter is registering properly and verify service restoration to the entire premise. p. Valves. If Successful Proposer cannot shut off water using the valve at the meter (details must be documented on a work order), Successful Proposer shall have the option of closing the curb stop, however, it must notify City's inspector immediately before doing this. If the shut-off valve at the meter is inoperable, Successful Proposer shall immediately notify the City's on-site inspector to arrange for repair. Successful Proposer may not use a crimping tool to stop the flow of water. Successful Proposer may use a non-Freon freezing tool. q. Plumbing irregularities. The Successful Proposer shall report to the Project Manager, prior to the installation of a meter, any meter and/or plumbing irregularities including but not limited to meters installed backwards, registers disconnected from meters, taps located before a meter, there are unmetered connections of a customer's plumbing to a service lateral, fire pipe or water main or any other violations of the City's Regulations. The Successful Proposer shall not proceed with the installation of a meter until the Project Manager has authorized such installation. Service line damage. The Successful Proposer shall be responsible for the repair of any service lines damage by the Successful Proposer at its sole cost and expense, unless Installation Manager has reported (prior to commencement of installation) a condition of irregular plumbing to the Project Manager and the Project Manager has authorized the Successful Proposer to proceed with the work. In the event a service line fails during the installation procedure, the Successful Proposer will notify the City's inspector, who shall arrange for the repair by the City. Reasonable direct labor and material costs for such repair will be deducted from Successful Proposer's invoices for repair of service lines unless the City's Project Manager authorized the, successful Proposer to proceed with the work. s. Completed work orders. Completed work orders shall include: meter size and meter type, verification or correction of existing meter and account information, old meter serial number, final reading on old meter, new meter number, new meter register number, premises identification number, MIU ID number, reading on new meter register, new un-measured flow reducer manufacture date ,date and time of installation, name of installer, notice of any problems encountered or repairs made. All information requested on the work order must be completely filled out for the installation to be considered complete and eligible for payment. An electronic copy of all the City of Dubuque Water Meter Replacement Program Page 33 of 116 Request for Proposal work order information must be provided to the Project Manager on a daily basis. 15. Quality control a. The Successful Proposer shall describe its quality control program for its installation crews, including the parameters and the numbers or percentages of installations to be inspected, minimum acceptable pertormance and provisions for dealing with unacceptable performance. b. Response to complaints. Should the Successful Proposer receive a call or complaint from a customer or the City regarding installation, the Successful Proposer shall immediately log the call, including caller's name, address, account number if available, date and time of call, nature of problem and the action taken. Copies of all call logs shall be forwarded to the City's manager not less than once per day. c. Improper installations. The Successful Proposer shall be responsible for replacing any meter, MIU or appurtenances improperly set by its Installer. The Successful Proposer shall correct any damage to couplings, threads, unions or meters by use of improper tools or cross threading by an Installer. d. Leaks after installation. Successful Proposer shall be responsible for correcting any leaks at the valves, couplings or service lines that could reasonably be attributed to the meter installation if reported by the City or customers within 30 days of installation. e. Regular meetings with the City. Contract Manager shall meet with City personnel and not less than monthly to update them on progress against the installation schedule. M. Warranties 1. Meter register warranties. All encoder registers supplied in connection with this proposal shall be guaranteed to be free from defects in workmanship for a period of at least 5 years from the date of installation. Any register that fails during this period shall be replaced at manufacturer's sole cost and expense. 2. All MIUs supplied in connection with this proposal shall be guaranteed to be free from defects in workmanship for a period of at least 5 years from the date of installation. Any MIU that fails during this period shall be repaired or replaced at manufacturer's sole cost and expense. MIUs shall be guaranteed against failure for an additional 5 years such that a failed component will be replaced at a 20% per year pro-rated increasing cost to the City of the original purchase price, or the then currently available purchase price, whichever is less. 3. AMR component warranties. Proposer shall provide all information required in Attachment D to this Request for Proposal. 4. All AMR system.components other than MIUs shall be guaranteed for two -years from the date of installation, including parts and labor. City of Dubuque Water Meter Replacement Program Page 34 of 116 Request for Proposal 5. Installation warranties. All installation work, including materials used in the installation performed under this contract, shall be guaranteed against defects in workmanship for a period of one year or until acceptance of the entire project, or whichever is greater. Any installations that fail during this period shall be corrected at Contractor's sole expense. 6. Failure Rates. Proposer shall indicate the expected and maximum failure rates of AMR system components per thousand units installed, as required in Attachment D of this Request for Proposal. 7. System performance guarantees. a. Each installation performed shall be guaranteed to read using a fixed collection device, as proposed. Any modifications of the installation (replacement of pit lid, repositioning or change of the MIU, use of repeater devices,. etc.), necessary to provide this reading, shall be performed by Successful Proposer at its sole expense. b. The AMR system shall be guaranteed to produce meter reads at an overall success rate of 99% during and up to the point of contract closing. .City of Dubuque Water Meter Replacement Program Page 35 of 116 Request for Proposal IV. SCHEDULE: The following outline represents the project schedule: Request for Proposals Advertised ............................................ Tuesday, October 6, 2009 Pre-Proposal Meeting .............................................................Tuesday, October 27, 2009 Receive Written Proposals ...................................................... Friday, November 6, 2009. Conduct Oral Interviews with Proposers Week of ................ Monday, November 16, 2009 Negotiations ...............................................................................................................TBD Council Award ....................................................................... Monday, December 7, 2009 Submit Executed Contract Documents to IDNR .............. By Monday, December 14, 2009 Contract Begins After ...................................................................Friday, January 1, 2010 Contract Completed .......................................................................... Friday, July 29, 2011 City of Dubuque Water Meter Replacement Program Page 36 of 116 Request for Proposal V. CITY RESPONSIBILITIES The City of Dubuque will designate an individual to act as the Project Manager for all work performed under this contract. The Project Manager shall coordinate the work, and shall have the authority to make decisions in writing binding their respective employers on matters within the scope of the contract. VI. GENERAL CONTRACT TERMS AND CONDITIONS A. Proposal Acceptance. The City of Dubuque reserves the right to accept or reject any or all proposals and waive formalities or irregularities in the process. A proposal once submitted shall be deemed final and binding on the vendor, and shall constitute an option with the City of Dubuque to enter into a contract upon the terms set forth in the proposal. All proposal prices must be valid for 60 days from proposal due date. B. Proposal Award. Unless otherwise indicated in the specification for a proposal, the City of Dubuque reserves the right to award the proposal in whole or in part, by item or by group of items where such action serves the best interests of the City of Dubuque. Awards will not be made based on price alone, nor will they be based solely upon the lowest fees submitted. The award will be made as will best promote the City's interest, taking into consideration the qualifications of the firm or individual submitting the proposal; the responsiveness of the proposal in meeting the requirements and specifications; the quality of the materials, equipment or services to be furnished and their conformity to the specifications; contractual requirements and any additional specific criteria for evaluation included in the Request for Proposal. C. Insurance -See Attachment A. D. Bonding. The project will be bonded for the full duration of the project. See Attachment J for inforr`nation. E. Sales Tax. The City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the selected Proposer to allow for the purchase or inventory withdrawal of materials for the project free from State of Iowa Sales Tax. See Attachment K for a sample, Tax Exemption Certificate. F. Confidentiality of Information. Any submitted information considered trade secret or confidential to the vendor, or rendered via anon-disclosure agreement with the City must be so labeled and enclosed separately. To the extent permitted by law, the City of Dubuque and its agents will hold the submitted proposal and any related materials in confidence if so requested by the vendor. Throughout the evaluation process any information therein will not be made available to any other party unless required by law. No debriefings or scoring sheets will be released before final recommendation. However, after the award, all contents of the selected proposal will be considered public information. All proposal material supplied, including supporting material and information disclosed during the proposal evaluation process, will become the property of the City of Dubuque and will be retained for internal use. The City of Dubuque reserves City of Dubuque Water Meter Replacement Program Page 37 of 116 Request for Proposal the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the Proposer of the conditions contained in this request for proposal, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Dubuque and the Proposer selected. G. Incurring Costs. The City of Dubuque is not liable for any costs incurred with replying to this RFP. H. Caution to Proposers. The City of Dubuque is not responsible for locating or securing any information which is not identified in the RFP and reasonably available to the City of Dubuque. Vendors are encouraged to ask questions to clarify items in this RFP that may need clarification. Contract negotiations. The City of Dubuque reserves the right to negotiate a contract after the successful vendor is selected. Selection will be based only on the proposal and subsequent interviews, if any; therefore, proposals must be complete. Contract Documents. The Proposer's response to this RFP, response to questions and written addenda will become part of the contractual documents upon signing of contract documents. The order of precedence shall be signed contract, response to follow-up questions, response to addenda and response to the RFP. The most recently dated response to an item will supersede other items referencing the same topic. K. Security. There must be a secured administrative function provided to maintain security if on-line access to account information is provided. L. Exceptions. The vendor should list any exceptions taken with items or terms required in this proposal. VII. PROPOSAL SUBMISSION REQUIREMENTS A. The City will not accept oral proposals, or proposals received by email, telephone, FAX machine, or telegraph. B. The Proposal Signature Sheet (Attachment B) must accompany any proposal(s) submitted and be signed by an authorized representative of the Proposer. If the Proposer is a firm or corporation', the Proposer must print the name and title of the individual executing the proposal. All information requested should be submitted. Failure to submit all information requested may result in the City Clerk requiring prompt submission of missing information and/or giving a lowered evaluation of the proposal. ' C. All erasures, interpolations, and other changes in the proposal shall be signed or initialed by the Proposer. D. The qualification proposal and the cost proposal shall be enclosed in separate sealed opaque envelope/box. The envelope/box containing the proposals shall be sealed and marked in the lower left-hand corner with the number, title, hour, and due date of the proposal. City of Dubuque Water Meter Replacement Program Page 38 of 116 Request for Proposal E. The time proposals are received shall be determined by the time clock stamp in the City Clerk Office. Proposers are responsible for insuring that their proposals are stamped by City Clerk Office personnel by the deadline indicated. J F. By submitting a proposal in response to this Request for Proposal, the Proposer represents they have read and understand the Scope of Services and have familiarized itself with all federal, state, and local laws, ordinances, and rules and regulations that in any manner may affect the cost, progress, or performance of the contract work. G. The failure or omission of any Proposer to receive or examine any form, instrument, addendum, or other documents or to acquaint itself with conditions existing at the site, shall in noway relieve any Proposer from any obligations with respect to its proposal or to the contract. H. A proposal may be modified or withdrawn by the Proposer anytime prior to the time and date set for the receipt of proposals. The Proposer shall notify the City Clerk in writing of its intentions. I. If a change in the proposal is requested, the modification must be so worded by the Proposer as to not reveal the original amount of the proposal. J. Modified and withdrawn proposals may be resubmitted to the City Clerk up to the time and date set for the receipt of proposals. K. No proposal can be withdrawn after the time set for the receipt of proposals and for one hundred and twenty (120) days thereafter. Comments as to how the proposal documents, scope of services or drawings can be improved are welcome. Proposers requesting clarification or interpretation of or improvements to the proposal general terms, conditions, scope of services or drawings shall make a written request which shall reach the Finance/Water Department, at least ten (10) days prior to the date set for the receipt of proposals. Any changes to the proposal shall be in the form of a written addendum from the Finance/Water Department or a duly authorized representative. Each Proposer shall be responsible for determining that all addenda issued by the Finance/Water Department have been received before submitting a proposal. M. All proposals received in the City Clerk Office on time shall be accepted. All late proposals received by the City Clerk Office shall be retained by the City Clerk. Proposals shall be open to public inspection only after award of the contract. VIII. PROPOSAL RESPONSE FORMAT A. Proposers shall submit a written proposal that present the Proposer's qualifications and understanding of the work to be performed. Cost proposal are to be submitted in separate sealed envelops. Proposers are asked to address each evaluation criterion and to be specific in presenting their qualifications. Your proposal should provide all the information considered pertinent to your qualifications for this project and requested for in this request for proposals. For ease of our evaluation, please respond to or provide information on items requested in the Scope of Services section in the order and numbering provided in the RFP. City of Dubuque Water Meter Replacement Program Page 39 of 116 Request for Proposal Proposers shall submit one electronic (pdf) version of its written proposal. In addition, the warranty tables included in the written proposal, these tables should also be submitted electronically in excel format. B. The Proposer should include in their proposal the following: 1. Table of Contents -All pages are to be numbered 2. Introduction Cover letter - on company letterhead, signed by a person with the corporate authority to enter into contracts in the amount of the proposal Proposal Signature Sheet -Attachment B 3. Executive Summary -Narrative summary to include the following: a. The Proposer shall submit a list of completed projects and a resumes of personnel expected to be assigned to this project including the name(s) of the partner in charge and any consultants. The successful Proposer shall have aprogram/project manager and field technician located in the Dubuque area. The Proposer shall describe the recent and successful experience of the project team on similar projects. b. Each Proposer submitting a proposal shall include a statement that they will provide all the services necessary to complete the specific project as outlined in the Request for Proposal. The Proposer selected shall have demonstrated an ability to complete projects within specified completion dates and budget. c. Current workload of the Proposer with particular reference to personnel and other resources being proposed. d. Proposed Approach and Schedule: Proposer shall describe the firm's approach to the project. This description should include a clear description of the technology choice, and a brief explanation of the rationale for assigning meters to mobile vs. fixed network, if a hybrid system is proposed. The Proposer shall also submit a preliminary outline of how they would propose to schedule the different elements of this project, including a projected time schedule. e. Describe similar projects completed by the Proposers and include a reference for each project. Provide a minimum of five (5) references, which could attest to the Proposer's past performance to provide services similar to those required for the contract. The list should include contact persons and telephone numbers. Proposers may not use the City of Dubuque as one of their references. f. Evidence of past cost performance, project scheduling and general overall completion on time of past projects. City of Dubuque Water Meter Replacement Program Page 40 of 116 Request for Proposal g. The Proposer shall describe in detail any services that will be subcontracted. Provide name, experience, address, telephone number and qualifications. (If Applicable) 4. Proposal Main Text Response to Scope of Services -The Proposer should address each section of the Scope of Services with an indication of the response that details the equipment and approach being proposed by the Proposer as outlined in the Scope of Services following the order and numbering provided. The Proposer shall identify any exceptions, referenced to the paragraph number, in a sub section titled "Exceptions". All questions and requests for specificity in this request for proposals must be answered. All specifications incorporating "shall," "must," etc., are requirements, and failure to comply with these must be specifically noted as - exceptions. All specifications incorporating "should" "desires," etc., are highly desirable features. Company Profile -Proposers are to present a Company profile that shows the ability, capacity and skill of the Proposer, their staff, and their employees to pertorm the services required within the specified time. 5. Pricing (To be submitted in a separate sealed envelop) -Response to Attachment C 6. Warranties -Response to Attachment D 7. Submit SRF/ARRA Forms -Response to Attachment G 8. Appendices -are optional for Proposers who wish to submit additional material that will clarify their response. City of Dubuque Water Meter Replacement Program Page 41 of 116 Request for Proposal IX. PROPOSAL EVALUATION AND SELECTION PROCESS A. Proposers are to make written proposals, which present the Proposer's qualifications and understanding of the work to be performed. Proposers are asked to address each evaluation criteria and to be specific in presenting their qualifications. Proposals should be as thorough and detailed as possible so that the City may properly evaluate your capabilities to provide the required goods/services. B. Selection of the Successful Proposer will be based upon submission of proposals meeting the selection criteria. The minimum selection criteria will include: Criteria Total present value of initial and on-going costs to acquire, install, operate and maintain the system. Conformance to Requirements. Degree to which proposal meets technical needs of the City of Dubuque. Exceptions will detract from overall rating. Experience and technical capabilities of the firm and Project Manager and staff assigned to project. Proposed project management systems and procedures. Financial strength and stability of Proposer. Experience with proposed system. Installed base. Includes subcontractors. References and past cost performance, project scheduling and completion on time of past projects. Extent of coverage on system components. Performance guarantees. Protection in the event of excessive failure. Training and support programs. Responsiveness of support. Ease of ongoing system maintenance. Ease of installation, use of software. Quality of written and oral presentations. C. Selection will be made with one Proposer deemed to be fully qualified and best suited among those submitting proposals. Negotiations shall then be conducted with the Proposer so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with the Proposer so selected, the City shall select the Proposer, which, in its opinion, has made the best proposal, and shall award the contract to that Proposer. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the Proposer's proposal as negotiated. D. Selected Proposer shall be required to sign a Contract with the City of Dubuque incorporating all the legal requirements and provisions defined in this Request for Proposal. The Contract shall be the governing document for the project. The following documents shall be attached to the contract and made a part thereof. 1. This request for proposal. City of Dubuque Water Meter Replacement Program Page 42 of 116 Request for Proposal 2. Successful Proposer's response, including any and all affirmations of compliance with the requirements contained in this Request for Proposal, pricing responses and all other components as enumerated in Section VIII.B, and any exceptions or proposed alternatives to such requirements accepted by the City. 3. Such other supplemental written requests by the City for additional information or specificity, and Successful Proposer's written responses. 4. Any other documents governing the project as developed by the City and the Successful Proposer in the course of negotiations. In addition, specific schedules, procedures adopted by the City and the Proposer for managing and conducting the project and providing the required services shall be incorporated into a Detailed Statement of Work, which shall be attached to the contract: Rules governing non-cost and non-schedule changes to the project embodied in the Detailed Statement of Work shall be defined in the Contract. City of Dubuque Water Meter Replacement Program Page 43 of 116 Request for Proposal Attachment A Insurance Specifications INSURANCE SCHEDULE B INSURANCE R1wQUIREMENTS 1'OR ARTISAN CONTRACTORS OR GENERAL. CONTRi4CTOR$ TO THE CITY QF DU~U~U~ 'I . All policies of instaranGe required hereunder shall bt:r wifh arl Insurer authorized to dv business in lovsra. Atl insurers shall have a rating of A or better In the current A.M. Best Rating Guide. 2. All Certificates of Insurance required hereunder shall provide a thirty (30) day notice of cancellation to the City of Dubuque, except for a ten t'l~) day notice for non- payment, if cancellation 15 prior to the expiration date. 3. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I. Such Certificates shall Include copies of the following erldGrsen`-ents: a} Cor>~mercial f~eineral Liability policy is primary and non-GOrjtributng b) Commercial General Liat~ility additional insured endorsement-See Exhibit l c} Governmental Imnnunities Lndorsernent _ _- ~ chalk upon request, provide Certificates of Insurance for all subcehtract~rs and sub-sub cQntractQrs who perfcrrrn ~rorle ter servittes pursuant tv the provisions of this contract. Said certificates shall meet the insurance requirements as required of~- 4, Each certificate shall be submitted to the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain ®r maintain the required insurance shall be ec~nsldered a material breach of this agreement, l~. Contractor shall be required tc Garry the following minimum coverage/limits or greater if required by law or other legal agreement; as per l=xhibit I. 'This coverage shall be written erg an occurrence, not claims made form. Form CG 25 03 03 97 "Designated Construction F~ro~ect (s} General Aggregate Limit shelf be included. All deviations or exclusions from the standard lSQ commercial general liability form CG p~'I shalt be clearly identified. Governmental Immunity endorsement identical or equivalent to forrn attacht?d. 1 of ~lanuary ~ttg8 City of Dubuque Water Meter Replacement Program Attachment A Page 44 of 116 Request for Proposal Insurance Specifications INSt.1RANCE S~H~~UI~~ ~ (Cbntlnue+d) 1NSU~tA1~ICE Rf~t~UIR~M~N~'S1~~1; ARTI~Ai~ ~~NTaA~T~RS s:]R +~~N~RAIM CaNTRAGTOR5 Tt] THI: ~17Y UI° ~tJ~Ut~UE Additional Insured Requirerrlent ~ fee exhibit I, ~"he City of Dtak~uque, including ail Its elected and ~ppolnted officials, all It ~m~loy~es and volunteers; all Its beards, corrtmis~ii~ns andlar authorities ~r1d _ their board member, employees and volunteers shall be named as an ~~ditC~nel _.. irysured en ~ener~l Liability P~licie~ fbr all Cl~sse~ ~f d~ntr~~ters, Class A; B~ and ~ Cbritraator~ shall include cx~v~ra9e for `e t ity of t~~,buque as an add3fiori~i insured' inclu~ing ~nao.~ artd c ~~rt etd o e ~t.` coverage equlv,alent fo:ISO Ct3 2trl 10 07 Og "~ C~ ~ 37' C17' 0~.*' ~`iS0 ~~ 20 10 17704 i`~ddit~nal Inured~c~wrier~, twessees ar ~ontractors'~- ~chedulec! Person of organization' "~I~Q ~Ci 20 ~" +0704 "Adritigrta% It~~ured -- +~vtners. Leese®s er Cr~~traetors ...: ~orrtpl~ted Operatit3ns" Crrmpletlbn Checklist t~ftlflcate.ettlal~Illty Insurance t~ paged} l~egnated Cor~structiort ProJect(s} Gendral Aggregate l^Imlt,~~ 25`~~ ~~ fl7 t2 pages) Addltl~n;~ll Insured CG 2010 07 0~4 Aclditlenal 1rlsured C~ 20 3? D7 04 Gdvernmelrtal Nmm~lnltles indorsement 2 Qf ~ January ~()t):l3 City of Dubuque Water Meter Replacement Program Attachment A Page 45 of 116 Request for Proposal Insurance Specifications INSURANCE SGHEDtJL.~ l~ (~ontinuedj EXHIBIT t - Contactors Insurance R~quitetn~nt$ Contractors shall prf~vide Tate Gi#y of >~ubuque with a current Certificate Af insurance far this spclfic project, which is in conformity With this I^~chibit and the ~ontrslat, The rraquirernents below are the minimum allowable, ~L-A~1~ ~,. ~er~eraC ~vntreter~, Contractors, Trade Gontraetor~, ~u~~or7tr~t~r~, i~b dub Contractors, who perform the fallowing work: ~~nctete F~iscalianecr~le Steel Der~rolitio+~ Paving ~ ~iurfacing E~IrthwQrk Files ~ Ca~alrts Ell~atrlcel Piumbing Systems Elevatota Prlr~cast Cgr~orete Fiber Optlas l~einforcer>nent Fite I~totection R~Qfirtg ~ Sl>!et~t t'~Ietal Fireprr~ofing Site Utilities HV~1~ Special Cor~s~>r~lation Masonry Structural Steil ~ I~r~irking general viability {Occurrence Farm t~nly) Comrnerolal ~ener~il Liability general 1"k~' regaite ~frntt ~I ,Q~Q,R~~I~ products-Carz~pleterl (~p~;ratlrinsAggregate Ltmlt ~,f3DC?,t~gg ~'ersonel and Advertising Injury Limit ~1,gt)4oD00 each Q'vUrr~n~f~ Limit ~,l~Qt1,~4~ Fire Damage Ltrnlt (any one occurrence) $ Sg,gGg Medical Payments 5,00 AdditiQr~~l lnsure~~ The City of Dubuque, ir7aluding all its elected and appointed officials, all its employees and volunteers, ail its boards, camrnissians andlor authorities and their t?oarrd rrlem~ber~, ernployeos and volunteers shall be named ors additional insured including ongoing operations G~ 2a 10 Q7 Q4 or equlvalant, and completer! ope~atiena CG ~~ 37' 0~ 04 or egdivalent. See Specimens Automobile "l,t~~0,~t10 (C+arr~bined Single Lirnit~ Standard Workers Compensation ~ with waiver cif subrogation to The City of Dubuque Statutory for Coverage A Ernplcryers viabill#y4 Mach Accident °i~t~,g~fi Each I~rnplc~yee-Disease 'I Q~FQ{~Q Policy limit-Disease ~ ~gg,QgQ Urnbretia $3,ODQ,g00 +~f 3 January ~OD8 Request for Proposal Insurance Specifications AC+t~f~~7 ~ERTI~~~~T~ ~~ LIA~I~, I~`~ IN~~~~~~ °ATEILILV~fYYY~7 ~~ 7 zoos - - - PROVVCEq (563)123-9567 FA% t563j se7~55o3 Insurance A9encY Stx~t AddsOSS - THiS CERTIFIOATE IS ISSUED AS A TTER, OF MFORINIATION ONLY AND CONFERS NO RIf3HTS UPON THE CERTIFICATE HOI.OER. TH1S CTsR_ Ti~FICATE DpEB NOT A~1END, EXTEND (3R ALTER THE C,QVE GE-AFB TLDEO ~Y THE pO~ICIE Cit ST Zi Code - -- iNSI)RERS AFFORDING COVERAGE NAIC M INSURCD INSUR€xAr in~uranca Cfy>a an Company wSVxEx a Stree g ki$l1~Ex G svxEre D Ci St Zi Coda stsuxTxE, 7HE POLIC4ES OF INSURANCE LISTEp BELQW NAVE BEIrN ISSUED 7P THE INSURED NAMED ABDVE FOR THE POLICY PERI09 IN9ICATED- NOTYNTH3TANOINO ANY REC!IhREMEM, TERM OR CONOrTiON OF ANY CONTRAOT DR OTHER OOCUA&ENT YRT3# RESPECT TO VJHICN THIS CERTIFICATE MAY ®E ISSUED OR MAY PERTAIN, THE INSURANCE Ai~ORD€D BY THE FOL1Cf£B ,OESCRiRED HEREER 13 SUBJECT Ti7 ALL THE THRMS„ EJICLUSION9 ANiD CONDrTIONS OF BUCII POLICIES. AGGREGATE LIMITS SHO§tSJ MAY FUtVE SEEN REOUCEA aY PAID CLAIMS. INS~R - TYRE O6UFSAgANCE PDL.FCY NVIASER DATE lir4NC @ PD~ATE L1XMN~~ LLMITs iTENERAL LIABLLI7Y ACK OCGURRlNCE B S 1,000,000 x Ci~IDIixCWLG6NFT7ALLIASRITY A PxE1~~ESEa~a:cut~ea s 50,000 J'A x ctRats LU+DE ~ 4CCtiN7 MEA E7tP M sn~ aan ; 5, 000 Pe SOrA a VINdU~ #--- 1x000,000 _ 6EPNiRAI AGGREGATR S 2,i10O, OOD _ CErIL AGGREGATE LMI9YAPPLIES PER' PR T _ 5 1,000,000 PDifCY 7[ P LDC _ -._ _- APT OMCBNELN~l1TY - ~. CO!A@INEO $IN4Lt?LII.fSY' s 1.000 s 000 X AJnAVTa IEae6sA0en1) A ALL [WAWA AUTO acwLr INAIar s sce~AV~~AAVaas IPuParxan) . ,..~a . NWlD Ai7IO~ DODILY INAIRY ~ NON G'n7lE9 AVTOS [Per arcVdanl) PRDPpiTY pAMAOE ; -.- __ _ ~ (Per accldan7 CAgAOE LNDR.ITY AUYOONLY-EA ACCt6$NT i ANYAUTO OTNER THAN EA94C - _ _. -- i " AUTO ONLY- ADC ! A -- -- E7FCE93NMDRELlAL1ADllr1Y -. . c uI ; 3,000,000 R L~CUR ~ OLA9k5 AUAIE AGGREGATE S 3, 000, OOD i DEAUCT~LE . 1e : - x ~GN tl II - - _. ~ - ~ - - 5 - A W¢p1itRSt4MPEN5ATICk1 AND . ( ~ ~1 gip~(~ Try X YLIMITS ERA EMPLnYER$' LIABakTY FP!>•=NOPRIEiORN'ARTNER+EXECU'RVE A V ~ ~~ `7 ~L EACH ACCIAENT E 10O, OOD , OFFIUEMOLR@XCLUOE01 . ~ E .L DISEASE-EA EMPLOYEE S 1OOr000 @ S d~v4e velar 6PECIALP AN)NR km E.L DISEASE-POLICY LiMR S 500,000 OTFM€R DESGRIPi14N OP 4VCpAl1OtIS1L~AT10NtlfJENI'OLE9TlXCLUSlON9 ROOl6 BY EN6OR3EMENTYSPECIAL PROVIl19N5 4ity al Dubuque i11 as addikifanal insured opt goDOra1 liability ~aoliaies inpluding ongoing A completo9 ogorak3oan coverage egAivalent to SS9 CC X010 0704 6 C9 2037 0701. General Tiability poling is primary anon-dontriboting. ibs-m CP 2503 0997 "Deaignatecl i?ro'Jaata" genaxal liability aggYatjate limit i8 inoltided. Gow~rnmental ia~wnities endorsement i# Included. NaiVar O~ BvbYagation Sn PaY9r n>! City pC Putau don ugrkara pOmPgnBatinq is inDludt<d. neaar~e~n a~rv un~ neo (`A I.IRFI I aTlf)N bN0UL4 ANY OP THE ABOVE 4ESP.xiBlD PALIGlE6 $E CANC'ELLlD DEPCNiE THE Ci t'~P ip~' E)L'Iblkt~Ue @fIPULATION BATE THliIEOP, TWE ItltlUING INSURER MALL !NDlAVOR 70 HAIL 6O WQSt t ~.3 ttl S t]C49t ~D DAYb YaRiTTEN NOT1C! TA THE CERTIFlCATB N~DEx NAKED 1O t11E LEFT, FDUT DUkJ41CjL1®r IA 5~ 0 D ~ FAILURE TO bA-sA $IfALL iMFOSC NA Od11GATpN ox Lwa1LRY OF ANY KN7D uPDN THE INSURE ff$AGENTSOgRINRL~'@NTA7Nl5. _ _ AUTHORRED glPREtllNTATME ACaRD 2s taoovoel INSO~SIDmtllD4 AMS V8'A&latpnpa 5al~tiaM, VA, (~d171'9-0dl~i1S B AC4RD CLiRPQRATICIN 1988 Pape 1 Q2 City of Dubuque Water Meter Replacement Program Attachment A Page 47 of 116 Request for Proposal Insurance Specifications IMPbRTAN7 tt ttFE! C!9rtlti~t@ hokter is aii A~t71TI0i~#At. tNSt~t'tEf7, tttie potia~!(1es) must be eridcsrsed, A stnte+ntlrit on thta. curtitft+t does rcpt cnrrt~r rigliis to ttie ~eitlncate holder in Lieu of suola eridcsrsement[;s}. lt_SUDRO~aATI~N IS WA1ifEt3, aubleet ira the terms ensf ctrtlti0rts of the po[tcyP certd€n po![cies rrray require. ai pndarsem8nt. A ~t~terrient on this Geititlcat~ does riot confer ['{gh~ to the c+arti ficate holder 'In Rau rit- suctf andorsemanl(ej, I~ISCLAIMA~R The Geti>>~ of insurance.an the averse ;tide of this form deer +~pt ppnsUtute ~ pontrrscf bsin the issuing` 6nsurer~s}, auii.,•ruec~ reprnr :~:.:i_er prpttr, eft th° T . rfJf .•~:r^ ~ot~tgc, nor clrses it ~~rrtlvsly irr negalvely emend, extend nr sitar the covesace after hY the pollc~s iisircl tt~^rn.n N ~C ~ 8 SP ~~ ~~s ~ 11M3- Py. tr~3 City of Dubuque Water Meter Replacement Program Attachment A Page 48 of 116 Request for Proposal Insurance Specifications cs zs os os sz i'~11~ L~N170R~EIV~E'MT C~IANC~~S Tf~~ P41.ICY. P~~~1SE R~A~ Il' ~A~~~UI.LY. DESI~N~-7'~~] Gt3NSTF~UG7 ~aN RR~JE~~'~~~ ~~~A~ A~+~~i~~AT~ LI~1/11T This endorsement modiFres insurance provided under lt~e tnllowing: COMMERCIRl. CENt=1~AL LIABiLiTY CClI.'I;RAG~ MART SCHEDtJLE ~estgnatad constnaction Proj~scts: . i i;if nn entry appears above, inlortnetion required to complete this endorsement will be shown in the Declarations as applicable to tl1i5 endorsement) A. p`nr aft sums which -the insured becomes IegalhY obligated to pay ns damages causer) by 'dccur- renc$s" under trQVERACE A (SECTIn~I I), and fnr .all medical expanses caused by accidents under Cf3VEFtACE ~ i;SEC'tlOlU 1), which can ~e attributed nniy to ongoing nperatinns at a single designated construction project shown in the SchBCIuIQ above; 1. A separate D$signated Canstructlan Project General Aggregate Limit applies to each. des- ignored construction pr4]eci, and that limp is aquae ~ the ariii~unt of thb General Aggregate Limit shown in the Declarations. 2. The 17eslgrtated Construction Project General Aggregate Limit Is the mast we will pay far the sum of all damages under CO7VEl~AGF A, except damages because of "bodily injury" nr ~'proper~y damage" inClltded in the "pruducts- enrripleted operations hisXard", and for madly cal expenses under C4?VEFiAGE C regard- less of the number af: a. Insureds; b, Claims made or "sullen brought; nr a. Persons ar organizations making claims or bringing `suite`. 3, Any payments made under COVERAGE A for damages or under COVERAGE C tnr tT?edioa! expenses shalt reduce rite Dasig- meted Construction Project Gpnaral Aggre- gate Limit for that designated construction project. Such payments shall not reduce the Cenerai Aggregate Limit shnvrrf In the D€cls- rations oar shall ttr$y reduce sny ether CG 25gSg387 designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule abovaq 4. The limits 3how~n In the Declarations far Mach Uccurrenca, Fire Damage anti Meriicai ~x- pense continua to apply. Hoavpr, inskead psi being sub)'ect to the General Aggregate Limit shown In the Declarations, such Umits wilt be subject to the applicable Designated Con- stri'ctit~rt ~rojeet Generol Aggregate t.`smlt, ~. P'or all sums which the insured Becomes .legally obligated to pay as damages caused by `"a+ccur~ rences" tender GQVERAGE A (SECTIO)N 1), aria for alt medical expenses caused by accidents under t;CVEf#Ai3E C (SECTION 1), which cannot be attributed only to ongotng operations at a sin- gia ~#esgnatad construotlan proje=ct shov+rn in the aheduls above; 1a Any payments made under COVEFtAG>;. A far damages or under CoVERACE t for rnedic'~i expenses shelf reduce the amount available under the GenCtral Aggregate Limit ar the Prnducls~Cnmpleted Qperatlons Aggregate Lbnlt, whichever Is applicable; and ~, Such payments shall not reduce sny pesig~ noted Construction Project Goneral Aggre- gate Limit. Page 1 olf ~ City of Dubuque Water Meter Replacement Program Attachment A Page 49 of 116 Request for Proposal Insurance Specifications C. When coverage for iiabllity arisln$ aut 4f the "products-Apmpleted operatlans hazard" is pro- vided, any payments for damages because Af °tsodily injury" or property damage" Ineludsd fit the "producks-oamptetad oporations hazard" Will reduce the Products-CAtnpieted t'?peratlans Ag- ~regate Llntit, aryd not rad~uce the general Ag- gra~aks Limik nor the D€signated ~onstruetian Projebt ~tsneral Aggragat8 Limit. L7. If th$ epplibis designated construction prAject has been abandoned, delayed, ar abandoned and then restarted, or if the authorized contraot- ing parties deviate from plans, blueprints, de- signs, spaclfiGatians or ttrnetables, the project will soil be deemed to tie the same construction pro- je~t, ~, The previsions of Limits Of Insurance (SEt;71pN 111) not otherwise modified by this endarser~ent shall continue to apply 89 stipa~tated, Copyrlghtt Irsurance Services Of€lce, Inc.Q 1896 Pale ~ of ~ City of Dubuque Water Meter Replacement Program Attachment A Request for Proposal Insurance Specifications ~~ 25 Q3 t!3 97 Page 50 of 116 Pt,~i~ICY MU~i~i:1~: G~CClC~IE~ClAL G1=Nf~1~A~ I.,IA~IL~ITY CG ~4 'I O Q7 Dd `~HI~ EN~]tJR~~#~MENT ~~A~C~~ ~~~ ~QLICY, i~l.~~~~ Ft~A~J IT ~,4M~~F~~,LY. ~h~T~A~`TCi~ -- ~~~~pl~L~© ~E~~~N ~R .~~~11~4T1t~ Tt1i ndarsenrrt~nt madlties insuranae pravfded under the falttawnp, ~U~tl+~tt=F~~If~t. G~N~I~L LiRtLl'~"1` ~~7itEi~t~i~ P'Ai~"I" SCtt~tJirL -- IN~rrtrr t~Adstltlptr+~l Irleured i~'~t`son(~~ t7f' dr enl~trtiar;< ~ ; ~'h Cft~r ~~ ~u~~tgiue, irtcludrtg ell C~ ~fiect~d alnd ~pp~iflte~ offi~~~ls, ~Il its ~mploy~+~s end volunt~er~A ell Iks t~~~~~, ct~fmfmis~inrt end/€~r ~uthotle~ and-th~ir,b~~rd merft~ae~r, errtp~~~ees.~ihtl vt~)ut~t~ar~~. ~aartt~r~l~) ~~avered d~s~tettdr-e irYtaftn~tlon re aired to-:com Iet~ #Ftis Sbheduie. It nbC Shawn abAVB will 6e ~hQwn in the geGiereiit~nS, A. ~eftl~?~+ Il ~ tNha ~ An Ir-~rar~1 l~ $mended to Include a~ pn ~~~iCtlon~i irN~ured th~r person(sj ar D1`~t;rilzetCbfl(S~ siipwvr# in khe Stt~duie, but ably with respeat tra lidl~llity fA~ °~tly 4n~#~", "Pr~p~rtyr tlam~ge" +or "per~onet ~~1t1 advet#Cslrrg 1nJury" ~eust~d, r- uwhale or in pert hy~ 1. Y~iur et car pmt~ic~ns; qr ~: I`h~ note nr ~mr~eiatts rs} Ci-fase acxsnp ;~n yaur b~halt CG ~tl 10 tly 114, In the perfofmanee of your an~oing apor~ti©n ftar the eddillbnal lnsurr3+d(t;) ~~ the lacatian~s) de~l~. Hated abo°Ve, ~, -~-iith re~~ect to the lnsurence affi~lf~~d #~ th+~se uddlfianl 111ured,~, the ~f~IC~wing additidrial excltr- slone apply; This Tnsurena~ ~toa not apply t~ ,`tiedily In)ury" ar "ptap~~fty damage" aGG~Sirng otter. ~~~~ ~ t City of Dubuque Water Meter Replacement Program Attachment A Page 51 of 116 Request for Proposal Insurance Specifications i. loll work, Including materials, parts ar equip- tngnt famished in aar~neatln-~ with such wrack, arc the protect (other than serv'IGe, maintenance or repair} to be performed by or on t~ehaif aP tt~e additianat tnsured~s} at the location of the coverr:d operations has been completed; or 2. 'That portion of '"your work" out of which the injury or damage arises has been put to its 7r~- tendad use by any parson ar argarilzatlon attter than arrothar contractor ar sutacontraGt4r engar~ed fn performing operations Para p~rincl- pal as a pan oP the same project. Art terms ane~ c4ndltlons of this policy apply un~tess modified by this endors~mant, Page ,~ of ~ ~ ISU Praafirvtties, Inc., ~©04 ~~ 2t1 10 t17 t)4 City of Dubuque Water Meter Replacement Program Attachment A Page 52 of 116 Request for Proposal Insurance Specifications I~C7LIQY NUiNl3~R; ~aMl-~~:~~IAt, ~~NEI~r_ uasi~,r~+' Ct~ ~Q 37 Q7 t7A Tlii~ ~NBt~t~SEMI~NT GHANG~S '~Fii< POLICY. Pt-~AS~ READ IT GAR~~ULLY. A~DI~'I(~NAL lt~St,1F~~~- ~' C~WN~I~S, L~S~~~S ~ fihls endot~cment tlrtadl~3s irtiPrmrtcp grQVidpd under tltg fpli~Wing Q~4M~~tGiAl» ~~~lEfaAL LIA~itwZ'I"Y Gc~vI~AG F'ARE' CFi~~tlLl Name ts3f ~4dt#iti4nel ii7gured F~arS~n(s~~ 4 C-r dnisallor- s The City raf t~ubuque, inclu~n~ a!I `its e~e~t~d er~d a~ppontecl oi~iis, ali its errlpioy~~s end voiuntrs, all its beards, ommissier~s'endlar author~tles end their I~c~arci ~ember~, erYtpioy~~~ an~i voiunte$rs, Locetiorw And t3~~orlption D~ ~+ampteiad ppar~tlontt; tr-fo•rrnaRor', re aired io coat I~te thls:Schedule, if nol'shown above. will tae shown In`the r~eclarations, Sua#f~n -:11 .°• YVha la An )rieured j~ aehdQd to #Pie Maori de~lgnatad aad +~~s~ctlb~d i the.sehedule Inciu~le ~s ar adci~tt,~hal IrtsuretE th~a person~~p ~r o[ tls entforsomenl perForccl for- that addi~orial tn~ organlzdtinn(sJ sn~s•ot1 th Ilia Schedule, but aril}• with sand and Included in itlo "produols-connpletdd' ~~dr~i» respect to iiahility for ^bddliy injury"" a~ "property lions hazard`'. damage" ceus~d, In v~hol~ dr trR pert, by ~~our r~orx" bl Ail kertn~ and o+~~idlticarr~ of this #tral#pY apply ~nieas ttiotilfled by thla p~~~irsement. twt'~20 ~~_q7 p4 C~}11(~ Propertlds, Iris.. 20p4 Pag$ °I of °I City of Dubuque Water Meter Replacement Program Attachment A Page 53 of 116 Request for Proposal Insurance Specifications Ci~`f ~F I]t~SUC~t~~, f~V11A ~OVksRNi~IrtJT'At_ tlMUtVN71~S ~NDt?