Loading...
RFP_Water Meter Change Out ProjectT®: The Honorable Mayor and City Council Members FRONT: Michael C. Van Milligen, City Manager SUBJECT: Request for Proposal for Water Meter Change Out Project DATE: September 29, 2009 Water Department Manager Bob Green and Finance Director Ken TeKippe recommend City Council approval to release the Request for Proposal for the Water Meter Change Out Project. I concur with the recommendation and respectfully request Mayor and City Council approval. ~ , ~v e~ ~~~ .vim. w.._... 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 FROM: Bob Green, Water Department Manager Ken TeKippe, Finance Director ~~~° ~~ SUBJECT: Request for Proposal (RFP) for Water Meter Change Out Project DATE: September 29, 2009 13P-C KC FZOU N D The enclosed RFP details information required for the Water Meter Change Out Project. HDR Engineering has been retained to assist the City in preparing the RFP. The RFP is developed to allow one bid which will include all associated project costs: meters, meter reading equipment, installation etc. DISCUSSION The last major water meter change out project in the City of Dubuque began in the late 70's and was completed in the early 80's. Replacement parts are becoming increasingly difficult to obtain for existing meters. In addition, meter technology is changing so rapidly that our existing meters are becoming obsolete. Retrofitting of our current meters is not desirable. Operating costs will be positively impacted by the installation of a fixed radio network meter system. The outsourced monthly meter reading will be phased out (currently $142,000 annually). Accountability will be improved with the fixed radio system due to meter reads in the office versus in the field and with near real time meter reading capabilities. Repair costs should dramatically decrease and accurate revenue fees be collected compared to what the City currently experiences. In addition, providing citizens with accurate meter reading will encourage responsible use of water resources. Installation of an Unmetered Flow Reducer (UFR) provided by A.Y. McDonald Mfg. Co in Dubuque is part of the project for residential meters. The RFP has been provided to several city staff for input and review. The group includes: Chris Kohlmann and Joe Pregler from Information Services, Bob Green and Mike Brekke from Water Department, Jenny Larson and Rick Till from Budget, Nikki Breitsprecker from GIS, Jean Nachtman, Rose Hoerner, Lisa Demmer and Ken TeKippe from Finance. CMM LATIN The next phase of the $9 million project involves the City receiving proposals from firms to provide and install meters (approximately 22,000). The request to receive proposals is time sensitive since the City is to receive stimulus funds. The $9 million project funding is from an $8 million State Revolving Fund Loan and a $1 million forgivable loan. ~4CTION STIEP We are requesting your approval to release the RFP. Funding for this project is part of FY'10 and FY'11 CIP budgets. We are available to discuss the RFP at your convenience. KT/kt Enclosure cc: Cindy Steinhauser Teri Goodmann Cori Burbach David Lyons Chris Kohlmann Rich Russell Rick Dickinson Barry Lindahl Dave Heiar Will Hoyer r~~t~~~~i~~~ c~~~ t1~~} ~~i~sis4i~?pi -w.. ~~ REQUEST FOR PROPOSAL WATER METER REPLACEMENT PROGRAM CITY OF DUEUQUE, IOWA 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 13th Street 50 West 13th 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 cogv of the RFP, or a printed copy of this document please call the City 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 (2) 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 CITY ®F ®UI3UQUE, I®WA WATER 11~ETER EFFICIENCY REPLACEMENT PR®G ~ REQUEST F®R PR®P®SAL ®ctober 6, 2009 CONTENTS Purpose .............................................................................................................. Background ......................................................................................................... Scope of Services ...........................................................................................:... Schedule ............................................................................................................. City Responsibilities ............................................................................................ General Contract Terms and Cond+tions ............................................................. Proposal Submission Requirements ................................................................... Proposal Response Format ................................................................................. Proposal Evaluation and Selection Process ........................................................ AttachmentA 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. IJRP .......38 .......42 .......44 .......55 .....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, touch 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 wiM 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 1605 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 Certl#ication 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 collection 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 metering 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). I1. ACK Rl1N 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, rangirig 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 FGOGNOS REPORT WRITER 7.1 COMMPLUS-COGNOS IMPROMPTU 8.0 COMMPLUS-CENTRAL RECEIPTING 4.0 COMMPLUS-SHARED LIBARY 8.0 COMMPLUS MISCELLANEOUS BILLING 4.0 COMMPLUS-MENU MANAGER 8.0 COMMPLUS-PET LICENSING 8.0 BUSINESS LIBRARY PKG 4:0 COMMPLUS-SECURITY 8.0 UTILITY BILLING FINPLUS-1099 PROCESSING 4.0 FINPLUS-APPLICANT TRACK 4.3 FINPLUS+APPLICANT TRACK A.0 FINPLUS-BUDGET PREP 4.3 FINPLUS-BUDGET PREP 7.1 FINPLUS-COG IMPROMPTU USE 4.0 FINPLUS-FUND ACCOUNTING 4.3 FINPLUS-FUND ACCOUNTING 4.0 FINPLUS-FIXED ASSETS 4.3 FINPLUS-FIXED ASSETS 4:0 FINPLUS LIBRARY 4.3 FINPLUS LIBRARY R.0 FINPLUS-MENU MANAGER A.3 FINPLUS-MENU MANAGER FINPLUS-MISCELLANEOUS 4.0 FINPLUS-HUMAN RESOURCES 4.3 FINPLUS-HUMAN RESOURCES i 4.0 FINPLUS-PERSONNEL BUDGET 4.3 FINPLUS-PERSONNEL'BUDGET 4.0 FINPLUS-POSITION CONTROL 4.3 FINPLUS-POSITION CONTROL 4.0 FINPLUS-HR-PERSONNEL ~A.3' FINPLUS-HR-PERSONNEL `, 4.0 FINPLUS-PURCHASING 4.3 FINPLUS-PURCHASING 4.0 FINPLUS-IA STATE REPORTS 4.3 FRJPLUS-IA STATE REPORTS 4.0 FINPLUS-SECURITY MODULE X4.3 FINPLUS-SECURITY MODULE' 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 been 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 e-mail system utilizing Novell Groupwise. All inbound e-mail is filtered via Google's Postini. Blackberry Enterprise Server is utilized for e-mail integration with Blackberry smartphones. Novell servers are primarily used for e-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. Dual T-1's provide 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 ULAN configuration if appropriate. nl. ~C ®F S RVIC 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. (ii.) 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 ~o the meter case with atamper-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 S 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 B16.1. 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 Normal Operating Range Meter Size ~ 100% Accuracy (+/- 1.5%) 3-inch 5 gpm to 450 gpm 4-inch 10 gpm to 1200 gpm 6-inch 20 gpm to 2500 gpm 8-inch 35 gpm to 4000 gpm 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 Maximum Size Length 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 AWWA 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 shalt 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: Normal Operating Range Meter Size @ 100% Accuracy (+/- 1.5%) 4-IN with 1-IN by-pass 3/ gpm to 1200 gpm 6-IN with 1 %-IN by-pass 1 '/z gpm to 2500 gpm 8-IN with 2-IN by-pass 2 gpm to 4000 gpm 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 Maximum Size Length 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 pallets to facilitate handling by forklift. All freight charges are the responsibility of the Successful Proposer. c. Materials (i.) Bottom main case covers on 518-IN and 1-IN meters shall be breakable (frost protection) cast iron, in accordance with AWWA 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 notating 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) 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% Accuracy (+/- 1.5%) 3-inch 1/2 gpm to 320 gpm ~ 4-inch 3/4 gpm to 500 gpm ~ 6-inch 1 1/2 gpm to 1000 gpm ~ 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, o~turbine meters shall be: Maximum Meter Size Length ~ 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 to be addressed in this section. It shall be the Proposer'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 interference 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° F to 120° 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 installed 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. 2. 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 numberthat 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 performance. 