~S~tiAIrPtT Nonwayer_c~f Cny~rnmenta3 lrrtrnun'tytty. The insurafce c~rri~r expressly agrees and states that the purchase of this policy end the including Qf the City of subaqua, Iowa as aln Additional insured does not waive any of the defenses of govet`rtn~tental immunity available to the Clay of t~ubuque, tows under Code of lowe Section 670.4 os it is now exists and as it may be amended from time to time. ~. Claims Coverage Che insurance carnet further agrees that this policy of insurance shell cover only those claims not subjeck to the defense of governmental immunity under the Cade of laws Section 670.4 as it now exists end as It may be amended from time to time, These claims not subject to Code of lowe Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assert'on of tgavernmont Immunit .The City of Dubuque, Iowa shod be responsible for asserting any defenst? of governmental immunity, and may do sc at any time and s~latl da so upon the timely written request of the insurance barrier, 4. Nan-Denial at Covereoe. The insurance ci~lrrer shall nqt deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing tc~ the City of Dubuque, Iowa under this policy for reasons of goverrrt~iental immunity unless and until o court of competent jurisdiction has ruled in favor of the defense(s) of govemrental irmunity asserted by the City of Dubuque, laws. No Dther Change in Policy. The above preservation of governmental Immunities shall not otherwise change or alter the coverage available under the policy, SPECIMEN "Nof1 January ~q08 City of Dubuque Water Meter Replacement Program Attachment A Page 54 of 116 Request for Proposal Insurance Specifications Attachment B Proposal Signature Sheet My signature certifies that the proposal as submitted complies with all Terms and Conditions as set forth in this RFP for the City of Dubuque Water Meter Replacement Program. My signature also certifies that by submitting a proposal in response to this Request for Proposal, the Proposer represents that in the preparation and submission of this proposal, said Proposer did not, either directly or indirectly, enter into any combination or arrangement with any person, firm or corporation or enter into any agreement, participate in any collusion. I hereby certify that I am authorized to sign as a Representative for the Firm: NAME OF PROPOSER: ADDRESS: FED ID NO: SIGNATURE: NAME (print): TITLE: TELEPHONE: E-MAIL: FAX: DATE: SUBMIT THIS FORM WITH PROPOSAL City of Dubuque Water Meter Replacement Program Attachment B Page 55 of 116 Request for Proposal Proposal Signature Sheet Attachment C Component Pricing Proposer must provide prices for the equipment specified below and submit in a separate sealed envelope. Indicate `'NA" (Not Applicable) if the particular equipment described is not incorporated in Proposer's system. Proposer must respond to each line item listed below; lump sum proposals will-not be accepted. Proposer must include any additional equipment not listed in the tables below that is required to provide a complete and working system. The City intends to replace all existing meters and install MIUs, encoder registers and un- measured flow reducers (where applicable) as indicated in the tables below. Proposer shall provide pricing for all meters in the following tables even if the indicated quantity is zero so that the price will be known in case a decision is made at a later time to replace or retrofit one of these meters. Proposer should clearly indicate on the following tables if Proposer intends to replace a given meter with a different type (e.g. replace a single register compound meter with a dual register compound meter). It is expected that the City will purchase about 500 meters and MIUs a year during the contract period to accommodate system growth. These units are not included in the quantities shown in Table C1. These meters will be installed by th.e City. The sizes of the meters will be predominantly 5/8-IN. Pricing provided in Table C1 will apply to these meters and MIUs. Prices indicated shall be for normal installations (as defined in Section III), exclusive of repairs to or modification or replacement of service lines, valves or customer's plumbing. City of Dubuque Water Meter Replacement Program Attachment C Page 56 of 116 Request for Proposal Component Pricing Attachment C1. Meters to be Replaced Meter Size and Type No. of Meters* Unit Cost Meter g, Registers Salvage Credit Net Unit Meter & Register Cost Total Net Meter & Register Cost Unit UFR Install Cost Unit MIU Cost Total MIU Cost Total Unit Install" Cost Total Install Cost 5/8-I N 20,615 3/4-I N 617 1-IN 557 1.5-IN 209 2-I N 253 3-IN compound 60 3-IN turbine 3 4-IN compound 34 4-IN turbine 7 6-IN compound 7 6-IN fire line 2 8-IN fire line 1 Total 22,365 ~ ~ ~t_ 4 ra ' _' ~W E ~ `' *As of August, 2009 City of Dubuque Water Meter Replacement Program Attachment C Page 57 of 116 Requestfor Proposal Component Pricing Attachment C2. AMR System Reading Equipment and Services Proposer must identify recommended quantities where indicated by triple asterisks (***) Proposer must identify any additional items/quantities that it recommends the City to purchase to operate its system and reasons for the additional quantities. Equipment Description Quantity to be supplied Unit Cost Total Cost Fixed network data collection units, including firmware and Installation *** Fixed network repeaters and Installation *** Backhaul communications from data collectors *** Field programmers, including cradles, accessories, firmware and software *** Field tester/reader, including cradles, accessories, firmware and software *** AMR control computer software *** Interface to billing system *** Other (describe) *** Other (describe) *''* Total Describe additional quantities of items other than those specified by the City and reason for the City purchasing these additional quantities for operating the AMR system. City of Dubuque Water Meter Replacement Program Attachment C Page 58 of 116 Request for Proposal Component Pricing Attachment C3. Annual Costs of Maintenance or Service Contracts/Agreements Proposer musf specify the annual cost of fhe system's maintenance orservice confract or agreement, for each year during the projected 20-year life of the system. Also describe what is provided via the maintenance/service contract/agreement, particularly if coverage would change during the course of this time period. Reference may be made to appended contract/agreement documents. Also note if multiple levels of maintenance contracts/agreements are available. Year of System Life* Annual Maintenance Cost Description of Contract/Agreement Coverage Year 1 (2011) Year 2 (2012) Year 3 (2013) Year 4 (2014) Year 5 (2015) Year 6 (2016) Year 7 (2017) Year 8 (2018) Year 9 (2019) Year 10 (2020) Year 11 (2021) Year 12 (2022) Year 13 (2023) Year 14 (2024) Year 15 (2025) Year 16 (2026) Year 17 (2027) Year 18 (2028) Year 19 (2029) Year 20 (2030) Total Maintenance Costs over 20-Year Project Life: *Assumes the first year amaintenance/service contract/agreementtyill be required is 2011, since the initial system elements will be furnished and installed in 2010. City of Dubuque Water Meter Replacement Program Attachment C Page 59 of 116 Request for Proposal Component Pricing Attachment C4. Proposed Replacement Costs for AMR System Components The City is expecting 20 years of useful life from the AMR system provided through regular and routine maintenance and replacement of system components to keep the system fully functional. The selected Proposer will be expected to supply replacements for items initially purchased so that the system is serviceable for 20 years. In the table below, for each item noted, specify the year the Proposer recommends replacement of the item and the cost for which the Proposer will make the replacement in the year identified. Equipment Description Quantity Year of Year of Year of Year of Initially Replacement Replacement Replacement Replacement Supplied #1/Quantity #2/Quantity #3/Quantity #4/Quantity Replaced 8~ Replaced & Replaced 8~ Replaced & Dollar Amount Dollar Dollar Dollar Amount Amount Amount Fixed network data collection unit - *** entire assembly Fixed network data collection unit - replaceable sub assemblies ;,** (please describe in space provided below) Fixed network repeaters *** Fixed network repeater batteries *"* Field programmers, including '`** cradles, accessories, firmware and software Field tester/reader, including *"" cradles, accessories, firmware and software Interface to billing system *** Replacement transmitter batteries ''"` Labor to replace transmitter *"" batteries Other (describe)- *** Other (describe) *** Total per Period: Total Re lacement Cost: p il~i '~ I ~ ICI I'~I ,I'IC~;'I ICI ~'I i ! I Ir~~~ ~ {{ I~ I ~i ~III'~I 'i~~ I' ~i i ~~ ~ li ~' ~ ~~I, ~,,, H I V ~I i lli 'i, 1 l~i ~i 1; ~ I I II i II it ~I I I I u ~ i i II ,~ III III I iVI p~ I u, III I GIB I ! Describe replaceable sub-assemblies for fixed network data collection unit The pricing in Table 4 represents the maximum dollar amount that fhe Proposer will charge the City for providing replacemenf products and services. City of Dubuque Water Meter Replacement Program Attachment C Page 60 of 116 Request for Proposal Component Pricing Describe in the box below, the mefhodology that was used to compute the future costs of replacing fhe noted items. All future values are to be expressed in 2009 dollars. Attachment C5. Ancillary Operational Support, Materials & Supplies Proposer must specify recommended quantities where indicated by triple asterisks(***). Quantity Item Description Unit Cost Total Cost to be supplied *** Initial and/or only on-site training, 8 hour day. Includes all travel costs. *** Subsequent training, 8 hour days. Includes all travel costs. *** Splice kits or connectors per manufacturer specifications. *** Other (describe) Total: Attachment C6. Cost Proposal Summary Sheet Table Description Total Cost No. ~ Meters/MIU provided and installed, along with installation of UFR 2 AMR System Reading Equipment 3 Annual Maintenance Costs 4 Proposed Replacement Costs 5 Ancillary Operational Support, Materials & Sup lies Total: City of Dubuque Water Meter Replacement Program Attachment C Page 61 of 116 Request for Proposal Component Pricing SIGNATURE This cost proposal is submitted by: NAME OF RESPONDENT COMPANY: SIGNATURE OF AUTHORIZED PERSON: PRINTED NAME OF AUTHORIZED PERSON AND TITLE: DATE: City of Dubuque Water Meter Replacement Program Attachment C Page 62 of 116 Request for Proposal Component Pricing Attachment D Failure Rates and Replacement Costs Proposer shall provide expected failure rates, repair prices and costs of battery change-out (if required) and other maintenance costs for meters (including registers), MIUs and DCUs that will give the City a true representation of expected operating and maintenance costs. These costs shall be included in the City's evaluation of total system costs. Failure Rates. Proposer shall indicate the expected life in service of the system, if other than 20 years, and modify the replacements costs referred to in Table D1. Proposer shall provide annotation for any underlying assumptions that may reasonably be deemed necessary to explain these numbers. Table D1. Meter Interface Unit Failures Year After Unit is Installed & Accepted Expected Failure Rate (failures/1000 units/yr) Pro-Rata Replacement Cost Percentage Unit Repair Cost or Replacement (less pro-rata warranty adjustment)' Unit Preventative Maintenance Program Cost (e.g., battery replacement) Guaranteed Maximum Failure Rate (failures/1000 units/yr) 1 2 3 4 5 _ 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 City of Dubuque Water Meter Replacement Program Attachment D Page 63 of 116 Request for Proposal Failure Rates and Replacement Costs Table D2. Meter Register Failures Year After Unit is Installed & Accepted Expected Failure Rate (failures/1000 units/yr) Unit Repair or Replacement Cost (less pro-rata warranty adjustment) Guaranteed Maximum Failure Rate (failures/1000 units/yr) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 City of Dubuque Water Meter Replacement Program Attachment D Page 64 of 176 Request for Proposal Failure Rates and Replacement Costs Table D3. Data Collection Unit Failures Year Expected Failure Rate (failures/unit/yr.) Unit Repair Cost (less warranty adjustment) Unit Cost of Preventative Maintenance Program 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 City of Dubuque Water Meter Replacement Program Attachment D Page 65 of 116 Request for Proposal Failure Rates and Replacement Costs Attachment E Utility Contractors Meter, AMR and Utility Companies Company Contact Address City State ZIP Phone Fax Dan Aclara Cerrezuela 23905 Mercantile Cleveland OH 44122 216-896-8622 216-896-8577 Advanced AMR Scott 285 Newberry Technologies. Sherman Street Peabody MA 1960 866-826-7660 NIA Richard 132 Welsh Road, AMCO Trace Harshaw Suite 140 Horsham PA 19044 215-830-1800 215-830-1894 AMR International Mickey Jordan 369 Grays Road Dry Prong lA 71423 318-426-0874 501-227-0810 Jennifer Arkion Systems Diglaw 230 Union St New Bedford MA 2740 508-993-5100 508-984-7717 Badger Meter, 4545 West Brown INC Rick Greegn Deer Road Milwaukee WI 53223 800-876-3837 414-371-7202 30000 Mill Creek CeIINet Heidi Lewis Avenue, Suite 100 Alpharetta GA 30022 678-258-1658 678-258-1681 Consolidated Supply CO. John Cobb PO Box 5788 Portland OR 97228 503-906-3287 503-968-2920 Chevron Energy Solutions Brad Boerger 12980 Foster Drive Overland Park KS 66213 913-563-3531 913-563-3560 Dakota Supply Group Dan Sinclair 3218 Stanton Ave Des Moines IA 50321 800-325-0514 952-890-8418 Robert Datamatic Hanvey 300 K Avenue Plano TX 75074 214-540-5092 972-234-1134 Elster AMCO Kathie Water Manning P.O Box 1852 Ocala FL 34.478 352-369-6554 352-369-6585 10210 Statesville Hersey Matt Thomas Blvd. Cleveland NC 27013 704-278-2221 704-278-9616 Dan Hexagram Cerrezuela 23905 Mercantile Cleveland OH 44122 216-896-8622 216-464-1783 Honeywell Utility 199 Rosewood Solutions Joe O'Connor Drive, Suite 300 Danvers MA 1923 770-329-4149 978-774-6701 2820 Mary Linda Hughes Supply Dave Burns Ave Roanoke VA 24012 800-552-6161 540-343-9267 Itron Inc. Jack Merrell 1209 Crozier Ct Wake Forest NC 27587 919-556-0389 509-241-6134 Brad 430-A Roper Johnson Controls VanMeter Mountain Greenville SC 29615 864-234-3805 N/A 6310 Stillwater LABCo Chris Haffley Blvd Oakdale MN 55128 866-775-2226 651-770-1910 6436 Country Rd Landis & Gyr Sara Vacinek 11 Pequot Lakes MN 56472 218-562-5148 218-562-5133 MARS Company Floyd Salser P.O. Box 772887 Ocala FL 34477 800-782-5268 352-694-7397 916 Pleasant St., Mass Installation Wayne Travis Unit 3 Norwood MA 2062 800-933-1360 781-762-6580 101 Regency Master Meter Inc. Jerry Potter Parkway Mansfield TX 76060 800-765-6518 817-842-8100 5661 Airport Blvd 80301- Metron-Farnier Ted Worth Suite B Boulder CO 2339 800-763-8766 303-449-1464 105 Edgewater Mueller Systems Kevin Looby Drive Framingham MA 1702 704-245-5453 508-984-7717 National Metering Services Bill Castle P.O. Box 491 Kearny NJ 7032 888-448-0009 201-246-1831 Neptune Ian Coburn 661 1st Street SE Hartley IA 51346 334-283-6555 712-728-2472 NERTEC Design Inc. Paul Aubin 950 Cowie St. Granby OC J2J 1 P2 450-375-0556 450-375-8746 Northern Water Works Supply Kim Foster 1720 State St DeKalb IL 60115 815-756-2800 815-756-2877 Northrop & 3910 Sorrento Grumman Jeffrey King Valley Blvd Suite A San Diego CA 92121 858-597-8481 858-597-8467 Professional 3605 North Route Meters, Inc. Aaron Bailey 47, Suite E Morris IL 60450 815-942-7000 815-941-1091 5227 Brook View Sensus Brad Cutler Ave Des Moines IA 50317 515-265-2738 515-265-1861 City of Dubuque Water Efficiency Replaceme nt Program Attachment E Page 66 of 116 Request for Proposal Utility Contractors Meter, AMR and Utility Companies (Continued) Company Contact Address City State ZIP Phone Fax Silver Spring Eric 13000 West Silver 53007- Networks Dresselhuys Spring Drive Butler WI 0910 262-783-0200 262-783-0205 Terasen Utility 149 Blue Ridge Servces Bruce Teal Trace Hendersonville TN 37075 615-826-7946 615-826-7946 Triton Water 14200 Carlson Technologies Adam Corwin Circle Tampa FL 33626 813-767-3253 813-855-2940 United Meters Doug Punke 798 Gore Road Morris IL 60450 815-941-1061 815-941-1001 US Metering and Colorado Technology Jerry Uhlman N/A Springs CO 80903 719.634.5555 N/A Utility Equipment Company Rich Wheeler 3739 State St Bettendorf IA 52722 563-355-5376 563-355-7423 Vanguard Utility 233 West 9th Services Robert Bates Street Owensboro KY 42303 270-926-4646 270-926-6393 8888 Keystone Viastar Energy Terry Aff Crossing Suite 830 Indianapolis IN 46240 317-819-0881 317-819 -0884 VSI Meter Dave 500 W. Dutton Mill Services McGinley Road Aston PA 19014 800-606-7981 513-242-0835 City of Dubuque Water Efficiency Replacement Program Attachment E Page 67 of 116 Request for Proposal Utility Contractors Company Ball Plumbing Blaser Plumbing BR Plumbing Curtis-Straub CO. Danner Plumbing Dalsing Master Plumbing Dubuque Plumbing and Heating Jaeger Plumbing and Pump Janco's Pluimbing/Boiler Service Jerry Swift Plumbing and Heating Kunkel Plumbing and Heating Midwest Backflow Services Miner Plumbing Mississippi Valley Plumbing and Heating MIT Plumbing MMC Mechanical Contractors Modern Piping INC MOLO Plumbing and Heating Mr. Rooter of Dubuque Precision Plumbing Reisen Plumbing Reliable Plumbing Schwartz Plumbing and Heating Tom Swift Plumbing Top Notch Plumbing and Heating Total Plumbing and Heating Willenborg Plumbing and Heating Local Plumbing Companies Phone Address 563-580-0152 p0 BOX 3235 563-583-0804 p0 BOX 893 563-557-1862 10741 Shagbark DR 563-557-1862 1072 Locust ST 563-556-8516 p0 BOX 1409 563-584-9700 p0 BOX 1421 563-557-7511 205 Stone Valley 563-583-6677 17500 S John Deere 563-556-2365 2090 Simpson ST 563-556-5162 p0 Box 1875 563-583-5274 2005 Lombard ST 563-690-0996 p0 BOX 672 563-582-2940 1048 White ST 563-583-4852 2753 Central Ave 563-583-0771 2001 Rockdale RD 563-556-0245 2998 Washington 563-584-0551 10767 Diesel DR 563-557-8755 p0 BOX 1540 563-583-5080 PO Box 1312 563-577-1139 1836 Phyllrich DR 563-557-2123 2 563-583-5996 563-557-1145 563-556-0872 608-744-2101 563-556-2394 563-556-2134 r Rd 515 Pennsylvania Ave 2561 Front Street 4904 Ashbury RD PO BOX 3283 PO BOX 707 5 Main ST 2020 Cedar Cross RD City State ZIP Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Dubuque Cuba City Dubuque Dubuque IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA IA WI IA IA 52004-3235 52004-0893 52003 52001 52004-1409 52004-1421 52003 52001 52003 52004-1875 52001 52004-0672 52001 52001 52001 52001 52001 52004-1540 52004-1312 52002 52002 52001 52002 52004-3283 53807 52001 52001 City of Dubuque Water Efficiency Replacement Program Attachment E Page 68 of 116 Request for Proposal Utility Contractors Attachment F Potential Fixed Radio Data Collector Location Information F-1: City Water Tower Information ~.l,a„ r`~Ite'oter ship„ Lea©ri~;, ~ 5~5 ~'~?~~c ~hqr~ ~tre~t. ~1~,. l s~t~ i~I I F l rr i~ S:-.... M ~ . n gt ~~.. li F - _ '~'" ~y ~~ F3 i i ~ ~ ~ t ' c ~ 14 {~ It ~ i ~~I ~ 4 ~ " n , j.1 Y i. 7.. ~ ?i3 _ _ 3 F. ~. 1F~. t'- K ~ ~ - f. ~ ~ l ~~~~~~T~~~'~~ 4~l tt°~: R~~ IVC~xir~ur:~ ~xP~ting I~ei~#~t ~pv~ ~as~: '~ ~'+~+~f» ~a~~ ~p~ fR>.~ 1.~» , ~~td~ipn~tlrli~riii~~f1C)f1 Ad~~C~i~~~~n~ar~i~t~V~r~'P~~I{,~Ft1{~jtHrs~pi~`. Vic,#nc r~sc~ictiao",s {i.s. r'tazardllh~} ~t~y b~ r~c~+r~ t~,,~~~c~~arr~at~ the hf~s1':~.nearby 3~s~itn~ F~iipad; ~X~~tlt~~i't~~tstnrr~u[tlc~+_ti~,--,~ '~~n~nt: ~ cif ~ubut~~~, tl~~tailuqu~ ~~t~~ low`s traiti'~~, '=i^I, U,~ G~Ilt~l~l`, ~l~r~ [~'T 7 V~-ir~ies~~ i~+~f:' ~nt~rt-t~i~ ~}~purtert~tlG~ s ~~ ~~tw~i~:z end f~cll~ti~~ tart the gr©uiatS. ~_~e[lidG~1MT~.~ltts #h iQ~a ~r~-rimun#~~~t~ Nakvue~rk ~i~ lisp rat ce, ~or~ta~t, ~~~ goon, ~~rl~o~Alfi«~t PY1att~~~i~» ~8~~~9'i 77 _ 5... - 1 9~~~1 ` - - 4 City of Dubuque Water Meter Replacement Program Attachment F-1 Page 69 of 116 Request for Proposal Potential Collector Site Information {,--:_~ ~~` ; ~ '~~~rk :bill "C~~rk~. ~..~c~tti~ln: ~~~ G~~r ~#r+~~t ;,._ ~~S ~~ikiorrr +~~ ~~~ 1~.~7"fi3- ; ~~` ~2.46~"" Vy . ~~~ El~v~ltion~ i~~l~.~~ ~~i~bv~ ~.i:-~ -~ ~~ ! +~ve1 11n~i'~T~~~~tttrnunl~~~~n~'T~ft~nt; N~ane, C~trt~~t;. ~~~i Gt'l~~t'~r ~'~'^ C' ~~.~ f ~ 1,-;~ ,I'.~~~. City of Dubuque Water Meter Replacement Program Attachment F-1 Page 70 of 116 Request for Proposal Potential Collector Site Information ~~~i~~1. 336 ~~bait~i Rc~~d 1 ~ ~ T ~ `~ - ; - ~ `y' .T - ~ ~t~ _ ~ , ;~, ~ I a l l-~ ~ ~ ~~- ; ~ f S }'~~ - '-=Fj - ~ W~ 1 ~~~~~ ~~~T~~, ~~ne~~ F?~~,/C3R ~-~ ~1~~~f~~s ;~~4 ~~~~ ~~~ Mean ~~~ t.~v$I M~~x~r~~tm ~xt~~i~g..i~~Ftt Ala~~~ ~~: '~~~ ~ee# ~~i#ion~l ~~°m~#(~~. ~xistE~~ ~'elec~-~t~e~ni~aflora~ `I`~>t~~~#s. ~~ne,. otit~ct: ~~ks ~1`~-1, ~t~ir t~~p~rt~~M~t N~~~t~g~~°; 5~~~a~~~~1 City of Dubuque Water Meter Replacement Program Attachment F•1 Page 71 of 116 Request for Proposal Potential Collector Site Information ~.~. ~~~ a ~. ci~~~~ T~tl,k" i-o~fi~~ ~~tayi°i~:~ei~e :~~~~;_ ~' =, ~~n~: ~'~.ACl~jtiBt"1,: ~2 ~~' O~rB?4" ~! ~0 +~~' ~~.~~'~ ~( ~e~e irieve#ioi>;: 9~.~} i`~~ ~oV~ Cben ~e iw,ev~l Max~rn~n ~~i~in ici~h i~rt; f ~as~: ~i~ ~i~ia~sai iri~a~`rrlt~tiC-t7 +~ircular tiarociraii ~~ii9t;retf ~r~ try, ~l~~ hatch t+~ tank, it~i`eNar centered within fifte iti»ndrall, acce~slble only via o~t8rla~ J~-c't~~.~ ~~ ~F~dt~).:Thismeetie that entenna~ piauing a hazardous powel' ievei of !'~ ~~~~= ~i~w~ h~t~h or tcp a~gm~ent ~f the ~~ddcf must be de~rterglze~ tin ~h~rt notice i~ w-ager c~pr~rei~~r ne~+~ttir~~ni~e ~~ the #~nk,' ihh~ ~°cieccm~iunl~etin~ ~`et<i~n~ i'extei F~ar~e~ ~cn~at~ i~a~b Yeee~, Wetct' I~Q~~ri~ent Manager: 5!~~~~t~9~4~g1 City of Dubuque Water Meter Replacement Program Attachment F-1 Page 72 of 116 Request for Proposal Potential Collector Site Information Lctcatlon: ~3~ ~h1~ '~ titltl~dV Rta~ - ~ ~ ' ..,. _- ;,', - ~,rt - f 3 "._ - ~a ~~ 2or~~d: g~i~k`~ ~r+~V~~,~~5t'1~ ~#3'$t ~~QYe ~~8>7 t.~YE~I P~~~:~~ttil'i~fl~ ~K~1;~~f~~~'B~~~E'f ~~t<tY8 I~i~SO: "~~~'~~ ~~s!Isi~~;i711~~~rr!~atQ~n: ~c~t~rtt~~1~Ic~lk~ble~pacp~~cud'beav~ilP~4~.1~~1~ IeYot Ir;~i~ r FIiN rt+~rete b~ ~~1ut fc~r tei~p+~mmunicAttc~t~~ SU~pu~t ~r{ui~mnnt: ~~~e~:~ 4a the"tip afi~h~s t~tt t'~ u€~ ~ hatch ~t tt~e#c~~ ~f ~n -int~rr~i~] td~r through Qhe centrat ~lurrrt~,,vvl'ti~h a~t~~ p~~ides for InteHtSr cal~lc ~tltis. ~, ~' 4r c~~-culati fit~argle~ ~tli~fr: el~~Iot~es a ~Od~. dirtyter ar~~ cente;~t~ ~;~ _#t,p o ~h~~ptt ~#Itira 1nf111F~h afit8nttas ~~~~ ~p TTIt~tJtlt~ti. xlst~ng'i`~Ie~mlur~tiatlon~'C~t~erlt~; tt~ esrltaet. ~b ~t~er3x~t1< ~s~Irler?~~n#~~s~e-; ~~3~5$9k~~~'~ City of Dubuque Water Meter Replacement Program Attachment F-1 Page 73 of 116 Request for Proposal Potential Collector Site Information F-2: City Owned Buildings 9 Denotes buildingpl~cern~ntonar#artat-unlystreet~~p, . t - _ 7 y r. -. r _ { '7 a 1 ._ ~~-` ~ - ~- t=+~. _ - ' . ~ 1YYbd ~„~' . ~ - ~ ~ ~ ~~~ - '4, ~ 1198UpY dv¢ - -.- i S, ~~' ~yZ` '~ ~ wwcusT ~ f. ~..~~~r o-a ,~,~ ~„o~ R-ra o `ucarsi i;'`t it ~y , T~ ~~? ~ ~ $ .hnsnvwn R-1 '~' 2~ "y ~ ~ ~ i x ; ~ Q-6 7 B-1 g. ti~ / I`~S ~ ,~. _ H T ~~ nuauque 3 ~` ' `', 73~. - ~~~~ ~~,~. :y. , ~_ a~ ~ isi . ~treyky i~~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 74 of 116 Request for Proposal Potential Collector Site Information ~~11~.~INC ~ _.3 '.Fire ~ee~ - - _ ~. qu~ir~er~" L~catir?rt; ~'~ ~il~~t Ninth Btraet ~~ ~,,~,, e1 ~y f 11 _- ~~ _- w?~ }~ ~ ~~'~ ~ ~ - - --; ~f~~~~# ~ ki-w ~ - -°_ -= : ~~ I ~ i - rr iflhl-,_-_~__ _ - ~'elgcammunicatidns Tenai~t~~,sNd~ti~~ ",. -- - _~~ ~rt~wn, Fire Chief: ~~~-~a$~~42U3-~`; _=. .:. ' ' i, Steve~Satnpson-Brawn,. Engineering D~p~l~tment: '563-589-4272. { '' City of Dubuque Water Meter Replacement Program Attachment F•2 Page 75 of 116 Request for Proposal Potential Collector Site Information _ -_ s ~F y_ 1 ~ ~~ ~I_ ~I G "'~ ~ ,rr~ vE ~75 ice{ City of Dubuque Water Meter Replacement Program Attachment F•2 Page 76 of 116 Request for Proposal Potential Collector Site Information ~o~ati~h.''2180 John ~. i~Cen'ried~ i~a~~ _ ;~ , ;- ~ ,~ ~ _ _ c~i~~tr~r;l, .. 5 ., antral Avenue ~.'' .-_ =}=-4 ,, ~ , -. City of Dubuque Water Meter Replacement Program Attachment F-2 Page 77 of 116 Request for Proposal Potential Collector Site Information ~UIL[~INC~ e~~17t~,,,~l,~l~ ~~~ ~r' L~r~fiori. ~~~~''~Jnlvc~lr~i#y__~ir~n~ _ -- = y - «~=; _- ~ Nom. '~ _ ---___-~£~~-_~- ~_ _ ~ r _ _c~ _ ~' xi£y - :' t -' :It~~t~_RM ~.T_ ill ? _ - ~~. ~s nod ~E ~,.~i~~~~i~~~w A 2~" 53;~~T' ~ II 9U 4't` ~~.444" ~11~V _ -- - . ~' _-~a~l~ ~l~v~l~inn ,', ~~~ feet abeve mean sea I~ve# - ~~ ~~~~ H~u,~h#~~A3~ove base: 27 feat ~ buildit7g frU~t, ~alt~s 1'i ft. chimney City of Dubuque Water Meter Replacement Program Attachment F•2 Page 78 of 116 Request for Proposal Potential Collector Site Information ,. .k -SUIL®ItV~ ~-'~~ ~fE~~gl,r~e ,douse #~" L,~~atiit~n~ fi8g south, ~~~~1!~v~ew ~4ve' l~ ~ ~ ~r i -- d a F ~ ~ 2 -S? ~., k, - - 1~ ,~ ~. hu ta'ay~~ E ?7 'k s,. v- -. --_- _ _ --- -- ~E3asa Elevation: $~1 fee°. r; .. ~~ _... .~ ~ :- -- eet ~u~lctir~ _ _ LRt~~f Ft ht Above base: ~8 f. ~r'+~~t~ ~A~ditT~r~a~=lr~fc~r>~i,~tio~u ~-- _ , . `' ,. i _ ; a. Exfsf~rXg Tel~~t~rrtmulnica~tii~ns Terta~ts: None: -_ ~t ~ ~ .,. ~~ ~, -- t;ontact: Dirt ~1'fiwUlk ire C~i»tf. ~,838~~~53 ~~ , Steve Sampsorj-Brown, f=ngineerin~ Department: X63-589-4272 _ City of Dubuque Water Meter Replacement Program Attachment F•2 Page 79 of 116 Request for Proposal Potential Collector Site Information Zoned R„~ - -_ -- ~U11~aING ~ _ ;~ .a~n~Nt1~ ~~~~~'"~#G~s L~~tian..~~~0 ~~air~b~ra Avg: City of Dubuque Water Meter Replacement Program Attachment F-2 Page 80 of 116 Request for Proposal Potential Collector Site Information Location: 541h~t, 1~ti',~tr~et - .-_ - Y, • _ ~ ~~~~ t F f fix. ~y ^~ AIL ~ ~ ~ W f: :- ,i •: ~+ `~1 ~ ^ _ }I ~~ L ~,.. 3 d Y ~~ w.{ tiE-i -~ 4i`_ - ~w - _ ~ ~ ~~ l ,a ~ - ..y~-. _ _ - - ~. .. _~. _ ~ S _' '_-_ ~5 ~ .,_ fi`r` ~~ - - -- _ ~pS LaG~ttpn 4~-' $l~'__='1~ ~~~'l.Ttl 9Q '40' X3.173" W ~ I _ ~._~_ - -- _._.- - . . Base Elevatipn. X34 feet ~bc~~~ ~l~~tl~~t~~t I~ve~ ~-- -_ ,: __ _- -.. . ;'F~+~[~~'1-lelgh#,,Abc~ve Base: 2~ #~el:,=i0 Iri~i~~~ - ~~'~i+t~~l~l'ct~~l Ir~t~i'mati~tt: - _ = - _ - Lxi~ting ~'el~~~tt~~ttut~i~~t~~ns Tenants: Noe~e - --__ - _ I - = Ct~v~tact ~1~11~rd itu~s~ll,~ltiilel~~g Services Manager, a~~-589-4~~i~ - Sieve Sarrpsnn-Brown; engineering ^eparklt~ent; 563-589-4272 - - City of Dubuque Water Meter Replacement Program Attachment F•2 Page 81 of 116 Request for Proposal Potential Collector Site Information ` ~ "1 k ~' ~ 1.* r --- -. - _ _ - - -_ ~-- -_ C~ ~' " d~~ - z..~_^Weigh~ ~-b~ve 'ease: ~~ beef, ~4 inches M~; ~~ - ~','~#c~itic~nai Infc,rn~afi~n: ~xisfing Teiecc~r~t~un~att~q~~ ~~rt~n#~ °~~n~. - - - - - 3 =~ - T - - . ~ _ ~__~ _ ~O11f~Ct> ~'~r~_~~~~ii~g, ~`~11i~~ ~Ti~~f,~~~:~~~~.~~~'~:Q:. ~ ~- - - ,_ `- _ Steve Sampson-Brown, Engineering ~C'lepartmenf: 56~-5$9-272 - .. City of Dubuque Water Meter Replacement Program Attachment F•2 Page 62 of 116 Request for Proposal Potential Collector Site Information C~~11L~~G # : B-1 ~ "C~~t~-=~~~~ ~urth~~~~" 'ra1l'~ _ L~atlon: ~'Up ~ent~1 Av~inta~ _ =- ~..-: f h1 FCa ~ I~~i1~~t]~~~V ::...: -- -~- ___= : _:-~ caned; ~as~ ~ievatloi~, 644 ~e.~~ a~~ve r>rtean yea level ~v t _ ~ ~ ~l~ ~ ~3 . f~oof I-lel~ht Abc~~ra ~~~~.~ Nf~l`it~ R~idg~)ine: 92 feet. 7owef• f<lli~# PI~~'~~'~rx'1; U~par+~`i~~f~~`~ndows between do~i;e ili' .: ~~ '_ -_ -~~ it ''~~gr,~dttital tnfv~rmatit~n: Buiid~ng o~rta~! b [~»_~ui tip ~~unty ~~~ailii~ ~'~I~~~rtrnunicatians Yenartts. Nt;,ne = _~- ' ~,._ y ~ _ fit, Steve Sampson-Brown, E-~ ir7~erin De ament: 563.5$- ~~~-r ~ ~ ~ p 272 ~i '.°~x. -: ~_ :::- ~~. =; f~t~t,,. =~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 83 of 116 Request for Proposal Potential Collector Site Information r=-'~~° --- 3s=~= -_° --==a~f..i-iai.. '-'i-.smith n ___-~.. - - - - - -- #~ve Sampson=Brawn, Bnginee>+ing 6epartm~nt< 563-~89-427_ ~;, -' City of Dubuque Water Meter Replacement Program Attachment F-2 Page 84 of 116 Request for Proposal Potential Collector Site Information Ir.aicatfon: 'i8A5 ~~ntr~i f4~renue al Infor-rn ~ _ - ::: ~.~xis~irrt~ 3~i`~~ammtjr~icat~~n~'~r~s~~M „None. - ~~' ~ ; :. ~c~nt~~t., dl~~vrd Marri~, Housi~rg & Gar~ll~lrai~y I~eve_ Ic~prr>i~nf C]ir;: 5~i3-5.89-42~~ 1 Steve 5amps~n-Brown, Engin~erin~ aepartrnent: 563-589-272 City of Dubuque Water Meter Replacement Program Attachment F•2 Page 85 of 116 Request for Proposal Potential Collector Site Information -_ - - - - Location: 4t`' & Locust Stre~t~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 86 of 116 Request for Proposal Potential Collector Site Information BUJ«l~l~~ # : BR1$ "~ift~-~tr~et Parking ~ari~p:"- _ Location; 5q1 l,~wa ~tree~ .. .. `~ - ~' :~~ ~~. - ~ti ~ ~ F. ~- -_ ~~ ~ ~ ~r~',' r~ fi .; ,~~ ~~ ~ I' ~ r ,- ~1~ ~ r~C' ~ E ~ ~.4v - a.r {~. p tt,~ ti - }', ',~ _k'11 ~'L Yf I h~} t ,. .. s City of Dubuque Water Meter Replacement Program Attachment F-2 Page 87 of 116 Request for Proposal Potential Collector Site Information ~~~.± ~ ~~~fl .~E~t~l~ ~'~int Wader ~'lant" L~~ation: 1920 Havvtharne Street _ ~~ ~ _ '~~'-----~ - r,~` 1. 'pr'o - ,- ~. -.- t. ice'=~ ~' City of Dubuque Water Meter Replacement Program Attachment F-2 Page 88 of 116 Request for Proposal Potential Collector Site Information ~. F-3: City of Dubuque Fiber Locations Site Site Address City Hall Annex 1300 Main Street City Hall 50 West 13th Street Multicultural Family Center 1157 Central Fire Headquarters 11 West 9th Street Dubuque Law Enforcement Center 770 Iowa Street Dubuque Law Enforcement Center (new jail building) 855 Central Dubuque County Courthouse 720 Central Avenue HarborView 300 Main St Five Flags Center 405 Main Street Locust Street Parking Ramp 830 Bluff Street Iowa Ramp 701 Iowa St 4th Street Parking Ramp 100 W 4th 5th Street Parking Ramp 501 Iowa St Port of Dubuque Parking Ramp 351 Bell Street McGraw Hill Parking Lot 301E 5th Street National Mississippi River Museum & Aquarium 300 E. Third Street Grand Harbor Hotel 350 Bell Street Grand River Center 500 Bell Street Federal Building 350 West 6th Street Carnegie Stout Public Library 360 11th Street Fire Station #3 3155 Central Ave. Fire Station #4 1697 University Ave. Municipal Services Center 925 Kerper Court Keyline Transit 2401 Central Ave. City of Dubuque Water Meter Replacement Program Attachment F-3 Page 89 of 116 Request for Proposal Potential Collector Site Information F-4: City of Dubuque I-Net Locations See Attachment L-2 for a Map of I-Net Locations Site Site Address Core Ring American Red Cross 2400 Asbury Road Archdiocesan Center 1229 Mt. Loretta Core/Ring Audubon School 605 Lincoln Street Bryant School 1280 Rush Street Carnegie-Stout Public Library 360 W. 11th Street Core/Ring Central Alternative High School 39 Bluff Street City Hall 50 West 13th Street City Hall Annex 1300 Main Street Core/Ring Clarke College 1550 Clarke Drive Core/Ring DBQ Area Lifetime Center 3505 Stoneman Road DBQ County Courthouse 720 Central Avenue Core/Ring DBQ Law Enforcement Center 770 Iowa Street DBQ Museum of Art 701 Locust Street DBQ Regional Airport 11000 Airport Road DBQ Schools Transportation Dept 1350 West Locust Street Dubuque Senior High School 1800 Clarke Drive Eagle Point Water Plant 1902 Hawthorne St. ECIA,/EIRH (Law Enforcement) 3999 Pennsylvania Ave. Eisenhower School 3170 Spring Valley Street Emmaus Bible College 2570 Asbury Road Core/Ring Federal Building_ 350 West 6th Street Finley Hospital 350 N. Grandview Ave. Fire Engine House No.2 2180 JFK Road Fire Engine House No.3 3155 Central Ave. Fire Engine House No.4 1697 University Ave. Fire Engine House No.5 689 S. Grandview Ave. Fire Engine house No.6 1500 Rhomberg Ave. Fire Engine House No.7 Fire Headquarters 11 West 9th Street 13034 (will be 1100) Seippel Fire Training Facility Road Five Flags Civic Center 405 Main Street Fountain Park 2728 Asbury Road Fulton School 2540 Central Ave. Grand Opera House 135 W. 8th Street Grand River Center 500 Bell Street Hempstead High School 3715 Pennsylvania Ave. Holy Ghost School 2981 Central Ave. Hoover School 3259 St. Ann Drive IA Department of Corrections 745 Main Street Iowa Dept. of Human Services 799 Main Street Irving School 2520 Pennsylvania Ave. Jefferson Jr. High School 1105 Althauser Street Jones Jr. High School 1090 Alta Vista Street Kennedy School 2135 Woodland Street Keyline Transit System 2401 Central Ave. City of Dubuque Water Meter Replacement Program Attachment F-4 Page 90 of 116 Request for Proposal Potential Collector Site Information F-4: City of Dubuque I-Net Locations (Continued) Site Site Address Core Ring Keystone Education Agency 2310 Chaney Road Core/Ring Keystone/Hillcrest Learning Center 13066 Seippel Road Segment along Dodge St. up to Landfill Seippel Rd only Leisure Services @ Bunker Hill 2200 Bunker Hill Rpad._ Lincoln School 1101 W. 5th Street Locust St. Parking Ramp 830 Bluff Street Loras College 1450 Alta Vista Street Core/Ring Marshall School 1450 Rhomberg Ave. Medical Associates East 1000 Langworthy Street Medical Associates West 1500 Associates Drive Mercy Medical Center 250 Mercy Dave Municipal Services Center (New Public Works) 925 Kerper Court National Mississippi River Museum & Aquarium 300 E. Third Street Nativity School 1001 Alta Vista Street New County Jail ~ 855 Central New Prescott School (approx. 1249 White Street) NICC Downtown Learning Center 680-700 Main Street Core/Ring Resurrection School 4300 Asbury Road Roosevelt Middle School 2001 Radford Rd Sageville School 12015 Sherrill Road St. Anthony School 2175 Rosedale St. Columbkille School 1198 Rush Street St. Joseph the Worker School 2105 St. Joseph Street St. Joseph's Key West - 10244 Key West Drive Table Mound School 100 Tower Road The Forum 2300 Chaney Road Core/Ring U of D Theological Seminary 2000 University Ave. University of Dubuque 2000 University Avenue Core/Ring University of Dubuque Flight School 11070 Airport Rd Wahlert High School 2005 Kane Street Wartburg Theological Seminary 333 Wartburg Place Core/Ring Washington Jr. High School 51 N. Grandview Ave. Water Pollution Control 795 Julien Dubuque Drive City of Dubuque Water Meter Replacement Program Attachment F-4 Page 91 of 116 Request for Proposal Potential Collector Site Information Attachment G State Revolving Fund Requirements for ARRA Projects Attachment G-1 SRF Required Front-End 5pecificatiorts (This form must be completed and signed by Prime Contractor and submitted with the bid.) U.S. Environmental Protection Agency Certification of Non-Segregated Facilities (At~pliceule to contracts, subcontracts, arrci a~reerrlents with applicants wlto ere tdrerrrsetves perforr»inc~ 1=eclerally assisted constnrctian cr~ntracts exceertinc~ $10, 1700 which are not exerrrpt from the provisions of the Equal Opportunity ctause_J By the submission of this hid, the bidder, offerer, applicant, or subcontractor certifies that he does riot maintain or provide for his employees any segregated facilities at any of his establishments, and #hat he daes not permit his employees to perform their services at any location, under his control, 4vhere segregated facilities are tmaintained_ He certifies fru~kher that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perforrm their services atany location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certifcation is a violation of tl7e Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainrment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed; solar, or national original, because of habit, local custorm, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors far specific time periods) he will obtain identical certifications from proposed subcontractors prior to the awarel of subcontracts exceeding $1 D,000 wtrich are not exetmpt from the provisions of the Equal Opportunity clause; that he will retain such certincatians in his files; and that he will fo-tivrrrd the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods)_ NOTICE TO RROSRECTIVE SUBCONTRACTORS OF REQUIREMENT FOR GERTIFIGATIONS OFNON-SEGREGATED FACILITIES A Certification of Non-segregated Facilities, as required by the Flay 9, '1967, order (33 F.R. 7808, I~tay 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Signature date Name and Title of Signer (Please Type) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 100.1. EPA-7 5720-42 lY~ay 1, 2009 City of Dubuque Water Meter Replacement Program Attachment G Page 92 of 116 Request for Proposal SRF &ARRA Fund Requirements Attachment G-2 SRF Required Front-End Specifications (This farm must be completed and signed by the Prime Contractor and submitfed with the bid.) Debarments and Suspensions Any bidder or equipment supplier Whose firm or affiliate is listed in on the U_S_ General Services Administration Excluded Parties List System web site at httr~:IfwWw.eUls_r~ovl Will be prohibited from the bidding process. Anyone submitting a bid Who is listed on this web site Will be determined to be anon-responsive bidder in accordance with ~~ CFR Part 31. United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its ftnowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission o f fraud or a criminal offense in connection With obtaining, attempting to obtain, or performing a public (Federal, State, or focal) transaction or contract under a public transaction. violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1} (b) of this certification; and (d) Have not Within athree-year period preceding this application/proposal had one or more public transactions (Federal, State, or focal) ten~~inated or cause or default_ I understand that a fialse statement on this certification may be ground for rejection of this proposa! or termination of the award_ In addition, under 18 U SC Sec_ '10 0'l, a false statement ma y result in a fine of up to ~~10,000 or imprisonment for up to 5 years, or both_ Typed Name & Title of Authorized Representative Siena#ure of Authorized Represen#ative Date ^ 1 am unable to certify to the above statements_ IVIy explanation is attached_ EPA Form 5700-49 (11-881 N1ay 1, 2009 City of Dubuque Water Meter Replacement Program Attachment G Page 93 of 116 Request for Proposal SRF 8 ARRA Fund Requirements Attachment G-3 5RF Required Frant-End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is ERA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women-owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa`s Fair Share goals are: Minority-t'~wned Business Enter rise MBE Goa] 1,Nomen-C7wned Busines3 Enter rise V1lBE) Goal Construction 'I.7% ~_20l0 Supplies 0.6% 5.60!0 Services 2.5% 11.3% GoodslEquipment 2.5% '16.4% Average 'I .$°l0 7.4°'0 ©nly work performed by certified DBEs can be counted toward the goals. In Iowa; OBEs must be certified through the Iowa Department of Transportation (IDQT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http:fJwww_iowadot_gov/contracts/contracts eeoaa_htm. Prime contractors' DBE requirements for SRF projects include: • Taking affrmative steps for DBE participation • Documenting the efforts and the proposed utiliza#ion of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: Address: Cantact Person: Signature: Phone Number: E-Mail Address; Check if Prime Contractor is: ^ Minority-Owned ^ Women-Owned flay 1, 2o0cJ City of Dubuque Water Meter Replacement Program Attachment G Page 94 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment G-4 SRF Required Front-End Specifications (This form must be completed and signed by DBE 5ubcanfractor and submitted with the bid. 1Jnited States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form NAME OF SUBGONTRACTOR PRDJEGT NAME ADDRESS 81DIPROPOSAL NO. TELEPHONE NO. E-MAIL ADDRESS PRIME CONTRAGTOR NAME CONTRACT ITEM NO. ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRIME PRICE OF WORK SUBMITTED TO PRIME GONTRACTOR Currently certified as an MBE ar WBE under EPA's DBE Program? ^ YES ^ NO Signature of Prime Contractor Date Print Name Title Signature of Subcontractor Date Print Name Title 'Subcontractor is defined as a company, fine, }oint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FOR[~1 G100-3 (DBE Subcontractor Performance Fonn) May 1, 2409 City of Dubuque Water Meter Replacement Program Attachment G Page 95 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment G-5 SRF Reciuired Front-End Specifications (This form must be compiefed and signed by Prime Contractor and submitted with the bid.J Uni#ed States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form BIDIPROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDER/PROPOSER E-MAIL ADDRESS ADDRESS TELEPHONE NO. FAX NO. The following subcontractors will be used on this project: COMPANY NAME, ADDRESS, PHONE NO. AND E-MAIL ADDRESS T_ YPE OF WORK TO BE PERFORMED ESTIMATED DOLLAR AMT. CURRENTLY CERTIFIED AS AN MBE OR WBE? I certify under penalty of perjury that the forgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302(c). Si nature of Prime Contractor date Print Name Title ~5ubcantractor is defined as a company, firm, joint venture, or individual vrho enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. ERA F©Rhi 0;100-4 (DBE Subcontractor Utilization Fom~) R~1ay ~l, 2009 City of Dubuque Water Meter Replacement Program Attachment G Page 96 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment G-6 SRF Required Front-End Specifications Buy American certificat°ton (ta be completed and signed by Prime Contractor and submitted with the bid) 1. Identification of American-made Iron, Steel, and Manufactured Goods: Consistent with the terms of the Purchaser's bid solicitation and the provisions of ARRA Bect'lon 1605, the Bidder certifies that this bid reflects the Bidder's best, good faith effort to identify domestic sources of iron, steel, and manufactured goods for every component contained in the bid solicitation where such American-made components are available an the schedule and consistent with the deadlines prescribed in or required by the bid solicitation. 2. Verification of U.B. Production: The Bidder certifies that all components contained In the bid solicitation that are American-made have been so identified, and if this bid is accepted, the Bidder agrees that it will provide reasonable, sufficient, and timely verification to the Purchaser of the U.B. production of every component so identified, 3. Documentation Regarding Non- American-made Iron, Steel, and Manufactured Goods. The Bidder certifies that for any component or components that are not . American-made and are so identified in this bid, the Bidder has included in or attached to the bid one or both ofi the following, as applicable: a. ldentifiicatian of and citation to a categorical waiver published by the U.B. .. _ Environmental Protection Agency in the Federal Register that is applicable to such component or components, and an analysis that supports its applicability to the component or components: b. Verifiable documentation sufficient to the Purchaser, as required in the bid solicitation or otherwise, that the Bidder has sought to secure American- made components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation, with assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. 4. Information and Detailed Justification Regarding Non- American-made Iron, Steel, or Manufactured Goods: The Bidder certifies that for any such component or components that are not so available, the Bidder has also provided in ar attached to this bid information, including but not {invited to the verifiable documentation and a full description of the bidder's effort to secure any such American-made component or components, that the Bidder believes are sufficient to provide and as far as passible constitute the detailed justification required for a ~vaiver under section 1605 with respect to such component or components. The Bidder further agrees that, if this bid is accepted, it will assist the Purchaser in amending, supplementing, or further supporting such May 1, 20Q9 City of Dubuque Water Meter Replacement Program Attachment G Page 97 of 116 Request for Proposal SRF &ARRA Fund Requirements intorrn~tion es required by the Purchaser to request end, es appficeble, implement the terms of a waiWer with respect to any such cormponent or components. SRF Project Signatelre Date Name anct Title flf Signer (Please Type) NOTE= The penalty for nicking fiafse stafements in Offers is prescribed in `l8 U_~.C. '1001 _ City of Dubuque Water Meter Replacement Program Attachment G Page 98 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment H Davis-Bacon Prevailing Wage Rates GC~I:~AY~ ral~czozcN: IAZOOSOOOI of/oz/2o9g IAl Date: January 2, 290 Cener~l Decision Number: IA20fl80901 O1/p2/2pp9 Sup~;rsadec~ General D=cision Na~mber: IA2007000I State: Iona Can,~truct~.~n Types: Hea=ay and High~ra~+ Cflunties: Iowa StatewicCe. ST~TE~VZDE EXCEPT SCQTT COUNTY }tE~V'Y C.:~~ISTRUCTION FROJECTS (Ooos not f.ncl.t3c~e work on or ~ertaininc~ to thfl Misui:sippi or Missouri Rivers or on Water and Sew~Ue Treatment Plants) AND 1fIGHWAY PROJECTS (Cries noC include building structurt~a in rest ,areas) Mc~diti~;at.ien Number Fuk~lication Date 0 .02/06/2008 ~ 1z/19/zoos z 9i/oz/zoos * suzA2992-00~ 1z1o1/zoos hakes Fringes Carpenter & Pi.ledriverneen ZONE 1 ........ ............$ 23.32 °T.83 ZON& 2 ......................$ 2..23 "7.83 Zfl[3E' 3 ......................$ 21.23 7.$~ Z4L~G 4 ......................$ 20,60 5.70 ZaNE 5 ......................$ 2[}.25 4.30 Concrete Finishes z~N~ 1 ...................... $ z1.77 ~.oo ~oN~ 2 ...................... $ 21.77 ~.oo ZONt; 3 ...................... $ 21.7'7 6.90 BONE 4 ..... ................ $ 19.55 4.20 20NE' S ...................... $ 17.95 4.2U Electricians: (STREET AND FIIGH3JRY LTGtiTING AND TRAFFIC SIGNA:~S) ZONE 1, EONE 2 AND ZC+NE 3...$ 20.~i5 4,20 zot~~ ~ ......................~ 19.25 a.2D ~o~~ 5 ......................$ 17.op 4.zo Ixonworkprs: (SET'~~NG OF STRUCTURAL STEEL) ZONE 1 AND 2 ................; 25.05 7.13 GOIVF. 3.,,.> .................$ 2,75 7.~J ZdJtilE ~ ............. ........$ 29.65 5.85 ~,abazor~ ZONi!. 1 AND Z,C7NE 2 CROUP A .................... $ x.9.26 7.75 GROUP ~4 ................... $ 29.96 7.75 GROUP a .................... $ 1`7.3£t 7.75 GROUP C .................... $ 14.13 7.75 City of Dubuque Water Meter Replacement Program Attachment H Page 99 of 716 Request for Proposal Davis•Bacon Preva iling Wage Rates SOr~t~ 3 GRO17P A .................... 4 1.9.2E 7.75 DROOP ~ar'~ ................... ~ 2@.06 7.75 ~RC)vP ~............>....... $ 1,38 7.75 ~RC~OP C.> .................. r 1.7.3 7.75 ~Oi+1E 4 ' GRO1~P A ..................., $ 1~.GU E1.D5 GROUt' .................... ~ 17.28 4.~5 11ROUF C .................... ~ 1.4:80 3.80 708; 5 cROV~ ,~ .................... 5 17.55 ~.~o ~RavP ~ .................... ~ 1.55 ~,~o Fos•,er equiE,inent og~erators. ~ar>~ ~ f1ROU~' 3~,,,,,,,,,,,,,,,,,, ,~ 2.30 ].2.:10 ~ROt1~ ~ ................. ..~ 21.70 12.1Ct ~ROO 0 ....................~ ~2.2n 1z.1r~ ZOh1E ~ . GRC?1I7? A ....................~ 25.aa 12.1© Ck',9UP 13,,,,,,,,,,,,,,,,,,,,$ 2.95 12.10 ~a12C)U~ ~..,.,.,,..«..,,.,,..$ 21,20 12,10 DROOP D ....................~ 21.20 12,1.0 zor»J ~ ~R~v~ ~ ....................~ 2~.~0 1a.aa rROV~ 13, ,,,,,,,,,,,,,,,,,,,$ Z9,~0 7.2,7.0 DROOP C ....................$ 23.50 1,2.20 GRC7U~' D ....................~ 23.50 12.24 ~~~~ ~ ~Rav1? a ....................$ 20.0 ~,~o GROCIP 8 ....................$ 2*1.36 6.~Q t~FiOtIP ~ ....................$ 2`2,28 6,17 GROt?t' 1~ ....................$ 22.2E3 6.17 ~br~1J ~ cRt~u~ ~ ....................~ z~.o7 x.40 t3~ou~ r~ ....................~ 21.63 ~,~d ~RCSvP C ....................~ 1.70 ~,~o ~ROVe v.......,... ...,...~ 1~.7o A.~o 'TR1J~K DRIVER (At13D FAVE~IEDIT iwiARI~Ih1C 17€t:l~I~R/~V~1I' C>1~'EFISON} ZQ~E 1 ............ ....... .~ 19.70 7.€1~i 2c7t,7R 2 ......................; 19,70 7.&?S Z©~~ 3 ......................$ 19,74 7.8~ Zpt']E ~ ......................$ 19.30 4.~0 zO~~ 5 .,..,,,..,,...........~ 17.35 ~1.~10 ~OI~1la; I3EF111I7IflN a 1.073 1a -° 't'he Counties of Belk, V3~ea~:~n end ~~1.1~~ fpr all l:ra~t=~F and Linea County Carpenters t~nly. BONE 2 - i'1ze Counti€.,s of ]habu~ue fc~r all c.>a~fts an~1 ~,.~1xu4 CeunLy for a1.7. Cra~LS exce~i; Carpenter3. City of Dubuque Water Meter Replacement Program Attachment H Page 100 of 1111. Request for Proposal Davis•Bacon Prevailing Wage Rates ZONE 3 ~- the Cities of t3urla.ngtont Clintari, ii"ort Madison, IieoBcukt and tRuscatine land abuttincq municipalities of arry such c,itiea) . ZClNE 4 -Story, R~.ack Hawk, Cedar, Jasper, Janes, Jacfcson, b7adison and Marion Counties: C1intQn County {exc+~pt the Ci.ky cif Clintars) , Jahnsan County, Muscatine Coranty (except the City of t~Susc,Lirt), the C~,Gy 4f Council, Bluffs, Lee Ctiunty and Ides Elcrines County. ZC7NE ~ -- All ar~~~ ~~ the ~tat~ r$~t ~~~~~~. shave. LABORER CLASSIt1GA~1t~NS - AI,L BONES C~tJUg ~1A: Stilled pipe layer (sewer, waL'er and conduits} and tunnel laborers (~~rtt~s 1, ~ ar~d ~) GROUP A -Carpenter tender on ]aridc~es and bcrx culvearts; curler xt~.cYrin~a (without a seat); deck hand; diamond and sore drills; drill operator bri air trdC!S, wugt~rt drillN artd sirrrilar dr~.lls; forte setter/string man an paving work; ~°ttrtTritn rtaxz].e aCta,tl; jcrirat sealer lee'kL-le man; laser operator, pipe layer (sewer rr:ater and conduits} Zone 4 ~ 5; powder tnarr Fender; pnwer teen/trlaster: saw operator: tunnel laborer (zones 4 and 5). Ci~OUP H -Air, t~a,s, ~l~ctr~.~: teal operdiC~rr; baron hanrrner; carpenter tender; canlter: chain saav man; campre:~sox' (under 40®cfm}; concrete finisher tender; concrete processing materials and monitors; cutting torch an detnrrlit:icmn; drill t:endPr; dump men; electric drills; fence erectorsi form ~.ine exparrsir~n joint assembler, fvtstil tagtper; eatea;a.l labaxor; grads criecker; handling and glacing,inetal mesh, dowel krars, refora;ing bars anr~ cha~.ns; hat asphalt laborer; installing temporary traffic control devices; jackham~trer man; mechan~.ca1. gxottter: painter (a11 except stripers}: paving breaker; Rlantinq tree: , shrubs and flowers; paw@r bx~ao;n (rtdt' self/prapelled) ; gc~wer Yruc~gy man; rakers; rodman (tying reinforcing steel}; sandblasters s~t~ding anti mulching; sewer utility top man/Yrattom man; agaders; stressor yr stretcher man on pre yr past tensioned c4T~t:>i'ot st<rittg mart ors xelsuxfacing/no grade control; sw3nc~ing stage, tagline or black and tac3~la~; tampers; timl~cr man; kodl morn meal arLd checkers; tree climber; tree c~rvund mans underpinning and, sh~axa.ng caissons ever twelve feet deep; vibrators; walk irehind trencher; walk behind paint stripers; walk behind vibrating cvmpactc~~'; water pampa (ender three inch} ; work fxotn Yrostm chair. GROUP C -Scale weigh persona traffic: c:on~trol/flapper, surveillance or manitar, water carrier. POTidER i;QUIPMENT 9t'EFiA`1'G3R C~.~ASS~~1C:g#T;~C]NS AI.L ZONES GFiOtd~' Fi ~ispPtal.tr Bxaa.kdnwn Roller (vibratory) , Asphalt laydown machines asphalt giant; Asphalt Screed, bul.lde~er farxiskt} ; central rnix plant, eanr._rel:e paunp; crane; crawler tractor pulling scraper; direCta.bra~xl drill ~50,QQD(lbs) pult.bac:k and shove}; dragline and prrvrer shovel; dredge engineer: excavator (aver l/2 cu. yd. } fx't~rat ~t~d loader ( cY as„~1 ~rverl ; horizontal baring machine; master mechanic; milling machine (over 35Q hg); 7acrtor grader finish}; puuh cai:s xubher tir~~i backkxcr~ (o~c:r 1/2 cu, yd,} scraper (12 cu. yd. and aver or finivh); Self--pro~el7.pd rotary m~.xer/road resc],aimer; side brcrc~ttt tractor; s).ip form Portland concrete gayer; tout or push boat: trenckri.ng machine (Cleveland 8D err simi],ar}. City of Dubuque Water Meter Replacement Program Attachment H Page 101 of 116 Request for Proposal Davis-Bacon Prevailing Wage Rates ~aROUP ~ ,Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle: ,i~sptnalt kc~lles; beat loader o~• sitni:la~' loader; bulldozer {rough); churn or rotary drill; concrete curb machine, crawler txactor pul~itty ripper, disk cz roller; dec3cliandJoiler directianal drill {less than ~t),040{1bs) ~aullback); di.stribtztor: excavator 1/2 cu. yd° and under): farm riding canciete p~nver: .front and loader {2 to less than tl cu. ycl.); group ectuipment greaser: mechanic; milling machine {3ht)hp. and less); paving l~~teaker; Portland cancrete dry hatch plant; rubber tired backhve 1Jz cu. yd. and urader)1 "Draper {undo 12 ey), screening, washing and crustning plant (mobile, parta}~le 9x stationary}; shoulder machine: skid loader {1 cu, yel and aver); su}agrader or trimmer: trenching machine; vrater wagon an compaction. ~Ft4t3P +M e Bcam & 4vinch truck, concrete spreader/belt placer, deep tvells for dewatering; farm type tractar (aver 75 tip.) pulling disc ar roller; for)Clift: front end loader .(under 2 cu. yd.): mator grader (rough); pile hammer power unit, pump (greaser than three inch diameter); purt~ps an weAl points; safety boat; selfgpxope7.led, x,'vller {vL-tier than aspheilt); self~prvtaelled sand k~l.ast:er ox shot blaster, water blaster ar striping grinder/remover; skid loader (under 1 cu. yd,); truck rnrauntc:ci past: driver. C~RC7U~ A - Ro9.lar, Compreasox, care and t;extur~; ~tiachlne; dew bax; farm type ar utalaty tractor (uncie.r 75 hp. ) pulling disk, roller as att-er ~sttack~men,ts; group greaser tendea:; light plants; mechanic tender; mechanical braar~.: mevhaniaal heaters; oi],er: pumps (under three inch diameter); tree chipping machine; truck crane driver/ailer. CARPENTERS ANI? PIl,E1]R:CyE~7~N {~C3NE 5) Setting of structural steel.; any rteldin~ inca.dental tc br~.dge or culrrert c:c~nstructrl.:nn; setriring concrete beams. 6QELDERS ~- Ttacsive rate prescrik~ed for craft performing vpa~-~tign to vrhi,ch weZcii.ng is ancadental. Unliated class:kfl.oataans needed far work not included within the scope df the classifications listed may ba added after award only as prov~.ded in the labor sta~idards contract clauses {29GFR 5.~, {a) {1) {ii)). In the 1isl=ing ahave, the '"8U" designation means that rat©s lasted under tt<e identifier dQ not r~aflE~~=k 40? lectively l~argaineet wage and fringe benefit rates. Clther designations indicate unit~ns whes€~ as.tes gave been determined tc be prevailing. i~#~GE UE°.PERMTNATTt~N APPEALS PROCESS 1.. ) f3as there 1?~en an initial decision in the trratter? phis uan ke. * an existing published wage datermir-atac~n ~' a survey underlying a wage determination City of Dubuque Water Meter Replacement Program Attachment H Page 102 of 116 Request for Proposal Davis•Bacon Prevailing Wage Rates ~~ a FVatle and Hour Division letter setting forth a position on a w~g~ dstermination matter * a conformance {acidit~ional classification sand rate} ruling Un survey related matters, initial contact, including xequ4sts f'c~r summaries of purveys, should be Frith the Wage and Hour Regional Of=fice for the area lri whicih the survey k=as conducted laecause those Itet~i©nal Offices have responsihil~,ty Apr thE~ baE318°Bacc~n survey proelrarn, ?f the response from this initial oonf:aot: is not dat<isfactory, th~:n tF~o process des[:ribed In 2j and 3} shr~uld be follvi•r€~d. 6Vith regard to any other matrLer not yet rip€ for the forn-al prcces~s descrihed here, initial c~t~tac~ shotilci ba t'Pi~kj the Bra ticYs crf Construction Wage Determir~ationa, Write tc~; Ba:anah of Construct:j.on Wage f~eterm~.nations Wage and Haur Division U.S, Depari~ar~enk cif Laisor 200 Cc~tYSt=iirut_ion Avenue, ~?.W. Wastl~.aigtc~r~, i~G 2t7214 ~.} If the answer to the €~uestion iia 1} is yea, then an interested party (those affeet~:d by the actign} can request revieE•r and reconsideration from the Ylacle and Hot~,r Administrator (See ~9 C>;' dart 1.$ and 2g C~ dart 1}. W~'ite to: Wage aad Flour AdItir~i strat~cr tJ„S. i3epartment of ~abar ' ?00 Constitution Avenue, t~.W. Washington, DC 20210 1`ha x•ecFucst shQUld be accc~rn~~nied Fay a ~u11 :~t~itament of the ititex~este~k party's i3tsition and ]~y any information (wade payment data, pro~jeot descripi~ion, area pracL•.ice material, etc.} that the requester considers rel®vant tc the a.gsue. 3. } If the fiecision ref the Administ=rator is ncat favctral3le, an interested party may app€~al d~~octly t~ the Administrative Revat~r ~~iazd (fort~tarly the W~ige Appeals Soard} . V7rite to; Adrt~ir;ist~~ti.~re ~teviaw $r~ard U . ~ , 13epartment of T,abvr 200 Constitution Avenue, N.W. Trdashingt:on, DC 20210 4,} All decisions ~y the Admini3tra.tive Review Board ire filial, FIND OF GENL~RAL I~EruISION City of Dubuque Water Meter Replacement Program Attachment H Page 103 of 116 Request for Proposal Davis•Bacon Prevailing Wage Rates Attachment I Meter and UFR Specifications Attachment I-1 City General Meter Specifications ~~~. 44®-i ~~ . Niters required. All permanent services shall be me#ered, except fire protection services, which may or may not be metered, at the discretion of the city manager or the city manager's designee. (ord. N©. 13-89, P 2, 3~8aS~j ~~~. ~4-18~. When o~rler~ are resp~nsfbie ftar purehese. All water meters in sizes from five-eighths (~J~) inches to one inch, inclusive, shall be ft~mished by the city without expense and shall be repaired and kept in firs#-class condition by the city. Only one meter will be furnished for each service line. Meters in excess of one desired for a single service line shall be purchased by the owner of the building in which the service is located. Meters above one inch in size shalt be purchased from the city and shall be installed ~tnd maintained by the owner of the property. {Ord. IVo. 7 5-89, 8 2, 3-9-59) +~~. 44~-183. Loc~tivn, method ~f irtsteilati~n. (a) Meters shall be installed just inside of the basement wall at the end of the service pipe described in this article. The regular couplings, which are sold as part of the meter, must amain intact when meter has been installed. (b) All meters shall be installed horizontally between one foot {1') and four feet {4') above the basement floor. A suitable place shall be provided for the meter so as to keep it dry and clean and readily accessible at all times to the meter reader and inspectors of the trity. (c) Wherever it is impossible to install a meter in the basement, the plumber must obtain :special instructions as to its installation from the city manager or the city manager's designee. {d) A valve shall be placed at the (ntet side and a valve on the outlet side of all maters. The types of permissible valves shall be approved by the city manager or the city manager's designee. {e) Should the city manager or the city tanager's designee determine that any meter has been improperly installed, notice shall be given fo the owner requiring cQrrectian of the defect. If such defect is not corrected within five (5) days of such notice, the city manager or the city manages designee may direct that the water supply be shut off and not be turned on again until the defect has been repaired and a charge as established by the city manager or the city manager`s designed has been paid. (Ord. 13-89, A 2, 3-9-19$x) City of Dubuque Water Meter Replacement Program Attachment I-1 Page 104 of 116 Request for Proposal General Meter and UFR Specifications ~` 44-1>34. ~~#~id+e Remote Ft~ad~lrs: (a} Ail water meters installed in new and remodeled structures shall have outside remote reade~r~, fiemote readers shah be located in the vicinity of the gas meter, if existing and if the distance ofi the remote ruder Is less than One hundred feet (10~`} firarr~ the water meter. C}therwise, the remote reader shah be installed at a location acceptable tc~ the city manager or the city manager's designee. Wiring for cflnnecting the water meter to the remote reader shall be cif the type designated by the city manager or the city manager's designee. The reml~te reader shall be of the type designated by the city manager ar the city manager's designee. The remete reader shall installed by the city manager or the city rr~anacder's designee at a charge to the owner or owners as established by the city manager or the city manager's designee. Payment for the remote reader cr readers shall be made at the time of application for service. . fib} +~utside remote readers shall be irstalled by the city on such other water meters as the city manager or the city manager's designee shall direct. The charge far installation ofi the outside remote rc>adcr shalt be as determined by the city manager or the city manager`s designee and shall be paid by the user or owner. (c} A- user or cvwner who refuses try allow in;~tallation of an outside remote reader, after a thirty (so} day written notice, shall be charged at the rate of fifty tents ($~.~0) a mr~nth until an outside remete reader is instal[ecf as outlined under the provisions of subsection (b} of this section, ~d} Qutside remote readers are the property ofi the city and shall net be removed from the place where installed except by the city. {ord. 13-5~, 4 2, 3-~-t 919} ~e~. 4~-1 $5. ~vice~ ~~rg~r Thin Twc~ Ir~cl~e~: For services larger than two inches ~2") in diarr~eter, the city reserves the right to have installed two ~~) ar morn meters 4f smaller size. VWhere meters acre so platted, each meter shall have a valve or shutoff an both inlet and outlet pipe, In addition to the basement shutoff. {ord. 1~8g, ~ ~, 3-s-1 sss) See. 44~1$~. Method ~f ln~#~lil~~ i'v~r~ ~~ M~r~ Ili ~t~ wilding: In the case that two (~} or mere meters are desired, for measuring water to different tenants in the same building, from one service connection, they shall be placed so that not ane of them shat! rrteasure water that has passed through another meter, t4rd. 13-$9, ~ ~, 3-~-1 J89~ City of Dubuque Water Meter Replacement Program Attachment I.1 Page 105 of 116 Request for Proposal General Meter and UFR Specifications Sec. ~4~'i ~~. {~1111~~r'~ ~~ty Tc~ Pr~t~ct Prim L~amag~: The owner of premises where ~ meter is installed shall be bald respt~nsible far its ~.re and protection from freeing or hot water and from ether ln)ury ar interference from any person. In all cases where meters are broken or damaged by freeing, ht~t water or ether injuries except ordinary vtrear, the necessary repe.ir~ will be made by the city and the cast charged to the owner or user. In case payment thereof is negiecte~d ar refined, the water supply shall be turned off until full payment has been made., together with a charge as esterfished by the city manager cr the city manager's design. 4t~rd..t3-89, ~ ~, 3-~-1~3$~) ~~. 441$8. pity`s Right T~ R~~~ir ~vith~l~t ~~ti~~; T~r~~~rirtg With Pr~hibit~~i. Damaged or stopped meters or outside remote readers may be removed and repaired by the l:~ty withof.~t first giving nc~~ce thereof to the owner ar user. No one shall in cry way interfere with the.proper registration of a water motor or outside remote reader, and r~o one except a~n authvri~ed ernpl0yee of the city water department shall break a seal Qn any meter ar outside remt~tQ reader; provided, however, that the city mer~ager +or the city managers designee may gran# permission to a licensed plurnbar in cam of emergency to break such seal far draining pipes ar stepping water leeks. {Drd. 1~-~~, ~ ~, 8-9-i~~~) dec. ~+~~~ ~9. ~h~~k ll~lra'ss: Every hot water system sht~uld have a check valve installed bstween such system and the water meter. Wherever a check valve is installed; there shall afst~ ba installed an the hat water distributing system a suitable reliefi valve to protect the system firom excessive pressure from hot watrsr or steam. (ord. 13-1~9, ~, ~-g-199) . City of Dubuque Water Meter Replacement Program Attachment I.1 Page 106 of 116 Request for Proposal General Meter and UFR Specifications 5~~. 44'1 ~~}. A~uracy, Te~tin~: (a) Where the accuracy of a meter is questioned, it sha11 be removed by the city at the request of the consumer and shall be tested in his or her presence by .the city by means of the apparatus provided for #hat purpose. ®oth parties to the test must accept the findings thus made. (b) If the meter is found to register satisfactorily the water actually flowing through it, a charge as established lay the t;ity manager 4r the ci~r manager's designee will btu made to pay the cost of conducting the test, I# the meter is found to register unsatisfactorily the water flowing through it,-no charge will be made for the test, and a proportional reduction gill be made from the precious bill. (c) A water meter shall be considered to register satisfactorily when it registers within twc~ percent f2%a) of accuracy, (~rcl. ~~-~f~, ~t ~, 3-g-19a9) ~. 44-'19`x. ~h/hen ~~~d: Metors tjn all services shall be read monthly. (Qrd, 13-~9, ~ 2, 3-9-1989) City of Dubuque Water Meter Replacement Program Attachment I.1 Page 107 of 116 Request for Proposal General Meter and UFR Specifications Attachment I-2 Un-measured Flow Reducer Specifications Irllcter Setter Installation Instructions 1. Use a tuba ar pipe cutter ED assure a square end. Make sure pipe w raurur. Tighten the `55' Cempressian nut onto the connectiotls. ~vertorquing nut by YI}20 ft-Ibs. Cn tapper tubing, use a roundbig tool, if necessary. Sudat.~ should ba dean. va.'ve or fitting to ttte falloxing minvirunt will not aPreIX conttections. 2- Service tubing shLwld ahvays ba gn:;~ in the ditch- torquzs. Luck the pipe onto the nu[ by 5ghteniug ale i3- INSERT STIFFENERS MUST BE USED ON FLE%IBLE PLASTiO 3/4" sLe...._....._.......30 h-Ibs. cup-peintset straw(s) as follows (PlOTE UNIT BERVIGETUBE DR PIPE. 1"size .......................35 ft-Ibs. CHANGEI: 4. Slab tube or pipe through [hz nut e and Into the socket of the valve or feting ! 1 1l2° size __......:_...4a n-Ibs- 3F4=size ................3l4 -1 turn= (appro%. 50 in-I> ,.) undl it butron~ out (soma fittings y p g may or may no[ Nava a stop). ! 2' size _..._-......_._...45 h-Ibs. 1, sizl;......_..-...1 1l2 - 2 turns (approx.180 krll~ J 3. IF the nut or szxket a ors t3a large or small, a check should be made ,. --°- 1 1Y2' siz~..i 11.2 - 1314 turns (approx. 210 kt-Ilx.) to be sure ou era a in the correct fidtrg and pipeAube. This armpresses the gasket for watertight 2° size.._....1 ir2 -1374 turns (approx. 2i 4 bi-lis.p 6_ PRESSURE TEST FOR LEAKS BEFORE BACKFILLING- 7_ USE ONLY ON COLD WATER SER4ICES. • • 4 • f • I I Tighten the tAac-Pak nut onto the valve or fitting to Lode the tube or pipe into the nut by securely tightening the split clamp the fdlowing minimum torques. Ovedorquing nut by slde screw (use a box end or socket wrench, not ascrewdriver)- The 10-20 tt :f6s- will not affect connections. torques to which the clamp side screvr should tie Oghtened ale as foE- 1/2' size 20 ft the lows (NOTE CHANGE IN UNITS). 3/4' size........... 25 ft.-fbs. 12' size-----.---- 70-80 in. Ibs. .~ t'size_............30ft:lbs. Ski"size_..._...80-90In:lbs. ~ i 1/4" size.--.-._.35 ft. Ibs_ 1" slze.__..._.90-100 in. Ibs. - i 1/2" size........40 ft: Ibs. 1 1/4° stze....120-140tH: Ibs. 2° size,_...-.......45 ft: Ibs. 1 112° sizo... 160-180 in.-Ibs. 2" size..._..._ 200-220 Ile: Ibs. A.Y. M&Donald Mac-Pak Coding System All A_Y. h~Donakl Mac-Pak fittings are coded to identify which type of service material they are designed to fit. Lettering is on ttte hex of the Mac-Pak nut. #INSERT STIFFENERS MUST 6E USED ON FLEXIBLE PLASTIC SERVICE TUBE i?R PIPE. IIVIRORTANT NOTICE -READ DAREFULLY CTS PVC *PEP • Capper tube (T}ipe K or L) • PVC pipe per ASTM D1785 = PE pipe par ASTM D2239 SIDR 7 ONLY = PE tube par ASTM D2737 SDR 9 ONLY • Steel pipe • PB pipe per ASTM D2662 SIDR 7 Class 250 ONLY = PB tube per AS T M D2666 SDR 9 Class 250 ONLY • Brass oioe `w;SS marked IPS until 2102 r~ area. amaze aw rv_g ~` r $ ..~- ~iRF. {4 v:.m 4~M,5r ti._s diw ~rueira Tighten the CTS Ma'~uik'Q' Series nul ar the PEP A1cOuik "~" nut to Ore sfop- Theend face of the nut is to contact the slop face of the body. Types of Pipe/Tuhing Tar use with A.Y. McDonald Fttinns r?Iliemrilors rstsal T-Serie , (CTE) and -3T Serisy (PEP) Compre .yian Connectors Tighten the compression nut onto the valve or fitting to the follovring lTtinimum torques. Grertorquing nut by 5-10 ft. Ibs- wfl[ not affect conneL~tions. T-Series 3/4" stze...........50 fL-Iles. -3T Series 1" size .............. 55 tt -Ibs. 3/4' size..........- 55 It. Ibs. 1 114" size--------65 fL-Ibs. 1° size--.---._---.- 65 O: Ibs. 1 1!2" size......100 tt.-Ibs. 2" size...._..._.125 ft-Ibs. PaLYBOTYLEME TYPEKorL i'QLYETHriB1E ASTtA 02r6SGit9 POLYErdYLENE POLYaOrYLEHE HDIfAIA SRE COPPEa i1f9E ASTM 0273150§ rUEE SRE,r TI~ESRE CLASS 25Q ~# tarirmrJ7 ARii PIPE SQF- aarY ats62s~P7 clays,-a. ~4„ .672 .671 .875 1.045 9.045 .878 .678 .683 1.170 7.(~9 1.110 1.089} 1' 9.121 1.120 1.125 1323 1-3~ 1.129 1.130 1.135 1-399 1.384 1-359 1-3131 11/d° 7.371 1.370 1.375 1.754 1.754 1.379 1.380 1.385 1.832 1.809 1.832 1-804 1 1/2' 1.621 1.619 7.625 2.050 2.050 1-630 1.631 1.637 2141 21~ 2141 2.109 2. 2120 2.17 9 2125 2.637 2.637 2130 2.131 2137 274212.709) 2742 (2709) u • Alaxrmtc» ply u.u. mat rvrl twrK unm n.Y. r,~uona?a latlrggs. - ~ • • 1. Inapaoi tCrtect' ppa for detects. Oo not uee pips with puncluree or taare in iha PE layers. 2 isaka a square cu[ of iha Krcaci' pipe using the recommended cutler. Make cana9l the staiitraaa steal rxrrting blade ea sharp and in gacd xr¢rrr-- candi5an prior to cutting the tube. _ 3. bread racammarrded aaunding tad into iG[ec~ pipe to restore the roundnr~-a of fhs per; a ihaT is ten Sastwhan iha ppa is cut. :1, 4. Aemova Iha nut and ep6t rng from the fnting and push them onto iha pips. I ~~ i ~ 5- Saval the melds ar iha Kn3c' ppa by inserorg a reaammanded ra¢ming and and rau¢tLng it 3B0' Io angle Sha 6FSdaa. T74e will allmv f ~V ~ iha inaad to clip more eao~Ty edo [he pie vrithout diaplacrrg or dsmrgtm} ~a (]-tiags_ f, 0. h5¢ke aura insert va fully insert=d in Daairt6ng bade. r,~sv pusA sae based comp'easy iota the pia. N rsreuir5d, rotate th5 fitarrg Ea plaa3 it . (. G J,~~ xam in the prepay arianta5an at thLatima. urrucsae ~ y ,.%'-ivrenurv:r 7. Bring the split rm9 and tart agcinatihe Fxtetg maa~1 ihraad urail tlsa nut raachea iha atop. Tlie and fiarxa d the nut is to ~"""-• the slcTl faae d the body. Li 9_ Ir "rt:a nawae¢ry to re.-aoowa 1ha fitt~tg, cale¢ss the nut, rameua the sprit ring srM pull the fining oa the pipe. Inspect tha arbing to moNa certain o__ ~ {l- rmx~ar mr ~ PE is trot punoiurad. Pafore reassembling the joint, inspect rite ap5t ring rot sharp edges and rho O-rings foe case- Raplnce ri riaoaeaory. {_ I r 9. Oo trot band pipe to a radius tighter tlson 5 umao its rwmind diameter. n the handng radius is Haar 5 times iha diameter ci the pipe, ¢ Dendng tool eloould be used. 10. LSE DNLY WfTH KITEG~ PIPE PER ASTM F 1281 OR ASTM F 7282. 11. US~£ O'NLY ON GOLO WATER APPLICATPONS. WARNING: Beginning January 1,2010, it isvnlawfulimCAUFORNIAandVERIIdtONTtaRSeanyproductiniheinstallationorrepairofanypublio water system or any plumbung in a facility or system that provides water for human cansumpfion if rho wetted surtace epee of the pro[luot has a weighted average lead content greater than 0.25°x. This prohibition does not extend to service saddles used in the state of CALIIFORNIA. 3210-358 M`ef~ ~~ !I~ Rli`~J~~~ ~~t ~i!'~ 6/09 City of Dubuque Water Meter Replacement Program Attachment J Page 706 of 116 Request for Proposal Bonding Information Q Meter Setter In~tallati~n in~tructi~ns IMPORTANT NOTICE -READ CAREFULLY A. Prior to installation, varHy ae0er aimertasona era auhnda mr mater threads sod [eying length. R. Two gaskets me fmn6sh¢d wkh each roster saner Stir the rkrw mater cannectione. C. @O NOi uee Voaaivus W. psnker's grease, or arty other paualat¢n based pro~rct an rsnir or o-iega- @. For ease of irsatags5an, the fop apsdng far the new roster cannsc5on is dee3gned to have clearance for the meta: end tvm gaskets. Rand tighten B ]TH mater hula SIMULTANEOUSLY. Than, alternating betvresn roster note, vnandr tighten ro aeewe a paeidva seal. Exmaea tightani,rg rosy damage the goakat nth caues leakage. E hlstar setters having DOUBLE PURPOSE end connaedone era designed ~r ehhar threaded pips or oared robing. A rubber gasket i¢ norma6y furnia'red aM tnatailed in u~l A.Y. kICDONALD DOUBLE PURPOSE end ramrtacdona-This gasketle provided fo seas n..armCly when using the drreadad pips conhyuraDon. IF gasket ea not uesd, then nut must ba tightened la a minimum mrqua of 3D Tultra. Discard me gasket »-hsn uairt4 hared tubing. F htetar ¢ettera having campreaelon soda are Furnished wish appropdate eomptessian cmnnacticn nuts artd gaskets. G. RESETTER erM wnnectlmthreads are aua'tght mater threads and era rrottm tre used vridr standard tapessd threads. H. Craskels are required bamaan the meter RESETTER and ttfs neater valve or caupkng. L RESETTEAS Nava the same laying length os the mater they are replndng. d. g a lase nipple b to ba used tie an vdlar bar, h €¢ rewmmratdsd that n schedule I3D pips nipple ba tre!acEad and that care is axarasedrn tightarsirg the swivel nut Excess tightening may damage L'fe gasket and puss leak¢ga. n me gasket i¢ damaged, replace be€mre re-assembly. K. PVC Id~r bars that comainsrallad In esttera males shipping purprssaa ONLY,Thsaa P_VC pips r~aplea ahautd NOT be used in a prasaur~ed system. 1. Keep valve clean and free ham dirt and debris. 2. Ported vulva from freezFng, tahtch may dismn ball. In the event the valve tloes lreeae, do not fombly try to open or case the valve write Ihz valve is frozen. This may destroy the valve. 3. Use a snug filling smoolhjaw wrench on the wrartching Clad nearest the hghtened end. Do not wrench the body/endp~ct: Joint 4. Insert stiffeners must be used vruh al: plasDc tubing except PVC. - 5. APA~ays use an approved szamm or Callon tape on taperetl pipe threads. 6. If vak~e hascompresvian style connection, read comecaon insuucsEons on reverse side pdor to ers°Itallation. 7. If the valve cap or stop box handle is perpendicular to tltr water line, the valve is closed. If the valve cap or smp box handle is inline with the water kne, the valve is open. For standard valves with turning reslmint3 (checks), Cum the cap wunSer-c7ackndse to open and clockwise to dose (unless ordered ath~pwise). Valves without turning restmfnts [checks) may be tamed zither drecfion to open or cl~se~ 6. Ball valves generally require ksw operating torques. If valve turns hsrd, Greck hlrrdng drecdon before mpplying exrass torte. Excess Carte cm damage or destroy Dte turnirtg resuaints [checks) in the hall vahre cap a.-td body assemhly- 9. Ael valves must be operated In the luihy opened or fu6y dosed poeiYwn. Attempts to thronle goes by operating the valve in a partially open position may destroy the vahz. If vahee is used as a bfotvog valve, tooted the factory for proper procedure. TD. PRESRURE TEST FOR LEAKS BEFORE BACKFILLING. 71. USE ONLY ON COLD 4YATFJ2 SERVICES. Angle Single Check Backflaw Preventers/Device Angle Dual Check Backflaw Preventers/Device 1 - -- Model Number Explanation SPAGEI&2 Basic stogie check valve model number: 02=Anglevatva SPACE 3 (-) Standard sraagon roes plug in csrp ®Single check valve eiza_3=314° 4=1' SPACE 5 Inlet cmnrvwiion typac H = Mrrter arrival vdagrmt winf saddle J = Mater ardvel c4egrai Y =Yoke style thraatl male kftsgral firing repair Chalk saeenubty Mpeir pert Cmnteci sectary tar repair parts SPACE7 read arza of SPACEa Sizes rorouilet mebr auvrval nut: connacdana: PETER THREAD YFfEfl 3+4°=3 SRE SrZE DE51GYdTIOH_ 53 3f4° 3 1. ='1 5.8>34 1' 1 y4 1' 4 t 11,4' S SPACED Outlet runmection type: E =Female iron pie integral ale & fur Meets requirements of ASSE 1024 and CSA 864.6 - - •er.a, .,t- - Model Number -nng repevpart Explanation SPACE t & 2 Baste due! Top check assembly chock valve model number: repair part 1Z=Ar¢evnhre SPACES (-]Standard Inlet antagon feat plug -n cop O-ring repair pert SPACE4 Duel check vehre sire- _ = 1' ~'~ SPACES Inlet conrection type: B®mid Ne H-tJeasr cuSvel intsgrN vim asdd repair par[ J - Mater aw'rvet integral Y-Yoke aty~ thoead rose rt.egral PATEhfTED SPACEa wsatmoluloElbntypo: outlet E=Fsmslahm pipe lniagral SPACE7 Thread errs of SPACER Sizes lorouDat ~ Oxt34sadeanvr9rasslav ad ~ mater avnval nut s 3r4'~ P=t co R--Capper forte inegral METER 7mtfAD NETEiI T~YBtSerias aamtvea91at1lal8yN crrc [n~F DECInNATIDtI 2=CTS {22) A+,a. Pak 5R7 3f4' 3 compresmm integral 5~x3J4 1' 4 1- Usa cnj• Iw re~en[xl and rrwbile laxne supply serves or iradr~ otrdeta 2 The darts serf be insraRed in my pasttan. a. 1t,a aevlrMehrt m hslaEl d In m scSeascca Mralwn m Iaeln de na rarrcnr fcr aeav&aaJ enJtgs'a~:g 4. Service lea araukl be tholoudtjr flushed betas inetak'rg the darts- Exoazava pipe aeatam ar Tefbrr tape may lout checks. A auitabks strainer ehauSf bs inoiollsd upauasm of frs davke. 6. Fb HOT UaaV era 0, plvmiar'a gra:Ta moony eMar pakalgan 6.rsad prodny vn seascr clkig% fi insure that dsiw ie inetnaad in prapsr [bur direasus. Reler m Fkwr drecdon anrnv_ , 7. Do trot over-l~len D-ring union nut seal ar acroaslwdy cylyder to avoid d1etarticn. S- My savant litlirtge must ha campletad before instalEng devna. 9- A pressure reliel valve or sxpansim tank is racomrsr~ad davmaueam a[ device it thenral axparfaion wndtiana are parable. 10- Use tidy m cold fratar sarvitra Protect hom heating. 11. Rarer m Pressure and lemperaturs w6nga on drvira mg. ~A[~T1QNS A.Y. MaDonald waterworks products are designed for reliable service. Like ell brass prDducts, however, they can Ise damaged by imprap~er handling and use. 1. Protect Ilireads. Avoid loose luting wrenches. Do not drop or impact 2. Vse extra care vnth high water pressures (over 100 PSIG) and pi}se or tubing over 1°. Cansuh factory it desired. 3_ Inspect and test all joints, valves and fillings bzlore backislkng. 4. Backfdl onrefuily oo as to ovoid domaga to ma aarviw lin¢ and cmnnecdono- Looping al the service knee on remmmendsd to minimize strain. 5. DO NOT use Vaseline ~, plumber's grease, or any other petroleum based product an seals or o-rings. 6. DO NOT pressurise system vrith factory instMed PVC irker in place. Damage caused by improper use andlor handnng will void our warranty. 3d4 1' 4 f i lf4° 5 J1D15-ASSEA[8LY 1. FLanfave tlue davxxr cap. 2 Remmve the d•.ads naaaa•~.y(iae) uming rare oat m damage device carrpznant. 1 Visually loafs t eeola, aaafaug aurfamea, ate Sw daWie ardamags- B.TE5TINC 1.6 art mp drack aasamty kaoAY. k7cDOlULD angle tit kit as ehmm b draring. 2 Add ureter m t_crt kit level to upper tad 5raa-42 irtilese (13 Peg). 3. (7baenre avatar level mr rpu to 5 mimnes Water Is}gl shrwid not loll babes leaver red Cate-2a xud^sea I7.0 pefg). 4. a wear coksnn Sawa babes 28 irr]ta>-the oRack aaeamby sluoryd Ins steeled and re-tested or retfaced_ 5. Fkpeet steps 81- 84 for bottom check csrhldgs (br Duol Gteok ony). C.RE-ASSEMBLY 1. Gam and iriepeet dav;ee axunporrerna 2. Bohan Check camtlga O-rte Yfould tae F4mY hrMicated vidt a NSF mpproved a'4cona luhdcont (tar @ua! (sack eedy)- 3. tram chedr armerr~ly[sas) irrm body carrwdy mrrasporivrg m 4axv drecdon on $n davku body. 4. R=aaaembk 2~vics cap. Do not Dear-tighten _ _ J 1 1 1 Top heck Bonom Teat Check Teat I At+~ail CMtY orTy) A.Y. McDonald Mfg. Co. 3!4" Angle Test Kit 4i35~83 ~., ~~~ ~'~~~ a ~~ 6,49 3210-358 r City of Dubuque Water Meter Replacement Program Attachment J Page 109 of 116 Request for Proposal Bonding Information ~~ A.Y. MoDONALD MFG. CO. UFR -UNMEASURED-FLOW REDUCER PATENT PENDING OD A.R.I. -LICENSED BY A.R.I. FLOW CONTROL ACCESSORIES LTD. Model Number Explanation ® Basic UFR SPACE 9 SJZes for outlet connec0ons valve model number. 201 -mllne 112'.1 314°.3 UFR SPACE IB 1 - votwneuic M SPACE 4 {-) Component Version (Pos~ve Displacement Meter) G -Cartridge Version 2 -Multi-Jet hieler (M2) ® stze:3=3/4" Cuntactfactoryvrilhnameolnteter manafaclufel and model numear far ass[stance In determinllty appropriate SPACE 8 linter connection type: UFR R -Meter swivel integral wiN sarJdlz SPACE 11-14 - J -Meter swivel integral X001 - No eaeknow Preven0on (l6GV) SPACE 7 Outlet connection type: P =Male iron pipe integral SPACE 6 Thread size of meter swlvelnut h1ETER THREAD THREAD SIZE SQE DESIGNATIOn 5r'0 314° 3 5/8x3/4 1" 4 3/4 1° 4 Not all sires or combinations available -contact lactory. UNIT REQUIRED tExample)_ •Inline UFR •Valve size 314° •Inlet- tvleter swivel integral without saddle (518 x 3i4 meter) OrderMode1201-3JP431 ~~orlvolumlericMte314° SPACE I,2&3 SPACEd SPACE5 SPACER SPACE7 SPACER SPACES SPACE IO SPACE II-14 201 00~©®000 (lnstallatfon and troubleshooting procedures on oppostte side) WARNING: Beginninf water system or any pl weighted average lead 3210-401 2010, it is unlawful in CALIFORNIA and VERMDNTto use any product in the inatalfation or repair of any public a facility or system that provides water for human consumption if the wetted surface area of the product has a eater than 0.2590. This prohibition does not eMend to service saddles used in the state of CALIFORNIA. 563/•.,6&7977 - FA%563586-0720 rA sza6a-osse gyros Msponald A.Y. M~DONALD MFG. CO. UFR -UNMEASURED-FLOW REDUCER PATENT PENDING ~ A.R.I. -LICENSED BY A.R.I. FLOW CONTROL ACCESSORIES LTD. GENERAL INFDRMATIDN • WARNING - Do NOT use UFR with irnproper meter. The type of meter Hle UFR is to ha used with is marked on the UFR as follows: V =Volumetric Meter TRDUBLESHOOTING Problem Possble Causes Sdularls No I krrr in the 1. Shut off valves have 1. Check shut off valves. hne natbeencpenedaRer in~allation.. 2. Tf7e product is 2. Check direc[an of the installed the wrong pmdud, aril if necessary way round (agaers[ invert i[ in accorcknnce the flax directbn). with the lbw drec~ort. 3. Mains pressure is 3. The UFR requires a lass than 14-5 PSI mnimum mains pressure of 14.5 PSI to work nonnally_ There's a leak 1, lYJere is a bt of air in 1. Purge air from the system in the trarse but the system 1olkrAir%J by operyrrg the taps in the the UFR is rat the installation. Ilcarse aril dl ~r again. workirg. 2. The leak in the house is 2. The l1FR is designed to pulsate Aare 07an 7.9 gallons for leaks between 0 arx17.9 perfat7r(cunlulative). gallons per hour.Fwfkrxs above 7.9 galons per hour the UFR is tiny open and meter should register futl fkrw on its Quin. 3. Sealant has entered the 3. Remove the UFR from it>w tine sealing area of the UFR. and dean outihe sealant M2 = Multi-Jet Meter If uncertain of meter type being used, mntac[ factory with meter manufacturer atld model number The marking for'-NCV' will follow the "V" or "M2" for UFR's without bacMlow prevention. • The UFR JNUST be installed so that the arrow on the UFR points in the direction of water fknv. • The UFR can be installed in either the horizontal or vertical position. • The UFR can be installed ehher before or alter the meter as long as the arrow points m the direction of slow. • The UFR requires a minimum line pressure of 14.5 PSI to operate eonectly. • If used in a system with a pressure regulahny valve, best results will be obtained by locating the pressure regulating valve before the UFR or at least 25 feet afterthe UFR. • The UFR does not require regular maintenance. • Do NOT attempt to repairer replace internal gompanents_ • Replacing the UFR at time the meter is changed out is recommended. ASSEMBLY INSTRUCTIONS • Service lines sfauld be thoroughly flushed before installing device. F_xcessive pipe sealant orTeHan tape may prevent the UFR hom vrorking properly. A suitable strainer should be installed upsUeam of the device. • The UFR MUST be installed so that the arrow on the UFR points m the direction oiwaterflow • A pressure relief valve or an expansion lank is recemmended downstream of the UFR if thermal expansion conditions are possible. Not required for No Check Valve (NCV) UFR's (X001). • Use only on cold water service lines under 110°F. Protect from freezing. • Tice UFR is not recommended for pressures exceeding 235 PSI_ 3210.401 A.Y, hKDONALe MFG. CO. - 4800 CHAYENELLE R0. • P.e. HOx 508 • aU611gUEn IA 520040508 7ro9 5835897371•FAX 5695@8-0720 - City of Dubuque Water Meter Replacement Program Attachment J Page 110 of 116 Request for Proposal Bonding Information Attachment J CITY OF DUBUQUE, IOWA PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That (SELECTED PROPOSER NAME) as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ (INSERT CONTRACT AMMOUNT) the same being 100% of the total price of the Contract for the Project herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this day of 2009, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated (INSERT CONTRACT DATE), incorporated herein by reference, has agreed with said City of Dubtaque to perform all labor and furnish all materials required to be performed and furnished for the Water Meter Replacement Project (the Project) according to the Contract and Construction Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to- wit: PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract and Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the Contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) years from the date of City of Dubuque Water Meter Replacement Program Attachment J Page 111 of 116 Request for Proposal Bonding Information acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; grid C. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract, Contractor's Proposal, and Construction Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of , 2009. City of Dubuque Water Meter Replacement Program Attachment J Page 112 of 116 Request for Proposal Bonding Information CITY OF DUBUQUE, IOWA By: City Manager PRINCIPAL Contractor By: Signature Title SURETY Surety Company By: Signature Title City, State, Zip Code Telephone Attorney In Fact City of Dubuque Water Meter Replacement Program Attachment.) Page 113 of 116 Request for Proposal Bonding Information Attachment K PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Department Contact:. Please complete this form in its entirety and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Sales tax exemption certificates are not provided to material suppliers. The general contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers. ' Construction Project Name: _ Project Description: Start Date (Bid let date): Completion Date: 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) _- City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security:Number) Work Type to be Completed: 2~ Subcontractor: Carriplete Address:. _. (Include PO Box and Street Information) ' '.City, State, Zip Code Telephone~Nurnber . Federa4l I.D Numbe~:~ (or Include Social Security Number) Work Type to,be-Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: City of Dubuque Water Meter Replacement Program Attachment K Page 114 of 116 Request for Proposal Sales Tax Information Attachment L L-1 Water Meter Location Map 1 -mot / - 5 _~ _- ~ hn "_~ '--,..\ !;. ~ ~ 1 =3 ~ ' ~ =_ d' - '~ ~i*~. - - -- - --- -_--'_ 1 -: 1 ' _ _ -_-- -_-- . { -_ - -. .- z, _ -, - - ~ „; ~ } ~ i ~, _~ . 4t' . f R, ~ ~, ~ + [ ~ yRa •~ 1 _ _ ~ ;, - - ~ ~~,-~ ~_~ - ~t ~ _ 1 - ~ is .15i 4.', *~ } - Aspurp r tit, x a ~~ i i ~~ i 2 ~ ,, City of Duhuque Water Meter Replacement Program ~ AHachmenlL Page 715 01116 Request for Proposal gaPr L-1 Cell Tower, Inet, and Fiber Optic Line Location Map - ~•' ~"> - -- `~ I. - --1 h, - t ~ ~`~ - _ ~'~- ~.'L -/' ~ III -.. ~• ~'.`. _ 4 ~ "' ' ~ _ z` _. t t~ y---- ~~,~ ~ I - y ~ - _ _ _ 4 _- _ ~ - x ~ y. .~ 'r,ti~ sl'G{ri r ~, ~ r q ~ i y ~ .' i~ ~ 4,, r ~~'µ~a ~ ~ ~ ~ ..sir ' ~ ~ -, ~ -- + - I~j ~~~ I ~ ~ f ~ t f~ f k ~ F fi v Fi ~~~ ~ ~ ~ 1 -l'~ h~~1 41~~~~ r -.~ ~ ~ ~ r - , ~ §~~„ Cfly of Dubuque Water Meter ReplacemenlProgram _ AllachmenlL Page 716 of 116 Request for Proposal - strp. THE CITY OF ~u~ - Masierpiece'an tfzeMississipp ADMENDMENT ONE: RESPONSE TO PROPOSER QUESTIONS WATER METER REPLACEMENT PROGRAM CITY OF DUBUQUE, IOWA OCTOBER 30, 2009 These answers-are clarifications amending the Water Meter Replacement Program Request for Proposal. 1. Will the selected proposer pay for the cost of the unmeasured flow reducer (UFR)? The selected proposer is responsible for the installation cost; the City is responsible for the cost of the UFR 2. What is the lay length of the UFR? The UFR replaces the meter coupling and is the same size as the meter coupling. 3. For the 1-1/2-IN and 2-IN meters, what is the breakdown between positive displacement and compound type meters? All 1-1/2-IN and 2-IN meters are positive displacement type meters. 4. How many meter pit lid modifications will be required? There are a small number {about 4) concrete pit lids that may need modifications. Will all meters be replaced "size for size" and "type for type"? Yes. 6. Do the 1-1/2-IN and 2-IN meters have flanged connections? Yes. 7. Can the existing wiring be reused, and is the existing wiring "2-wire" or " 3-wire" type? Existing wiring may be reused, but new wire is preferred. The proposer assumes responsibility for any problems resulting from the existing wiring. The majority of the wiring in Dubuque is "2-wire" type. 8. What should be done with~the old outside touch pads and holes in walls? If possible, re-use the location of the old outside touch pads for the new transmitter units. If transmitter is installed in a new location, abandon the old outside touchpad in place. City of Dubuque Waler Meter Replacement Program Page 1 of 10 Responses to Proposer Questions 9. Proposers have been instructed to install strainers for large meters unless significant plumbing modifications are required. Please elaborate on what is meant by significant. Proposers shall provide the cost per hour for plumbing modifications undenthe "other costs" section. Plumbing modifications will be negotiated with the selected proposer. All large meters shall include cost of strainer. 10. Should frost bottoms be supplied for all-large meters? Frost bottoms shall be provided for all large meters except for fire meters. 11. Does the City have access to schools as a location for installing antennas? City has access to City facilities; see the RFP for a list of potential sites. 12. If fiber optic preferred for backhaul communications? Yes, fiber is currently installed and preferred. 13. What is the compatibility of the City billing software? The software can be adjusted to fit the selected proposer requirements. 14. Are cast iron meters acceptable? No, meter shall be bronze, NSF 61. 15. Can proposers receive GPS data from Black Hills? No, proposer will collect on site. 16. How will the meter pilot test area be determined? The City will specify the area and time frame for the pilot. 17. Will photos of any abandoned in place outside touchpad be required? No. 18. Will hybrid systems be considered? No. 19. Will "1-1/2-way" systems be considered? Only "2-way"systems will be considered. 20. What is required for "2-way" communication? The system shall provide communication from the end point/meter to the office computer system and from office computer system back to end point/meter. City or Dubuque Waler Meler Replacement Program ~ Page 2 of 10 Responses to Proposer Questions 21. Can a 1-1/2-way system be submitted if it meets the requirements of the IBM Smart System? Consideration of proposal shall comply with specifications. 22. Is "real time" reading required? Real time reading not required. 23. Will meter installers be allowed to perform door knocking or will appointments be necessary? Appointments are preferred. Details will be specified with the selected proposer. 24. Is a licensed plumber required to perform any needed repairs? No, however the work shall be done under the supervision of a licensed plumber on the proposer's team. 25. Will plumbing permits be required for plumbing modifications? No permits will be required; however the City will need to know about plumbing modifications. 26. What percentage of installation completion will be required before moving on to a new area? Preferred approach is to complete one area as much as possible before moving on to next area. Details to be specified with the selected proposer. 27. Will the City shut off customers that do not comply with meter change-out requests? City has ordinances in place and will work with selected proposer and customers to reach 100% of customers. 28. Will there be a short list for the RFP selection process? Yes, with interviews to follow. 29. Will the selected proposer supply the meter seals and tamper tags? The selected proposer will supply the meter seals and tamper tags. The City will provide the language to be used on the tags. 30. What should be done with old meters and is there a requirement to hold the meters for a minimum time period? The final reading of the old meter shall be photo documented and then the meter can be salvaged, there is no minimum hold time required. City of Dubuque Water Meter Replacement Program Page 3 of 10 Responses to Proposer Questions 31. Can proposers contact IBM? No, all questions for third parties shall be directed in writing to Ken Tekippe or Bob Green with the City of Dubuque. 32. Does the City have a warehouse available for lay down space? No, the selected proposer is responsible for securing facilities. 33. Is a disadvantaged business group list available from the City? No. 34. Will software source code be required to be submitted to the City? The proposer shall either provide an escrow agreement or agree to provide the source code in the event the proposer goes out of business. 35. Will any meters be retrofitted? No. 36. Should leak detection be included? Proposers are encouraged to include leak detection capabilities. 37. Should software costs be a lump sum? Include projected software annual costs over a 20 year period. Refer to Request for Proposal. 38. Will power be available at collector sites? Power is available at the majority of sites; the vendor shall verify the availability of power. 39. Does the City have access to electric power poles? The majority of power poles are owned by Alliant Energy and the City prefers not to use power poles. It is the proposers responsibility to secure sites not owned by the City. 40. There is no bid bond required per specs; however a performance and payment bond is necessary. Our bonding department found an Iowa Statute that requires at least a 5% bid bond on publicly bid projects. Is there no requirement because this is an RFP? Correct, no bid bond for the project, city position is that project qualifies more as an equipment acquisition and not construction project and accordingly no bid bond. City of Dubuque Water Meter Replacement Program Page 4 of 10 Responses to Proposer Questions 41. Municipalities are tax exempt, but we as contractors have to pay sales tax on material used on this project. Can you get a specific form that relieves us from having to pay sales tax and charging the City the use tax in our pricing? See Attachment K of the RFP, will be provided by successful firm to city to get sales tax exemption certificates for materials and subcontractors. 42. There is a requirement for a maintenance bond for two years, is that 2 years after completion of the project or 2 years after each install is completed? 2 years after work accepted by city council. See Attachment J, # 3 A from the RFP. 43. Will security and safety plans be required? Yes, proposers shall provide security and safety plans. 44. What will be required for the employee background checks? Background checks will be required for all staff that will perform work on the project. All project team members will be required to complete the attached form and submit to City for completion of criminal history background checks. Checks will be done by local law enforcement personnel and may include searches of local and state criminal history information. Successful proposer must provide a list of all project team members with requested forms completed and allow City of Dubuque project leadership the ability to review results of such checks. City of Dubuque project leadership will maintain final decisions on whether project team members will be allowed to participate in the project if background checks show issues or problems. Successful proposer shall immediately notify the City of any adds or deletes to project team members. 45. Are Davis-Bacon wage rates required? Please see the attached document for Davis-Bacon wage rates. 46. Would the City allow a submittal with two different versions of Attachment C for different meter system options? Yes. A separate copy of Attachment C shall be submitted for each option. Each option shall be clearly separated and identifiable. City of Dubuque Water Meter Replacement Program Page 5 of 10 Responses to Proposer Questions 1 RECORD CHECK FOR LOCAL ARREST RECORD DUBUQUE LAWV ENFORCEMENT CENTER -RECORDS DIVISION 855 Central Avenue, Dubuque, Iowa 52001 563-589-4443 (Phone) 563-587-3849 (FAX) TELEPHONE FAX City of Dubuque Water Meter Replacement Program Page 6 of 10 Responses to Proposer Questions GENERAL DECISION: IA20080098 08/28/2009 IA98 Data: August 28, 2009 General Decision Number: IA20080098 08/28/2009 State: Iowa Construction Type: Building Countp: Dubuquz Caunty in Iowa. BUILDING CONSTRiiCT20N PROJECTS (does not include single Family homes or apartments up to and including 4 stories). Mock=ication Number PxiLil ieation Date 0 11/21f2008 1 I2/2G/2008 2 Dl/OZ/Z009 3 03/20/2009 4 OS/O1/2009 5 OS/1512009 6 06/05/2009 7 06/19/2009 8 07/17/2009 9 07/24/2009 10 08/28/2009 BRIA0001-008 05901/2009 Rates Fringes BRICF3,AYER.........,e............$ 25.39 8.94 ---------------------------------------------------------------- BRIA0001-013 05/0112009 Raters TILE 9ETTER ......................$ 31.92 ----------------------------------------- CARF0678-004 O5I01/2009 Raters CARPENTER, Including Form 97ork (Exelading Drywall Ranging) ..:......................$ 20.00 --------------------------------------------- ELEC0709-005 06/01/2005 Rates ELECTRICIAN ......................$ 28.25 ---------------------------------------- • ENGI0234-036 05]01/2009 Rates Paver equipment aperatars: GROUP 1 .....................$ 23.70 GROUP 2 .....................$ 22.32 GROUP 3 .....................5 19.59 P097ER EOUI PISENT OPERATORS CLASSIFICATIONS GROUP 1~- Backhae; Excavators Fringes 2..43 -------------- Fringes 10.65 --------------- Fringes 11.60+95, --------------- Fringes 12.90 12.9D 12.56 City of Dubuque Water Meter Replacement Program Page 7 of 10 Responses to Proposer Questions GROUF .. - Bulldozer; Farklift; Scraper GROUP 3 - Bahcat/Skid Loader; Grades/Blade; Loader; Roller ---------------------------------------------------------- IRON0089-005 GSl41/2009 Rates Fringes IROAP`IORRER (Ornamental, Reinforcing and 9tructural)......$ 25.12 13.34 ---------------------------------------------------------------- LAB00043-010 05/01/2409 Rates Fringes LABORER - PIasan Tender - Brick........ $ 17.75 8.85 Mason Tender - Cement /C.~ncrete ............. $ 17.75 $.85 Pipelayer ................... --------------------------------- $ -- 17.75 ---------- 9.85 ------------ P?1IN4481-014 05/91/2449 - DUBUQUE COUNTY Rates Fringes GLAZIER .......................... --------------- -- -- -- 5 51.58 ------------ 11.80 ------------------- ---------- - - PLAS0011-001 06/O1I200$ Raters Fringes CEMENT Aii1S0N/CONCRETE FINISHER... $ 23.61] 14.62 --------------------------------- PLUP•E0125-007 05/01/2009 ------------ ------------------- DuBUQVE couNTY Rates Fringes PLUMBER/FIFEFITTER {Bona 2)...... $ 25.10 13.20 --------------------------------- SHEE4051-001 06!01/2007 ------------ ------------------- Rates Fringes sheet metal vrerker (Including HVAC duct vror k) .................. --------------------------------- $ e^7.65 ------------ 16.22 ------------------- SUTA2008-029 09/11/2008 Rates Fringes ASBESTOS PIORf.ER/HEAT & FROST IN9ULAT0R ........................ $ 14.6$ 0.46 CARPENTER (Dzysaa ll Hanging Only) ............................ $ 17.65 3.45 DRY?IALL FIAIISHER/TP_PER........... $ 17.85 1.95 LABORER: Common or General...., . 5 13.56 5.30 LABORER: Irrigation & Landscape ........................ $ 8.98 0.00 4' City of Dubuque Water Meter Replacement Program Page 8 of 10 Responses to Proposer Questions OPERATOR: Crane ................. $ 20.33 2.23 PAINTER: Spray, Excludes Drywall Finishing/Taping......... $ 12.60 0.23 ROOFER (Metal Roof.9 Only)........ $ 12.22 0.00 ROOFER, Excluding Metal Raofs.... --------------------------------- $ - 13.54 ------------- 4.35 ----------------- TEAMU126-002 12/01/2005 Rates -tinges TRUCF. DRIVER .....................$ 18.35 9.16 ---------------------------------------------------------------- -iELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classirications needed far vaork net included within t~?e 9GOpe of the classifications listed may be added after award only as provided in the labor standards contract elau.ses (29 CFR 5.5(a)(1)(ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rats listed under the identifier da net reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions svhasc rates have been determined to he prevailing. ---------------------------------------------------------------- 46AGE DETER1dINATION APPEALS PROCESS 1.) Has there been an initial decision in he matter? This can be: ~* an existing published wags determination * a survey underlying a wags determination * a 97age and Hour Divisian letter netting forth a position on a wage determination matter * a conformance [additional classification and rata) ruling On survey r,elatecl matters, initial contact, including requests £ar summaries of surveys, should be with the -rage and Hour Regianal Office far the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Iiacan survey program. If the response from this initial contact is net satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any ether matter not yet ripe for the formal process City of Dubuque Water Meter Replacement Program Page 9 of 10 Responses to Proposer Questions described here, initial contact should be with the Branch of Construction Wagz Determinations. Writz to: Branch of Canstru ction Wage Determinations Wagz anti Haur Division U.B. Department of Lobar 260 Constitution Avenue, N.W. Washington, DC 2U210 2.) %f the answer to the question in l.) is yes, then an interested party (those affected by the action} can request rcviex and reconsideration from the Wage and Heur Administrator iBee 29 CFR Part 1.$ and 25 CFR Part 7). Write to: Wages and Hour Administrator U.B. Department of Labor 200 Constitution Avenue, P7. W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information {wagz payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) %f the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Beard). -7rite to: Administrative Review Board U.S. Department of Labor 260 Constitution Avenue, N.W. Washington, DC 26216 4.J All decisions by the Administrative Revievx Board are final. END OF GENERP_L DECISION City of Dubuque Water Meter Replacement Program Page 10 of 10 Responses to Proposer Questions Cover Letter Signature Sheet Executive Summary ,Proposal Pricing Warranties Section D SRF/ARRA Information Compliance Sheets Appendices Propagation Study Installer Quality & Training forms Reference Lists Literature r~hr~ qtr ~s ~~14~ ~~~~~~~~ ~A~~~~~R~~ November 5, 2009 City of Dubuque City Clerk 50 West 13th Street Dubuque, IA 52001 Subject: WATER METER REPLACEMENT PROGRAM Dear AMR Committee: We are pleased to introduce the City of Dubuque to the new meter technician Electronic Meter Reading (ELMR) who would like to be employed by Northern Water Works for the next 2 years replacing 22,365 water meters. Within this proposal you will find that the technology and services are far superior to any other technology being offered. Northern Water Works is a turnkey supplier to the water industry in the 5 ~/z states in the upper mid- west. We are a division of the Ferguson Water Works a division of Ferguson Enterprises. We will employ many local residents and businesses to accomplish the installation of the Neptune Technology Group Fixed Network Radio System. We have been involved in many turnkey projects since we started the Water Meter Division in 2000. We have included a list of completed projects for your review. We are submitting pricing on the Neptune Technology Group R450 Fixed Network System. This system uses recently designed 2-Way technology. Neptune is able to reprogram the MIU "over the air" which is the primary condition of your RFP. Neptune has certified that all products manufactured in the USA to completely comply with the Stimulus Funding requirements. NWWS has certified that all ancillary products used are also manufactured in the USA in accordance with Stimulus Funding requirements. We anxiously look forward to the interview process that is mapped out in the RFP. Sincerely, Vie.. Mr. Kim Foster Meter Systems Manager Northern Water Works Supply Cc Steve Brush, NWWS Vannie Rugroden, NWWS Brian Rollins, NWWS 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314"' Avenue South 1730 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sarte~l, MN 56377 DeKalb, IL fi0115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Emplayeir Atta~hmen# B Proposal Signature Sheet My sgnaturre certifies that the proposal as subm'~tted complies with aII Terms-.and Conditions as set #orth in this RFP for the City 4f Dubuque Water Meter Replacement Program. My signature also .certifies that by submitting a proposal _in response to this Request for Proposal, the .Proposer r!epresertts that in the preparation and submission of this proposal,.said ~roposer'did not, either directly or indirectly, enter into any combination or arrangertnen# with any person, firm or corporation or enter into ainy agt~eement, pdrticipate,in anycollusion. 1 hereby certify that l am authorized, to sign as a Representative for the_ Firm.; NAME,OF PRQPOSER: Ferguson Enterprises, -Inc. dba Northern Water Works Supply ADDRESS;: 1694 9'~sf Avenue NE Blaine, MN. 55449 FAD ID N~j_ 5d-'121177'1 SIGNATURE: r J~~ ; NAME(prnt); FtQn'Vasko TITLE: General Manager TELEp1-10NEy 763=560-'5240. ~-MALI.,,: rvasko@rawws;bz .FAX. 763560-1799 DATE: 1Vovember 5;'2009 SUBMIT THIS FORM WITH PROPQSAL Wa~r'hAe~+'Repl~cerr~ntP-o~ain AlbdmentB Page56oF116 !'noposai$k,~aW~Sf~eef SECRETARIAL: CERTIFICATE OF AUTHORIZATION. `The undersigned Assistant 5ecreta~ry of~'erguson Enterpz~ses; Inc:; a Virginia corporation. (the "Corporation"),..'.hereby certifies -that: i) certain, of tfie Corporation's Iacilities 'irk North Dakota, 'Soutlt.Dakota, Minrxesota,, Wisconsin, Illinois and Iowa, are doing business as Ferguson, Entexprses, Inc., dlb/a Northern Water, ~lVorks Supply, and ii) Ron Vasko is General Manager` 'of Northern Water Works Supply for these locations and iii) that the resolutions adopted by the Corporation's hoard of Directors ,effective July 3'l, 2009, duly authorize certain of the Corporation's officers, including the Assistant Secretary, to designate, 'and, I hereby .do so designate Ron... Va. sko as an authorized representative of-the Corporation to act for and or- behalf' of the ~Corpgratiozr< toprepare and submit bids and proposals #o the Corporation's customers, to enter into contracts; agreements or `other documents; and` to execute .such ;docuriients and undertake all sucli_;acts as maybe deemed in the best' interest of the Corporation; including the execution of bonds,; and in doing so, to contractually bind' the Corporation. Unless withdrawn soone>~, this certif cation of;authorzation'shall be `effective until October 31, 20l 0. Dated: October Commonwealth FERGUSON ENTERPRISES, 'INC: ~. $y:~ David'.- :1VIeeker,.Assist Secretary aify of Newport Dews ) Sworn- to subscribed .and acknovtlE -David: N. Meeker, personally imown to trmi enterprises, Iho., a Virginia: corporation, on ~IVIy, coiinriiissioi~ expires:.' 0913p/2013 7th ~` y '~f dctober, 2009, by` ist: t S " cret of Ferguson, Cl ,~yttll I Iln--~ ~ti .A ~ \~z ~j~"~iY p~ s~j ~'. ~Q, ,,,gyp. ' ~•._,~ ~, my R. Austin = ~'~ •~ nn~ ~' • ~_ _ COMMIS$lON , C'~ NUM8Ef2' Q' r IJ~~O ~\~, ``~ f 20833$ Executive Summary Northern Water Works Supply is a division of Ferguson Enterprises. We are a full line water works distributor with 6 mid-west locations. Northern Water Works has been in the water industry since 1964. The Water Meter Division was started in 2000 and has accomplished many successful water meter deployments. We have installed meter reading systems from the basic touchpad reading to the most sophisticated fixed network radio and telephone. Company Profile Our company was formed in 1998 with the merger of two companies whose roots go back to the 1950's, Davies Water Equipment Company of Minneapolis, MN and Northern Water Works Supply of Fargo, ND. In addition to water and sewer distribution products, we provide irrigation systems, E-One sewer pumps, geotextiles, polyethylene pipe, fusion equipment, locators, safety equipment, water meter systems, installation, and repair. Today we have over 95 employees, with offices in Fargo and Bismarck, ND; Minneapolis and St. Cloud, MN; De Kalb, IL and Madison, WI. We supply products and services to both of the Dakotas, Minnesota, Western Wisconsin, Iowa and Northern Illinois. Northern Water Works Supply is a division of Ferguson Enterprises and committed to our communities, our customers, suppliers and employees. We exist to make a positive impact on our customers' businesses as well as in our employees' lives. Meter Division The company has been a Neptune Meter distributor since 1975. In 2000, we formed a Water Meter.Systems Division to put our company in a position to participate in the fast growing AMR industry. Today we employ seven full-time employees who are strictly dedicated to water meter systems. We are the exclusive Neptune Level I distributor for Minnesota, North Dakota, South Dakota, Iowa, Wisconsin, and Northern Illinois. Our company stocks a wide variety of meters and parts in our Blaine and DeKalb office. Our mission is to offer the best customer service and expertise with meter sales in the industry. Installation In 2000, we formed an installation department to enhance our meter efforts. We have successfully completed turnkey projects in our marketing area. The efforts of the installation group have given us a reputation that is envied by all installation companies. Our installation group has had as many as 20 employees depending on the .size of the project. We have instituted many automated procedures for data entry and web based tracking of the project so we could track multiple projects at various locations. Meter Test and Repair In 2000 we also created another part of the meter division, which is solely responsible for field testing and repairing water meters. We recently added the ability' to in line test mainline meters, well meters, as previously all meters had to be removed from their installation to be tested else where and then returned to the actual installation. With velocity meters, the installation can influence the registration of the meter and as a result we wanted to in line test these meters. We purchased from Marsh-McBirney a multi-mag, which will test velocity meters in their original location. This will test for the proper installation. This part of the meter division has seen some growth with the addition of key people. We have also added the list of references for installation and testing. Meter Division Personnel Kim Foster, Meter Systems Division Manager Kim has been with the company for ten years. He has been in the water industry since receiving an engineering degree from Iowa State University in 1975. He has served in many capacities with manufacturing and distribution over his 34 years in the industry. He has served as a delegate on the Neptune Distributor Advisory Board, which is a group of Neptune distributors who assist Neptune in developing future business trends and directions. His previous position was as a partner in a business that specializes in implementing meter systems and change-out programs in the Chicago area. Kim's experience with AMR dates back to 1984 and it spans all technological systems that have been marketed to the water industry from the "Touch pad System" to the more modern "RF Technologies". He is a software expert and will always be available with this project. Steve Brush, Level 1 Systems Sales Specialist Steve has been with Northern Water Works for 4 years, but not new to meter sales. Steve's experience in the water industry spans 25 years. Previous to NWWs he was the AMR systems sales and implementation specialist for National Water Works in Des Moines, IA. Prior to working with National, Steve was responsible for implementing the AMR system in the City of Urbandale, IA Linda Grange, Meter Installation Coordinator Linda has been with Northern Water Works for 9 years. Her duties include: Data Entry, scheduling meter installation appointments, customer service issues, and aiding in customer. questions and concerns. Linda's past experience includes being employed by Neptune Industries for 10 years. She was the lead person in.the City of Minneapolis Telephone AMR installation project, which totaled 110,000 installations. Vannie Rugroden, Municipal Sales Coordinator Vannie started with Northern Water Works in 1992. During the first five years she worked as an Estimator where she dealt with engineers and contractors on plans and specifications. Vannie heads up our inside effort`s in meter sales. Some of her duties include sales support with several representatives in 5 states. She is also responsible for the purchasing of water meters and water meter accessories as well as day-to-day inventory control. Brian Rollins, Meter Installation Supervisor Brian is responsible for hiring and training the installers. He is the primary contact between the City and the installation crew to ensure the project runs as specified. Brian's experience includes overseeing the following: Sioux City, IA; Eagle Grove, IA; Iowa City, IA; Wabasha, MN; Richfield, MN; Coon Rapids, MN; Brooklyn Center, MN; and, Minneapolis, MN. He is a Neptune Certified Tester and is in charge of our meter testing and repair service. Brian has 8 years experience working in the water meter industry. Dick Wetzel, Meter Testing Consultant Dick is the sales consultant for our Water Meter Testing and Repair Service Group. He is responsible for analyzing a City's water meter system to determine any repair or testing needs. Dick has 35 years experience with water meters; spending 25 years as the Manager of Meter Operations for the City of St. Paul, MN. Toe Strapko, Meter Division Systems Engineer Joe brings 12 years of system sales and software training with a Neptune distributor on the East Coast. Prior to working with meter system software training, Joe worked with a Utility Billing Software Company. Joe will continue to enhance our System Installations as well as turnkey projects. He will be a key person in the implementation of an automated meter reading system. Karen Olson, Marketing Manager Karen has been the Marketing Manager with 7 years experience. Her responsibilities include developing advertising campaigns, promoting company products, and creating company signs and logos. Karen designed our company brochure as well as division specific brochures. Karen also is responsible for creating product line cards for each division within the company. Karen also oversees the Northern Water Works Supply's website. She also oversees all aspects of the 60+ trade shows our sales representatives attend each year; from booth registration to producing display graphics and purchasing promotional give- away items. Organizes yearly customer outings: creates invitations, registration forms, event signage-and thank you cards. Works with vendor representatives to promote product seminars, internal training sessions and Northern Water Works Supply bi-annual trade show. Installation Experience Meter Replacement recent projects experience includes: City Contact Number and type City of Sioux City Mike Kuhlman 27,000 meters 405 6th ST. 712-279-6908 AMR/TELEPHONE Sioux City, IA 51101 INBOUND City of Brooklyn Park Jon Watson 5200 85th AVE No. 763-493-8008 20,200 Meters Brooklyn Park, MN 55443 AMR/DRIVE-BY R900 City of Coon Rapids Rick Bednar 22,000 Meter Installs 11155 Robinson Dr. NW 763-767-6'576 R900i Coon Rapids, MN 55433 City of Richfield Robert Hintgen 11,500 Meter Installs 6221 Portland Ave 612-861-9165 AMR/DRIVE-BY R900i Richfield, MN 55423 City of Iowa City Ed Moreno 12,000 Meters and Upgrades 2551 N. Dubuque Street 319-356-5162 AMR/DRIVE-BY R900 Iowa City, IA 52240-1826 City of Brooklyn Center Mark Hartfiel 9,800 Meters 6301 Shingle Creek Parkway 763-238-9785 R900i Data Logger Brooklyn Center, MN 55430 City of Polk City Mike Schulte 1250 Meters and Upgrades 112 3~d Street 515-984-6233 AMR/DRIVE-BY R900 Polk City, IA 50226 Village of Channahon Bruce Viackus 3500 Meter Installs 24555 South Navajo 815-467-6644 R900 Channahon, IL 60410 City of Shorewood Larry Brown, PE 2600 Meter Installs 5755 Country Club Rd 952-401-1637 R900i Installs Shorewood, MN 55331 City of Excelsior Dave Wisdorf 800 Meter Installs 339 Third Street 952-474-5233 R900i Drive=By Excelsior, MN 55331 City of Eagle Grove -210 East Broadway Avenue Eagle Grove, IA 50533 City of Wabasha 900 Hiawatha Drive E. Wabasha, MN 55981 City of Garner 135 W. 5th St Garner, IA 50438 City of Coralville 1512 7th St Coralville, IA 52241-6751 City of Prior Lake 16200 Eagle Creek AVE S.E. Prior Lake, MN 55372 City of Union P.O. Box 102 Union, IL 60180 Village of Turtle Lake 114 Martin Ave East Turtle Lake, WI City of North Sioux City 504 River Drive North Sioux City, SD 57049 City of Mayville Mayville, ND 58257 Ryan C. Heiar 515-448-4343 Dave Vosen 651-565-3818 Scott Ginapp Brent Hinson (641)923-2588 Kevin Callahan 319-351-1830 Ralph Teschner 952-447-9841 Tim Pace 815-923-4153 Cory Davis 715-986-2820 1,600 AMR/DRIVE-BY R900 2,200 AMR/DRIVE-BY R900 1300 R900i AMR/DRIVE-BY 350 Meters R900 w/E-Coders 5,600 AMR/HEXAGRAM FIXED NETWORK 100 Meters R900 400 Meter Installs and Upgrades Randy Fredericksen 1100 Meter Installs 605-232-4276 R900 Drive-By Byron Kleven 750 Meter Installs 701-788-3433 R900i Drive-By Meter Cut-In recent projects experience includes: City Contact Number and type City of Willow Lake Melanie Schmidt 150 Cut-ins Willow Lake, SD 57278 605-625-3631 City of Sabin Rich Hayes 178 Cut-ins Sabin, MN 56580 218-329-7934 City of Watson Mark Radtke 100 Cut-ins Watson, MN 56295 320-269-8497 City of Holloway Merlin Schulz 159 Cut-ins Holloway, MN 56249 320-394-2300 City of Jud Arlen Elhard 54 Cut-ins Jud, ND 58454 701-685-2693 City of Ellendale Steve Louks 320 Cut-ins 110 6"' Ave West 507- 684-2681 Ellendale, MN 56026 City of Dazey Gary Hare 52 Cut-ins Dazey, ND 58249 701-733-2102 Northern Water Works Supply is committed to supplying all the services necessary to complete the specific project as outlined in the Request for Proposal. We have demonstrated most recently in our project just completed in Brooklyn enter, MN. The account is listed on our customer list. Northern Water Works uses our own employees as opposed to sub-contractors. We have found in our experience that when using asub-contractor the customer service lacks our standards. When checking our customer references one question that should be asked is whether asub-contractor was employed or NWWS employees. In striving for the best customer service our own employees fared the best. Presently our installation work load is at a minimum. We are currently finishing a project in Lakeville, MN 2500 installs left and Bensenville IL 1000 installs left. Proposed Approach and Schedule Our initial phase for beginning this project is amulti-layered process. The first phase that seeds expediency is as soon as a decision is made; even prior to contract negotiation and formal signing we need to get Neptune involved to begin the FCC search. The entire process to get the network installed could take 4 - 6 months. Included is a sample workflow diagram of .our projected deployment strategy.. The intention is to complete the project in the time allotted or earlier. We can complete the project earlier with the _ , cooperation of the Utility to force the meter replacement to take place. In the effort to make a smooth transition from the manually read system to the fully automated system, we can work with Black Hills to phase out there walking routes in an orderly fashion. This can be accomplished by working with the ARB_N_SIGHT Mobile software and the hand held they currently are using. If they are using a compatible hand held we can run all meter readings through the Neptune mobile software. This can be investigated after signing the contract.. ARB N_SIGHT FixedBase host software integrates seamlessly with ARB N_SIGHT Mobile software allowing both mobile and fixed network AMR systems to operate in parallel (ARB Hybrid). The link between the ARB N_SIGHT FixedBase and N_SIGHT Mobile to transfer meter data is an export file. Most of the CIS providers for the utility marketplace have already developed interface files to ARB N_SIGHT Mobile providing a common interface between ARB N_SIGHT FixedBase and the City's CIS. A unique benefit of the Neptune's ARB Utility Management System is this ability for N_SIGHT Mobile and N_SIGHT FixedBase to function together in parallel. By doing so, utility personnel can use a handheld data collection device when necessary to manually enter a meter reading and upload the meter reading into N_SIGHT Mobile when they return to the office. This functionality provides total meter reading flexibility providing utilities with "a method to secure meter readings outside of the normal fixed base data collection process to assist with the transition to ARB FixedBase, or manage customer complaints and unique meter reading situations. City of Sioux City 405 6th ST. Sioux City, IA 51101 City of Brooklyn Park 5200 85th AVE No. Brooklyn Park, MN 55443 City of Coon Rapids 11155 Robinson Dr. NW Coon Rapids, MN 55433 City of Richfield 6221 Portland Ave Richfield, MN 55423 City of Iowa City 2551 N. Dubuque Street Iowa City, IA 52240-1826 City of Brooklyn Center 6301 Shingle Creek Parkway Brooklyn Center, MN 55430 Mike Kuhlman 27,000 meters 712-279-6908 AMR/TELEPHONE INBOUND Jon Watson 763-493-8008 20,200 Meters AMR/DRIVE-BY R900 Rick Bednar 22,000 Meter Installs 763-767-6576 R900i Robert Hintgen 11,500 Meter Installs 612-861-9165 AMR/DRIVE-BY R900i Ed Moreno 12,000 Meters and Upgrades 319-356-5162 AMR/DRIVE-BY R900 Mark Hartfiel 9,800 Meters 763-238-9785 R900i Data Logger The above list of customers can attest to our efficiency and budget control characteristics. Each has been a satisfied customer of Northern Water Works Meter Division. Our sub-contractor usage will be minimal as all installers will become employees of Ferguson dba Northern Water Works. Our intention will be to use a local plumber to install all of the 3" and larger meters. We will schedule the installs and work with them to make sure that all projects are completed to our specifications. E~CEC IVE S CIA Introduction ,T. eptune Technology Group Inc. ("Neptune") welcomes the opportunity '°w •~ to work with the (Util) and respond to your needs for a Water Meter `~V and FN AMR System. As a result, we have developed a proposal that presents a turnkey fixed network package that provides the best life cycle value, using the latest technology to address your current and future meter .reading needs. Neptune's proposal highlights our commitment to (Util). Neptune's commitment to backward compatibility combined with innovative new product development enables the city to maximize and protect their long- term investment in their infrastructure. As all Neptune products are designed, manufactured and tested in our ISO 9001 facility in Tallassee, Alabama, we would like to extend an invitation to the evaluation committee to visit and tour our headquarters and manufacturing facility. Summary Neptune Technology Group Inc. is a leading provider of meter reading systems and water measurement products. Since 1892, Neptune has continually focused on the evolving needs of water utilities -revenue optimization, operational efficiencies, and improved customer service. Our vision is to be viewed as the most valued partner in assisting utilities to more effectively serve their customers. Neptune's approach to assist water utilities is based on four fundamentals: • System Integrity • Data Integrity • Measurement Integrity • Supplier Integrity All Neptune water meters meet or exceed American Water Works } Association® standards and ANSI/NSF 61 certifications (lead content to °C meet Federal and State regulations). Accurate meter readings are guaranteed a with Neptune's absolute encoder technology. This solid foundation allows a ~ seamless migration from manual data collection to handheld, mobile, and ~ fixed network radio frequency systems. Neptune's migration strategy means ~ you never outgrow Neptune technology. y W ARB® Utility Management System ~, An undetected leak at 1/8 gpm can result in 65,700 gallons of lost water per ~ year, reducing the utility's annual water revenue for that customer by as much ~ W as 65%. Neptune's ARB Utility Management System allows leak detection and other advanced features that optimize revenues. Data accuracy, operational efficiency, and enhanced measurement capabilities mean superior customer service for any size utility. Build an ARB Utility Management System to meet your needs. Let's start with E-Coder absolute encoders. The E-Coder is Neptune's seventh generation absolute encoder. The E-Coder is a solid-state absolute encoder that provides all the features of a basic encoder register. Connect the E-Coder to a Radio Frequency Meter Interface Unit (MIU) and enable the collection of value-added information that can be transferred to your customer information and management systems: • True 15-minute interval high resolution leak detection • Tamper detection and meter diagnostics • Reverse flow detection • Measured durations of leak states, no-flow and reverse flow activity In addition to the E-Coder, all Neptune ARB Utility Management Systems are compatible with current production Neptune ProRead and Sensus ICE absolute encoders and legacy Neptune (ARB III-V) and Sensus (ECR II) absolute encoders. AMR System Technologies AMRS System Technology: Based on independent market share reports in 2007 Neptune is the leading provider of AMR Systems technology to the Water Industry with over 2,500 AMR System customers and over 5 Million AMR units shipped. Fixed Network AMI System Technology: Neptune believes there are key business drivers that support fixed network (FN) AMI technology such as water scarcity concerns, water conservation, high non-revenue water, high rate of move-ins/move-outs requiring off-cycle reads to name a few. To address these, water system issues and concerns Neptune has developed the ~ most advanced fixed base FN AMI system offered today -ARB FixedBase. ~ The ARB FixedBase System is comprised of the R450 Meter Interface Unit a (MIU), R450 Data Collector and ARB N SIGHT Software Suite (including ~ ARB N SIGHT FixedBase and ARB Mobile softwares). ~ W H V W Figure 1 '.ENGOPER P£6I FtEPF pqP Af ANN £NP~OIN19 _, `.~-~514~~~b1 v~~ ~'~ _ 1~ r` ~3 ~,;r , -_-. .. ,.~ j -_ - f11 hI i - nrrx~ ~a' NEr'~-TUNE Neptune ARB Utility Management System Architecture NPFT MAHFFFUEgE BI[[ik5]c158Y3TFAF Ea(TwANFSUrrF ' ,: J 9f z 1 ~~, ~. a ~~~ [., Fi£[ ~ ~IATI[ Ca RiCTIPq NF[6WFFF .. ~. m _~~ ~~ Fly Cis c TPk$iS' MAt4~'~ y.. F q. f~ 1 .t~,; ~ ~,~. ~~ ~ ~ ~~.. ~4:L ~..... - 7 ~ ~ ~ Data Integrity Neptune water meters and absolute encoders form the foundation of an accurate ARB Utility Management System. Since 1964 when Neptune introduced the first absolute encoder, ~leptune has held firm to the philosophy that both the local visual reading and remote electronic reading should come from the same source, unlike pulse based systems that are susceptible to synchronization problems. Neptune guarantees the data integrity of all of our absolute encoder registers. With the E-Coder, Neptune has delivered another industry first! The E- Coder is a solid-state absolute encoder. In its simplest form, the E-Coder provides absolute registration without the need for a battery. However, when the E-Coder is connected to an RF MIU, additional value-added features of a y W F- v w. x W the E-Coder PLUS are enabled -true leak detection, tamper detection, meter diagnostics, and flow diagnostics (measured duration of no-flow and reverse flow activity). Be proactive in your customer service. The E-Coder PLUS features allow you to address many common customer service issues before they become problems. Customer service reports or CIS screens that identify leakage, the type of leak, and the number of days the leak has occurred can be generated. True leak detection allows quicker response to high water bill inquiries and early notification of leaks on customer bills. Additionally, tamper conditions and stopped meters can be identified with the no-flow and reverse flow features of the System. For the first time, utilities can plan proactive meter maintenance, flag potential fraud scenarios, reduce water loss, and optimize revenue generation based on the information available only with Neptune's ARB Utility Management System. With Neptune, what you're really buying is Data Integrity. Measurement Integrity Today utilities are faced with aging infrastructure and reduced operating budgets while challenged to meet rising customer demands. The solution starts with Measurement Integrity. At the heart of Neptune's solution is the history-making T-10 water meter. Every Neptune T-10 water meter meets or exceeds the latest AWWA C700 Standard. Neptune guarantees flow rates as low as 1/8 gpm @ 95% accuracy, while other manufacturers only guarantee this level of accuracy to '/a gpm. The T-10 has the widest effective flow range to capture maximum . revenues. Over 20 million T-10 meters have been installed since 1981, generating more than $67 billion in utility revenues. All Neptune meters are Automatic Meter Reading (FN AMRS) capable with either E-Coder or ProRead absolute encoders. The bayonet mount on each Neptune meter allows the installation of an absolute encoder register -the foundation for an FN AMRS system. Proven Supplier Neptune has set the standard for quality, reliability, and accuracy since the first Neptune meter was produced in 1892. Neptune's history includes many industry firsts with a proven track record of technological innovation, taking } the industry far beyond the basic water meter. When Neptune invented the °C first absolute encoder in 1964, it became the first supplier of both water a measurement products and data collection systems to the waterworks - ~ _ industry. Throughout the 70s, 80s, and 90s Neptune redefined the meter ~ reading process,. From the magnetic tape meter reading system to the first ~ complete Central Meter Reading (CMR) system, Neptune continued to build y on the foundation of the absolute encoder. Today Neptune continues to offer ,,, a fully integrated migration path for its utility customers. ~ Our leadership extends beyond product innovation to manufacturing i-- excellence and customer support. Sales, Marketing, Customer Support, ~ Product Development and Manufacturing are all located at our facility in ~ Tallassee, AL. Product development and manufacturing processes meet the "' highest standards for quality from foundry to meter assembly and testing. Neptune's state-of--the-art facilities are ISO 9001 Certified and audited semi-annually. In response to the industry's adoption of ANSI/NSF 61 standards for lead content, Neptune converted its meter maincase manufacturing to a no-lead high copper alloy. This no-lead high copper alloy has the strength, corrosion resistance, and casting characteristics of traditional alloys. Utilities specifying this alloy can be =confident they are providing health-friendly products to their customers and employees that meet AW WA standards and the ANSI/NSF 61 certification requirements adopted in more than 40 states. Whether it's quality, operational excellence, or dependability, Neptune is dedicated to providing YOU with products and services that consistently exceed YOUR expectations. Investing in an ARB Utility Management System from Neptune guarantees efficiency, long-term value, and peace of mind; and that's good for customer confidence. With Neptune, what you're really buying is Supplier Integrity. a _ NEPTUNE W ~." V W W ~y~ City of Dubuque Water Meter Replacement Program November 6, 2009 Responses to Scope of Services A. Water Meters 1. System Compatibility a. Meters can be special ordered with the numbering system as specified; however long-term that will eliminate the ability to be flexible and work with distributor inventories. All orders will have to be ordered direct and distribution will not likely have any inventory of your special. b. The Neptune meters are warranted for 5 years new meter accuracy and an additional 10 years for repaired meter accuracy. The warranty is from data of shipment not date of installation. The meters that will be installed in Dubuque will be close to date of shipment. 2. Meter Materials a. All meters that are being proposed meet all of the NSF-61 requirements. They also meet two of the newest standards that take effect in California starting January 2010. The new standard is called the NSF/ANSI 61 Annex G. Neptune already meets this standard. The next standard that will go into effect in the California area is the NSF/ANSI 61 Annex F. This standard will go into effect in January 2012, and Neptune already. meets this new standard as well. 3. Encoder-Type Remote Registration a. All Neptune ProRead registers meet and exceed the C-707 AWWA specification. The E-Coder register that we are offering also meets the Specification. b. General The ProRead Absolute Encoder since 1964 when Neptune introduced the first absolute encoder, Neptune has held firm to the philosophy that both the local visual reading and remote electronic reading should come from the same source. Today there are approximately 19 million encoders in use. Neptune guarantees the data integrity of all Page 1 of 6 i -~:~ - ~~ `i~~~, City of Dubuque Water Meter Replacement Program November 6, 2009 our absolute encoders. The ProRead absolute encoder provides data integrity by encoding the action al position of the register odometer and providing error- free remote electronic meter reading capability. The ProRead encoder allows utilities to capture more reads per day, shorten billing cycles, and automate bill preparation to improve cash flow. The ProRead absolute encoder and data collection systems work together to eliminate billing discrepancies and customer complaints by providing accurate meter readings the first time, every time - guaranteeing efficiency, long-term value, and peace of mind for utilities. ProRead is the first step toward a totally automated metering system. The ProRead register provides the actual direct reading of the register odometer and provides error-free remote electronic capability without the need for batteries. The ProRead is a fully programmable register with an ID number of up to 10 digits, three user characters, 3-6 digit meter reading and meter networking to allow connection of two registers to one remote. For reading convenience, the register can be mounted in one of four different positions on the meter bayonet. For ease of installation, the ProRead register can automatically detect 2-wire and 3-wire register protocol without programming. Specifications Materials • Inside set version register housing: Plastic polycarbonate enclosure • Pit set version register housing: Non oil-filled roll-sealed copper shell and glass lens • Connecting Wire: 3-lead #22 AWG Distance • A single register may be located with up to 500 feet of wire from receptacle. • Two networked registers can be located with up to 300 feet of wire from receptacle. Page 2 of 61 .._ City of Dubuque Water Meter Replacement Program November 6, 2009 E-Coder Solid-State Absolute Encoder Neptune's E-Coder is a solid-state absolute encoder. The E-Coder essentially duplicates all the features and functions of our ProRead register. E-Coder with basic ProRead functionality is referred to as E-Coder BASIC. The E-Coder can provide an 8-digit remote reading and value-added features (leak detection, tamper detection, and reverse flow detection). This is referred to as E-Coder PLUS. The E-Coder functions with no internal battery and performs the odometer function using an advanced self-powered ASIC. In addition to providing accurate and reliable high resolution revenue generation the E-Coder is also a powerful customer service tool. E-Coder PLUS features are communicated via E-Coder PLUS Protocol through Neptune's route management software. Transfer files can be configured to interpret the data and pass the information directly to billing packages, CIS screens and/or operational reports through the host software system. r Page 3 of 61 •~' r _Si City of Dubuque Water Meter Replacement Program November 6, 2009 E-Coder Basic Features • Six digit meter reading • 10 digit ID number - • 2 wire ProRead output when read with 2-wire compatible reading equipment. • LCD display activates when energy is available from the solar cell. Registers operating in this mode are backward compatible with all existing ProRead compatible reading equipment. High Resolution When connected to one of Neptune's MIUs (R900 or 8450) the E- Coder provides a high resolution 8-digit remote meter reading to fully support non-revenue water initiatives by detecting leaks down to 1/10 a gallon. Leak Detection The E-Coder provides leak detection through a two-bit flag indication of the current leak threshold value during the previous 24 hour period. Algorithm: 24 hours is broken up into 96_15 minute intervals. When a minimum volume (Vmin) is exceeded in all 96 intervals the current leak state is considered continuous. When a minimum volume (Vmin) is exceeded in a percentage of the 96 intervals the current leak state is considered intermittent. Vmin is factory programmed depending on meter size. Leak state information is communicated through E-Coder PLUS Protocol. Leak state can also be viewed locally when LCD is active. A leak icon on the LCD indicates leak state (FLASHING for intermittent leak, and Solid On for continuous leak). Days of Continuous -Leak Indicates the total number of days that a leak state was detected during the last 35 days. Value is communicated through the E-Coder PLUS Protocol. Not displayed on LCD. Flow Detection The E-Coder features both a digital and icon LCD flow detector. Direction of flow is displayed on the LCD using forward and reverse arrows. The LCD readout features 9-digit visual resolution and digital flow detection. Flow detection is not communicated through the protocol. Page 4 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 Consecutive Days of No Flow A 3-bit value indicates a threshold of consecutive days with no flow exceeded for the last 35-day period. This feature can be used by the utility to detect potential fraud or stopped meters. If a register or meter were removed from service, the bit values would be elevated as the continuous time out of service increased. This 3-bit value is communicated through the E-Coder PLUS Protocol. Reverse Flow The E-Coder generates a 2-bit flag indicating continuous backflow measured by the meter during the past 35 days. Reverse flow indication can be interpreted as a potential tamper scenario or an actual backflow occurrence. This 2-bit value is communicated through the E-Coder PLUS Protocol. 4. Turbine Meters (3-inch through 8 -inch) High Performance Turbine Meter Sizes: 1 y/x" - 10" High Performance Turbine water meters offer some of the widest flow ranges of any turbine meters on the market b ~ -~, °f+at ~ .~ 5 s~,, HP Turbine water meters offer some of the ` widest flow ranges of any turbine meters on ' the market. All HP Turbine water meters meet or exceed the latest performance and accuracy requirements of AWWA C701 and maximum continuous flow rates may be exceeded by as much as 25% for intermittent periods. Application The HP Turbine water meter is designed for applications where flow rates are consistently moderate to high. Construction Each HP Turbine consists of a durable no-lead high copper alloy maincase, an AWWA Class II turbine measuring element, and aroll- sealed register. The no=lead high copper alloy maincase is corrosion resistant, lightweight, and compact. Inlet and outlet connections are flanged. Strainers are available to prevent debris from entering the meter and to reduce the effects of uneven water flow due to upstream piping variations. Page 5 of 61 ^~I ~. w~ iN,, City of Dubuque Water Meter Replacement Program November 6, 2009 The Unitized Measuring Element (UME) allows for quick, easy, in-line interchangeability. Water volume is measured accurately at all flows by a specially designed assembly. The hydrodynamically balanced thrust compensated rotor relieves pressure on the thrust bearings to minimize wear and provide sustained accuracy over an extended operating life. Direct coupling of the rotor to the gear train eliminates revenue loss due to slippage during fast starts and line surges. A calibration vane allows in-field calibration of the UME to lengthen service life and to ensure accurate registration. The roll-sealed register eliminates leaking and .fogging. A magnetic drive couples the register with the measuring element. Warranty When desired, owner maintenance is easily accomplished by in- line replacement of major components. Systems Compatibility Adaptability to all present and future systems for flexibility. Key Features Roll-Sealed Register • Magnetic drive, low torque registration ensures accuracy • Impact-resistant register design with flat glass for readability • 1:1 ratio, low flow indicator identifies leaks • Bayonet mount allows in-line serviceability • Tamperproof seal pin deters theft • Date of manufacture, size, and model stamped on dial face Cast No-Lead Maincase • Made from a no-lead high copper alloy • - Compact design is lightweight and easy to handle • Sturdy, durable, corrosion resistant • Resists internal pressure stresses and external damage • Residual value Turbine Measuring Element • Excellent low flow sensitivity and wide flow ranges available at 98.5%-101.5% accuracy • Direct coupling of rotor to gear train prevents slippage and ensures accurate registration • Interchangeable measuring element allows for in-line service • Hydrodynamically balanced rotor • Reusable 0-ring gasket on 3" -10"sizes Page 6 of 61 ~~ ,i_, Operating Characteristics City of Dubuque Water Meter Replacement Program November 6, 2009 Meter Normal Operating Range Maximum AWWA Size @100% Accuracy (f1.5%) Intermittent Flow Standard 11/2" 4 to 160 US gpm 200 US gpm N/A 2" 4 to 200 US gpm 250 US gpm 4 to 160 US gpm 3" 5 to 450 US gpm 560 US gpm 8 to 350 US gpm 4" 10 to 1200 US gpm 1500 US gpm 15 to 630 US gpm 6" 20 to 2500 US gpm 3100 US gpm 30 to 1400 US gpm 8" 35 to 4000 US gpm 5000 US gpm 50 to 2400 US gpm 10" 50 to 6500 US gpm 8000 US gpm 75 to 3800 US gpm Registration Registration (per sweep hand revolution) 1 1/2", 2", 3", 4", 6", 8", 10" 1,000 US Gallons 3 5. Turbine Fire Meters with metered By-Pass Sizes 4-inch to 8-inch High Performance PROTECTUS III Fire Service Meter Sizes: 4", 6", 8", and 10" The High Performance PROTECTUS III Fire Service Meter is designed to measure both domestic and fire service water usage through a single water /ine. Application The HP PROTECTUS III Fire Service Meter is designed to measure both domestic and fire service water usage through a single water line. A typical application would be in a warehouse, hotel, or hospital where one water line may supply any number of faucets or bathrooms as well as an automatic sprinkler system. Operation Page 7 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 At low flow rates, all flow is through the bypass meter. As flow increases, pressure loss through the bypass meter increases and the detector check valve automatically opens. This condition occurs, for example, when a fire sprinkler system goes into operation. This permits flow through the mainline turbine meter. As flow decreases, reduced pressure loss closes the detector check valve and flow is again directed through the bypass meter. Warranty Neptune provides a limited warranty with respect to its HP PROTECTUS III Fire Service Meter for perFormance, materials, and workmanship. When desired, owner maintenance is easily accomplished by in-line replacement of the UME. Guarantee Systems Capability All HP PROTECTUS III Fire Service meters are guaranteed adaptable to our ARB®V, ProReadT'" (ARB VI), TRICON®/S, TRICON®/E3, and Neptune meter reading systems without removing the meter from service. Key Features Compact Size • Standard laying length fits existing installations • Lightweight • Lowers new installation and replacement costs Wide Operating Range • Measures extremely wide flow ranges at 98.5%-101.5% accuracy • Combines low-flow sensitivity of disc meter with high-flow capacity of turbine meter • Registers leaks or unauthorized use of water from fire service lines Component Repair and Maintenance • Owner maintenance easily accomplished by replacement of major components • Calibration vane allows in-field calibration of Unitized Measuring Element (UME) Roll-Sealed Registers • Eliminates leaking and fogging • In-line serviceability • Magnetic driven, low torque registration • Tamperproof seal design Page 8 of 61 ',:{_ + . City of Dubuque Water Meter Replacement Program November 6, 2009 Operating Characteristics Meter Normal Operating Range* AWWA Low Flow Maximum Size @100% Accuracy (f1.5%) Standard @95% Accuracy Intermittent Flow Rate 4" 3/4 to 1200 US gpm 2 to 700 US gpm 3/8 US gpm 1500 US gpm 6" 1 1/2 to 2500 US gpm 4 to 1600 US gpm 3/4 US gpm 3100 US gpm 8" 2 to 4000 US gpm 7 to 2800 US gpm 1 US gpm 5000 US gpm 10" 2 to 6500 US gpm 12 to 4400 US gpm 1 US gpm 8000 US gpm Registration Registration ~~ Disc Side ~~ ~~ ~~ Turbine~Side (per sweep hand revolution) 1 1 1/2 2 4 6 8& 10 1,000US Gallons 3 3 3 100 Gallons 3 3 3 Register Capacity Disc Side Turbine Side (6 active wheel odometer) 1" 1 1/2" 2" 4" 6" 8" & 10" 1,000,000,000 Gallons 3 3 3 100,000,000 Gallons 3 3 3 Dimensions Meter A B C D E F G H I 7 Weight Sizein/mmin/mmin/mmin/mmin/mmin/mmin/mm in/mmin/mmin/mm Ibs/kg 4" 33 10 10 3/4 17 1/2 22 15 1/4 6 3/4 12 2 2 215 838 254 273 445 559 , 387 171 305 51 51 98 6" 45 11 1/16 11 3/8 21 1/4 29 19 1/2 9 1/2 16 2 3 570 1143 281 289 540 737 495 241 406 51 76 258 8" 53 11 13/1613 29/6425 7/8 34 1/4 21 3/4 12 1/2 17 3 3 765 1346 300 342 657 870 552 318 432 76 76 347 Specifications • Application: cold water measurement of flow in one direction • Maximum operating pressure: 175 psi (1206 kPa) • Register: direct reading, center sweep, roll-sealed magnetic.drive with low-flow indicator • Measuring element: AWWA Class II Turbine, hydrodynamically balanced rotor, nutating disc • Flanges: round flanged ends per AWWA C207, Class D Page 9 of 61 ,. City of Dubuque Water Meter Replacement Program November 6, 2009 Options • Sizes: 4", 6", 8", and 10" • Units of measure: U.S. gallons, imperial gallons, cubic feet, cubic metres • Register types: - Direct reading: Bronze box and cover (standard) - Remote reading systems*: ARB, ProRead Absolute Encoder, TRICON/S, TRICON/E3 - Reclaim • Companion flanges: - Cast iron - Bronze (4"only) 6. Residential Displacement Meters (5/8-in to 2-in) T-10 Meter Sizes: 5/8", 3/4", and 1" Every T-10 water meter meets or exceeds the latest AWWA C700 Standard. Its nutating disc, positive displacement principle is time proven for accuracy and dependability since 1892, ensuring maximum utility revenue. Construction ~!~„~,. The T-10 water meter consists of three major assemblies: a register, an no-lead brass maincase, and anutating -disc measuring chamber. The T-10 meter is available with a variety of register types. For reading convenience, the register can be mounted in one of four positions on the meter. The corrosion-resistant No-lead brass maincase will withstand most service conditions: internal water pressure, rough handling, and in-line piping stress. The innovative floating chamber design of the nutating disc-measuring element protects the chamber from frost damage while the unique chamber seal extends the low flow accuracy by sealing the chamber outlet port to the maincase outlet port. The nutating disc-measuring element utilizes corrosion-resistant materials throughout and a thrust roller to minimize wear. Warranty , Neptune provides a limited warranty with respect to its T-10 water meters for performance, materials and workmanship. Page 10 of 61 ,.fir ~, City of Dubuque Water Meter Replacement Program November 6, 2009 When desired, maintenance is easily accomplished either by replacement of major assemblies or individual components. Guaranteed Systems Compatibility All T-10 water meters are guaranteed adaptable to our ARB®V, ProRead AutoDetect, E-Coder, TRICON®/S, TRICON/E3®, and Neptune meter reading systems without removing the meter from service. Key Features Register • Magnetic drive, low torque registration ensures accuracy • Impact-resistant t~egister • High resolution, low flow leak detection • Bayonet style register mount allows in-line serviceability • Tamperproof seal pin deters theft • Date of manufacture, size, and model stamped on dial face No-lead brass Maincase • Made from No-lead brass • ANSI/NSF 61 Certified • Lifetime guarantee • Resists internal pressure stresses and external damage • Handles in-line piping variations and stresses • No-lead brass provides residual value vs. plastic • Electrical grounding continuity Nutating Disc Measuring Chamber • Positive displacement • Widest effective flow range for maximum revenue • Proprietary polymer materials maximize long term accuracy • Floating chamber design is unaffected by meter position or in-line piping stresses Operating Characteristics Meter Size 5/8" Normal Operating Range AWWALow Flow @100% Accuracy (f1.5%) Standard @ 95% Accuracy 1/2 to 20 US gpm 3/4" 3/4 to 30 US gpm 1" 1 to 50 US gpm Page 11 of 61 1 to 20 US gpm 1/8 US gpm 2 to 30 US gpm 1/4 US gpm 3 to 50 US gpm 3/8 US gpm {_[~n~t~q~y~, i M ,r City of Dubuque Water Meter Replacement Program November 6, 2009 Specifications • Certification: ANSI/NSF 61 • Application: cold water measurement of flow in one direction • Maximum operating pressure: 150 psi (1034 kPa) • Maximum operating temperature: 80°F • Measuring chamber: nutating disc technology design made from proprietary synthetic polymer Options • Sizes: - 5/8", 5/8" x 3/4" - 3/4", 3/4" SL, 3/4" x 1" -1",1"x11/4" • Units of measure: U.S. gallons, cubic feet • Register types: -Remote reading: ProRead AutoDetect Absolute Encoder, E-Coder High Resolution Absolute Encoder • Bottom caps: - Synthetic polymer (5/8" only) - Cast iron - No-lead brass, ductile iron Intermediate T-10 Sizes: 1 1/2" and 2" T-10 water meters are warranted for performance, materials, and workmanship. Every T-10 water meter meets or exceeds the latest AWWA C700 Standard. Its nutating disc, positive displacement principle is time proven for accuracy and dependability since 1892, ensuring maximum utility revenue. Construction The T-10 water meter consists of three major assemblies: a register, an EnviroBrass® II maincase, and a nutating disc measuring chamber. The T-10 meter is available with a variety of register types. For reading convenience, the register can be mounted in one of four positions on the meter. Page 12 of 61 ~~~' } ,-. City of Dubuque Water Meter Replacement Program November 6, 2009 The corrosion-resistant No-lead brass maincase will withstand most service conditions: internal water pressure, rough handling, and in-line piping stress. The innovative floating chamber design of the nutating disc-measuring element protects the chamber from frost damage while the unique chamber seal extends the low flow accuracy by sealing the chamber outlet port to the maincase outlet port. The nutating disc-measuring element utilizes corrosion-resistant materials throughout and a thrust roller to minimize wear. Warranty Neptune provides a limited warranty with respect to its T-10 water meters for performance, materials and workmanship. When desired, maintenance is easily accomplished either by replacement of major assemblies or individual components. Guaranteed Systems Compatibility All T-10 water meters are guaranteed adaptable to our ARB®V, ProRead AutoDetect, E-Coder, TRICON®/S, TRICON/E3®, and Neptune meter reading systems without removing the meter from service. Key Features Register • Magnetic drive, low torque registration ensures accuracy _ • Impact-resistant register "`" • High resolution, low flow leak detection • Bayonet style register mount allows in-line serviceability • Tamperproof seal pin deters theft • Date of manufacture, size, and model stamped on dial face No-lead brass Maincase • Made from No-lead brass • ANSI/NSF 61 Certified • Lifetime guarantee • Resists internal pressure" stresses and external damage • Handles in-line piping variations and stresses • No-lead brass provides residual value vs. plastic • Electrical grounding continuity • Nutating Disc Measuring Chamber • Positive displacement • Widest effective flow range for maximum revenue • Proprietary polymer materials maximize long term accuracy • Floating chamber design is unaffected by meter position or in-line piping stresses Page 13 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 Operating Characteristics Meter Normal Operating Range AWWALow Flow Size @100% Accuracy (f1.5%)Standard @ 95% Accuracy 1 1/2" 2 to 100 US gpm 5 to 100 US gpm 3/4 US gpm 2" 2 1/2 to 160 US gpm 8 to 160 US gpm 1 US gpm Specifications • Certification: ANSI/ NSF 61 • Application: cold water measurement of flow in one direction • Maximum operating pressure: 150 psi (1034 kPa) • Maximum operating temperature: 80°F • Measuring chamber: nutating disc technology design made from proprietary synthetic polymer Options • Sizes: - 1 1/2" flanged or threaded end - 2" flanged or threaded end • Units of measure: U.S. gallons, imperial gallons, cubic feet, cubic metres • Register types: - Remote reading: ProRead AutoDetect Absolute Encoder, E-Coder High Resolution Absolute Encoder • Measuring chamber: synthetic polymer 7. Compound Meters (4-in to 6-in) TRU/FLO Compound Meter Sizes: 2"HP, 3", 4", 6", and 6"X8" TRU/FLO® meters combine the /ow- flow sensitivity of adisc-type meter with the high-flowcapacity of aturbine-type meter. ~~ All TRU/FLO Compound water meters ` ~ `_~~'!~~'~° meet or exceed the latest performance - and accuracy requirements set by the AWWA C702, and maximum continuous flow rates may be exceeded by as much as 25% for intermittent periods. Page 14 of 61 ~~ City of Dubuque Water Meter Replacement Program November 6, 2009 Application The TRU/FLO Compound water meter is designed to register wide-flow ranges where varying flow rates are typical. TRU/FLO meters combine the low-flow sensitivity of a disc-type meter with the high-flow capacity of a turbine-type meter. Construction The TRU/FLO consists of a durable EnviroBrassT'" II maincase, Neptune Turbine measuring element, Neptune T-10 chamber, a patented hydraulic valve, and two magnetic-driven, roll-sealed registers. The 6" x 8" TRU/FLO assembly consists of two 8" x 6" concentric reducers, a 6" Neptune strainer, and a 6" Neptune TRU/FLO Compound meter. The No-lead brass maincase is corrosion resistant, lightweight, and easy to handle. A calibration vane allows field calibration of the UME to lengthen service life and to ensure accurate registration. The two magnetic-driven, roll-sealed registers simplify the meter's design and reduce long-term maintenance by eliminating complicated combining drive mechanisms. For reading convenience, the registers can be mounted in any one of four positions on the meter. Operation The hydraulic valve transfers flow smoothly between the disc section and turbine section of the meter, minimizing the loss of accuracy in the crossover range. The turbine-measuring element registers high flows and the disc-measuring element registers low flows, ensuring accurate measurement at all flow rates. Warranty Neptune provides a limited warranty with respect to its TRU/FLO Compound water meters for performance, materials and workmanship. When desired, owner maintenance is easily accomplished by in- line replacement of major components, or a factory calibrated UME. Page 15 of 61 ~.o City of Dubuque Water Meter Replacement Program November 6, 2009 Guaranteed Systems Compatibility All Neptune TRU/FLO Compound meters are guaranteed adaptable to our ProRead AutoDetect, E-Coder, and Neptune meter reading systems without removing the meter from service. Key Features • Patented hydraulic valve design* -• Minimum loss of accuracy in the crossover range increases revenue • Spring-loaded valve eliminates need for frequent adjustment and service Combined Turbine and Disc Measuring Elements • Industry-leading flow ranges at 98.5%-101.5% accuracy ensure maximum revenue • Direct coupling of rotor to gear train ensures accurate registration • Unitized Measuring Element (UME) makes maintenance easier and faster with less downtime • Calibration vane allows in-line service to extend life and ensure accurate registration Compact No-lead brass Maincase • Made from No-lead brass • ANSI/NSF 61 certified • Lifetime guarantee • Compact, lightweight design provides for easy installation and in- line serviceability *U.S. patent nos. 4,437,344 and 4,429,571 Operating Characteristics Meter Normal Operating Range Size @100% Accuracy (±1.5%) AWWA Low Flow Standard @ 95%.Accuracy 2" 1/2 to 200 US gpm 3" 1/2 to 450 US gpm 4" 1 to 1000 US gpm 6" 1 1/2 to 2000 US gpm 6" x 8" 1 1/2 to 2000 US gpm 2 to 160 US gpm 4 to 320 US gpm 6 to 500 US gpm 10 to 1000 US gpm 16 to 1600 US gpm 1/8 US gpm 1/8 US gpm 1/2 US gpm 3/4 US gpm 3/4 US gpm Page 16 of 61 ~._ City of Dubuque Water Meter Replacement Program November 6, 2009 Specifications • Application: cold water measurement of flow in one direction • Maximum operating pressure: 150 psi (1034 kPa) • Maximum operating temperature: 80°F • Register: direct reading, center sweep, roll-sealed, magnetic drive with low-flow indicator • Measuring element: - AWWA Class II Turbine, dual suspension - Nutating disc Options ^ Sizes: 2"HP, 3", 4", 6", and 6"x8" ^ Units of measure: U.S. gallons, cubic feet ^ Register types: ^ Remote reading systems: ProRead AutoDetect, E-Coder High Resolution Absolute Encoder B. AMR System Overall ARB FixedBase System Overview Neptune's ARB FixedBase users can get critical, timely data from the field as well as a daily system-wide, time-synchronized midnight readings from all meters / MIUs -supporting leak detection and conservation initiatives and eliminating ofF-cycle readings for high water bill complaints and/or move-ins/move-outs. The ARB FixedBase System also offers auto-discovery over the network, allowing utilities to confirm network communications, MIU and register operation before leaving an installation site. The ARB FixedBase System optimizes reading success rates through a high-power, two-way licensed transmitter that avoids collisions and interference associated with unlicensed bands. The high power also helps reduce collector infrastructure lowering total deployment costs. The ARB FixedBase System operates in the 450-470 MHz licensed frequency band protected by the FCC to insure maximum message success rate and minimal interference. The radio messages transmitted by the R450 MIUs are received by a network of R450 Data Collectors (DC) covering the service area. The ARB FixedBase System is designed to minimize the total number of R450 DCs to ensure overall system performance and maximum message success rate. Page 17 of 61 l,. ~ryK City of Dubuque Water Meter Replacement Program November.6, 2009 At scheduled intervals each R450 DC communicates the data (R450 MIU ID's, meter readings, E-Coder Plus data, Permalog Leak Detection data) to the ARB N_SIGHT FixedBase host software by GPRS (or other network backhaul such as Ethernet, Wi-Fi, etc.). During this communication with the host software the time clock internal to the DC is updated and .any further instructions from the host are downloaded to the DC for future action. ARB N_SIGHT FixedBase host software can be hosted on-site at the utility on a server specified by the Neptune Support Group, or the utility can elect to have ARB N_SIGHT FixedBase host software hosted through Neptune. Either way utility personnel have full control of the advanced functionality of ARB N_SIGHT FixedBase host software 24 hrs. a day. 1. The ARB FixedBase System is two-way from the host to the MIU to support 1) time-synchronization of meter readings, 2) MIU data transmission acknowledgements, and 3) over-the-air programming down to the MIU 2. Neptune's ARB FixedBase System utilizes a field proven FCC licensed radio band (450-470MHz) and Star based infrastructure topology. Under Neptune's system fixed network endpoints communicate with fixed base data collectors (DCs) which communicate to the host server via various backhaul options. The R450 DC offers the following backhaul options: GPRS, Ethernet and WiFi. The data collectors communicate via the WAN with the host software application, ARB N_SIGHT FixedBase software that runs on a server at the utility office. ~'", Pasres D2taq N.17111<.1393MU gi INTERNAL NETWORK a~-re? INTERNET _ PRS - pC $ ~ Ce0 Taxer '~ i. II Rte.. ' ,. N ORk ~,~ ~~~7 ARB ~',_~ % `~%- Fixed Base v SMTf' 5oflwere E-Mail Page 18 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 3. The R450 MIU transmits the network time synchronized midnight meter reading plus 24-hour meter usage data daily. Each MIU is synchronized with the network and its meter reading is taken at midnight. While the meter reading times are synchronized with the network, the MIU uses time diversity when communicating/transmitting to the data collectors. This reduces the potential for collisions of reading packets and enhances the read success rate of the system. 4. The ARB FixedBase System is designed to handle data for in excess of 500,000 meters. The database is designed to retain 2 years of data history. This data history will be overwritten at the end of 2 years, or can be archived at another location on the server for reference purposes. Each Data Collector (DC) supports 25,000 meters with AMR modules (midnight meter reading and 24-hour consumption data from all . modules). The DC retains the past (three) days of meter data in a non- volatile memory and in the case of a power outage either at the data collector or at the host server, when power is restored, up to the past three days of data is communicated from the data collector to the host server. 5. The standard mode of operation for the R450 MIU is to provide a time synchronized midnight meter reading along with the 24-hour usage consumption volumes on a daily basis. With the ARB FixedBase System, the midnight meter reading and hourly consumption data for the past 24 hours are being sent in daily to the host system. You will always have access to the previous day's 24-hour profile data and meter reading. This information can be pulled from the system database on-request and reviewed to extract a final hourly read from the previous day up to midnight. 6. The R450 MIU is configured to provide a time synchronized midnight meter reading along with the 24-hour hourly consumption volumes on a daily basis. The ARB N_SIGHT FixedBase host software allows the user to view hourly, daily or monthly usage profiles by customer or groups of customers. In addition to 24-hour hourly data, the R450 MIU coupled with Neptune's solid-state 8-digit high resolution, E-Coder, supports 15-minute interval flow monitoring (96 15-minute intervals in a 24-hr. period). The E-Coder 15-minute interval flow monitoring provides advanced value-added functionality including high resolution intermittent leak, continuous leak, reverse flow and zero usage detection. Page 19 of 61 r S!. City of Dubuque Water Meter Replacement Program November 6, 2009 The ARB FixedBase System~is designed to communicate midnight meter readings, 24-hour hourly consumption volumes and E-Coder advanced data on a daily basis. The System is also capable of sending "priority alarms" immediately across the network when a R450 MIU identifies a system critical E-Coder alarm state. These priority alarms can be forwarded to designated utility personnel via a-mail or SMS for immediate response. The ARB FixedBase System provides a time synchronized midnight read and 24-hour hourly consumption data with a 20 year battery warranty on R450 MIUs. 7. The ARB FixedBase System operates in the licensed 450-470 MHz frequency band. The 450-470 MHz frequency band is licensed and is protected by the FCC to ensure maximum message success rate and minimal interference. The ARB FixedBase System components are approved by the FCC as Part 90 components and must operate under an FCC license (due to the high power transmitter that enables bi-directional communications from the host to the MIU). Once the FCC license is recorded, all future radio channel assignments are to be reviewed to avoid interference with the system. Neptune will secure the FCC license based on a frequency determined to be the best for the coverage area and transfer the license to the utility upon request. The ARB FixedBase System is tower-based and fully optimizes the high output power R450 MIU (1 Watt) and R450 DC to effectively cover a utility's service area. One R450 DC will support 25,000 thousand R450 MIUS. The ARB FixedBase System utilizes a powerful propagation modeling software customized to pinpoint the best locations for the R450 DCs to ensure maximum message success rate as well as data security. 8. The ARB FixedBase System supports significant security measures. The degree of security can be implemented based on user identification, user location, or mixtures. Starting with the R450 MIU radio transmission (which is protected with a proprietary data format) to the Data Collectors (which add additional encryption) the meter data is protected and secure. The ARB FixedBase R450 MIU has multi-layer levels of data security. First, the R450 MIU utilizes a 32bit CRC to confirm the data integrity. This is implemented in addition to a bit encoding scheme that only allows 32 Page 20 of 61 ,r~~~ `~~ City of Dubuque Water Meter Replacement Program November 6, 2009 legal encoded patterns out of 256 possible patterns. In addition, the data also must conform to the expected protocol and have data that is reasonable (within range of the expected data). Finally, the R450 MIU utilizes a unique system key or system ID for each specific utility that causes messages with the incorrect key or ID not to be received. This protects against sending or receiving messages to/from systems that are on the same frequency, but are operated with a different system key or ID. 9. The ARB FixedBase System supports significant security measures. The degree of security can be implemented based-on user identification, user location, or mixtures. Starting with the R450 MIU radio transmission (which is protected with a proprietary data format) to the Data Collectors (which add additional encryption) the meter data is protected and secure. The ARB FixedBase R450 MIU has multi-layer levels of data security. First, the R450 MIU utilizes a 32bit CRC to confirm the data integrity. This is implemented in addition to a bit encoding scheme that only allows 32 legal encoded patterns out of 256 possible patterns. In addition, the data also must conform to the expected protocol and have data that is reasonable (within range of the expected data). Finally, the R450 MIU utilizes a unique system key or system ID for each specific utility that causes messages with the incorrect key or ID not to be received. This protects against sending or receiving messages to/from systems that are on the same frequency, but are operated with a different system key or ID. In the case of power outages each R450 DC will retain the past 3-days of meter data received and will communicate that data to the host server and ARB N_SIGHT FixedBase software once power is restored to the R450 DC. The database is designed to retain 2 years of data history. This data history will be overwritten at the end of 2 years, or can be archived at another location on the server for reference purposes. 10. The ARB N_SIGHT FixedBase host software provides a tamper report that identifies all of the potential tamper conditions. 1) A cut wire between the MIU and the register is identified by the transmission of colons (: .. .:) in place of a numeric meter reading. Page 21 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 2) Reverse flow is flagged which can indicate a meter that has been reversed to steal water. 3) Consecutive days of Zero Consumption is flagged which can identify meters or registers that have been removed from the system. All of these tamper scenarios can be monitored/reviewed in the standard report section of our software. When Neptune solid-state E-Coders are utilized with the ARB FixedBase System the E-Coder tamper alarms (reverse flow, consecutive days of zero consumption) can be selected at the host as °priority alarms" and upon immediate detection forwarded to designated utility personnel via e- mail or SMS for immediate response. 11. The ARB FixedBase System offers several means for leak detection: Standard: • Monitoring of daily production vs. daily metered water (System wide Non-Revenue Water analysis) • Customer-Side Leak Monitoring o E-Coder high resolution residential °customer side" leak detection o ProRead and other Non-Neptune Absolute Encoder °customer-side" leak detection Optional: • AMR Permalog providing leak detection on distribution mains With respect to item 2a above when connected.to Neptune's E-Coder Solid-state absolute encoder; high 8-digit resolution 15-minute interval leak, reverse flow and tamper detection are available under the ARB FixedBase network (E-Coder PLUS data). E-Coder ~~intermittent"and °continuous" leak detection as well as the number of days of the leak condition can be viewed in defined reports in the ARB N_SIGHT FixedBase host software.- This PLUS data can flow seamlessly into the utility's CIS customer service screens and even billing statements. E- Coder PLUS data such as a 24 hour continuous leak flags can be configured as a °priority alarm" condition in the system and when this flag is detected by the R450 MIU a ~~priority alarm" can be communicated immediately through the ARB FixedBase System for appropriate action by utility personnel. The ARB N_SIGHT Host software can be configured to automatically e-mail key utility personnel for select priority alarm modes. In addition, the leak, reverse flow and tamper detection -flags are communicated daily with the midnight read transmission. Page 22 of 61 y ~~ t City of Dubuque Water Meter Replacement Program November 6, 2009 With respect to item 2b above, for non-Neptune absolute encoders, the ARB N_SIGHT FixedBase software analyzes the 24 hour interval consumption data. If all 24 hours have consumption, the software identifies this as a "customer-side" leak condition. Reports are available to view the accounts that meet these criteria. For other Non-Revenue Water /Conservation initiatives, the system will allow the utility to compare daily production to daily metered water to identify water losses. Another valuable capability is the compatibility with Fluid Conservation Systems AMR Permalog acoustic leak noise logger. When connected to an AMR Permalog leak noise logger, Neptune's R450 MIUs can transmit leak information, such as leak alerts from water distribution mains and service connections. Under the ARB FixedBase System architecture, a Permalog leak alert condition can be identified as a °priority alarm" condition and when detected can be communicated immediately through the ARB FixedBase System for appropriate action by utility personnel. The ARB N_SIGHT Host software can be configured to automatically a-mail key utility personnel for this priority alarm mode. 12. Environmental Conditions: Operating Temperature: -22°F to 149°F (-30°C to 65°C) Storage Temperature: -40°F to 158°F (-40°C to 70°C) Operating humidity: 0 to 100% non-condensing 13. The ARB FixedBase System components are approved by the FCC as Part 90 components and must operate under an FCC license (due to the high power transmitter). Neptune will secure the FCC license based on a frequency determined to be the best for the coverage area and transfer - the license to the utility following system deployment. 14. True 2-way communication from the host server to the DCs and MIUs supports over-the-air firmware upgrades for MIUs and Data Collectors from the utility office without having to roll a truck. Firmware upgrades can be communicated directly from Neptune to our customer's servers or we can provide firmware upgrades on a disc for our customers to load on their servers. C. Meter Interface Unit (MIU) The ARB FixedBase R450 Meter Interface Unit (MIU) is the most reliable and full-featured data collection device designed specifically for Neptune's ARB FixedBase Network for water utilities. Offered in both wall and pit versions the high-power radio frequency (RF) transmission dramatically reduces the number of collectors required for the network infrastructure. Page 23 of 61 ~•ull,!'quy~ ~`,. City of Dubuque Water Meter Replacement Program November 6, 2009 The pit version features a field proven thru-the-lid antenna design for maximum propagation of the radio signal out of pit applications. The pit antenna can be used on cast iron, plastic, composite or concrete pit lids. With the R450 pit MIUs there is no requirement to replace cast iron pit lids with polymer lids which lowers a utilities overall deployment cost. The R450 MIU is compatible with Neptune ARBV, ProRead and E-Coder encoders and Sensus ECR II and ICE (ECR III) encoders. When Neptune's E-Coder is connected to the R450 the high resolution 8-digit meter reading and E-Coder PLUS data (intermittent leak, continuous leak, reverse flow and zero consumption) are transmitted. The R450 MIU is designed to collect meter usage data and remotely transmit the information. to tower-based collectors at pre-determined intervals. The powerful R450 MIU operates within the 450 - 470 MHz FCC licensed bandwidth to ensure maximized read success rates as well as reliable RF performance. In standard mode the MIU transmits meter usage data daily. Each meter reading is synchronized with the network and taken at midnight. The MIU uses time diversity when communicating/transmitting to the data collectors to maximize meter reading success rates. The R450 MIU ,coupled with Neptune's solid-state E-Coder absolute encoder monitors the high 8-digit resolution 15-minute interval data plus the advanced functionality of E-Coder (intermittent leak, continuous leak, reverse flow and zero usage). When the R450 identifies a critical alarm state it is designed to notify designated utility personnel via a-mail for immediate response. The R450 MIU can be remotely programmed from the host software for hourly profiling to address such issues as consumption disputes, conservation compliance as well as monitoring large commercial and industrial usage. The R450 can be connected to two ProRead or E-Coder absolute encoder registers when the registers are configured in network mode. In addition the R450 MIU is compatible with the AMR Permalog leak detection sensor from Fluid Conservation Systems, Inc (FCS), and can provide the (Util) with a means of detecting water leaks on distribution lines (Refer to section 4.6 below). Key ARB FixedBase System Benefits: ~ Non-revenue: water monitoring o Total daily production vs total daily consumption ^ Snapshot reading @ midnight for all meters Page 24 of 61 ~~ ,Q City of Dubuque Water Meter Replacement Program November 6, 2009 o Daily leak monitoring system ^ Improves customer service ^ Addresses aging infrastructure ~ Enhanced customer service o Email usage profiles directly to the customer o Capture site photos o Alarms for leak, tamper, and reverse flow detection o Daily snapshot reading o High-water bills ~ Improves operational efFciencies o Configurable proactive alarm notification ^ Residential :Leak, tamper, and reverse flow detection utilizing E-Coder ^ Distribution: Leaks in the main utilizing FN AMRS Permalog o Optimum read success rates and security with licensed frequencies o MIUs configurable over the air (2-way) ^ Eliminates truck rolls ^ Daily or hourly reads delivered daily o Provides tools for TOU billing ^ Water conservation ^ Allows alternate billing methods o Real-time installation tools ^ Eliminates return service calls ~ Supports Conversation Initiatives o Track water usage restrictions (odd/even-day usage) o Email consumption to the end user ~ System software. hosted or onsite o At-a-glance system health o Predefined and custom-management reports o Mapping for quick analysis of system issues ~ Optimize distribution utilization ~ Manage demand for high-revenue users Technical Specifications: Electrical Specifications: Lithium battery w/ Capacitor Transmitter specifications: Operational. Frequency: Licensed 450 - 470 MHz band Output Power: Meets FCC Part 90 Encoder Compatibility: Compatible w/ NTG encoders, Sensus ECR II & ICE Environmental Conditions: Operating Temperature: -22°F to 149°F (-30°C to 65°C) Page 25 of 61 ~, . ~,, City of Dubuque Water Meter Replacement Program November 6, 2009 Storage Temperature: -40°F to 158°F (-40°C to 70°C) Operating humidity: 0 to 100% non-condensing R450 MIU Mounting: The R450 Wall MIU may be placed indoors or outdoors, mounted on or near meter, or inside basement rafters. The R450 Pit MIU is designed for installation in meter pits (submersible) with a thru-the-lid pit antenna that is suitable for use on cast iron, plastic, concrete or composite pit lids. The R450 MIU can be located (wired) up to 500 feet from the register. For inside basement set applications the best approach is to position the R450 MIU on a ceiling joist and near an outside wall or window for best signal propagation. For maximum RF signal propagation it is recommended to mount the R450 MIU on an outside wall of a home or building connected to the wires that lead from the meter inside to the outside of the building. FCC Licensing: The ARB FixedBase System components are approved by the FCC as Part 90 components and must operate under an FCC license (due to the high power transmitter). Neptune will secure the FCC license based on a frequency determined to be the best for the coverage area and transfer the license to the utility upon request. R450 MIU Programming Each R450 MIU is pre-configured at the factory and is ~~auto-detect" which means once it is activated by a magnet swipe it looks to see what register type it is connected to and automatically sets itself to function with that register type. The R450 MIU can be configured in the field with a Field Installation Tool for consumption/usage profile mode and a select number of parameters if for whatever reason the 2-way communication link were to be lost with the Data Collector and the ARB N_SIGHT FixedBase host software. R450 MIU Field. Service Tool The Field Service Tool is a CE5320 Handheld computer and 450MHz transceiver for communicating wirelessly with the R450 MIU. The Field Service Tool can interrogate the R450 MIU to review how it is configured, receive a meter reading transmission to confirm proper operation, and configure a R450 MIU for profile mode and a select number of parameters if for whatever reason the 2-way communication link were to be lost with the data collector and the host software. The Field Service Tool can be utilized to obtain on-site meter readings. The Page 26 of 61 -~rsE; a I! '1~`~i City of Dubuque Water Meter Replacement Program November 6, 2009 Field Service Tool is a value-added component of the ARB FixedBase System and is not required for the installation of R450 MIUs or general fixed base system operation. ARB FixedBase Network Infrastructure - R450 Data Collector Units ARB FixedBase R450 Data Collectors (DC) are rugged, NEMA 4x weatherproof assemblies, and include a 450MHz RF Transceiver, Micro- processor, AC power supply, and modem for communication with the host server and ARB N_SIGHT FixedBase software. The R450 DC operates in temperature extreme ranges of -30° to 85° C. The R450 DC requires 110 VAC because of the robust 2-way RF Transceiver which enables the capability to take synchronized system-wide midnight meter readings and provide other value added functionality associated with a 2- way system. ARB FixedBase Wide Area Network (WAN) Options: The ARB FixedBase R450 Data Collectors can be ordered with a variety of WAN technologies to communicate with the ARB N_SIGHT FixedBase host software. The GPRS cellular modem option is standard, however other available backhaul communications methods include: Wi-Fi and Ethernet. WAN Technology Alternatives 1 ~ ~~Ff~~l :~ { 1 l GPRS Wireless Data pp yl~ ..~;~ _.~ :I[~: z 3.h___ ~ Continuous r ~'`' .. Isla ii n~~:~ i~ _-1~fi_ ® ~ IP Ethernet Wired Continuous IP Wi-Fi 802.11 Continuous IP R450 Data Collector -Network Coverage: The ARB FixedBase System is tower-based and fully optimizes the high power R450 MIU and R450 DC to effectively cover a utility's system. Prior to System deployment Neptune conducts a detailed propagation analysis using a modeling software customized to pinpoint the best locations for the R450 DCs to ensure maximum message success rate as well as data security. One R450 DC will support several thousand R450 MIUs and multiple DCs will hear a single R450 MIU providing the utility with the assurance that meter data will come through even if there is a temporary probhm with individual DCs. Page 27 of 61 ~~ City of Dubuque Water Meter Replacement Program November 6, 2009 In the case of power outages at the R450 DC each DC is equipped with non-volatile memory to prevent loss of data. In case of loss of communications between the DC and the Host the DC is equipped'with enough memory to allow it to continue to collect data for minimum of 3- days before data is over-written, The DC will communicate that data to the host server and ARB N_SIGHT FixedBase software once power and or communications is restored between the DC and the Host. R450 Data Collector Mounting: The ARB FixedBase System is a tower based system. By locating R450 Data Collector antennas on water towers, utility communication towers, cellular towers or tall building; efficiency gains are amplified maximizing message success rate and reducing the total number of Data Collectors required to effectively cover the system. The R450 DCs are designed to be mounted at.the base of towers with the high gain antenna located at the top of the tower connected by a high gain low loss coax cable. Positioning the data collector at the tower base versus at the top of the tower facilitates ease of access and lower maintenance cost over the life of the system (You do not have to climb a pole to interface with a R450 DC). If, however, there are no towers or high buildings available the R450 DC can be mounted on a telephone pole or other structures in the area such as advertisement billboards, etc. 1. Dimensions and Weights: Dimensions: See Below Weight (Pit and Wall MIU): 1.0 Ibs (454 grams) r,z Page 28 of 61 - ~ City of Dubuque Water Meter Replacement Program November 6, 2009 R450 Wall MIU Dimensions 2. The R450 Wall MIU may be placed indoors or outdoors, mounted on or near meter, or inside basement rafters. The R450 .Pit MIU is designed for installation in meter pits (submersible) with a thru-the-lid pit antenna that is suitable for use on cast iron, plastic, concrete or composite pit lids. The R450 MIU can be located (wired) up to 500 feet from the register. For inside basement set applications the best approach is to position the R450 MIU on a ceiling joist and near an outside wall or window for best signal propagation. For maximum RF signal propagation it is recommended tb mount the R450 MIU on an outside wall of a home or building connected to the wires that lead from the meter inside to the outside of the building. 3. All R450 MIUs feature two ID numbers (a high-side and low-side ID number for dual set meters). Dual capability is available for Neptune ProRead and E-Coder encoder registers that are networked together. When in dual mode the MIU is configured in standard reading mode (1 read a day time-stamped at midnight). When the MIU is operating in dual mode, 24-hour usage/consumption data is not available. If 24-hour usage/consumption data is desired the utility will currently be required to install two separate MIUs for compound or dual set meter installations. 4. The ARB FixedBase R450 MIU utilizes a powerful C-Cell Lithium Thionyl Chloride battery with a capacitor to ensure long-term performance. The R450 MIU has an expected battery life of 20 years in the field and features a 20 year battery warranty (see attached). Battery life calculations are provided in attachment. The 20 year warranty is not affected by polling frequency (same warranty whether the MIU is in daily read or 24-hour usage/consumption mode). The MIU electronics and battery are fully potted. The battery is field replaceable. The system software provides a report on remaining battery life of batteries in MIUs. The MIU ID numbers that are assigned to R450 units are unique identifiers. The unique identifier is placed on each customer record within the CIS system. On import into N_SIGHT ~ixedBase, a unique key is assigned to each customer record. This ensures the relational data integrity once the data is exported and sent back to CIS. Meter register number is not transmitted. 6. The R450 MIU features °auto-detect" functionality. When connected to '' one of the encoder registers the R450 MIU is compatible with, it validates Page 29 of 61 ~. City of Dubuque Water Meter Replacement Program November 6, 2009 what register type it is connected to and automatically configures itself to read the register and transmit the reading. No programming or separate MIUs are required. The R450 MIUs are pre-programmed and configured from the NTG factory to the utilities specific licensed frequency. Each MIU is also pre-programmed with a unique 9-digit ID number that is used to reference the account to the specific premise location within the ARB N SIGHT FixedBase host software. For field programmability the R450 MIU utilizes 2-way communications to accomplish any field programmability, such as priority alarm configuration, hourly profiling mode, firmware upgradeability. Field programmability can be accomplished by over-the-air communications or with an ARB FixedBase Field Installation Tool. Environmental Conditions: • Operating Temperature: -22°F to 149°F (-30°C to 65°C) • Storage Temperature: -40°F to 158°F (-40°C to 70°C) • Operating. humidity: 0 to 100% non-condensing • Connection from the R450 to the register is a 22-gauge 3- conductorwire. New R450 MIU and register units will be prewired and potted. Retrofit units will be connected with Scotchlok connectors. Both implementations have proven effective in flooded pits over extended periods of time. Neptune has validated this to be the case both in the field and in our reliability lab. In the case of retrofit units both the wiring of the MIU and register is color coded (red, green and black) so the installer simply needs to match the colors. 8. All R450 units are labeled with the following: • 9-digit unique serial number • Part number • Date of Manufacture • Supplier Name • FCC ID # • Customer Special Information "City of Dubuque" Page 30 of 61 ~,+.° ,- City of Dubuque Water Meter Replacement Program November 6, 2009 9. The R450 Wall MIU may be placed indoors or outdoors, mounted on or near meter, or inside basement rafters. The R450 Pit MIU is designed for installation in meter pits (submersible) with a thru-the-lid pit antenna that is suitable for use on cast iron, plastic, concrete or composite pit lids. The R450 MIU can be located (wired) up to 500 feet from the register. For inside basement set applications the best approach is to position the R450 MIU on a ceiling joist and near an outside wall or window for best signal propagation. For maximum RF signal propagation it is recommended to mount the R450 MIU on an outside wall of a home or building connected to the wires that lead from the meter inside to the outside of the building. Auto-Discovery Over Network ARB N_SIGHT FixedBase software provides unique installation functionality by providing installers the ability to confirm MIU transmission, MIU signal strength (RSSI), and correct wiring and register reading prior to leaving the installation site. The system installers receive this information via an a-mail or text message eliminating costly return service calls. 10. Should a transmitter fail, it can be replaced with the use of Scotchlok connectors without replacing the accompanying meter and register. Failed batteries can be field replaced as well using Scotchloks. With the ARB FixedBase R450 MIU only one MIU is required for Neptune and Sensus Encoder registers and no-programming is required. 11. The connection to the meter register is made with the use of Scotchlok. The installer uses a 3 wire color coded configuration. After the connection the installer would swipe the MIU to activate the MSR to be sent to the Data Collector and then sent back to the installer which gives him information about the signal strength, which data collector heard the message, and whether the meter was read. This ensures that the installation is complete and there is no chance of a return visit. Page 31 of 61 ~:: L~ ;~,,~ 12. City of Dubuque Water Meter Replacement Program November 6, 2009 Manufacturer AMR compatible register model Programming or modification required (Describe or indicate "None") AMCO Digital Not Compatible AMCO Absolute Encoder Compatible no programming Badger ADE Compatible no programming Badger RTR Not compatible Hersey Translator Compatible Q3 2009 Neptune E-coder Compatible no programming Neptune Pro-read Compatible no programming Sensus ICE Compatible no programming Other Other Other Other Neptune's ARB FixedBase System has been validated to be compatible with Neptune and Sensus absolute encoder registers; specifically: Neptune ARB® III, IV, V, ProRead®, and E-Coder, and Sensus ECR II and ICE (full 8-digits). The R450 MIU is designed to read non-Neptune absolute encoder registers that utilize the Sensus UI-1203 communication protocol (example: Badger ADE, Hersey Translator). Our R450 MIU features "auto-detect" functionality meaning it automatically detects the encoder register type it is connected to, configures itself for that register type with °no-programming" required. To date, the Neptune E-Coder and Sensus ICE are the only ~~absolute' encoder registers that can communicate resolution down to 1 gallon. D. Field Programming and Testing Device The Field Service Tool is a CE5320 Handheld computer and 450MHz transceiver for communicating wirelessly with the R450 MIU. The Field Service Tool can interrogate the R450 MIU to review how it is configured, receive a meter reading transmission to confirm proper operation, and configure a R450 MIU for profile mode and a select number of parameters if for whatever reason the 2-way communication link were to be lost with the data collector and the host software. The Field Service Tool can be utilized to obtain on-site meter readings. The Field Service Tool is a value-added component of the ARB FixedBase System and is not required for the installation of R450 MIUs or general fixed base system operation. Page 32 of 61 -. /.•Y YI City of Dubuque Water Meter Replacement Program November 6, 2009 1. Neptune complies with this requirement. 4-6 Field Service Tools recommended for on-going support of system. 2. The Field Service Tool can interrogate the R450 MIU to review how it is configured. The Field Service Tool can be utilized to obtain on-site meter readings. It can read MIUs following manual activation of MIUs, and evaluates RSSI values for MIUs and DCs, The Field Service Tool can configure a R450 MIU for profile mode and a select number of parameters if the 2-way communication link were to be lost with the data collector and the host software. Neptune's Field Service Tool is capable of diagnosing both the MIU and the DCU. It can also simulate the functions of both the MIU and DCU. 3. Trouble-shooting and programming tool only today. Can be used for backup meter reading. Data transfer file to be available in future release of software. 4. The Field Service Tool capacity for meter readings is approximately 5000 accounts. 5. Neptune CE 53206 Handheld with 2-way HHIU Height: 1.53"min., 3.25" max (39 mm min., 83 mm max.) Width: 3.53" min., 4.08" max (90 mm min., 104 mm max.) Length: 10.5" (267 mm) Weight: 2.0 Ibs (907g) with battery pack The Field Service Tool .can withstand repeated drops from up to six feet onto a hard surface. It can be submerged with no water leakage or performance deterioration for a total of two hours at one meter deep. 6. Communication Cradle Each cradle is independent, allowing the loading/unloading function to process simultaneously. The utilization of cradles with networked routers allows up to 150 handhelds to be supported by the ARB N_SIGHT host system. The cradles can communicate with the host computer at 10 Mbps providing fast upload and download of route information. The cradle provides a fast charge capability that allows for full charge of the unit under four hours. The communication cradle can be wall or tabletop mounted. The cradle measures: Page 33 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 0 2.5" (635mm) high (at its highest point) 0 5" (127mm) wide 0 10.5" (267mm) long o The unit weighs less than 558g (1.231b.). The handheld can stay in the charger indefinitely and not be damaged due to the intrinsic power management of the Lithium-Ion battery. The cradle is CE certified and meets the 89/336/EEC directive intent for electromagnetic compatibility. These charging units carry the Underwriters Laboratory seal of approval. 7. Provided by Installation contractor 8. The Field Service Tool uses rechargeable batteries. Its power supply includes a primary, rechargeable lithium-ion battery pack, which is user accessible and easily replaced in the field. This battery technology is superior to traditional NiCad and Nickel Metal Hydride battery technology. Lithium-Ion batteries provide more power for the same weight and volume compared to traditional batteries; they eliminate the memory ~~effect"associated with earlier generation handheld battery technology, and they have a linear discharge pattern, which allows multi levels of truly predictable ~~low battery" warnings. The cradle combines the capability to communicate data and recharge its batteries. It incorporates afast-charge system which can fully recharge a Field Service Tool in 4 hours. When the Lithium-Ion battery is fully charged, the battery capacity is sufficient for ten (10) to twelve (12) hours of normal meter reading operation. A backup rechargeable lithium-manganese battery ensures the continuous operation of the system clock and calendar, and also protects data in RAM storage should the primary battery supply drop below the level sufficient to power the Field Service Tool. 9. UI software is provided on the CE 53206/Field Service Tool. The Field Service Tool features audible tones that can be adjusted in volume. The screen size allows for the display of up to 25 lines of text with 33 characters - a maximum of 825 high-clarity characters. The size of the CE53206 characters is selectable, allowing the use of larger characters that are easiest to read. The screen has 240 by 320 pixels (a total of 76,800 pixels) and is CGA compatible for both text and graphics.- The manufacturer's specification on the contrast ratio on the LCD display of the CE5320B is 9:1 at 76~ F (25~ Celsius). The CE5320B- screen has an automatic contrast adjustment based on temperature, which will give clear reading in extreme Page 34 of 61 Af 'I~~~~ i) F 1 l~ City of Dubuque Water Meter Replacement Program November 6, 2009 temperature. There is also a manual contrast adjustment feature, which will allow the user to adjust the contrast to his or her satisfaction. The CE53206 color display contrast is easily read outdoors in direct sunlight. The display has no degradation when exposed to storage temperatures of -22° F to +140° F and operating temperatures of -4° F to +122° F. The CE5320B provides a backlit color screen that allows the unit to be used in a low light environment. 10. The Field Service Tool permits manual entry of data. It also permits adding notes or comments. E. Fixed Data Collection Unit (DCU) The R450 Data Collector (DC) collects the meter data transmitted by the R450 MIUs and synchronizes hourly with the host server to communicate its collected data. In the case of power outages each R450 DC will retain the past 3-days of meter data received and will communicate that data to the host server and ARB N_SIGHT FixedBase software once power is restored to the R450 DC. 2. The R450 DC offers the following backhaul options: GPRS, Ethernet and WiFi. If the GPRS backhaul is chosen then the city would be responsible for choosing a GPRS service provider (i.e. TMobile or AT&T). 3. 18 Collectors Required (16 Active, 2 Spare) 4. The Neptune AMI structure does not include any repeaters as the 2-way communication is not supported by most repeaters. 5. The ARB FixedBase System is a tower based system. By locating R450 Data Collector antennas on water towers, utility communication towers, cellular towers or tall building; efficiency gains are amplified maximizing message success rate and reducing the total number of Data Collectors required to effectively cover the system. The R450 DCs are designed to be mounted at the base of towers with the high gain antenna located at the top of the tower connected by a high gain low loss coax cable. Positioning the data collector at the tower base versus at the top of the tower facilitates ease of access and lower maintenance cost over the life of the system (You do not have to climb a pole to interface with a R450 DC). Page 3 5 of 61 W~~!. City of Dubuque Water Meter Replacement Program November 6, 2009 If, however, there are no towers or high buildings available the R450 DC can be mounted on a telephone pole or other structures in the area such as advertisement billboards, etc. 6. The DC requires 110VAC. The cost to supply power to each collector site varies depending on the individual requirements. It entails the costs involved with installing electrical cabling from breaker box to the Data Collector plus the connection by a certified electrician. The maximum ongoing costs to supply power to the Data Collector are approximately equivalent to 130 Watt light bulb If there is a power outage at the DC it will not collect data. If environmental/business drivers require zero downtime for DCs, Uninterruptable Power Supplies or backup generators should be considered as an option for each collector site. The Utility is required to assist the contractor with providing 110VAC power supply to the DC site. The DC retains the past (three) days of meter data in anon-volatile memory. In the case of a power outage at the host server, when power is restored, the past three days of data is communicated from each DC to the host server. 7. The only programming required is the setup of the GPRS modem upon installation. Otherwise, the collector installs itself onto the system on power-up. DC's are pre-programmed for hourly synchronization with the host, but can be configured for more frequent synchronizations if desired. 8. The DCU meets or exceeds the following standard for surges: EN61000- 4-5, Level 3. In addition, the DCU meets UL60950 which also addresses surge protection. The R450 Data Collector (DC) has been designed to withstand 21KV AC Electrical Surge. It has one of the best grounding schemes (single point ground with Tinned Copper Flat Braid Ground Strap between the door and the main enclosure) to handle 3 times more ESD Surge than the MILSDT810 E specifies (MILSTD 810 E calls for only 81CV direct electrical Surge). We also have incorporated a surge suppressor from line to line and line to ground to protect the power supply from the voltage surge that may come through the power line. During the high voltage surge this will cause the circuit breaker to trip protecting the DC power supply and the surge suppressor. Page 36 of 61 i~f ~ , `I~~' p City of Dubuque Water Meter Replacement Program November 6, 2009 9. All costs are included to the proposal for the installation of the 16 Data Collectors. Neptune has identified all of the sites to provide 100 coverage of the Dubuque area. There will be some searching for 2 sites on the southern part of the Dubuque area. I there search the area was identified and there are some potential towers available, but we will the City to assist in securing the rights to the locations. More specific analysis of the site locations is in the Appendices. F. AMR System Radio Licenses 1. The ARB FixedBase System components are approved by the FCC as Part 90 components and must operate under an FCC license (due to the high power transmitter). Neptune will secure the FCC license based on a frequency determined to be the best for the coverage area and transfer the license to the utility following system deployment. 2. Neptune will secure the FCC license based on a frequency determined to be the best for the coverage area and transfer the license to the utility following system deployment. G. AMR Control Computer 1.~ PC Re quirements The fol lowing list describes how the Client Personal Computer (PC) must meet the following minimum requirements: • Microsoft Windows 2000°/Windows XP Professional° • Intel 800-Megahertz (MHz) Pentium processor (faster speeds are recommended.) • At least 512 Megabytes (MB) of Random Access • Memory(RAM); 1 Gigabyte (GB) recommended. To determine your processor speed and amount of RAM your computer has, do one of the following: • At least 1.5 GB of available hard disk space. • CD-ROM or DVD-ROM drive. • Keyboard and Microsoft Mouse or compatible pointing device. • Video adapter and 17" Monitor, Super VGA (1024 X 768) or higher resolution. • Network adapter appropriate for the type of local-area, wide-area, wireless or home network you wish to connect to, and access to an appropriate network infrastructure; access to third-party networks may require additional charges • FTP Access (recommended) • Email capability for sending and receiving email messages. Page 37 of 61 City of Dubuque Water Meter Replacement Program November 6, 2009 Svstem Requirements -Server Specifications • The following list describes the minimum recommendation for server installation: • Windows XP Server 2000/2003 • 2.33GHz Intel Dual Core or 2.66 Gigahert~ (GHz) Quad Core processor depending on utility system size and configuration ; 2GB - 4GB RAM depending on utility system size and configuration • Network adapter appropriate for the type of local-area, wide-area, wireless or home network Utility wishes to connect to, and access to an appropriate network infrastructure; access to third-party networks may require additional charges • DVD-ROM drive • Video graphics adapter capable of 256 colors and 1024 X 768 pixels • Hard Drive Space: 12GB to 600GB depending on Utility system size and configuration • Hard Drive Type: RAID* Recommended • Email capability for sending and receiving email messages. • *Raid Explanations The following are explanations for RAID. Redundant Array of Independent Disks (RAID) refers two or more mirrored hard disks, depending on your system configuration. Hardware RAID. Use multiple fast Small Computer System Interface ,(SCSI) drives (7200 RPM or faster) and individual SCSI disk controllers (at least one redundant controller) to improve I/O processing .and read/write times. Spread your page file across multiple disks to improve virtual memory access. If you run SQL Server 2000 on your Small Business Server network, consider using hardware RAID: RAID-0, disk striping (2 disks minimum) offers the best performance for both read and writes but offers no fault tolerance. RAID-1, disk mirroring (2 disks minimum) provides excellent fault tolerance but only marginally improves read performance. RAID-5, disk striping with parity (3 disks minimum) provides good read performance and the best fault tolerance for the lowest price. RAID-0+1, mirrored disk striping (4 disks minimum) combines disk mirroring with striping and provides the highest read performance and Page 3 8 of 61 ~~'I'~~~:hn VN i~ 1~; 'Vi 1 City of Dubuque Water Meter Replacement Program November 6, 2009 the best combination of fault tolerance and performance. (This option can be more expensive than other RAID options.) 2. The Server is designed to reside on a network as specified. 3. See PC manufacturer specs 4. UPS devices are widely available in numerous specifications. Neptune will work with the City to determine a suitable spec. 5. The software is easily installed on a new PC. The N_SIGHT FixedBase software application can be restored to any PC with compatible hardware and disk space. The process will include reinstallation of the N_SIGHT FixedBase software host and restoring a backup copy of the database on the new Computer. 6. The warranty is the manufacturer's warranty and we can use Dell, HP, or IBM. It is the customer's choice. H. AMR System Software 1. ARB N SIGHT FixedBase Host Software The ARB® N_SIGHTT'" FixedBase host software provides the most advanced AMI functionality of any fixed base system on the market today. Whether your information requirements are a daily read to support billing and ofF-cycle reads, or hourly consumption/usage profile data to support customer service inquiries, ARB N_SIGHT FixedBase software provides all of this information at your fingertips. Neptune recognizes there is a difference between the amount of data and the value of data communicated through a fixed base AMI system. Data can be left for interpretation or data can be interpreted and displayed in a way that adds value to utility personnel. The ARB N_SIGHT FixedBase software is designed to support key departments within your utility organization (Customer Service, Billing, Operations) by providing high- value data in user-friendly screens and reports to help utility personnel manage their day-to-day operations. ARB N_SIGHT FixedBase software provides users with easy system monitoring and control, over-the-air system upgrades, auto-discovery over the network, synchronized midnight meter readings, monthly/daily/hourly customer usage graphs, enhanced reporting, priority alarms, and mapping functionality. Most importantly, ARB N_SIGHT FixedBase software integrates seamlessly with ARB N_SIGHT Mobile software allowing both fixed Page 39 of 61 I~I, City of Dubuque Water Meter Replacement Program November 6, 2009 network and mobile AMR systems to operate in parallel (ARB Hybrid). This functionality provides utilities with a choice to select the AMR/AMI system technology that makes the most sense, where it makes sense, and to easily migrate from mobile to fixed base AMI when the business case justifies the transition. System Health Screen The °System Health Screen" is designed to provide utility personnel with an at-a-glance view of the overall system daily operation and performance. Using a single screen utility personnel can view MIU efficiency, collector efficiency, and the communication link with the host allowing ease of system control and monitoring. Over-the-Air Upgrades The ARB N_SIGHT FixedBase software allows utility personnel to program key MIU and Collector parameters from the utility office via 2-way communication from the host to the collectors and MIUs. This remote programming functionality increases operational efficiency by reducing the need to dispatch utility personnel to perform common programming functions. Auto-Discovery Over Network ARB N_SIGHT FixedBase software provides unique installation functionality by providing installers the ability to confirm MIU transmission, MIU signal strength (RSSI), and correct wiring and register reading prior to leaving the installation site. The system installers receive this information via an a-mail or text message eliminating costly return service calls. Synchronized Midnight Reads ARB N_SIGHT FixedBase software synchronizes meter readings at midnight and provides these meter readings for billing, off-cycle reads, and mass balancing of production water versus revenue water. For the first time utilities will have asystem-wide tool to identify and manage non-revenue water. Customer Usage Profile Data Customer usage can be monitored in monthly, daily or hourly intervals. On-screen graphs display the usage profiles for quick and easy interpretation in managing high water bill complaints and supporting conservation initiatives. With built-in email functionality ARB N_SIGHT FixedBase software allows customer service personnel to quickly provide customers via email with consumption graphs to explain unusual water usage patterns. Page 40 of 61 ?I'llF City of Dubuque Water Meter Replacement Program November 6, 2009 Leak Detection: In addition to high resolution 15-minute interval leak detection provided by Neptune's solid state E-Coder, ARB N_SIGHT FixedBase host software provides leak detection monitoring for standard 6-wheel encoder registers based on hourly consumption monitoring via the R450 MIU. Reverse Flow Detection: In addition to high resolution 15-minute interval reverse flow detection provided by Neptune's solid state E-Coder, ARB N_SIGHT FixedBase host software provides reverse flow monitoring for standard 6-wheel encoder registers based on hourly consumption monitoring via the R450 MIU. Enhanced Reporting ARB N_SIGHT FixedBase software provides a range of predefined reports to assist utility personnel in managing day-to-day operations - residential leak detection, distribution line leak detection, backflow conditions, and consecutive days of zero consumption to name a few. When utilized with Neptune's solid state E-Coder encoder register and AMR Permalog leak sensing devices detailed reports can be generated identifying intermediate and continuous residential leaks by customer as well as pinpointing leaks on distribution lines. The ARB N_SIGHT FixedBase Host software also provides data files that can be linked to 3rd party reporting tools such as Crystal Reports. This enhanced reporting supports conservation and non-revenue water initiatives. Zero Consumption Report: This report ,identifies meters that show no consumption flagging potential cases of tamper or stopped meters. Neptune's solid state E-Coder monitoring zero consumption in 15-minute intervals and standard 6-wheel encoders can be monitored hourly to daily for zero consumption. Priority Alarms ARB N_SIGHT FixedBase software features configurable priority alarm functionality allowing critical system alarms (such as 24 hr. continuous leak, major backflow event, distribution main leak) to be immediately communicated through the system for near real-time email notification of proper utility personnel. This priority alarm functionality supports conservation, non-revenue water, emergency response and public safety initiatives. Mapping ARB N_SIGHT FixedBase software provides built-in mapping functionality as well as links to other GIS/GPS software products providing all utilities Page 41 of 61 ~c City of Dubuque Water Meter Replacement Program November 6, 2009 large and small with the ability to view leak detection, backflow and many other system conditions visually on maps of their service areas. There are several fixed base AMR/AMI system architectures to choose from today, but there is only one choice in fixed base software that delivers the information you need, when you need it and where you need it, ARB N_SIGHT FixedBase offering the highest-value data and lowest cost of ownership. Billing System Interface: ARB N_SIGHT FixedBase host software integrates seamlessly with ARB N_SIGHT Mobile software allowing both mobile and fixed network AMI systems to operate in parallel (ARB Hybrid). The link between the ARB N_SIGHT FixedBase and N_SIGHT Mobile to transfer meter data is an export file. Most of the CIS providers for the utility marketplace have already developed interface files to ARB N_SIGHT Mobile. A unique benefit of the Neptune's ARB Utility Management System is this ability for N_SIGHT Mobile and N_SIGHT FixedBase to function together in parallel. By doing so utility personnel can use a handheld data collection device when necessary to manually enter a meter reading or extract a reading manually from a R450 MIU and upload the meter reading into N_SIGHT Mobile when they return to the office. This functionality provides total meter reading flexibility providing utilities with a method to secure meter readings outside of the normal fixed base data collection process to assist with the transition to ARB FixedBase, or manage customer complaints and unique meter reading situations. Neptune has always adhered to continuous improvement .practices. As software enhancements are identified by customers, Neptune addresses those enhancements in future version releases of software. 2. ARB N_SIGHT FixedBase has a dynamic data base. All information is transferred from the CIS system in the transfer file. No synchronization is required with the CIS system as the database is refreshed with every file import. Reference: ARB N_SIGHT New Customer Installation Guide. . 3. In the unlikely event of a software freeze, restarting the application will clear virtually all occurrences. ARB N_SIGHT FixedBase allows the user to make a backup copy of the routes within the database (including current system configuration files). To restore a backup, the backed up database has to be renamed and the ARB N_SIGHT software program database location file path configuration changed. - Page 42 of 61 r~~ ~!I ~- City of Dubuque Water Meter Replacement Program November 6, 2009 4. ARB N_SIGHT software is client server configurable. There is no limit to the number of users that can access the data at one time. The iAnywhere database is capable of supporting multiple users. All clients must be licensed per our agreement with iAnywhere. 5. Each meter in the billing system requires a unique ID number for the link to the Fixed Base software. When readings are transferred to the billing software the readings are charged the water only rate. 6. The ARB N_SIGHT Mobile application does not allow the customization of screens, menus and navigators. When the application is hosted by the utility, the database application is housed on the utilities server and a version of the client software should be installed at each workstation. The main screen for ARB N_SIGHT is shown in the figure below. The large buttons follow the meter reading process: • importing routes ® loading routes into the handheld or drive by unit ® workorders ® backing up the data ® printing reports Page 43 of 61 ~~, t `~' ~, { IrFotl r`i ", ~ " `~~' "" .` / s ~. ~' v S^ ;, ~~ 'x~ Ff~iliihelrl ~"`.~ u t a ~ ~ ~ ~ ! .~. ~~ s'.>ja y~. v1 ~ i r ' ~~ -~ I i~z fir. :. ~ ~' l ,~_ ~ . 0. ~ k I ~ .'.~1 ', e~.F~~r s ss{ s ~ • t,~f 3 , 3 ~ ~ f;1c [~ ~~- L ~`, 'o , 7. The ARB N_SIGHT FixedBase software provides multi-user access through user IDs and password connections to the database server. 4 pre-defined security levels are integrated within the software application. 8. The ARB FixedBase System is engineered to retain two years of meter data for the population of endpoints. Meter data can be extracted and stored externally for future use. 9. ARB N_SIGHT provides a database back-up function that is a single button press to perform. The back-up function can be run at anytime. jf ~.~ ~ ' '~ ~~ k`~ 10. The ARB N_SIGHT Software utilizes an embedded Sybase iAnywhere relational database. This database was chosen due to the fact that it is self administering therefore a database administrator is not required. ' The ARB N_SIGHT software supports multiple instances of the database to be ran in order to accommodate running a test environment to validate any issues prior to total system deployment. The software does support parallel billing. City of Dubuque Water Meter Re placement Program November 6, 2009 M} ~~;;5S~ +-F ~ ih 1 ; ~ Fxi3 1 ~ _ ~ 1 ~ F i .. ,~~. ti >; 1 rr ~~ i Page 44 of 61 4'~~, The ARB N_SIGHT software allows extractions through web services tools. City of Dubuque Water Meter Replacement Program November 6, 2009 data extractions and report 11. The following management reports are available within our system: • Past Due -lists all premises that have not received a reading in a specified date range. • Leak Event -lists all leak events. • Reverse Flow Events -lists all reverse flow events. • Battery Usage -lists the battery status for all MIUs within the system. • Account List -lists all premises within the system. • Account Reads -lists all readings within the system. • Priority Alert Log -lists all priority alerts. • All Readings -lists all readings. • Billing List -lists the latest readings for MIUs to be transferred to the CIS. • Usage Profile MIUs -lists all MIUs currently in usage profile mode. • Found Meters -lists all MIUs that have not been associated with a premise within the system. • Non-Billable Reads -lists all MIUs with non-numeric characters. • Last Read -lists the last read for all MIUs within the system. • MIU Reads -lists all readings for each MIU in the system. • Missed Reads -lists all MIUs that have- not received a reading within a specified date range. • New MIUs -lists all MIUs that the system has received a read from for the first time within a specified date range. • Not Active -lists all readings for inactive premises. • Permalog Leak -lists the status for all permalog MIUs. • System Log -lists all log events for each collector. • Status Log -displays the current status for the system. • Soft-Disconnect List -lists all MIUs that have been flagged for soft- disconnect. • Soft-Disconnect w/ Usage -lists all MIUs that have been flagged for soft-disconnect in which usage has been reported. • No-Flo ~~leters -lists all MIUs with no flow. • Tamper Report -lists all MIUs that have reported a tamper event. The Fixed Base Host Software allows read access to the database tables in order for data to be accessed by third-party report generator for custom reports. Examples includes: Crystal Reports and Cognos Reports. The report data can also be saved electronically in a variety of -file formats such as TXT, CSV, PDF, XML, HTML, Excel, RTF, and, WMF. Page 45 of 61 .~.1~ t ;? c~ '! City of Dubuque Water Meter Replacement Program November 6, 2009 12. An integral part of the ARB N_SIGHT software package is the ability to compare captured meter readings with predetermined high and low estimates. These estimates are generated by the CIS system and are part of the route file imported into ARB N_SIGHT. Accounts that have readings which fall outside of these limits are flagged as well as readings containing ID mismatches. Part of the standard report package includes reports on meters that exceed the high/low ranges and meter id mismatches. 13. Neptune offers documentation like the Getting Started Guide and the New Customer Implementation Guide to ensure the system can be efficiently implemented. All pertinent information about the ARB N_SIGHT application can be obtained through via on-line help. It describes in detail the operation of the software and interaction with the handhelds and mobile units. The on-line help is updated with each new version release of the software. The use of an on-line system keeps all documentation current. 14. Neptune complies with the software license requirements. ARB N_SIGHT is supplied with a full one year of warranty that covers the following: • Tol%free assistance at Customer Support 1-800-647-4832 • Free software upgrades, patches and corrections • In the event the automatic Web Update feature is not avai/ab/e, free replacement software is provided for any soRware found with defects in the media on which the soRware is delivered • Rep/acement software shipped within 48 hours of customer notifying Customer Support of the problem Annual maintenance contracts are available from Neptune following the expiration of the one year warranty. Annual maintenance contracts offer the same service level as the warranty. The purchase of ARB N_SIGHT includes a 1 seat site license. Additional seats for additional workstations are available according the prices shown in the pricing section. 15. Exception: Neptune supports the software for one year under warranty. Extended maintenance contracts may be purchased on the software in three year increments. Neptune issues updates to software 1-2 times per year, depending on enhancements added to the software. 16. ARB N_SIGHT was completely designed by Neptune but it utilizes iAnywhere as a third-party package to support ARB N_SIGHT's database Page 46 of 61 °0, City of Dubuque Water Meter Replacement Program November 6, 2009 application. The same warranty, licensing and support applies as outlined above. 17. Mapping ARB N_SIGHT FixedBase software provides built-in mapping functionality as well as links to other GIS/GPS software products providing all utilities large and small with the ability to view leak detection, backflow and many other system conditions visually on maps of their service areas. 18. The ARB N_SIGHT FixedBase software provides a "System Metrics" report that provides statistics on all meter reading activity. The report allows the user to choose a specific date range in order to view the system wide statistics. 19. The ARB N_SIGHT FixedBase software provides the capable to run multiple sessions of the application to support a testing environment. The simulation of operating can be performed within the test environment. 20. The system health screen displays instant notification of issues of endpoints, collectors, or system synchronizations. Reporting of priority alarms can also be configured to receive instant notification when any alarm event occurs. 21. The Server specified above is designed to maintain .2 years of reading history per meter and hourly reads for each meter. I. Documentation J. Training Neptune will supply the system manuals as specified in the RFP. Neptune provides the documentation on original CD's and on-line support. Neptune will provide a training program for utility personnel including end point installers, Data Base Administrators, Customer Service Representatives, and in-house technical support personnel. The training will cover the overall system management requirements, data collection device operations and maintenance, end point installation and maintenance, and interpretation of customer service reports, including system health monitoring. All training classes will be conducted utilizing actual equipment installed in the City's production meter reading system. The City's training facilities will be utilized to conduct all. training classes. Neptune proposes training all personnel involved with the data collection system including Customer Service Representatives, installers, field Page 47 of 61 r~'iP City of Dubuque Water Meter Replacement Program November 6, 2009 technicians, and supervisors. The functions required to operate the data collection meter reading software will be covered extensively for the utility personnel. In addition, all in-house technical support personnel will be trained on basic system functionality, software configurations, and communication hardware and software requirements. Neptune will provide the in-house technical support personnel with system configuration documentation as part of the training classes. Neptune will supply the City with training documentation for use during training classes. The following is an outline of the training to be provided on-site at the City's facilities. The training normally begins with end point installation training, which requires the installation personnel and supervisors to attend. Customer Service Representatives are welcome to attend but are not required to do so. The Trainer will provide both classroom and field instruction to installation personnel so the installers can practice their learned classroom procedures. Items covered in the Training Agenda will include but are not limited to: Hardware components, maintenance and care • Proper installation procedures • Capturing successful install data from end points • Completion of work orders The next phase of training consists of ARB N_SIGHT FixedBase Customer Service Representative training, questions and answers, review and final project implementation. Items covered will include but are not limited to: ® System Overview ~ Reading Cycle Operation (import files, obtaining Data from collectors, backup, export) • Generating Meter Reading, exception, diagnostic, and special reports including system health monitoring ® Review of all read cycle operations ® Questions and Answers Practice Time on cycles for all operators The final phase of training consists o Administration training, questions and implementation. f ARB N SIGHT FixedBase Server answers, review and final project Page 48 of 61 ~'- ~t City of Dubuque Water Meter Replacement Program November 6, 2009 Items covered will include but are not limited to: a System Overview • Component Overview e Server Diagnostics, ®. Network Diagnostics ® Backup requirements and procedures ® System Monitoring -Training for the 7 days as specified is the minimum that would be supplied. As Northern Water Works is a Level 1 distributor we also provide on-site support for continuing support. Our responsibility begins after Neptune completes the initial training phase. Page 49 of 61 ~.Y LLAA'' K„' K. Support City of Dubuque Water Meter Replacement Program November 6, 2009 Hardware Maintenance Extended maintenance programs are available to ensure continued support of your investment. Neptune's maintenance programs are all encompassing without any hidden costs to the City. Refer to the Warranty and Extended Maintenance Matrix on the following page for further information. ,. i~~~a~s err ~. ~ ~ yr 1 - Extra Year(s) if Additional Year if ~rr~tn~ Purchased Purchased Subsequent to '~,f~~~~1, Simultaneously with Hardware Purchase r - i ~ Hardware Purchase J £ , • 1 year from date • 10-working day • 10-working day of shipment repair turnaround repair turnaround • Parts and labor Parts and labor • Parts and labor included' included' includedl • 10-working day Additional Additional repair turnaround 2 Years 3 Years after receipt of goods 10% 15% • Multi-year contract discountZ discount2 available 'Parts and labor for the repair of R450 Data Collector are covered under the Maintenance Agreement. ZRefer to the Pricing Se ction for a detailed breakdown of Extended Maintenance fees. Warranty and Extended Maintenance Matrix If a hardware item is not operable, the Customer Support Department should be contacted at the Telephone Help Desk (1-800-647-4832) to assist with any troubleshooting; emergency calls will be handled promptly. Every effort will be made to resolve problems over the phone. Shipment of failed equipment to the repair facility is the City's responsibility (recognized courier .recommended). Neptune is responsible for the return of the repaired equipment to the City. Page 50 of 61 NI, ~ ~~ City of Dubuque Water Meter Replacement Program November 6, 2009 Hardware not covered under an existing maintenance contract can be returned for repair with the following stipulations. Utility will secure RMA number through Customer Support, agree to minimum diagnostic fee, and cover freight expense to and from repair facility. Customer Support will advise the utility on the parts and labor charge prior to the repair being made to the R450 Data Collector and utility will authorize the repair. Software Maintenance Software maintenance covers the ARB N_SIGHT FixedBase and~ARB N_SIGHT Mobile Host software as well as R450 Data Collection software {for three years}. Multi-year extended maintenance contracts are also available for the software, as explained in the Warranty and Extended Maintenance Matrix. Customers are provided assistance from 8:00 a.m. to 7:00 p.m. EST through unlimited toll-free Telephone Help Desk. Help Desk services include the following functions: • Data Collector (Handheld, Mobile, FixedBase) operations • Host PC software operations • Facilitation of equipment repair and maintenance • Suggested software enhancements /free software updates • Requests for training • System evaluation and recommendation • Replacement software media • System administration guidance • Problem troubleshooting All Software updates will be provided on CD-ROM and are accompanied by complete written instructions for installation. Customer Support personnel will be available for telephone consultation to ensure that the installation is complete. All calls for assistance will be answered by one of our qualified support personnel or will be directed to one for a return call as soon as possible. Every effort will be made to resolve any problem over the phone on the first call. If this is not possible, a plan of action will be set to track and resolve the problem. Neptune Customer Support staff routinely go above and beyond the scope of our own systems to provide "total system support" to our clients from the PC down to the meters being read, including consultation with billing system administrators and programmers. However, some Page 51 of 61 4a G City of Dubuque Water Meter Replacement Program November 6, 2009 circumstances affecting the performance of the meter reading system are beyond the scope of the support provided by this mission statement. Examples of excluded circumstances include: • PC/Server hardware failure • Routine PC/Server and hard disk management maintenance • PC/Server operating system failure • PC/Server operating system changes • Conflicts with PC/Server operating system and non-Neptune software • Operation of meter reading system outside guidelines set forth in the System Operation Manual • Corruptor unusable data fed into system through import process / import data failures Neptune Customer Support stands ready to help you prevent problems by consulting on any items that may be excluded from support. Neptune's ARB FixedBase System utilizes the Adaptive Server technology from IAnywhere. This database technology is both self adapting and self repairing. Constant monitoring of the database is done internally by the database server rather than by a Database Administrator. In addition the FixedBase system contains internal monitoring of both the database and the fixed network hardware to ensure high reliability and uptime. Internal tools of the ASA server provide automatic backup of the database to a configurable network or local location and provide database analysis and disaster recovery over and above the features provided by the Windows server software and the RAID based disk system. High availability features of the software and hardware do preclude the need for standard IT best practices for server backup and maintenance. Neptune will work with the customer IT organization to integrate the proper procedures for the FixedBase system. L. Installation A. The duration of the project is noted to be an 18 month project. The time sensitive portion of the start date is the granting of the FCC licensed frequency. See the attached Gantt chart in the Appendices section of the proposal. B. Our installation software package will allow a secured link for the staff in Dubuque to view and monitor for past, present, and future appointments. Page 52 of 61 ~ )' ~,~}.-~- City of Dubuque Water Meter Replacement Program November 6, 2009 C. We also have found that working at times that the City is not working is not very ineffective. There are additional that we offer one is the 4th of July. Our standard work hours will be 8:00 AM till 7:00 PM Monday thru Saturday. Sunday work will only be with pre- approved appointments. D. NWWS will be able to send the requested information; the reporting process is a very simple process on our end. In addition the city shall be granted access to the NWWS Installation Database, and will be able to look at the installation progress at any time. E. We will have a 24 hour toll free number that will be answered and directed to the appropriate party to respond to the call F. The liaison that the City will provide needs to be the contact person for our field supervisor and have the ability to respond to a valve location and shut-off. This is something that will be addressed in a pre-construction meeting. G. This is acceptable H. Acceptable The process that we have instituted is a data capture device made by Motorola. We have the ability to do wireless live communication to our sever or daily uploads to our server for backup redundancy. The above unit is used by the installers which is loaded with all of the day's appointments. There is.also a way to create a new work Page 53 of 61 p7hai ti F'ri City of Dubuque Water Meter Replacement Program November 6, 2009 order if the installer is able to find an off schedule install. When the installer gets his entire inventory inside the residence he will take photos of the before installation. After installation he will be able to take the after install photos, bar code the inventory installed, go to the outside and take the photos necessary, get the GPS coordinates, and answer any survey questions that the City is interested in learning about the residence where we are performing the work. Agreed K. Staff Requirements a. Contract Manager: Kim Foster, his time will be assigned to this project during the start-up phase at 80% of the time. After the beginning of the installation the need for his time will be reduced, but will be available for any and all progress meetings. b. Installation Manager: Brian Rollins, his skill and experience makes him the right choice for this position. His resume is listed in the Executive Summary. He is instrumental in designing the data collection process, notification process, and the installation software that we currently use to schedule our appointments. Brian will ensure that the installation starts and finishes on time and within budget. c. Installers: In order to complete the project on time we estimate using 10 installers who will locally hired and employed by Ferguson Enterprises with full benefits during the project. We also plan on using two foremen to oversee their teams of .installers. The training and quality control is taken very seriously in the Northern Water Works projects. We will go through some installers who don't meet our high level of acceptance. d. We will have an Iowa licensed plumber as part of our team. Their role is still to be determined, but as we are planning at this time we will use them to install all 3" and larger meters. e. We can submit out current training guideline and stress that field training is always ongoing. I would also like to stress that we have a proven track record for hiring good employees, and that we -understand the importance of making a change if someone is not working out. Page 54 of 61 :.~sF~_j „~' City of Dubuque Water Meter Replacement Program November 6, 2009 As our normal practice we provide shirts and car signs for the installers. The ID badges will be provided for the installers either by the City or NWWS as we determine. Depending on the make-up of the City .residents we typically have letters in a variety of languages if needed and also someone in our call center who can speak the language. g. We will comply with the background checks as spelled out in the Q & A released on Friday October 30, 2009. L. Items to be Supplied We will meet all of the specified requirements listed in this section. The salvage of the meters will be priced based on the actual scrap value. It will be adjusted based on the # 1 Compositions Solids as listed in the American Metal Market and will be adjusted up or down depending on that index. We will review the index on a quarterly basis. This will possibly benefit the City of Dubuque positively. It also allows us to be more competitive with scrap allowance for the best price on new meters. 13. Account Data and installation scheduling a. The data file will be supplied by the City in the format specified and in the order of the installation deployment. b. We will use an assortment of letters, postcards, door hangers, and emergency cards that are left with the customer upon completion of the install. All wording will be approved by the City prior to printing. c. Our appointments are scheduled during the hours of 7:30 AM till 5:00 PM with after hours voice mail and also WEB based appointments can be made 24 hours a day from any WEB connected browser. d. This matches our normal process as to handling the obstructed meter condition. We will move some items to complete the installation. Page 55 of 61 "'~ City of Dubuque Water Meter Replacement Program November 6, 2009 14. Installation Procedures a. The scheduling and installation procedures can be modified to _ the City's acceptance upon acceptance of this proposal. We have been installing meters for more than 20 years and have the process down pretty well. b. The pilot program is a well thought out idea and we have found that not rushing to begin has always ended in a successful and organized deployment. c. This stage is the most critical as getting data back to billing is the ultimate goal. We can modify the information to any specifications that the City would require. If we have the data we can transfer it. The one issue is what format the City would want the photos in. How are these to be attached and stored? d. Our work order already includes all of the information specified. Is there any other information that would be beneficial while we are at all locations in Dubuque? e. Our installers will be familiar with "bad" plumbing and if they can not do the installation the team foreman will be notified to agree before the work is turned over to the City to handle. g. Using the Motorola MC-75 these items can be accomplished. h. The photos will be taken per specifications we just need to resolve the data transfer and format. i. In order to resolve billing disputes based on meter readings our intention is to take a 5th photo of the register and transfer that data back to billing also. j. Depending on the repairs required we can make some of them as we will have a plumber on staff. If it is more involved, other install projects made the installs and the charged the property on the tax roles. This allowed repairs to be made in a more timely matter. k. We want to install 100 % of the meters in the City of Dubuque and do not want to turn anything back to the City so we are,very motivated to be successful. Page 56 of 61 ,~ :Y~ ''Y City of Dubuque Water Meter Replacement Program November 6, 2009 The process of meter replacement does not discuss the installation of the MIU and/or replacing the wire. We intend on replacing all wire at the locations as the long term maintenance will be reduced. The installers that choose not to replace the wire are .pushing off the problem for the City to handle at a later date. m. As I understand we will be replacing size for size and type for type. If there are some sites that need the City would like a strainer installed then we could get a change order for those sites. n. We will install the UFR's at locations that require them based on size. o. This is a normal procedure for our installers. p. Northern Water Works standard procedure is to freeze the line with anon-Freon freeze kit. If there is not enough room then the second option is to use the curb stop valve. q. In our normal procedure we would always notify the City and not proceed. r. Standard NWWS procedure s. The completed work orders do not include the geo-coded data or the photos. Are these to be supplied at a separate time and method? 15. Quality Control a. We can submit our current QA guidelines. ,I believe it should be one of the jobs of the foreman to QA at least 10% of their team's installations. This can be higher or-lower if you would like. See the included-forms in the proposal b. This will be done. c. NWWS will accept the installation problems as part of this contract. Page 57 of 61 ~~ City of Dubuque Water Meter Replacement Program November 6, 2009 d. NWWS normal warranty is for leaks within 5' of the meter. This is done to prevent the customer from reporting a faucet leak that occurred as a result of a meter install. Every install is left with an emergency card with the final meter reading, toll free 24 hour emergency number, and leak information to help diagnose potential high water bills. e. During the early part of the project more frequent meetings should be scheduled to correct any processes and complaints. After the first 3 months of actual installs then monthly works well. M. Warranties 1. All registers manufactured by Neptune Technologies Group are warranted for a period of 10 years from date of manufacturer 2. The R450 MIU is powered by a fully replaceable battery pack that is designed to last the life of the product. If, however, a battery were to fail prematurely there is a simple procedure for replacing the battery in the field otherwise there should be no reason to visit the installed MIUs under normal circumstances. Neptune offers a 20 year warranty on the R450 MIU and battery. 2-way communication from the N_SIGHT FixedBase host software down to the R450 MIU allows for any required R450 MIU performance monitoring and system diagnostics to be performed at the office. ARB N_SIGHT FixedBase host software features a battery life gauge for monitoring remaining battery life in the MIU population. 3. See Attachment D 4. Water meters have an extended warranty for sizes thru 2" and 3" and larger have warranties for 1 year from date of shipment. 5. This is acceptable. 6. See Attachment D 7. System Performance Guarantees a. NWWS will verify read at the time of install and rectify any problems at that time. If at a later date the MIU does Page 5 8 of 61 6~ ` City of Dubuque Water Meter Replacement Program November 6, 2009 not call in, NWWS will repair the problem as part of the warranty maintenance plan. b. ARB FixedBase MSR Neptune's ARB FixedBase System is designed to provide a configuration packet and acknowledgement upon activation of the MIU under the network. Expectation for receipt of the configuration/acknowledgement packet is 99.5% (short interval)*. The System is also designed to provide a meter reading message success rate (MSR) of 99.5% over longer intervals (days/weeks)*. Definition of MSR (Number received/number expected)*100 =MSR in (for a defined period of time agreed upon by Neptune, Utility and Contractor). Definition of the Number Received: Number received is defined as one data packet per day per MIU (can be a reading packet or a consumption packet). The system is designed to make up to 4 attempts (transmissions) of each packet to have it received, however once confirmation is received, no additional attempts will be made. So, if more than one is received, only one copy will be counted even if more than one copy is received. Any packet from MIU conditions listed on the "carve-out" list will not be counted. Number Received shall include both Good and Invalid readings because both are considered successful MIU transmissions. The systems supplier should not be liable for invalid readings due to installation errors made by the utility or contractor. Definition of the Number Expected: Number expected is defined as the total number of MIUs installed, activated successfully, entered in the ARB FixedBase database and providing Good, Invalid and Missed data packets (one data packet per day per MIU, which can be a reading packet or a consumption packet) less any "carve-outs". Page 59 of 61 ~ijl~'tl. ire I~Q,,,, City of Dubuque Water Meter Replacement Program November 6, 2009 Carve-Outs: A "carve-out" is a condition where R450 MIUs are not communicating successfully across the network due to circumstances out of the control of Neptune and shall be excluded from the "number expected" for an agreed upon date range. This can include: MIUs that have not been installed as recommended by Neptune's R450 MIU Installation and Maintenance Manuals. Examples: R450 MIUs installed below grade in basements must have acceptable RSSI confirmed via the ARB FixedBase System by way of the Activation Acknowledgement and be mounted in the rafter area above grade or wired to an external wall of the structure if necessary to obtain an acceptable RSSI value. R450 Pit MIUs shall be installed with pit antenna positioned through a 1-3/4" hole in the pit lid either above the plane of the pit lid or recessed slightly in an approved pit lid with recessed cavity. MIUs that are not being received due to a MIU, Data Collector or Host Software issue defined in the Neptune ARB FixedBase System Troubleshooting Guide, but not addressed by the utility or contractor. All MIUs listed in the Trouble Shooting Report in ARB N_SIGHT FixedBase host software Units not installed or have not been installed during the time period being evaluated This would include found meters (MIUs transmitting, but not entered in the database). Units that have been vandalized and have not been repaired by the utility or contractor. This includes units that have not been received for the last 5 day$ as they are assumed to have been vandalized or not maintained. R450 MIUs that have not been properly maintained. R450 Pit MIU antennas located in low lying areas where the thru-the-lid antennas are periodically submerged in water Page 60 of 61 ~'~ul City of Dubuque Water Meter Replacement Program November 6, 2009 R450 Pit MIU antennas located in low lying areas that are periodically covered by mud, leaves, or debris. Units that have failed or malfunctioned and are covered by warranty Any unit that is a "carve-out" should not included in the MSR calculations, but is expected to be as soon as the problem is corrected and will be deemed accepted once that particular installation/MIU has been received for the required number of days. *It is critical to the accuracy of the propagation analysis and projected performance of the System MIU signal strength (RSSI) and daily message success rate (MSR)] that the meter setting and tower site information furnished is accurate and the proposed tower locations and heights are utilized in the deployment of the system infrastructure. If this information is not accurate or proposed tower sites and/or heights are not utilized, the projected RSSI of the R450 MIUs to the DCs will not reflect the coverage projections made by the propagation analysis resulting in deficiencies in daily MSR. If R450 Pit MIUs are installed against the recommendations of Neptune and pit antennas are mounted below pit lids instead of through the lid, be advised that the projected RSSI of the R450 Pit MIUs to the DCs will not reflect the coverage projections made by the propagation analysis, resulting in deficiencies in daily MSR or potentially the lack of receipt of transmissions altogether. It is the responsibility of the utility and/or installation contractor to verify acceptable RSSI from each installation prior to leaving the installation site using the "auto-discovery over the network" functionality of the ARB FixedBase System. If the utility and/or installation contractor elects' not to use this feature/functionality during deployment of the R450 MIUs, be advised there could be potential deficiencies in daily MSR until MIU installation errors are corrected or settings are optimized. Page 61 of 61 NEPTUNE TECHNOLOGY GRQUP IIVC. Company Profile Neptune Technology Group Inc. is a leading provider of meter reading systems and water measurement products. Since 1892, Neptune has continually focused on the evolving needs of water utilities -revenue optimization, operational efficiencies, and improved customer service: Neptune is committed to be the most valued partner of our utility customers and help them manage the world's scarce water, energy, , human, and funding resources. ^ Neptune has significant experience in providing utilities meter reading software applications. In fact, Neptune introduced its first version of meter reading software in parallel with the introduction of the absolute encoder register back in the 1970's, beginning a long, successful tradition of providing utilities innovative solutions for their meter reading and billing processes. Today, as part of Sarasota, Florida based Roper Industries, Neptune has approximately 600 employees in North America and produces more than two million water meters annually. All products are manufactured in Neptune's state-of-the-art, ISO 9001:2000 certified, 300,000 square foot facility in Tallassee, Alabama. Roper Industries, Inc. is a public company (NYSE: ROP) and owns 100% of Neptune Technology Group Inc. Financial information about Roper is available on their website at www.roperind.com. Proposed AMR System Neptune's ARB FixedBase System utilizes a field proven FCC licensed radio band (450-470MHz)~and Star based infrastructure topology. Under Neptune's system fixed network endpoints communicate with fixed base data collectors (DCs) which communicate to the host server via various backhaul options. The R450 DC offers the following backhaul options: GPRS, Ethernet and WiFi. The data collectors communicate via the WAN with the host software application, ARB N_SIGHT FixedBase software that runs on a server at the utility office. R450 MIU /Meter Automatic Registration on the Network Upon installation of an R450 MIU the installer activates the MIU by swiping a magnet across the top left corner of the MIU. The MIU wakes up and listens for 30 seconds to time beacons sent out by the data collectors. The MIU selects the data collector with the strongest Receive Signal Strength Indication (RSSI) and sends a "configuration packet" to the data collector. This configuration packet is routed to the host software and an email or SMS text message- is sent to designated personnel to confirm successful installation and discovery on the network. Installation criteria communicated in the email or SMS text include: MIU ID, MIU RSSI (with pass, marginal or fail indication), Collector RSSI (with pass, marginal or fail indication), Valid Register Reading, Signal-to-Noise, and Noise. This allows the installer or installation supervisor to validate installation prior to leaving the site and thereby reducing costly call- backs. NE~TUI\I~ TECHNOLBGY GROUP INC. R450 Data Collector ARB FixedBase R450 Data Collectors (DC) are rugged devices 'that utilize NEMA 4X weatherproof enclosures. The R450 DC operates in temperature ranges of -30° to 85° C. The R450 DC fully supports the 2-way functionality of the FixedBase system and can be updated over-the-air. ARB N_SIGHT FixedBase Host Software The ARB® N_SIGHTTM FixedBase host software provides the most advanced AMR functionality of any fixed base system on the market today. Whether your information requirements are a daily read to support billing and off-cycle reads, or hourly consumption/usage profile data to support customer service inquiries, ARB N_SIGHT FixedBase software provides all of this information at your fingertips. Neptune recognizes there is a difference between the amount of data and the value of data communicated through a fixed base AMR system. Data can be left for interpretation or data can be interpreted and displayed in a way that adds value to utility personnel. The ARB N_SIGHT FixedBase software is designed to support key departments within your utility organization (Customer Service, Billing, Operations) by providing high-value data in user-friendly screens and reports to help utility personnel manage their day-to-day operations. ARB N_SIGHT FixedBase software provides users with easy system monitoring and control, over-the-air system upgrades, auto-discovery over the network, synchronized midnight meter readings, monthly/daily/hourly customer usage graphs, enhanced reporting, priority alarms, and mapping functionality. ARB N_SIGHT FixedBase software integrates seamlessly with ARB N_SIGHT Mobile software allowing both fixed network and mobile AMR systems to operate in parallel (ARB Hybrid). Key Personnel Peter Kuraly is Neptune's Fixed Network Project Manager responsible for the timely and successful deployment of Neptune's ARB FixedBase. systems. Peter has worked for Neptune for over 20 years and has managed projects in the USA, Canada and the UK. Dan Blocker is a Fixed Network Project Coordinator for Neptune and has vast experience in conducting Propagation Analyses, Frequency Studies, System deployment and managing various activities with the FCC. Dave Allen is a Fixed Network Project Coordinator responsible for system deployment and optimization as well as Tier 2 level Technical Support. Dave has worked for Neptune for over 25 years in various roles specializing in Customer Service and Technical Support. David Grumm is Neptune's Customer Support Manager. David has been with Neptune for 32 years. He has been in the support group for 21 years. He is the manager for the support group in Tallassee, AL. NEPTUNE TECHNOLOGY GROUP I~IC. Karen Siu is an Implementation Supervisor. Karen has been with Neptune for over 14 years. She will coordinate all implementation activities including assigning an Implementation Specialist to the city. Phil Savage is a Technical Support Supervisor. Phil has been with Neptune for 10 years. His group is responsible for supporting the system after installation. The phone support is located in Tallassee, AL. Ian Coburn is a Territory Manager for Neptune, located in Hartley, Iowa. Ian is experienced in leading Utilities to adopt AMR systems that provide operating efficiencies. System support is available as noted from the Neptune factory, with a variety of individuals available. SIGNATURE. Tlais Qosf proposal is submitted by NAMIE OF`RESPONDEN"T SIGNATURE OP AUTHORIZED,PERSON : ~ ,J,~~® PRINTED NAME OF AUTHORIZED PERSON.°qND TITLE:, :Ron. Vasko. General Manager DATE: November 5 2009 City of Dubuque WaterMeterReplacement Rrogram' Attachment D Page 64 of'H6 RequestfnrPropaeal FailurA Razes-and Replacemer~Casts Proposer shall provide expected failure rates, repair prices and costs of battery change-out (if required). and other maintenance costs for meters (including registers), MIUs and DCUs that will give the City a true representation of expected operating and maintenance costs. These costs shall be included in the City's evaluation of total system costs Failure Rates. Proposer shall indicate the expected life in service of the system, if other than 20 years, . and modify the replacements costs referred to in Table D1 Proposer shall provide annotation for any underlying assumptions that may reasonably be deemed necessary to explain these numbers Table DI. Meter Interface. Unit Failures Year After Unit is Installed & Accepted Expected Failure Rate (failures/1000 unitslyr) Pro-Rata Replacement Cost Percentage Unit Repair Cost Replacement pro-rata warranty adjustment)' Unit Preventative Maintenance Cost (e.g., battery replacement) Guaranteed Failure Rate (failuresl1000 1 6 0% 0 0 12 2 8 0% ~ 0 0 16 3 8 0% 0 0 16 4 8 0% 0 0 16 5 8 0% 0 0 16 6 8 0% 0 0 16 7 9 0% 0 0 18 8 9 0% 0 0 18 9 9 0% 0 0 18 10 9 0% 0 0 18 11 9 30% $ 24.34 $ 8.45 N/A 12 10 35% $ 28.39 $ 9.86 13 10 40% $ 32.45 $ 11.27 14 10 45% $ 36.50 $ 12.68 15 10 50% $ 40.56 $ 14.09 16 50 55% $ 44.62 $ 15.50 17 75 60% $ 48.67 $ 16.91 18 150 65% $ 52.73 $ 18.32 19 250 70% $ 56.78 $ 19.73 20 500 75% $ 60.84 $ 21.14 Table D2. Meter Register Failures Yeat After Unit is Installed & Accepted Expected Failure Rate (failures/1000 units/yr) Unit Repair or Replacement Cost (less pro-rata warranty adjustment) Guaranteed Maximum Failure Rate (failures/1000 units/yr) 1 3 0 6 2 3 0 6 3 3 0 6 4 3 0 6 5 3 0 6 6 4 0 8 7 4 0 8 8 4 0 8 9 4 0 8 10 5 0 10 11 6 $ 52.95 12 12 7 $ 52.95 14 13 8 $ 52.95 16 14 9 $ 52.95 18 15 10 $ 52.95 20 16 10 $ 52.95 20 17 10 $ 52.95 20 18 10 $ 52.95 20 19 10 $ 52.95 20 20 10 $ 52.95 20 Table D3. Data Collection Unit Failures Year Expected Failure Rate (failures/unit/yr.) Unit Repair Cost (less warranty adjustment) * See note below Unit Cost of Preventative Maintenance Program 1 3 $0.00 2 1 $0.00 3 1 $0.00 4 1 $0.00 5 2 $0.00 6 2 $0.00 7 2 $0.00 8 2 $0.00 9 3 $0.00 10 3 $0.00 11 3 $0.00 12 3 $0.00 13 3 $0.00 14 3 $0.00 15 3 $0.00 16 4 $0.00 17 4 $0.00 18 4 $0.00 19 4 $0.00 20 4 $0.00 * With annual maintenance agreement ,Attachment G State Revolving Fund Requirements foir ARRA Projects Attachmenf G-1 SRF Required Front:-End Specifications {Thin=, form mus_t_' be corrlpleted and signed 'by Prime Contractor and submitted with :the bf~f) 'US Environmental Protection Agency Certification o~Non-Segregated Facilities (Applicable to contracts, su6contracEs; andagreemerlts with app/k~nts n+iio are themselves performing FederaNy assisted construction contracts, exceeding SIO,000 whleh'are not exempt. from the provisions ofthe Egual Opportunity clause.) By the submission of this bid, the bidder,; offeror, applicanf,. or subcontractor certifies that he does no# maintain or provide for his' employees any segregated, facilities at any of his establishments, and That he does not permit his employees to perform their seniices at any location, under his control, where segregated facilities are maintained`..Ne certifies further-that he will:not maintain or provide for his employees any. segregated facilities e# any of !.his establishments, and the#, he Will riot permit his employees to'perform, their'; services at any lacatlon, under his control; where segregated facilities are maintained. The bidder, dtferor: p • ar su • a ppicannity.ela contractor agrees that a breach of this certification is a violation of the Equal .means any wait se in this contract. As-used in this cerlifiaatlon,'the term 'segregated facilities' ing' roams, work areas, restrooms and wgshrooms,-restaurants and: other eating„ areas,, time clocks, locker rooms and other stprage or dressing areas, perking tots; drriki'ng "fountain's, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicifdirective.or are in fact segregated on the basis: Qf ,[ace, creed, color, or na4ional original, because df habit; local custom, or otherwise. He further agrees. that (except where he has obtained lden#ical_certifications from proposed subcontractors `for specifc tige periods) he will obtain identical' certifications from proposed ubGOntrac#ors,prior to the award of subcoritrects. exceeding ;~10;DOO which are not exempt from the provisions of the Equal Opportunity clause; chat h'e will retain such,certificafions in-his files- and that he, v~ill 'forward the following notice to such;~proposed subcontractors (exceptwhere the proposed. subcontractors have submitted iderlfcal,ceriifications forspecific time,periods): NOTICE TO PROSPECTIVE'SUBCONTRACTORS OF REgU1REME,NT FOR CERTIFICATIONS OF NQN-SEGREGATED FACILITIES A Geriification of Non-segregated Facilities, as required 6y the Hay 9.; 1967, order (J3 1=:R. 7808, May 28, '1968) on Elimination of Segregated facilities, by the Secretary of Labor, must be submitted prior3o the award of a subcontract exceeding $10,000 which is not exempt from_the provisions ofthe Equal Opporturnty clause. The certification may be submitted either for each subcon"treat or for all ubc n1'racts during a period (i.e.,-quarterly, semiannually, o :annually). J °Signature . , ,. __ / Date Ron Vasko, General Manager Name and Title of 5igner(Please Type) NOTE: The penalty for'making false s#atements in,offers is prescribed in 18 U..S,G. 104.7. EPA-7 5720-4.2' May 1; 2oaia City of Qubuque Water NleterReplacement Program AttaGhmerd G Page 94 of 118 RequesttorPrapossl SRF & ARRA Funt1 Requirements Attachment;G 3 SR,F Required ,FrontE'nd Specifications (This form 'cacist:i5e completed and sfgned by the. Frlme C_ ontractor and submitted with th:e,bfd) bebarments and'SuspQnslons Any bidder or equipmeht supplier Y!+hose frm oraffiliete is listed in~on he U.S;, General ,Services Administration:fxcluded Parties t.ist System well site at http //www eols aovi will be prohibited from the!`bidding, process. Anyone submitting a'bid who is listed on this web site will be determined to be a non-responsive bidder in accordaltce with 40 _CI=R Pad ~1. United States Environrrt'ental Protection Agency=lAfashington, pC 204'60 Certification Regarding Uebarmerit, Suspegsign, and Other Responsibility Matters. Th p~~e prospective participant certifies to the liesf'ot its knowledge and,belief.that it and the; `napals: (a) Are not presently debarred, suspended;. proposed for' debarment, declared'lneiigible,. er:voluntarily excluded `,(fbm..covered, transactions by any Feder;~l .tlepartment ar agency; (b) Have noi: Within.a three year period preceding,#his proposal been.conYlcted of or had a ,civil judgment rendered against them for commission q f fraud or a, criminal. offense;'in ..connection with obtaining, attemQting to obtain; or performing a.pt1'blic (Federal, :State. or local) transaction or'contract under a public transaction: viglation of Federal or State ;antitrust statutes or commission°of embezzle[rient; theft, ,forgery, ;bribery; falsification or destruction of records,,. making false statements„ or` Feceving stolen. property;, (c) Are not, presently indicted for ofhentise crin`ilnally or ;civilly charged by .a government entity (Federal, State;, qr Cocal) 'with oommissgn of ary ofi the offenses enumerated in paragraph ;(1) (b} of this 'certification; .and (d) Have not wtthm a three-year period preceding this application/proposal had -one or more public transactions {Federal. State, ,or local) terminated or cause or default: un~erstand'tha't a false statement on Phis cedi_fication may be 'ground for rejection; pf this proposal or termination of the award. In addtkion, under 98 U SC Sec. 10 01; a false statement ma y result In a fine ~of up to $10;Q,QQ or imprisonment-for up to 5 years, or bofh . Ron. Vasko; General IVlanagec Typed Name & Title of Authorized R'epreseritative of Authorized Representative- d Date o;l arrm unable to certify to 'the abo.Ve statements.. My explanation is attached. EPA Form 5700:49 (11-88). City ofDuhuqueYl(aterM1~eterRepla~ementProg'ram At4chmentG .May 1; 20Q9 Regues# for Prq~osal SRS & gtt-2q Furtd RequlremeMs Page ~ of 116 Aitachment° G-5 SRF' Required .Front-end Specifications (Thls for-n mush be completed and signed'by Prime Contractor and 'submitted with the bld:) Disadvantaged Business Enterprise: (DBE)' Solicitation Only work:perfoCrrted by certified DBEs can be counted.towdrd'.the goals, In Iowa CBEs;musk. be'certified,thrnughthe Iowa ,Department of Transportation (IDOL. Informatlbn on certification- requirements and a list of certified DBEs Is. on the IDOT website at hit livimiwJowado#.ciov/contracfslcontracts eeciaa'htm Pririe contractors DBE re,quiremerits for'SRF',projects'include: • Taking affirmative. steps for'DBE participation 'f - 'bocumenting the efforts=and'the proposed .utilization of certified .DBEs PROJECT INFORMATION RF;a'pplicant: City of:Dubtaque Bidder'; Fer uson Enter :rises 9 p dba, Northern Water .Works Supply Address: 1694 '91st Ave''„ NE' Blaine, MN 554.49 . Contact Per-son: ROO VaS~CQ _ - j Phone Number: 7 ,5,60-5200 _ . _ E-Mali Address.: rVaS~Cb[~l1WWS.t)IZ, ieck if prime Contractor is: O Minority-Ovuned ^ Women'- aY~1evl~hic~r~>?lo~am May i, zoog Regi,~tforR~1 SRF&ARRARind-Ls ~96cf116 Itis'FpA's, policy that reagents otEPA financial assistance through' he State Revolving,Fund programs aviiard a "fair share" ofsubagreements to small, minority a~nd'women-owned businesses, collectively know.as Disadvantaged=Business Enterprises`(DBEs). Iowa's: Fair Share foals are::. - Attachment G5 i SRF Required Front Erid`.Speci~i'cations (This form must be completed and sfgaed by DEE Subcontractor and subiml!'ted with the bid.)` United States Environmental Protection Agency Disadvantaged Busirless'Enterprise Program DBE Subcontractor- Performance Form ___ _ - PR1ME .CONTRACTOR NAME CONTRACT'ITEM fErO OF WORK:OR DESCRIPTION OF' ID TO PRIME PRICE.OF WORK S~RVIGES B Nfl~ ~~CI1 C1111TTC1'1 TA ~OIAA C. urrent cercme_a s an, E orweE under EPA's DEE Program71 /^~ YES' w` NO i! ~~Gl Signature Of;Prime contractor Date _. Ran Vasko _ _ eneral Nlandger Print Naiile Title Signature~of 5ubcantractor bake- Print Name Titl `e "Sulicontracfor is defined as a company, firm, Igint verso re, or individual who enters into an agreement.-with a ceni;r,'~ctor to provide services pursuant to antEPA award of financial ass'i"stance.. EPA FORM,.6100-3 (DSE Subcontractor Performance Form) Nlay:i'; 200?3 CJlyof Dutxx~re Wa4a'Nldr~' ~ Rograrn Attad'rretitG Page97cfllt I~questfixRq~al' !SRF&ARRA Ruid Regterts ,Attachment G-5 nt-End Specifications (This form musr._be cpmpleted.a duSTgnetl by''prlme ConCractor and submitted wli.`h the_bld;) United 5fakes Environmental Rrotection Agency Disadvantaged l3uslness Enterprise Program D6E Subcontractor: Utilization Farrh BID/PROPOSAL NO: PROJECT NAME. - City of Dubuque Water Meter. Replacement Program NAME QF PRIME BIODER/PROPOSER E-MAIL ADDRESS - - 1'erguson Enterprise's dtia,NOrkhern Water Works1-vaskoColnwws ~ kfosterColnwws bi Suppiy nnnRFCc :COMPANY NA PHQNE NO. AND I ort khis projects' JLLgR AMT. I CERTIFIED AS AN MBE'QR WgE? I certify under penalty of perjury that the fo~goingstatements are'#rue and correct. In the-event of a ,replacement of a subconkrector, I w Il adhere to ahe replacement requirements set forth in ~{0 GFR Part 33 Section 33.3b2(c~.. Sign lure of Prime Contractor Date - Ron Vasko . ener-ai ~Mana,ger __ Print Name Title: _ _ `Subcontractor is defined as a company;' firm, joint venture-or ndivis7ual who enters into' an agreerrient wlkh a contractor to provide services pursuant to ari EPq,award of finandal as§Istan_ce~ EPA FORM,6100-4 (DBE'5ulicontrador Udlizatpn Form). ~YofDi.~queVUal~M~er'R;eplaoar~tPrtx,~am ~ N1ay:i, 2009 Requestforl~loposa- Page90oi'lI6 SRF&ARRA Flmd R~irerretrts Attachment. G-t3 SRF Required Front-End Specifications`. BuyAme`~ican Certification (to be comAlefed and signed by Prime Gantractor and submiffed .with -the bid) 'I. Identification of A'me'rican-made Iron,;Steel, .and Manufactured Goods: Consistent With the terms of the Purchasers bid solicitation end khe provisions of ARRq.Section .1605, the. Bidder certifies that this bid reflects the: Bidder's best, good Faith effort to `identify domestic sources of iron, steel, ,and manufactured` goods for every.componentconiained in the bid `solicitation where such American-made components are available on, the schedule-and consistent ln-fth khe deadlines prescribed in or required by the bid solicitation: 2'. Verificakion of IJ.S. Production: The Bidder--certifies that all=components, contained ;in the bid solicitation that are American-made have beep so identified, and if this hid is accepted, the Bidder'`agrees Ghat it wlll provide "reasonable, sufhetent. and timely verifcation,to .the Purchaser of'the U.S. production of every. corhponen_t o idehtified!. 3. bocumentation Regarding Non- American-rnado Iron, Steel. ~and:Ma,riufactured Gaols The'.Bidder certifies that for any component or components, hat are;not American-rriade ahd are so identified h>this hid. The ,gilder has induded'[n or attached to he bid. one or both of the. following as applicable;. a. Tdentificakion of and citation to a°:categorical waiver piublished''by the` 11.5, Enyrgnme.ntal P'rotecfion. Agency In, the.Federal Reg(Ster that is applicable to such 'component or components, and an analysis that supports its applicability to the component or components: b. Verifiable documentation sufficient to khe.Purchaser, as required in the bid solicitation or otherwise, `that~the .Bidder has sought to secure American- made components buk has determined that such comportients are'not available oh .the schedule and consisteht with the deadli:ngs ,prescribed in the bid solicitation,, with assurance adequate. for Ehe Bidde"r under the applicable conditions stafed in the b(d,solicitaron or othenNise. 4..Ihformation and Detailed Justification Regarding NonrAmerican-,made Ilion, Steel, or Manufactured' Goods: The Bidder certifies that for any such component or components that are; not so eyailahle, the. Bldder=has also provided in or attached to this bid information, lnduding but hot limited to the verifiable documentation and a full description of the bidder's effort to secure. any such American-made component or' components, that 'the Bidder believes 'are sufficient to provide and as far as possible constitute the detailed;,justification required fqr a waiver under section 1605 Vvith':respect to such component or components. The Bidder .further agrees 'that.: if'this hid is -accepted, it will assist the ~P,urchaser in amending: supplemehting, or further supporting §uch City of Dubuque Wa6er McOer Repiacertlent Prog~a~ May'I; 2009 Attachment G Page 99 of 116 RequestforPmposal SRF r~ARRA Fund Requirements Information as required by the Purchaser to request and, as applicable, fmplemerit the.. terms of` a: waiver with;- respect. to: ariy such, component or components. City of Dubilgue, IA Water Metgr'Replacement Program $RF Pr6ject ~.~= Name.and Signer'(Rlease Type) NOTE`. The,penalty for making false statements in offers i5 prescribed in 18 U.S..C. ~00'I-: City oi' 4ubuque Water Meter Replacement Program. Attachment G Page 0U of 116 Reque;tfor Proposal 5RF &' ARRA' Fund Requfn:meMs Interpreting the Buy American Provision of the American Recovery and Reinvestment Act of 2009 For the Purchase of Water Meters and Meter Reading Systems This paper will provide for guidance interpreting the "Buy American" requirements of the American Recovery and Reinvestment Act of 2009 (the "ARRA"), Pub. L. No. 111-5, § 1605(A). The purpose of the ARRA is to provide federal capital funding for infrastructure projects that should stimulate both local and national economies. The ARRA's "Buy American" provision requires that the federal money is spent, not just on projects in the United States, but also on United States manufactured or produced materials for the projects. The "Buy American" provision reads as follows: None of the funds appropriated or otherwise made available by this Act may be used for a project for the construction, alteration, maintenance, or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project are produced in the United States. ARRA, § 1605(A) (emphasis added). The ARRA provides that the requirements of Section 1605 can be waived under three circumstances: (a) iron, steel, or relevant manufactured goods are not produced in the U.S. in sufficient and reasonably available quantities and of a satisfactory quality; (b) inclusion of iron, steel, or relevant manufactured goods are produced in the U.S. will increase the cost of the overall project by more than 25 percent; or (c) applying the domestic preference would be inconsistent with the public interest. As the ARRA applies to water meters and meter reading systems, the Buy American provision raises several issues. In an attempt to assist you in your funding requests, this paper will address these questions. Contents 1. How can the municipality or utility (the "Funding Recipient") determine if a supplier's products are "produced in the United States?" .................................................:............................. 2 2. How does the source of subcomponents and components in the supplier's products fit into the definition of "produced in the United States?" ......................................................................... 5 3. Do international agreements like NAFTA and the WTO-GPA provide an exception for locally administered water projects? ............................................................................................... 5 4. Can a Funding Recipient "Split Funding?" ............. 5. What axe the consequences of non-compliance? ..... Conclusion .................................................................... .................................................... 6 .................................................... 6 .................................................... 7 May 18, 2009 Page 1 1. How can the municipality or utility (the "Funding Recipient") determine if a supplier's products are "produced in the United States?" Some water meter companies manufacture all of their meter bases in the United States, but manufacture the meter register (the reading element) entirely in another country, like Mexico. They then import the completed register into the United States where it is "assembled" with the meter base in a simple process. In that situation, the completed "meter" is not "produced in the United States" for purposes of the Buy American provision of ARRA. The ARRA requires that funds used for public building or public works projects can only be spent on iron, steel, and manufactured goods used in the project that are produced in the United States. Several federal agencies have issued interim rules or guidance concerning the implementation of the ARRA. See, e.g., Department of Defense, et al, Amendments to Federal Acquisition Regulation 48 CFR Parts 1, 5, 25, and 52, 74 Fed. Reg. 14623 (Mar. 31, 2009) ("FAR Interim Rule"); Office of Management and Budget, Requirements for Implementing Sections 1512, 1605, and 1606 of the American Recovery and Reinvestment Act of 2009 for Financial Assistance Awards, 74 Fed. Reg. 18449 (Apr. 23, 2009) ("OMB Interim Final Guidance"); Environmental Protection Agency, Memorandum on Implementation of Buy American Provisions of P.L. 111-5 (Apr. 28, 2009) ("EPA Memorandum"). Because the state and local governments and instrumentalities with water projects will be receiving funds under the ARRA provisions that allocate funds for EPA administration under the Clean Water State Revolving Loan Fund and the Drinking Water State Revolving Loan Fund, the EPA Memorandum and later EPA pronouncements directly will' impact the analysis. Funding Recipients should expect that the EPA will look to rules and guidelines from other agencies as it continues to formulate its analysis. The EPA Memorandum refers to the OMB Interim Final Guidance, incorporates definitions from the OMB Interim Final Guidance, and states expressly that "the term and condition specified in the OMB Guidance at 176.140 (page 18454) will be incorporated as an award term of ARRA grants from EPA." EPA Memorandum, at 2. A. "Manufactured Good" A key definition under all of the agency statements is the definition of "manufactured good." The EPA's guidance on the ARRA defines "manufactured good" as "a good brought to the construction site for incorporation into the building or work that has been (1) processed into a specific form or shape; or (2) combined with other raw material to create a material that has different properties than the properties of the individual raw materials." EPA Memorandum, at 3; accord OMB Interim Final Guidance, 74 Fed. Reg. at 18454. The EPA Memorandum notes that "there is no requirement with regard to the origin of components or subcomponents in manufactured goods, as long as the manufacture of the goods occurs in the United States." EPA Memorandum; accord OMB Interim Final Guidance, 74 Fed. Reg. at 18452 ("there is no requirement with respect to the origin of components or subcomponents in manufactured goods used in the project, as long as the manufacturing occurs in the United States"). B. "Produced in the United States" May 18, 2009 Page 2 Neither the ARRA, the EPA Memorandum, the OMB Interim Final Guidance, nor the FAR Interim Rule define "produced in the United States." Likewise, the legislative history also provides no guidance. However, other federal statutes that contain similar provisions help to define that term. 1. Guidance from Qther Statutes a. Buy American Act of 1933 The preexisting Buy American Act of 1933, 41 U.S.C. § 10a, contains a specific "Buy American" provision. That statute provides as follows: "only such manufactured articles, materials, and supplies as have been manufactured in the United States substantially all from articles, materials, or supplies mined, produced, or manufactured, as the case may be, in the United States, shall be acquired for public use." Id. (emphasis added). Because the Buy American provision of ARRA does not contain the domestic component requirements of the Buy American Act of 1933 (the "substantially all from articles ...produced ... in the United States" language), the Buy American provision of ARRA does not have those domestic component requirements. See FAR Interim Rule, 74 Fed. Reg. at 14624 (noting that Section 1605 "does not specify a requirement that significantly all the components of construction material must also be domestic"). b. Trade Agreements Act of 1979 The Trade Agreements Act of 1979, 13 U.S.C. § 2501, et seq., also addresses country of origin issues for government procurement purposes. The Trade Agreements Act states that an article "is a product of a country or instrumentality" if it is wholly the growth, product, or manufacture of that country or instrumentality,.or "in the case of an article which consists in whole or in part of materials from another country or instrumentality, it has been substantially transformed into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was so transformed." Id. at § 2518(4)(B) (emphasis added). Determining whether a good has undergone a "substantial transformation" therefore is not based on the value or percentage of United States content under the Trade Agreements Act. Instead, it is based on whether the article has been given a different character or use as a result of the manufacturing processes occurring in the United States. Compare FAR 52.225-1(a), with FAR 52.225-5(a). "Substantial transformation" is determined on a case-by-case basis. The determinative issue in deciding substantial transformation is the extent of operations performed and whether the parts lose their identity and become an integral part of a new and different article. Belcrest Linens v. United States, 573 F. Supp. 1149 (Ct. Int'1 Trade 1983), aff'd, 741 F.2d 1368 (Fed. Cir. 1984). "Assembly operations that are minimal or simple, as opposed to complex or meaningful, will generally not result in a substantial transformation." Dept. of Homeland Security Customs and Border Protection, Notice of Issuance of Final Determination Concerning Ground Fault Circuit Interrupter, 73 Fed. Reg. 54420, 54421 (Sep. 19, 2008). If the manufacturing or combining process is a minor one that leaves the identity of the article intact, then a substantial transformation has not occurred. Uniroyal, Inc. v. United States, 542 F. Supp. 1026 (Ct. Int'1 Trade 1982), aff'd, 702 F.2d 1022 (Fed. Cir. 1983) (no substantial transformation May 18, 2009 Page 3 where imported upper, the essence of the finished shoe, was combined with a domestically produced outsole to form a shoe). C. Analysis of "Produced in the United States" With Respect to Water Meters. Based on the definitions of "manufactured goods" in the OMB Interim Final Guidance, manufactured goods should be considered to be "produced" in the United States when the processing into the specific form or shape or the combining of raw materials into materials that contain different properties occurs in the United States. The "substantial transformation" standard under the Trade Agreements Act satisfies that standard. Lesser transformations may not and may expose the Funding Recipient to substantial liability. Under the substantial transformation test, the law focuses on whether the article in question is substantially transformed into a new and different article of commerce with a "name; character, or use" different from the materials and parts used in its manufacture. National Hand Tool v. United States, 16 CTT 308, (1992) aff'd 989 F.2d 1201 (Fed. Cir. 1993). A change in name requires a change in the commercial designation or commercial identity of the product. A ruling from the International Trade Commission on the tariff classification of a product is persuasive evidence of a change in name. Fortunately, there is a published ruling with respect to water meters and registers that provides substantial guidance. In 2006, Badger Meter obtained a ruling from the International Trade Commission staff that its Absolute Digital Encoder Register manufactured in Mexico and imported into the United States would be classified in subheading 9028.90.00 HTSUS as part of a liquid supply meter instead of as an electric transducer under heading 8543 HTSUS. TTC, Classification of the Absolute Digital Encoder Register Used in Water Metering Systems, HQ 968089 (May 1, 2006).1 Therefore, the "meter" is the meter base or casing, the register, and the measuring chamber. For purposes of the "name" part of the substantial transformation test, the register is part of the "meter." This finding is important because a "substantial transformation" of an article of commerce into a "new and different article of commerce" does not occur where the component parts are already parts of the same article of commerce. A change in character requires that the manufacturing or processing operation results in a change to the physical aspects or qualities of the product. While a subcomponent (for example, a magnet assembly) may be produced offshore, if the magnet assembly undergoes a substantial transformation into the register part of a meter in the United States, there is a change in character of the subcomponent by an alteration of its physical aspects or qualities. Where the completed, hermetically-sealed register is imported to the United States, there is no change in the physical aspects or qualities of the register part of the meter that occurs in the United States. A change in the use of the article is sufficient to constitute a substantial transformation when the change in use changes a product that has one use into a product that has a different use, changes 1 The author notes that the ITC ruling concerning the Badger register occurred in 2006, and it is possible that Badger has changed its manufacturing processes. May 18, 2009 Page 4 a product with many potential uses into a product with one specific use, or narrows the range of possible uses of a multiple-use product. Using the same example, the use of a magnet assembly changes in the United States when it is incorporated into a register. But, the use of a completed register imported into the United States does not change in the United States merely by assembly with its meter maincase. It enters the United States as the register part of a water meter, and remains the register part of the water meter. 2. How does the source of subcomponents and components in the supplier's products fit into the definition of "produced in the United States?" From the discussion above, Funding Recipients should be wary of supplier's reliance on the OMB Interim Final Rule statement concerning the Buy American provision that "with regard to the origin of components or subcomponents in manufactured goods used in the project, as long as the manufacturing occurs in the United States." OMB Interim Final Rule, 2 CFR § 176.70(a)(2)(i). It is correct that the ARRA Buy American provision disregards the country of origin of components and subcomponents. Therefore, the register part of a water meter may contain a circuit board from China, wire from the United States, and magnets from Mexico, and potentially still comply with the Buy American provision. However, Funding Recipients can fail in their responsibilities if they do not keep the focus on whether the finished manufactured good is "produced in the United States." The manufactured goods used in the project must be produced in the United States, meaning that the manufactured good must be substantially transformed into its final form in the United States. While a component can be sourced offshore, the final manufacturing (which is more than mere assembly) has to occur in the United States. 3. Do international agreements like NAFTA and the WTO-GPA provide an exception for locally administered water projects? Some manufacturers of iron, steel, and manufactured goods (not limited to water meter and water meter reading system manufacturers), as well as some potential Funding Recipients have made blanket statements that a product produced in a NAFTA country or another country with which the United States has afree-trade agreement automatically is exempted from the Buy American provisions of ARRA. That blanket statement is very dangerous and incorrect. The ARRA Buy American provision states that "This section shall be applied in a manner consistent with United States obligations under international agreements." ARRA § 1605(d). However, that statement does not signal a blanket exemption for goods produced in one of the United States' NAFTA partners. Equal treatment of goods under NAFTA applies only to federal government procuring agencies and "government entities" identified in the US NAFTA procurement annex. It does not apply to state and local procuring agencies. May 18, 2009 Page 5 ARRA contracts for goods and services at the state and local levels, even if funded by federal grants from the EPA under an SRF program, are not entitled to equal treatment under NAFTA. So, state, municipal, and other non-federal projects may not use iron, steel, and manufactured goods produced in Mexico or Canada, regardless of the NAFTA status of those countries. In fact, the EPA's guidance on the ARRA Buy American provision specifically states that the provision requiring adherence to United States obligations under international agreements, "only applies to direct procurement by the entities listed in the appendix of OMB's Interim Final Guidance or the Federal government, and does not apply to procurement initiated by local entities (SFR assistance recipients), unless they are listed in the appendix. We encourage you to review the appendix, available at 74 Fed. Reg. 18457. You will find the following: (1) only certain states are covered, (2) only certain state governmental branches (often only Executive Branch agencies) are covered, (3) construction services are excluded in some instances, and (4) only certain international agreements apply, which can include the World Trade Organization Agreement on Government Procurement (the "WTO GPA") and various Free Trade Agreements ("PTAs") with certain countries. Therefore, beware of blanket statements to the effect that a supplier's manufactured goods are Buy American compliant based upon a blanket claim invoking NAFTA or another international trade agreement. For SRF funded programs, the claim is not likely to be accurate. 4. Can a Funding Recipient "Split Funding?" The EPA already has noted that based on intended use plans submitted by States, many States intend to fund water projects with "split" funding, taking some from funds from ARRA grants and some funds from the base SRF program. The EPA specifically prohibits the splitting of projects to manipulate the funding to avoid the Buy American requirements. The EPA has stated as follows: "EPA has concluded that any project that is funded in whole or in part with ARRA funds, must comply with the Buy American provisions." EPA Memorandum, at 8. The EPA specifically has warned that "This precluded the intentional splitting of ARRA projects into separate and smaller contracts or assistance agreements to avoid Buy American coverage on some portion of a large project, particularly where the activities are integrally and proximately related to the whole." Id. Therefore, a Funding Recipient cannot split out the components of a project that do not satisfy the Buy American provision and only use the ARRA funding on elements that satisfy the Buy American provision. Consider the example of a project to replace water meters and upgrade to an AMR system. If the meters do not meet the Buy American provision but the AMR system does, the funding applicant is not allowed to apply for funding only on the AMR portion of the project. 5. What are the con~euece~ ofnon-compliance? Severe consequences attach to a Funding Recipient that fails to comply with the Buy American provisions. If a recipient of ARRA funds does not comply with the Buy American provisions, May 18, 2009 Page 6 the awarding official at the funding agency must review allegations of violations of the Buy American provision, and even if fraud is not suspected notify the Funding Recipient of the unauthorized use of foreign iron, steel, and/or manufactured goods and request a reply proposing corrective action. OMB Interim Final Rule, 2 CFR § 176.130(a) & (b). If the award official determines that a Funding Recipient has used unauthorized foreign iron, steel, and/or manufactured goods, the award official must take appropriate action that can include requiring the removal and replacement of unauthorized foreign materials, or a reduction in the amount of the award of ARRA funds. Id. at § 176.130(c). For serious violations, the award official at the agency also can withhold cash payments pending correction of the deficiency, suspend or terminate the award, and withhold further funds for the project. The award official also can forward a report to the agency recommending suspension or debarment from government contracting as a remedy. Id. at § 176.130(c)(4). Finally, if the award official determines that the noncompliance appears to be fraudulent, the award official is authorized to refer to the matter to the officer responsible for criminal investigation. Id. Because reports made by Funding Recipients are essentially statements made to the Federal Government in support of a claim for payment, false statements of compliance with the Buy American provisions will likely be covered under the federal False Claims Act. Therefore, a false statement in a report could subject the maker of the statement to liability under the False Claims Act in a direct action by the government, or by a qui tam relator. As evidence of that intent, the ARRA also contains a "whistleblower protection" protection provision, ARRA § 1553. It prohibits reprisals against any employee of any non-federal employer receiving ARRA funds for disclosing information about alleged fraud, waste, and abuse related to ARRA funds. Conclusion The ARRA provides a significant funding opportunity for water projects and authorizes the use of federal capital funding for those projects. The new statute however contains a number of highly technical points that are potential pitfalls for Funding Recipients. A funding recipient. should be aware of these issues and ensure that its procurement practices are in line with the intended definition of the Buy American provision. May 18, 2009 Page 7 City of Dubuque 50 West 13th Street Dubuque, IA 52001 Re: Neptune Technology Group Inc. Compliance with Buy American provisions of the "American Recovery and Reinvestment Act of 2009" November 3, 2009 In response to Kim Foster's request of November 2"d, this letter will provide information on the qualification of Neptune's products under the "Buy American" provision of the American Recovery and Reinvestment Act of 2009 (ARRA) as outlined by the Environmental Protection Agency (EPA) who is responsible for the administration of the funding through the State Revolving Fund program. As a resource to you, we have provided a white paper entitled "Interpreting the Buy American ,~ Provision of the American Recovery and Reinvestment Act of 2009 for the Purchase of Water ~V ~`~'~ Meters and Meter Reading Systems." As the title implies, this document outlines the specific - points that should be considered when applying for ARRA funding for water metering and AMR projects. We have also provided a "Certificate of Compliance" template that can be used to ensure that all vendors understand, acknowledge and adhere to the requirements of the Buy American provision. There are several important points you should understand about the ARRA: 1. Neptune Products Comply. The Neptune products in the table below comply with the Buy American provision of ARRA. These manufactured goods meet the Buy American standard because they are "produced in the United States." As we note in .the attached white paper, the ARRA does not define "produced in the United States." But, agency guidance and other legal precedent addressing federal statutes with similar language dictates that a product is "produced in the United States" where the product is "substantially transformed into a new and different article of commerce." These Neptune metering products meet that test. As this rule applies to water meters, it is not enough to attach an imported meter register to a domestically produced meter body and say it is "produced in the United States." The simple act of attaching a register to the meter body and testing the assembly has not substantially transformed the register into another produc#. NEP'~'~UNE TECHNOLOGY GROUP INC. 1600 Alahama Highway 229, Tallassee, AL 36078 334.283.6555 ~ www.neptunetg.com Nevtune - Kev Products and Manufacturinn Location: lilt! ~'~I'I,I'I I I ~ I~ ~ ~~II!~~~' ~ II ICI I III ~ ~~p ,~,~~;li~ ' ' I~ ' I ~i~~E~l~ IP~oduct I~~, ~` u tl ~ ~i ~ ~ ~ ~1Manufactur,irl ~ ~~H ~ ~~ l i I ~I '; ~ ~~i~ ~~ i { I~, , ~ "i ~ l '' 'If' ~ ~ ~' I~~=~L ocation ~; { I I ~~~~~ ~ I ~ l ~ ~~ qw ~ I : , ~I~R"e~g,isters,'11~~ I ;~ {'~'{I'll • Direct readin re inter •Tallassee AL ulh.~a,~ , ~ ~I '~,'cJllil~,l I ~ I~ I ' i ll ~ ~II~~ ' • ProReadT"' absolute encoder re inter •Tallassee AL ~~~, ~~ i i j ~ i ~r r~: ~ts~~ u~~ t~l I ICI ,,{II i ~v,i4ll ~, ~ • E-Coder solid-state absolute •Tallassee, AL ~`~ I III ~ ' I I I,,, ~i encoder re inter ~ ~~ Illll fli l I II I f III ~ ~ • E-Coder°)R900iT"' solid-state •Tallassee, AL l ~ ~ Jlh~'flll I"'I I' I '{`~'' ~ ~' ~ ' { # ' I ~ l V I i'i ~~' I L~ ~~~= absolute encoder register with integral radio frequency transmitter I } ~~ ~ ~ ~ ~ I I '~' ~ D'ill I~~' i '~ ~~N~I~~ , l ~ ~ '; ~` '4' ~' ' !'! I (also shown under Radio Frequency ~ i , ~ # ~~ # ~I~IG~~~I~I;~ III',~;,'~~ ~ Transmitters I~ 41 ~ et' er''Assembties • T-10° positive displacement meter •Tallassee, AL I ~ ~ ~ ~ ,i, ,I,I! III ' • Tru/Flo° Com ound meter 2" - 8" •Tallassee AL ',J,I ~ hl • HP Turbine meter i-1/2" - 10" •Tallassee AL • HP Fire Service Turbine meter (3" - •Tallassee, AL 10" • HP Protectus® III Fire Service meter •Tallassee, AL 4" - 10" Radio Frequency • E-Coder°)R900iT"" solid-state •Tallassee, AL nryTransmitters absolute encoder register with integral radio frequency transmitter also shown under Re isters Fs "~ R900® radio fre uenc Meter q Y •Tallassee AL Interface Unit MIU I • R450T"^ radio frequency Meter •Tallassee, AL I~,I~;'~~~,f ~~i„ Interface Unit MIU '~~~G`~a~~eways ~~ R900° GPRS and R900® WiFi • Melbourne FL 4~I,~,,xed Data II • ARB° FixedBaseT"" Data Collector Kansas City, MO EICoIII le'cfo~~rsl,„ 2. Beware of Major Components Imported into the United States. The ARRA rules state that there is no Buy American requirement "with regard to the origin of components or subcomponents in manufactured goods ... as long as the manufacturing occurs in the United States." As noted above, in order for the final product to be manufactured in the United States, it must be substantially transformed into its final form in the United States. The mere attaching of a completed meter register imported from Mexico onto a meter maincase does not meet that standard. While a component can be sourced offshore, the final manufacturing (which is more than mere assembly) has to occur in the United States. 3. For SRF Projects, NAFTA Does Not Matter. While the ARRA is to be enforced "consistent with U.S. obligations under international agreements," NAFTA will not provide an exception to the Buy American requirements for SRF projects. NAFTA only applies to projects that are purchased directly by the Federal Government. In the case of utility metering and meter reading programs, the products are purchased by the utility with funding from the State Revolving Fund. The EPA is at least two steps removed from the process and therefore the project is not subject to a NAFTA exception. NEPTUNE TECHNOLOGY GROUP INC. 1600 Alabama Highway 229, Tallassee, AL 36078 • 334.283.6555 • www.neptunetg.com 4. Handhelds, Computers and Software. The Office of Management & Budget guidance on the Buy American provision defines a mariufactured good as "A good that is brought to the construction site for incorporation into the building or work that has been processed into a specific form and shape, or combined with other raw material to create a material that has different properties than the properties of the individual raw materials." Since handheld meter reading devices, software and computers are not "brought to the construction site for incorporation into the building", they do not need to comply with the Buy American provision nor do they require a waiver. 5. The EPA Prohibits "Split Funding." Another point to consider is the language in the EPA Guidance on the ARRA that specifically prohibits the splitting of projects. If components of a project do not meet the Buy American provision, then it is against EPA rules to split those products out from the project and only use the ARRA funding on elements that meet the Buy American provision. Consider the example of a project to replace water meters and upgrade to an AMR system. If the meters do not meet the Buy American provision but the AMR system does, the funding applicant is not allowed to apply for funding only on the AMR portion of the project. 6. Consequences of Failure to Comply Are Severe. If a recipient of ARRA funds does not comply with the Buy American provisions, the awarding official at the agency must propose corrective action which may include requiring the removal and replacement of unauthorized foreign materials, or a reduction in the amount of the award of ARRA funds. For serious violations, the agency also can withhold payments and suspend or terminate the award, as well as refer the matter to the officer responsible for criminal investigation under the False Claims Act and other federal statutes. We hope that this letter helps you navigate the Buy American provision of the ARRA funding and assures you of Neptune's compliance with it. Should you have any questions regarding this letter, please contact the undersigned at dhanes(a~neptunetg.com. Regards, Neptune Technology Group Inc. ~~~ David J. Hanes Director of Strategic Marketing dhanes(a~rieptunetg.com iVE~TUI~IE TECHNOLOGY GROUP INC. 1600 Alabama Highway 229, Tellassee, AL 36078 334.283.6555 www.neptunetg.oom AFFIDAVIT (~F COMPLIANCE Neptune Technology Group Inc. hereby certifies that all Neptune T-10 Positive Displacement. Meters, HP Turbine Meters, Tru/Flo Compound Meters, HP Pratecttzs. Meters,. Fire Service Turbine Meters, Fire Hydrant Meters and Encoder Meters comply fully with The American Water Works Association Standard Specification 0700, C701, G702, C703, and 0707, - Latest revision. . ~ RD Executed in Tallassee, Alabama this ~ day of /1/c~dEM~8C~2 .~, 2009. Neptune Technology Group Inc. . Lawrence M. Russo, . ~ VP, Finance State of Alabama . ~ Elmore County Subscribed and sworn to before me This ~~ day of "~~U-~.~~ ~~~ , 2009 ~. ~_ ~Jt2.lyPAb11C ~rn>!tY~~~t~.~?~.Tetc,F~".~.n~a~~~p'~~';:~;,; PPX CUN2'r51'~ Ori S`•iP(RFS: 3_:i: its, ~i?92 4!f?kD~ ~lfltU iV ,AitS" PUBLIC iS:~~E:iPditi.'ER.~ Seal) I~I~~'"1'I~NE T E C H N G L O G Y GROUP INC. 1600 Alabama Highway 229,Tallassee, AL 36078 .334.283:6555 www.neptunety.com I E ', ii'. { I a 1 [ ~g' e a N~' s n ~ j 3 $. .!~ ff I ~ ~' E I 1 I Ya S ` I r l ~ ~ ,r, ES ~. - EI - F}k I l E„' N ~: N ^) ~, 4~ .£. C1' 2 . ~ . .w F. ~ n ~_. ' ~ 3 ~ Ii ~ J __. 3 ~ ~ - ~ r 9. ~; ~ ~ , ' l ~ . ~_ i o o ~ ~ ~ ~ .i~ _.a ~ a. ~ .p ry ,, 1, ~ ~ n'. ~' ~' a ~ ^. ~ ~ ~ ~ n v' °n ~ n .°. ~ 111111 °n n m a I o~ ~' ~lo o C ~ p~ ~ ~ C ~ ~ " ~ N a ~ ~ ~ ~ ~ ~ ~ ~ ~ C a S ~ ~ C w S C ~ ~ C '~ y;C ~ C~ C l ~ ~ n ~ rv ~ N r ~ f~ w . Fl __ ~` _...... T :~' 0 _ a a ~ N .. a m S C :__ ~ a `` a a _ m' __ In li P __ I~ a b _ ~ ~ S ~ N a r o f NA r T \ C ~, N a c N j' o ~ 0 ~ 0 C N ~ . c' '. uN~l N ti ~ o N rot \ ~ ~' N C o ~ .~ C C a p o ~.'I ~~ 6 ~ '.C ~ ~ g ~ ~~ I m = Q. u a ~i ~ ~i ~ _ a o E -°'°~ N 3 o ~ E '. ~ a ~ ~ ~ in a E. ~, A ~ lwe 9 c ~ ~ _ E , c N o A ~ ~ n_. E. ~ -fl v ~ o Qn ~ ~ ~i w ~c '.E. ~ ! E~ i v -8 E~ ', ' dr E ~ .mac lg a^+, a C 0 4°4i FS .t: 9 N ~ ° '^.. L° 5 a tl A. q .V ~lS __!~f 2 z Q c tg ' . -.~`°, ig S E w mi~ w~ I ~ '.~ u. ~ LL Q.l o yj d' °' m"" L' P u Ii Z N °,1 ~0p U1V do.v ~~i~^ ~°3 uuu~ LLG~LL~ ~om ° ~~ ~ 3 ~Yi ~ ~a ~n °~ N `3° ~o~ IA Uri ~' ?4~~p; NL'nEE ~.__R ~e s ~d V~ 000 E n- ~m~ W~:: mu~E ~ Q 6_ w c- ~~i Qn ~ ~~yy z3 O. H ~¢~'~°, Yln o n ~ 'K N Z8~ UI ~ c ~ ,3 ~ ~ H' E ~ N S £ ~ ~ s° E ~ N a ~ d~ f ~ _ w y d { s ~ E E C, Y~ ~11i. o` 'E ~ r~ ] n ~' ~ ~ ry~ jpW@ ~ . ~ N ~ ~ N I` F N ~ n ~ ~ ~ ~ M ~a'1 ~ r1 H .Qi '. N N~ f" ~ N~ t~y N rv N H. N fV ~ ~IY z - v .>f . _ __ ! >~6 < >~ , . ~ . . . ... 4 Propagation Analysis Dubuque, IA November 4, 2009 Scope: ^ 22,720 meters in the service area ^ Service area is approximately 28 sq. miles ^ External Wall MIU used for evaluation. ^ Potential Collector locations provided. Data: ^ Meter Geocoding • 100% Meter locations provided ^ Collector Sites (prospective) • Tanks, Buildings, Towers Coverage Maps: • Composite RF coverage for all collector sites. Good: Green > -100dBm Marginal: Orange -100dBmto-110dBm Poor: Yellow <-110dBm Map 1: ,~ y ~~. il~ ~ r' :- ~`° ~~ ~ '~ # 7 ~ a f i'~l .i Eon sgfmvfo~uc~y~,e~ w ~ E ~ ~~ ~~ - ~F -- ,~ -. t 1 ~ ~ .d[ ~ ~ f Y ~ ' ~ ~; 1 ~n^yY Realved Pw.et at rtrrob - ~ Y . k ~ ~ ~ ~~: +. ' ~ k 3.. ~ ~ - _ ~- a -100.0 dBmSV amab -iuo.amrmv .naaw~Aa a 3~, ~` ~~ ~ ,~+~ vs - ~ _ ~ ~~:, ~ ~ ^,wvmy,marla-nnuaaimv R%Mlurm T,pe. CVAPA i ~ , g ` _~.{ t ? _ ~ . Hzyht LO mAGL C:am A.65 ®d . ~ Y ~ _I ~ ~ I C F ,..y ` NWef ~ l Y' F ~( i! 53e LaCela:06f~~~~1 ~ t 'i S ~' ES+. aNe~ ig-' • '• ~ `f Mebf LOwtiavs:aym~pel (Liuy) }~~^l_ - L , tE T F~ r 6~ s 3 IOLOA'EIEFU^ ~i 0 2 ~~~ ~ 1 C ~ - -- ; i. f. npafY . x L ~ , ~, ~# ~ ~ 5- i ~ F t 1 . ~ F y i C ' 7 ~ II E yy C 4I L F iq - ~ ~ M1 - -~ 5~ ~' ' u ~~: ~ iy ..~ tt 7f 2 !_ ~ 5 ~. f~~~ ~ b~ ~ ` ~ 5 i +'~ ~~ ~~ c 4 " ~Yr ' !~ ~ ~~ ~i ~. 1 -~ - ~ y ~ x - - ge~a,l~ "~' v~ ,>~ Map 2: ~e~ eaw~y -~ao_o aemw Collector Locations: ~Nam_e ~~~~ ~~~ Lat[t~ de_ ~~ ~ ~ ~ong~tuc~e .~,~ ~~~~~ev m ~ ~~ ... ~. X ~~x~ t 'i ~,~ g ~ .~' ~iq ° Elev ft , . t ) Antes t ft _ g t ) 4thzone 42.527537 -90.729531 297.5 32.9 976 108 5thpark 42.499050 -90.665190 189.0 29.9 620 98 Asbury 42.509428 -90.712819 277.0 32.0 909 105 College 42.495770 -90.684699 267.9 41.1 879 135 CoppSirn 42.542020 -90.683422 236.9 13.7 777 45 Eagle 42.534026 -90.649187 253.0 30.0 830 98 Find01 42.486583 -90.722128 254.4 13.7 835 45 FrmtSirn 42.478056 -90.699353 247.0 13.7 810 45 GrndSirn 42.478329 -90.668560 251.0 13.7 823 45 Loras 42.505318 -90.680798 242.2 18.3 795 60 Parkhill 42.520104 -90.681245 238.0 21.6 781 71 Penn 42.500465 -90.745154 277.0 31.7 909 104 RsvtSirn 42.543247 - -90.662050 268.2 13.7 880 45 StJoeKey 42.443289 -90.684796 252.3 13.7 828 45 Table 42.459940 -90.679731 241.6 13.7 793 45 Wahlert 42.517748 -90.706579 269.0 15.0 883 49 Results: ^ 18 Collectors Required (16 Active, 2 Spare) • Map 1 and 2 shows the proposed coverage using proposed assets. 16 recommended collector locations are shown. There was one Find location that will require a pole or tower for a collector. • Revised propagation analysis is required if any changes are determined for antenna location. • 2 collectors required for maintenance spare. ^ Collector locations • Power requirement: 120V AC, 1.OA, 60Hz • Proposed site location, height, etc are shown in spreadsheet. • Antennas mounted on structures with existing UHF systems must be capable of being mounted with 10ft of vertical separation,between the antennas. • Top mounted antennas are subject to FAA regulations, if applicable. • Revised propagation analysis is required with confirmed Collector locations and antenna heights. Article as revised by D. Kullmann May 5, 2009 Two-way AMI vs. One-way AMR Radio frequency fixed base AMI/AMR systems can be designed to provide one-way, semi-two-way, or "true" two-way communication. With one-way communication the meter interface unit (MIU) features a "transmitter" and data can only be transmitted from the MIU to the fixed base Data Collector which then forwards the data to the Host server. . When considering AMI/AMR fixed base system two-way communication platforms it is important to understand what segments of the systems provide two-way communication. In semi-two-way systems the two-way link is only provided between the Host server and the Data Collectors. The MIUs are one-way only transmitters. The lack of thetwo-way link to the MIU limits the system capability compared to "true" two-way AMI systems. The Sensus FlexNet AMR System is semi-two way for Water and Gas, and two-way for Electric meters only. With "true" two-way communication the (MIU) incorporates a "transceiver" which is a combination transmitter and receiver board that allows data to be communicated from the MIU as well as received back to the MIU. In these AMI systems the two-way communication link covers the entire system with data flowing from the Host server to the Data Collectors to the MIUs, and from the MIUs to the Data Collectors to the Host. The Neptune ARB FixedBase AMI System is a "true" two-way system for Water. Advantages of "true" two-way AMI systems When an AMI system provides true two-way communication several advantages can be derived such as synchronized time-based meter readings, battery conservation via message acknowledgement, 24-hour consumption data with no impact on battery life system monitoring and control, over-the-air software/firmware upgrades to Data Collectors and MIUs, and selective priority alarm configuration and event monitoring. In addition, true two-way systems will "future-proof° your AMI investment by having the infrastructure in place to support system integration with 3`d party devices such as remote shut-off valves and pressure, water quality and security sensors. Time Synchronization Across the System "True" two-way systems have the ability to provide synchronized meter readings at a specific time providing a snapshot in time of the system water usage. The Neptune ARB FixedBase System provides an "exact" midnight read from every water meter in a utility's system allowing utilities to compare production water versus revenue water and conduct district metering zone (DMZ) analysis. With a true two-way AMI system and time- synchronized reads utilities have the tools to identify and manage Non-Revenue Water. One-way and semi-two-way systems that do not have communication down to the MIU cannot receive time-synchronization beacons because the MIUs do not have receivers. Without time beacons real-time clocks in MIUs (if availakle) cannot be periodically synchronized to guarantee they are all in sync. When real-time clocks are not available in these types of MIUs there is no time-synchronization across the.system and meter readings are taken every 4 hours at "different times", therefore, there is no capability to compare production vs. revenue water or conduct DMZ analysis. Article as revised by D. Kullmann May 5, 2009 Auto-Discovery Over the Network Neptune's ARB FixedBase "true" finro-way AMI system provides installers with the ability to confirm MIU transmission, MIU signal strength (RSSI), and correct wiring and register reading prior to leaving the installation site. System installers receive this information via an email or text message, eliminating costly return service calls. Two-way communication between the MIUs and the Data Collectors supports message receipt confirmations. MIUs can be told that their data messages were communicated and received successfully. This level of functionality maximizes message success rate (MSR) and conserves battery life by the elimination of multiple transmissions that are required by one-way and semi-two way systems to achieve desirable MSR levels. With one-way and semi-two way systems you will see multiple transmission interval schemes (i.e. 4 to 12 transmissions per day). -These added transmissions are not there to provide the utility with consumption profile data, they are there because the systems only have one-way communication between the Data Collectors and the MIUs. Since the MIUs have no receivers they cannot receive confirmations that their data transmissions were communicated successfully so the only safeguard these type of systems have are to use multiple transmission schemes. 24-hour Consumption Data The Neptune ARB FixedBase two-way AMI System provides atime-synchronized read at midnight and 24-hour interval consumption data with no impact on the MIU battery life (20 year MIU Warranty -battery and electronics). The Sensus FlexNet AMR System provides only 4 reads per day with their 20 year warranty. System Monitoring and Control "True" two-way fixed base AMI systems have the capability to provide a range of diagnostic data such as MIU and Data Collector RSSI deficiencies, system time synchronization issues, and MIU and Data Collector trouble-shooting that one-way systems are not capable of providing. This level of data is critical in the management and maintenance.of a fixed base AMI system. Without this valuable information, system performance goals [ie. message success rates (MSR)] may be difficult to maintain. Over-the-Air Upgrades Utility personnel can update MIU and Data Collector software/firmware or configuration changes when necessary over-the-air with a "true"-two-way fixed base AMI system. This remote programming capability increases operational efficiency and lowers system maintenance costs by reducing the need to dispatch utility personnel to each Data Collector and MIU location. One-way and semi-two-way systems do not allow over-the- air programming of MIUs because the MIUs do not have receivers. Priority Alarm Configuration -Backflow The Neptune ARB FixedBase two-way AMI System supports the remote programming of MIUs in priority alarm mode. In this mode when pre-defined flow parameters are met an MIU will over-ride its scheduled transmission time and immediately communicate the alarm condition across the two-way network. With this functionality, system critical alarms such as a major backflow event can be addressed as, quickly as the utility can dispatch maintenance personnel. Backflow alarms can be generated every 15-minutes from Neptune solid state E-Coder absolute encoder registers which provide high 8-digit resolution and flow monitoring in 15-minute intervals, or from Neptune ProRead or Sensus ECRII or ICE encoder registers hourly by keying off of reverse flow seen in one of the 24-hour interval consumption periods. 2 Article as revised by D. Kullmann May 5, 2009 One-way and semi-two-way systems typically only provide backflow alerts during their regularly scheduled transmissions. If 4 transmissions are provided per day, the frequency of backflow notifications will be every 6 hours at best. .~;`' iF@RGtJ~[~i~ VifAT'E~itiV~]R[{$ -., New Meter Installer Training Outline Day 1: The first day is used to familiarize the newly hired employee with the basic installation operations procedures of and functions of a meter readin-g system. This process includes demonstration of the proper way to wire a meter, install the meter, and run wire to a remote location. Efficiency and neatness are the goals of each installer, without compromise. Day 2: The installer will go into the field accompanied by a project supervisor. The two will work together on actual installations, the supervisor making sure the new installer uses proper techniques with each step of the installation process. These processes vary based on the specifications of a job, but with the experience of Northern personnel, any installation can be covered. The mechanical aptitude and ability to follow direction will vary with each new hire, allowing for judgment by the field supervision staff to determine when an installer is ready to go out on his or her own. Once it is determined an installer is ready, they will be given appointments and a geographic area to "door knock". The proper way to "door knock" is also a part of our training. An example of the correct approach to door knocking is: • Identifying who you are and what company you work for. • Describing the business you have on the resident's property • Offering to complete-the work immediately, or set an appoint when it's convenient for the customer. • Never use threatening words or intimidating demeanor Being in contact with the public leaves room for many situations. We cannot prepare the installer for every situation that may arise in the field. We do, however, stress that an installer remains calm and never becomes argumentative with any customer. Should a situation develop where an installer is uncomfortable, he is advised to contact the field supervisor, who can be contacted easily as communication devices are issues to each installer. 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314"' Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 ~ Fax:608-271-5263 An Equal Opportunity Employer u~ - ~~~r qtr ~ ~~I~ ~":. ~~R~u~~ly wAT~~w~R~c~ CERTIFICATION OF HAZARD ASSESSMENT FOR THE SELECTION OF PPE Organization: Northern Water Works Date 10/14/09 Department: Meter Division Area: Meters Affected Positions: deter Installers Task Ex osure Hazard S ecified PPE Changing Meters Head Related Duties Face/Eye Flying Particles Safety glasses with side shields Hearing Respirator Hands Tools, sharp ed es Leather gloves Body Electrocution Jumper Cable Feet Back Every Northern Water Works meter installer has been advised that if they are cut and any blood contaminates a customer's premises, they need to call their supervisor immediately and a Initial Incident Report will be filed. The Northern Water Works employee will perform the proper cleanup with (I.) KS-100 Kit (II.) Bio-Fluids Clean up Kit Procedure. I. KS-100 Kit A. Disinfectant in Sprayer Bottle B. (Pair) Latex gloves C. Absorbent pad and Towels, Seal D. Strip Bag, Red Bio-hazard Bag E. Hand Wipe Towelette, Twister F. Tie, Clean up Procedure & Directions with Report Form 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314th Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 508-217-1770 Fax:701-232-8129 Fax:701-258-1452, Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer F€R[sUS1~111 W'~1T~6i1iVl?RKS II. Bio-Fluids Clean up Kit Procedure A. Open Kit, put on gloves and other protective items as provided. B. Spray ~/z bottle of disinfectant over spill site. C. Place absorbent pad over spill (1-3 Minutes). D. Place soiled pad in to the white leak proof bag. E. Using additional towel, wipe up remaining residue and re-spray area with the remaining disinfectant. F. Wipe up area for final cleanup. G. Place all contaminated items into red Biohazard leak proof bag, (gloves are the last item removed) -seal bag. H. Dispose of all contaminated materials in an appropriate manner. 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 701-293-5511 701-258-9700 763-560-5200 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 3314th Avenue South Bartell, MN 56377 320-229-0125 Fax:320-229-0128 1720 State Street 5555 Irish Lane DeKalb, IL 60115-2617 Madison, WI 53711 815-755-2800 608-217-1770 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~r~~~ qtr ~ ~~I~ - ~ FE~~~,~~~ wArt~~.~n~i~~ To: Prospective Installers and Current Installers Subject: Quality of Work: As an installer for Northern Water Works, or asub-contractor, your duty is to install the Automated Meter Reading System to meet the highest standards. In order to help achieve this goal, Northern Water Works has designed the Quality Control Procedures that are outlined below. Any and all of your installations have been, and are subject to inspection using a uniform checklist designed to assure every job is completed in a manor that will pass the toughest scrutiny. A good rule of thumb is to leave each installation as if it was your own home or business, leaving it looking as you would want an installer to leave your property. Failure to meet the standards that have been set will result in the following steps: • 1St Failed Inspection: Documentation of the incident will be added to your employee folder and a refresher training session will be scheduled. • 2na Failed Inspection: Documentation of the incident will again be added to your employee folder, and you will be trained, as if you were a new employee. It will be assumed that you have missed something in your original training period and you need to be taught over. • 3`a Failed Inspection: Termination from your position, as you will have shown by this time the inability to fulfill your job requirements. 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314th Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer s, ~~~~hr~ ~r ~u~rl~~ ~I~ ~ER+[~;iJS[7~ ViIAT~IIYVI'~RK~ ,~, Quality Control Checklist Work Order # Installer • Wirin:r o Meter Install Date Customer Address o MIi7 o Staples/Wire ties Dialectic Gel? Additional Insuection Area Additional Comments: o Emergency numbers distributed? y n QC Completed By Dater 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314"' Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer F€R~U~~11~ 11{~AT~[tVYi]Rl{~ Northern Water Works Training Checklist g. 9. 1. Reference check A. Minimum of 2 checks 2. New hire paperwork 3. Pre-employment drug testing 4. Tool Check-out 5. Introduction to Product A. Water meter B. R-450 C. Field/Tester D. Register programmer 6. Valve training A. Types of valves B. Which ones to use and not C. Proper shutdown procedure D. Proper turn on procedure E. Emergency issue training 7. Water meter change out procedure A. Change out of Gaskets B. Direction of arrow on meter C. Coupling tightening Wiring meter register Wire running training A. Zip tie use B. Ways to run new wire C. Wire running tools 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314`h Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-550-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax;320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~R~aiJS171~ Vi~JalTlEeR11Vi?RKS 10. R450 mounting and wiring 11. How to properly start a R450 12. R-450 Testing 13. Paperwork 14. Customer contact training 15. .Minimum 1 week of field training I fully understand the installation- procedures provided by Northern Water Works and will take full responsibility for any installation completed by myself. Employee X Northern Water Works Management X 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314th Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~_ - . ~~R~atJt?i1~ WAT~R1iY[~Rl tf Installation Experience Meter Replacement recent projects experience includes: Citv Contact Number and tylae City of Sioux City 405 6t" ST. Sioux City, IA 51101 City of Brooklyn Park 5200 85t" AVE No. Brooklyn Park, MN 55443 Mike Kuhlman 27,000 meters 712-279-6908 AMR/TELEPHONE INBOUND Jon Watson 763-493-8008 20,200 Meters AMR/DRIVE-BY R900 City of Coon Rapids Rick Bednar 22,000 Meter Installs 11155 Robinson Dr. NW 763-767-6576 R900i Coon Rapids, MN 55433 City of Richfield Robert Hintgen 11,500 Meter Installs 6221 Portland Ave 612-861-9165 AMR/DRIVE-BY R900i Richfield, MN 55423 City of Iowa City Ed Moreno 12,000 Meters and Upgrades 2551 N. Dubuque Street 319-356-5162 AMR/DRIVE-BY R900 Iowa City, IA 52240-1826 City of Brooklyn Center Mark HartFiel 9,800 Meters 6301 Shingle Creek Parkway 763-238-9785 R900i Data Logger Brooklyn Center, MN 55430 City of Polk City Mike Schulte 1250 Meters and Upgrades 112 3`d Street 515-984-6233 AMR/DRIVE-BY R900 Polk City, IA 50226 Village of Channahon Bruce Viackus 3500 Meter Installs 24555 South Navajo 815-467-6644 R900 Channahon, IL 60410 City of Shorewood Larry Brown, PE 2600 Meter Installs 5755 Country Club Rd 952-401-1637 R900i Installs Shorewood, MN 55331 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314`h Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI,53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:753-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~R~S[JS011i ViiA7'~R11VOFtKS City Contact Number and tvge City of Excelsior Dave Wisdorf 800 Meter Installs 339 Third Street 952-474-5233 R900i Drive-By Excelsior, MN 55331 City of Eagle Grove Ryan C. Heiar 1,600 210 East Broadway Avenue 515-448-4343 AMR/DRIVE-BY R900 Eagle Grove, IA 50533 City of Wabasha Dave Vosen 2,200 900 Hiawatha Drive E. 651-565-3818 AMR/DRIVE-BY R900 Wabasha, MN 55981 City of Garner Scott Ginapp 1300 R900i 135 W. 5th St Brent Hinson AMR/DRIVE-BY Garner, IA 50438 (641) 923-2588 City of Coralville Kevin Callahan 350 Meters 1512 7th St 319-351-1830 R900 w/E-Coders Coralville, IA 52241-6751 City of Prior Lake Ralph Teschner 5,600 16200 Eagle Creek AVE S.E. 952-447-9841 AMR/HEXAGRAM Prior Lake, MN 55372 FIXED NETWORK City of Union Tim Pace 100 Meters P.O.Box 102 815-923-4153 R900 Union, IL 60180 Village of Turtle Lake Cory Davis 400 Meter Installs and 114 Martin Ave East 715-986-2820 Upgrades Turtle Lake, WI City of North Sioux City Randy Fredericksen 1100 Meter Installs 504 River Drive 605-232-4276 R900 Drive-By North Sioux City, SD 57049 City of Mayville Byron Kleven 750 Meter Installs Mayville, ND 58257 701-788-3433 R900i Drive-By 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314`" Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~R~U$~~ 11'~AT~[i11~I]RKS Meter Cut-In recent projects experience includes: City Contact Number and type City of Willow Lake Melanie Schmidt 150 Cut-ins Willow Lake, SD 57278 605-625-3631 City of Sabin Rich Hayes 178 Cut-ins Sabin, MN 56580. 218-329-7934 City of Watson Mark Radtke 100 Cut-ins Watson, MN 56295 320-269-8497 City of Holloway Merlin Schulz 159 Cut-ins Holloway, MN 56249 320-394-2300 City of Jud Arlen Elhard 54 Cut-ins Jud, ND 58454 701-685-2693 City of Ellendale Steve Louks 320 Cut-ins 110 6~' Ave West 507- 684-2681 Ellendale, MN 56026 City of Dazey Gary Hare 52 Cut-ins Dazey, ND 58249 701-733-2102 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314`" Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer ~~r~r~ u~tr r ~l~ ~l~(~ti~a~l~~IkIINAAT~R`Ii41[~R[~~ Jaeger Plumbing References: Epic Construction Attn: Brad Biermann 600 Star Brewery Drive Suite 300 Dubuque, Iowa 52001 Phone: 563-583-2169 Fax: 563-583-2412 Ron Klein Construction Attn: Ron Klein 15318 Holstein Lane Sherrill, IA 52073 Stumpf Construction Attn: Don Stumpf 2613 University Ave # 3 Dubuque, IA 52001 Mobile Phone: 563-213-0473 Fax: 563-552-2266 Phone: 563-583-5969 Fax: 563-583-5995 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314`h Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer -- FERP~JSI~H~ Vi~~,~1T1~R11~~]RiC~ References Modern Piping Loras College Attn: John McDermott 1100 Alta Vista Dr. Dubuque, Iowa 52001 Phone: 563-588-7011 Mercy Medical Center Attn: Tom Meyer 250 Mercy Dr. Dubuque, Iowa 52001 Phone: 563-589-8705 Mt. St. Francis Attn: Paul Hayes 3390 Windsor Ave. Dubuque, Iowa 52001 Phone:563-583-9786 1917 First Avenue North 1201 Airport Road 1694 91St Avenue NE 3314th Avenue South 1720 State Street 5555 Irish Lane Fargo, ND 58102 Bismarck, ND 58501 Blaine, MN 55449 Sartell, MN 56377 DeKalb, IL 60115-2617 Madison, WI 53711 701-293-5511 701-258-9700 763-560-5200 320-229-0125 815-756-2800 608-217-1770 Fax:701-232-8129 Fax:701-258-1452 Fax:763-560-1799 Fax:320-229-0128 Fax:815-756-2877 Fax:608-271-5263 An Equal Opportunity Employer Attachment C6 Cost Proposal Summary Table No.- Description Total Cost 1 Meters/MIU provided and installed, along with installation of UFR $ 4,861,602.06 - 2 AMR System Reading Equipment $ 326,964.61 3 Annual Maintenance Costs $ 306,795.28 4 Proposed Replacement Costs 5,500.00 5 Ancillary Operational Support, Materials & $ 10,625.00 Supplies Total: $ 5,511,486.95 A~ ~.., ~ . fr,,'. m ~ N a O ~ O ~ 0 N O 2 W Ol d 7 1p E1 7 N W p CCO V ,S C d d a, V ~ ~"' ~ u°~ ° u°Z °o °o, °o o°~ ~°o, t°+~ r o o ~) ~ ~ M w < ti ao ~n' b a o °m < m ~ M o ~`o ff m 000 M M M p~ M , N < ~ M < < W _ {V o ~ V e% ~ _ w w w w w a w w w w w w w O O "~ b O 'nnR N O 4 ~ O °On N O p~p~~ O 'pp"~~t O °NNt O y°~I N 4 m N R M N N4y~ M _ ~- < V Q N ~ < m m _ o C ~ ~0 f°. ~ c V° w w w w w w w a w w w w p0~p g O ~ ~ .~,1~]jj ^p°pi N ry ~ ~ N ~ a R ~ (~pp ~ ~ 0 ~ N W n VI < S ~~ F ., w w w w w w w w w w w w w N N r N < N ~ N < N r N r '. N r ~ ~ N ., ~ ~ 00 0<0 <W 00 00 0<0 W a<0 W 0<0 W a<0 ~~ V w w w w w w w w w w w w °o Yf °o, b .!! ~q ~ e ~ ~ w w _ R o a: M o< O r N O q ~yp N M~+ O o M N 0~ 0°0 0 n 0 O o n f~ r w °8 ~ ~ tMO uri ~ m ~ ~°n 1p ~ ea- O1 N M ~ ~ < z~ a'' w w w w w w w w w w w w w Vl h 1 0 M O 1 00 b ~ h ~ 41 5 V rll b n M ~ p N p M ~ < ~ tOA ~w ~ < O<i (My_ N O h Z K ~ w w w w w w w w N w w w _ ! rt ! rt u ~ N M M { ' N b M N Vbl 1) M ~'' V V W .~~_ '~ w w w w w w w w w w w w ~ 0o 1 ; m tq ° ~ n ~ ~ q b ~ N ~ b ~ N • ~ ~ N < V O 0 N O 0 N O 0 ~' t ~~ ~ ~ rri o o . - < ~ N Tn M n ro h ~ a Ol y ~ M H O p ~ N t~ N ~ 00 -='. Y ~ ~ ~~ w w w w w w w w w w w w w w w VV N b p N r b N b O N N l/VV 1°D M ~ h h N < ~ < < M~ fNV a rT b A a1 VI ~ d C 0 Y. 0 a 0 LL O C L d C d C rL VZ C'/ < < N M M ~ a ~D i0 00 M a /O F 6' t7 U ,~ a a ~"' ~ vo{ ~Y°~j v°Z N °o M g N o O o°! n i°o, o toq Q a`-~ N o n OO No M qv°D{ t l0 ( (~~ Y7 ~ F I M M ~ OD O ~ N M M M M r r ,~~ y ~ r ~ ~? e w w w w w w w w w w w w w u°~ ~ v°t o° °o ` r°z ~ a°~ a° ~ 0 0 0 ~ O CI ~ Ur i ~ °'~ ~ ! ~ irj r ~ ~ °~ ~ ~ ~ ~ - ~° j e ~j w w w w w w w w w w w w °°9 OHO ~ N ~ OMO o ~ MO°'t N °ry l~O ~~MO°'i V o M a~ l~D ~ ~ry IND ~ Oro po°po q O r 0/ ffl W ~ N n ~ N w r `Y b ~ ~ N ~ ~ ~ r ~..., ~ v w w w w w w w w w w w w w ,e ~ ao w oro w aro w ro aro w oro aro aro ~~ V w w w w w w w w w w w w = 0 0 N 0 0 N `'°i ~ ~ ~ V w w S °N4 N ~ ~ N ~ OD ~ ~O ~ h ~ ~ O ~ o ID ~ .F m r r 1~ e c ` O ~ ~ H oN0 ~ ~ p p a0 7t IY o N yy y 1pp y y ; r r p N m W ' r H Z~ 6• w w w w w w w w w w w w w h ~ O~ fOD < ~ ~ ~ eN- M ~ ~ e'- ~ ° m r N M an" p ~ 1` ~ ~ o ~y 7 ~ ~ r r r N 1. 01 - z~ K w w w w w w w w w w w w i 5, ~ N °q M f ` ° , M tw` , 00 n M `~ °o M u° Z 1 O f°O1f.. ~ ~~~ ~ O ~ O t I N M N Y I { fl j -_ N U w - + ` m A L ' - '~ w w w w w w w w w w w w ~ `b,'ed N r, n N r~ m ~o, M r q ~ ~ M r t~ ~ ~ ~ M m ~ h ~n, ~ o0 e; 10 o ~ OD e3 ~ O o a O g ~ O q ~ ti " ~ ~ ° ' 0 ° ~~~ w w w w w w w w w w w w w w w ~- ~' p b h N N ~p M ~ fr h N r r r r N f- C A O C O C O , ~ N 2 ~ F2- F h a` o`. } ~ m _ !C a0 ~ a !~ r r r N F- M I- M d V ~ ~ ~ M ~ f0 b F Attachment C2 Equipment Description Quantity to be supplied Unit Cost Total Cost Fixed Network data collection units, including firmware and installation 16 $ 17,289.48 $ 276,631.66 Fixed network repeaters and Installation 0 0 $ - Backhaul communications from data collectors 3 $ 588.24 $ 1,764.72 Field programmers, including cradles, accessories, firmware and software 0 $ - $ - Fleld tester/reader, including cradles, accessories, firmware and software 1 $ 5,500.00 $ 5,500.00 AMR control computer software 1 $ 10,771.60 $ 10,771.60 Interface to billing system 0 $ - $ - OtherAdditional Data Collector 2 $ 15,789.48 $ 31,578.96 Other PermaLogger Complete 1 $ 717.65 $ 717.65 Total $ 326,964.61 Attachment C3 Year of System Life Annual Description of ContractlAgreement Maintenance Coverage Cost Software Only $ 1,838.24 Annual Fixed and Mobile Maint. Year 1 (2011) N!C 16 Data Collectors and sotware Year 2 (2012) $ 16,147.12 16 Data Collectors and sotware Year 3 (2013) $ 16,147.12 16 Data Collectors and sotware Year 4 (2014) $ 16,147.12 16 Data Collectors and sotware Year 5 (2015) $ 16,147.12 16 Data Collectors and sotware Year 6 (2016) $ 16,147.12 16 Data Collectors and §otware Year 7 (2017) $ 16,147.12 16 Data Collectors and sotware Year 8 (2018) $ 16,147.12 16 Data Collectors and sotware Year 9 (2019) $ 16,147.12 16 Data Collectors and sotware Year 10 (2020) $ 16,147.12 16 Data Collectors and sotware Year 11 (2021) $ 16,147.12 16 Data Collectors and sotware Year 12 (2022) $ 16,147.12 16 Data Collectors and sotware Year 13 (2023) $ 16,147.12 16 Data Collectors and sotware Year 14 (2024) $ 16,147.12 16 Data Collectors and sofware Year 15 (2025) $ 16,147.12 16 Data Collectors and sotware Year 16 (2026) $ 16,147.12 16 Data Collectors and sotware Year 17 (2027) $ 16,147.12 16 Data Collectors and sotware Year 18 (2028) $ 16,147.12 16 Data Collectors and sotware Year 19 (2029) $ 16,147.12 16 Data Collectors and sotware Year 20 (2030) $ 16,147.12 16 Data Collectors and sotware Total Maintenance Costs over 20 -Year Project Life: $ 306,795.28 ; * Note tf spare Data Collectors are purchased then no maintenance req'd Attachment C4 Equipment Description Quantity Initially Supplied Year of 2010 Replacement #1/Quantlly Replaced & Oo1larAmount Year of Replacement #21Quentlty Replaced & ' DollarAmount Year of Replacement #3/Quantity Replaced & oollarAmount Year of Replacement #41Quantlty Replaced & DollarAmount Fixed network data collection unit entire assembl 18 covered oy annual melntenanee Fixed network data collection unit re laceable sub assemblies Fixed network repeaters 0 NIA Fixed network re eaterbatteries 0 NIA Field programmers Including cradles accessories firmware and software 0 NIA Field tester/reader, Including cradle accessories firmware and software 1 S 6,60(1.00 Year 7 •Q 1 Interface to blllln s stem 0 Replacementtransmitterbetterles 22,366 Replaceperwenenty Laborto replace transmitter batteries 1 Olher~describe) Olher~describe Total er Period $ 6,600.00 S S S Total Replacement Cost ~ •'. '~ ' _ ; S 6,600.00 Attachment CS Proposer must speclfv recommended auantitles where indicated by trlole asterisks Quanfity Item L)escription Unlt Cost Total Cost to be supplied Initial and for only on-site training, a-hour 5 day. Includes all travel costs $ 1,875.00 $ 9,375.00 Subsequent training, 6-hour days. 1 Includes all travel costs $ 1,250.00 $ 1,260.Oq Splice kits or connectors per 0 manufacturer spectflcations $ - Other (describe) $ - Total $ 70,625.00 SIGNATURE This cost proposal is submitted by: NAME OF RESPONDENT COMPANY: Northern Water Works Su ~I SIGNATURE OF AUTHORIZED PERSON: PRINTED NAME OF AUTHORIZED PERSON AND TITLE: Ron Vasko General Manager DATE:-November 5, 2009 City of Dubuque Water Meter Replacement Program Attachment D Page 64 of 118 Requestfor Proposal Failure Rates and Replacement Costs THE AMERICAN INSTITUTE ®F ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Ferguson Enterprises lnc, dba Northern Water Works Supply 1694 91st Avenue NE Blaine MN 55449 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America 10 Sentry Parkway Suite 300 Blue Bell PA 19422 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto City of Dubuque 50 West 13th Street Dubuque IA 52001 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Supply and Installation of Water Meters NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 6th ~pyidfitlrr \\\``~~~~~~1"1 ER cam`. ,~PPaFtgp~ ,., _~ ~~' ~. ~ - ~tness ~iW • ••., SEA4,.'~• i',i~~y~JJnu~~„ Ity~~ ,~~aNlsY~'I7gBt t~\\~~ Q,,'4~ .''' w C~ ~ti~A ~~ ~ ~ E~1AR'1'~OAD,? ~ ~ CONM, ~ Kimberly Heim (witness) ,~.~~~~~~~`~ `~ November 2009 ld'e~r~uson Enterprises, Inc, dba Northern Water Works_Su "" (Principal) (Seal) n` c2Ei ~~~ ~ (Tine) Travelers Casualty and Surety Company of America (Surety) (Seal) 6v' ATA. DOCUMENT A31D w BID BOND ~ AIA ~ FEBRUARY 1970 ED. ~ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 TRAVELESJ IMPORTANT NOTICE ~tEGARDING INDEPENDENT AGENT AND BROKER COMPENSATION For information on how Travelers compensates independent agents and brokers, please visit www.Travelers.com, or you may request a written copy from Marketing at One Tower Square, 2GSA, Hartford, CT 06183. ILT-103'1(04-OS) TRAVELERS GASUALT~` AND SURETY COMPANY of (cMEEtICA HARTFORD,CONNEC7iGUF os1e3 FINANCIAL STATEMIENTAS of DEGEMi9F1231, 2D08 CAPITAL STOCK $ 9,opb,opo CASH &- IN4ESTEp CASH ~~ id6 9 77 723 BONDS STOCK' , , , 3,4GZ,929,381 INVESTI~EN`f iNCOM~ DUD AND ACCRUED 7,$@9,62$ 4G ~D ~1 PRSMIUM BALANCES NET DEFERRED TAX ASSEY 303,562;'(95 REINSURANCE RECOVER}1BLE ~ ~~ 2 pTHER ASSETS 1 426,353 ti6,22S,43d TOTAL ASSETS S 4,OH8 243 6/2 , uf1EARNED PkEMk1M6 LOSSE§ LOSS A~dUSrt~MENT EXPENSES COMM1ssIONs TA?Ct:~, LICEtJSEs AND FEES OTHHR EXPENSES FUNDS NEUa UNDER REINSURANCE'FRFJ{Tjl:S CURREAIT~FF~EFtA4 ANP FOjtEIGN INCOME TAXES REMITtANCESAN6 fTEMS~NOTALLOCA7ED AMOUNTS WCni}(Fk9 / REl`AWEP HY•COMPAHY FOR CsTHERs RE1FtOAG'i'IVE REINSURANCE RESERVE aril ir+wn, nor..,:..,.,.-:. A.: utuEp REINSURANCE Nfr'f PREMIUMS PAYABLE OTHERAGdRUED EXPENStS ANSI LIABILITIES CAFIFAk STOCK PAID MlSURPLUs OTHER SURPIUs TgTfS[. SURPLUS TO POLICYHOLDERS T(}TAL, LIABIL1TfES & SURt3LU5 3 s4s,3D9,zts 822,95$,80¢ ' 27G,zZ2,1G2 52,161`,466 43,3yt,4tb 29,247,U64 1DS,98z,816 1d4,ib`~,980 5,973,235 31,SF¢,308 11,687,664 s,5as;141 5,452,246 (45,46(,¢3q) 1 i.4zt,928 $ 2,361,267,253 3 6,004,000 303,297,402 1 425 678 916 1,734,976,316 S 4~.-~ D96.243 972 STATE oF•GONNE~TICUT ~ COUNTY OF HARTFORR )SS: CITYOFHARTFORD t ERIC B. BRUAER, BEING tlULY SWORN, SAYS `ITiATHE ISCHIE~ FWANCUIL OFFICER-TRAVELERS BOND r£ FINANCIAL PRODUCTS, 4F TRAVEkEtYS CASUALTY ANI~ SURETY COI'viPANY OFA6IERIL`A, ANra 7HATTO7HE BEST OF HIS 1CNOWLEDf,E AND BELIEF, THE FoREGOINO IS A TRUE ANP CORRECT STATE~IENTOF'[I-{E FINgNC1A1, GpNp17iON OF' SAl>~ COMPANY AS OF THE 31st PAY DF DE EM& ~ 20p9, CHIEF FINANCIAL OFFICER - BOND ~ FINANCIA4 PRODUCTS SUBSGR16E9 AN[}SINORF170 BEFtjRE ME Tt(IS -}~-~ ~'(_~~x~ ~~' ,I~ 1 ~ l~ 17th DAY OFAFRIL, 20D9 ~^}+ ~nrc U6LIC ~ "~-~- MARIE C. TSTREI~UL,T _. --... .. ~ -.. . , .. - _ ~..... -Nutarlt P~rhlrc~ . ... - ~~~ Afr Cnrmriieainir ~ylirt;r,Ilrtle.~U ~p~/ TRA~/ELERS J POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Lrsurance Cmnpmry Fidelity and Guaranty Ltsm•mrce Underwriters, Lrc. Seaboard Surety Cmnpany St. Paul Fhe and Marine Insurance Company Attorney-In Fact No. 219283 St. Paul Guardian Insurance Company St. Paul I14ercm•y Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity mid Guaranty Company Certificate No. #~ ~ ~ v.~ ~ ~ I ISNOW ALL MIEN SY TI3ESE PR1+;SENTS: That Seaboard Surety Compahy is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Armerictt are corporations duly organized under the laws of the State of Caurecticut, that United States Fidelity and Guaranty Company is a corporation daly organized under the laws of the Slate of Maryland, that Fidelity and Guaranty Insurance Company is n corporation duly organized under rite laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Christopher F. Mulvaney, Wendy Lee Wadkins, William Hyndman IV, Mark V. Niemeyer, Joseph J. Kent, Jane L, Cols, Thomas C. Curtiss Jr., and Lawrence E. Dlugos of the City of __ Radnor ,State of Pennsylvania ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their 12usl1tess of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pennitte¢?in any=aa(ions or proceedings allowed by law. I1V WITNESS S'4TIEAEOP, the Companies have caused this instrutgent,to~be &i~neil~arid tlrglis`corporate seals to be hereto affixed, this dayofs August 2008 ~~ '=- _ ~ .~== - $° . - ~,~ - - 14th -, Farmington Casualty Cotllpa_n'y -_ . ° - = St. Paul Guardian Insurmrce Company Fidelity and Guarantyr.Lisurance`Coinpany _ '~•-'• St. Paul Mercury Insurmrce Cmupmry " Fidelity and Guaranty Insui~ail•e-Underwriters, Inc, Travelers Casualty and Surety Company Seaboard Surety Cmnpnny Travelers Casualty and Surety Cmnpauy of America St. Paul Fite and Niarine Insurance Company United States Fidelity mrd Guaranty Company ~ pI.SU.tr~~ ~~~ _ SaaEry J 510.E 4 ~ O~~W t G~ JPt 1NSUg9 ~,,,~~Y ANOd ~,TA SUAp,, ~OQVTY~C _... p~~Ir V ~ 4a G 7f ~ ~ Q+' ~ b" n 1977, I4CCA ~ m ~ c'. Wi GOPPORAf '•P.t i 4~T e 19ax o ~ t+osAaa ~ 1927 ~ ~ .. a. _._ e1„' ttutrroao, , ~ tturroaq ~ a ~ ~ = 1951 ~ N ~ SEq[,. e" ~iSE1t.L,•'3 8 ~' ~ ~' ~y`~cr~~D ~ ~ { q *O ~~o. ~~. :~m ' s, n a COaa. ; ~Q~_,~t: ~ 1898~t ~y . >•N i~ T~ ~OFM1£tl~ ~~~~cEC n~........JM1t` v1+.. .. ~~a ~y ~D f ,~,,v ~ State of Connecticut City of Hartford ss. By: Georg U Thompson, enior ice President On this the 14th day of AUgUSt 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Patti Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so [o do, executed the foregoing instt'ument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p,Tl7 In Witness Whereof, I hereunto set niy hand and official seal. ~~~ My Commission expires the 30th day of June, 20] 1. * p~41p P ~ ~~ Marie C. Tetreault, Notary Public 58440-5-07 Printed in U,S.A. ~ G. ~ N Q ~ ul ~ ~I N .u ~ \ ~dy a mm m °. ~ °' or ~ (D C ~ 3 SD A ~ ~ N , ~ F~ n. o va C D -s x ^~- 9 CTl -~ '~ (.I) N. W ~ ~ ~ iD ~ ~ ~ ~ ~ ~ ~ ~ ~ =V: ~ SD W ~ ~ Vas ~L .~' r~' +N'~ n O V1 ~+ ~ ~ ~~j. Ri ~ ~~7p' y A ~ '~1F .7 _ ~O 4~! _ y-~ '~ V1 .+ ~~ ~2g~5 0~~~ w,~ s1 i~~ W ~~. ~o r riI A~ ~~ ^ ~ ~ A o o ~ ~ ff` yCC Cn V7 C C X71 o -F . ~ s ~ ' ~. ,~ ~ ty ..~ , . ~ o j rF/ ~ R1 vii ~ O @ ~ a is! ~. N o, ~ ~ --.s ~ ~ ~ ~ v ~ O cn m m . c] ~ ~ -+, 7 7 O w ` ' ' ~ n cam c n c ° .~pY ~ c~ ~ [ll -1 nt a ~ ~ r. ~ i /~R ~ o' cn ~ D ®~ Z ~ n a i o w ~ c~. m ~ y m m m ~ ss ~ w i o s n a `~ ~'-~°o <" a' ~ " ~ 'r's' ^~Q .~ cat, c~c ~ ~ !~E + y ^~. . F. O ~ ~ ~ g~ cp f11~ ~ } ~ ~ s ~ ~ y~ ~ W ~ ~ p ~ O GL1 -11. ~ •'4 W ~ ~ ~ y ~ ~. a. ~ ~ Q ~y ~ '~T~ [7 R G ~ ~ ~ T ~ ~ ~ ~ ~ ~ ~ • ~ ~ o s ~ Q ~ { O N ~ o- Z ~ u~3 ~ q~ Gti ~ _,- ~ ~, ~ w ~ Q g Ni N ~ N ~ O ~ d ~ [D ~ ~ w a ~ ~_ G1 ~ ~ ~ ~ ?. R 7' b ~ ~ ~ n' C ~ h1 ~ ~ ~ ~ p~j p ,N .. m ~ ~ ~. ~, ~ ~ ~ N ~ 6 ~ E ri \~~ [~ ~ ~ ~ ~ ~`C~j O f D ~ ~ ~ "U ~ ~ ~ Q Q p p ~ 'y Q ~ ~ ~ ~ ..~ ~ ~ K O p m q N tlf ~ y ~ ~ ~ ~ m ~ N ' ~ C N 0 o a j~ n i -t ~ ~ y, ~ Ci - ~ .~ y d ~ ~ ~ ~ o rt rn Pl ~. (^ y 1'~ ~~ N N ¢3 W ~ r! ~' N b'A ~ '"q' a W d ~ ~ ~ ~ ~ ~ ~ r~ Q o tQ. .b F3 C~ T~ h3~(y N a ~ ~ ~ ~' y 0. ~ ~ oo "'~` N~ 0 3 ~ ~ ~ ? N ~ ~ ~ ~ 4 9 G ~ ~ N~+ ~ ~ ~ ~.' ! ~ ~ C'l Ga N ~ f=ia ~ ~ ~ N ~ ~ ~ '1+~ GR ~ ~ y [ll `C G7 70 t7 w N °~ ~ VJ ~ a i v ~ ~. ~ ~ .o_i ~ ° im -a C sv e ~ o ~ ~ v] C ~ ~ • ~ 'N~ v - Ci C ~ ~ .~T ~ ~ o ~ w ~ ~ to _ m 0. ~ ~ G ~ ~ ~ ~ p~j ~ ~ d m ~4F , ` ~ 7, d ~ ° ~ ~ ~ ° ~ gy ~ C C b ~S i (pp ( ~ ~ ~ CT7 ~ ~ /Q ~ ~ ~ 7 fD Q3~ G -C D N rt N ~ NN tD r? x 4 a~ w ono e`~, `D w c`g K o 1~- .. h3 r a ~ ~ ~ ri gamg- D ~~r'+. c ~ -a ~g ~ ~ m~ ~. co ~ ~ c~ - ~; 4 ~. m ~ ° ~ ~~ w ~- c~ ~ 3 \II ~ ~ o a ~ ~ A ~ -° , 5 . ~ '~ L G @ [D N W g ~ .~ 3 a~ O (y ~ ~a .yy. ~, fD N EG ~ V u'i N i ~ ~ C m m S~ O fl ~ 3 ~ ~."~ ~. (RO ~ ~ .~ Z ~ W 25 .MT M ~ .~ '"t` ~ ~ Q G7 m C ~ ~ v ~ ~ ~ ~ ~ ~ ~ ~ C ~ N ~ ~ °' a p c 3. a ~ s~ i0 ~ ~ ~' ca m ru * y, ~ c a o m ~ ~. m ra• '~ ' c. '~ b _ o va ~ ~ ° Z b v o ~ ~ ~ ~ ~_ ~ G7 r ° 3 ~ Z :: ~ [~ ~ ~ ~ ~ gy~pp ~ ° ^, ~ ~ • ~ y -f ~' ~ 'Cf ~' W ~ ~ ~ m ~ 2 {~ 4 ~, ~ Z n ~ . ~ S~ r ~° c" ~ i ~ °: ~ . . m ~ ~ c . ~ o ~ ~ -a O ~ m • m w ~_ cn r W a ? ^ ~ O'7 ' ~ ~ ' y w co o ~ ~ ' ~ ~^ G1 ~ b t it' s~ ~ • ` ~'C '-`~ ~- ~~ ~ sb-~rs r~ in t~~ ~~ ~~ o a 3 0oo_ m s ~ a ~ ~ ~ a a ~ to ~' ~ R, ~ r~ ~ O ~ ~ ~ ~ o ~ a ~ ~ ~ ~ tb° cbv ~ N ~ ~"~ `~ -~ cu `° 4 ~ a ~ - ~ ~ ~° a D ~ ~ .+ cu i - Q- ~ --1 ~_ c ~ ~ o ~ ~•~ ~~ 2 E ~ d - ~ ~ ~ ~ ~ ~ ~~ ~ ~ m m n ~ ~ a w ~m` •°i °i m ~ ~ ~ C obi a w ~• ~ ~ °~ e ~ v ti o D C7 ~ ='~- ~~ ~ v ~ p w ~y p ' ,~ ~ ~ w ~ btb ED rF -+~ .~ ~ .~ m O O o ~ -cOi to m cg ~ ~ m ~ ~ ~ ~ a ~ ~ 3 ~ p c ° ° as y o ~ '~ A n ~ ~ ~ m• `° ~ = 4 6 G A ~• c C ~ ~ ° - n ~ w ~ c7 r~Oi y G '~` _~ N ~_ ~ ~ ~ ~ ~ Z SD d ~ SD m r ~ ~ b ~•f fL7 f~ Cl N ~ ~ d -1~ Z C:a. rY '~ D N ~ y ~ t" m D ~ ~ m ~ d ~ ~ ~ ~ ~ ~ • ` D ~ W ~ ~ c n y ~ ~ R ~ m ~ o ~ ° Q am d C] ~ p ~ ° w' ~ m c 0 S J ' ~ ~ ~ ~ ~ r „ ~ ~ { '' ~g + ` n ¢ C m t~ w ~ c-. to © o ~= ~ m . ~ ~ ~ m ° ~ ~ ~ ~ va m 3 ~ ~' O ~ T O n ~ [3 c cRi, o ~ t~ c ia n a ~ '~ p u_s Es -ca ~ p SO D ~ ~ ~ ~ p ~ ~ ~ o a a a~~ ~ • t~ O p Q; p t" cO is ~ `n ~- ~r ~ Q C ~ O ~ T O w ~ w CL m W v ° C ~ ~ 3~ 6rn H•[F m ~ F1. ~ ~ fa a p ~ N 6 a TT ~ ~ C 4c ~ . `~ ° 7. ~ r?s ~ sa m 3 ° ° ~ a '^ O 9 ~ f0 to m . ° ° ~ -n C Cs.. b 3 v ~ • ° ° W ~ •~ .•e c 37 D t 8 m c ° ~ ~ •-~ ~ y ? ~ ~ ~ ~ ~ w ~ ~ ° a ~ ~ •b rn ~ r ~ Q ~ ~ en ~ p N o ° cpo ~ ~+ VJ ~ O ~ ~ ~ w a w J aJ '- ~ - Q "'•1 ~ H w C 43 ~. CJ ~ Fy ff ~ ~ _. ~ ~ {C'a c n CV ~ ~ ~ y -p C-] ~ D ~~ ~ b .t ~ [O ~ (gy(pp N fO c - Div ~ ~' D -~< ~ ¢+< ° ~ '~ Sn W t0 ~ -d w n ° ~ p a 77 --{ o to "~ GC! ~ f~F w S Z ~ ~ ° W w R. y 1 ~Q~ ~ ~ ~ ~ ~ -ao w w gw ~ga ~ ~ ~ ~ °o~ ,9y ~ .mZ ~~~~~~. .~~', w 'a p ~ ~ ~' N ~ ~ ~ Vm7 ~ ~~ ~ -Q N p `~ ea ~ ''~{ M ~ ? ~ ~ ~E „ ~ N ~ ~ ~ ~ 7 ~ R p ~ ~ ~ b G ~ ~ D O ° c~ "~ ~ ..n.' S- ~ .j. ~ ci• C] ur W ~ ~ ' ~ O S~4 ~ t0 77 '~' ~ ~ (is to [O ~ ~ c a ~. ~ a C ~ ~ ~ ~ a ~ ~ ° m ~ c0 ~ ~ D ~ ~ c~i u c o ~ ~ ~ o w ~ a ~ ° a ~ D ° Z . D m m b°` c ° ~ ~ ~ m rZ-a can 3 ° -c .~^ ~ o" Pi o 2a m a v m ~a o Z ~ p c ~ ~ o m , a -n ~ ~ ° m {7~7 3 t° ~ t ~b e"T ~ ~ ~ DSO ` ,~ ~ ~ o ~ =~ ~ ~ c o ~ ~ r 4R ~ ~ ~ 3-° ~ ~ `z ~. L Ai ~ ~' ~ : -1 ~D ~ ~ y` W fail 'G W R 'tir [4 41 'O N ~ +~~ '• T ~ to 7 " D ~ O C. ~ ~ _ `- a ti curia . ~ ~ 7 ~-ai ~ ~ ~ ~ ~ ~ c5' ~ ~ O 3] ~ d ~ m ~' n ~ m _,. _ . • ° ~ Z A o al 6 ~ ~ ~ ~ c ~ w a t4 r y • n y ~ p p ~ o ~ -~ m b €5 D r ~ (D N -p• ~ ~ ~. ~ W O' c7 Z7 [O p y d _ ~ ~ m ~ oo~ f0 Q p ~ Q m tw7 ~ n