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 perform 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 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 Programming or modification required (Describe or indicate "None") 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 should 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 interference 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 interfaces 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: a. 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 duration 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 overall 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. Daily 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. 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 and letter 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. 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 transferred to and from the City's information systems is working properly before commencing any installations. 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. 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) 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 performance 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. ~cHE®u~~: 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 RESPONS1131LITIES 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 information. 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. I. 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. PROPOS~,L SUtVIISSION REQUIREII~N1'S 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. 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 no way 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 paaes 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 perform 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. PR®POSAL EVALlJ,4Tl®N AIV® SELEC°fl®N PR®CESS 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 Attachrtnent A Insurance Specificati®ns ENIJRA~CE CHEI~LILE I~IUACE I~I~C~t11RE'lEl3 FtJ~ AI~,TIA~I Gt~PJTRACTOR QR Et~ER,r~L 1. All policies cif insurance req!~tire~l ; c~r~ur:d~ sr~~. t~ ~~tl~i n Ir:sur~r .~~th~ri~ed tc~ do business in lav~a_ All insurers fa11 have r~ti[- ut or bette;~ irn the., current A.li~. lest gating Guide, 2. All Ceraificates of Insurance required hereunder shall provide a thirty (3t?) day nonce of cancellation to tho City of C.~ubuque, except for a ton (ltlj day notice for non- paymert, if cancellation is prior to the exfriraton date. 3. Contractor shall furnish ~ signed Certificate of Insuranue to tho City of t~ubuque, Iowa for the noverage required irs Ex~iibit 1. Such Certificates shall include copies of the fc~llo~virtg endQrserr~ents: a~ +Gcr~rfi~ercial General Liability policy is primary and non-contributing bj Commercial General Liability additional insured endorsenierit-See ~xhtait I c~ Governn~eratal Imrt~unities Endorsement ,shall. upon request, provide Certificates of Insurance fear all subcontractcars and sub-sub contractors ~~hca perform work or ser~,rlces pursuant to the provisions of this contract. vaid certificates shall meet fhe insurance requirements as ruquirerl raf 4. Each certificate shall tae subr~nitted to the City of k~ubuque. ~. failure to provide minimum coverage shall nvt t;e deemed a v~aiver of ttaese requirements by the City of tJubuque. I-allure to cabtain or maintain the rewired insurance shall be considered. a material breach taf this agreerrlent. Contractor shall be required tc curry the follo;viing rniniirrrur~ coverago~limits or great: r if required by lave or ogler teaE agreements as per Exhibit 1. ~` ~ 4_ veraae sE~all b ;~`ritten on en ccurrer~ce rtt;~t claims made form. dorm C ,~ ~'~ r "eslgrrated Cor;struetlon t'rafect (s~ General ~,ge~reate ~~r~rat'" s~-~=all be included. All deviations or exdlusions from the standard lSG commercial general liability farm CG t)t)t shall be clearly identi`ed. Governmental Immunity endorsemerrt identical or equivalent to lorrrr attached. 1 of ~ ,January gQ~ City of Dubuque Water Meter Replacement Program Attachment A Page 44 of 116 Request for Proposal Insurance Specifications ITit1~F~E il=~ul_~_ t~ ~C~n~n~t~d) lUi~ E~UI~,~~t~" ~+~~ ~~,~"IA GC~t~~!C~~ ~ ~1R.~t_. f~ddr`ticanal In~tared f~egrliremnt - exhibit I~ The City ~# aubuquL, incla~dira~l III lts lead and aeirt~°~ ei~ils~ alN its emplo~eas sand volurlt~rs~ ail its beards, cna-raamis~si~ns ~+~ ~~atar ~ab~ritis and their braard m~r:-xb~rs, Lr~a~leas end vi~ltaratrs t~ragi ; , . nod as ~r~a add%tienal insured era Gerlr~l t_iabil:ty~ l~`C~IiCi~s er ail class ~€ ~ ;E ;.:- rs Cias,~, , and C Ccar~trattars sh~li in9~a~ ~~a~~ ~_r : e Cis;, of De'btsa~; as an a~liti=>raal intar~ including ~a~e~~, i --a -r ~ ; ~ ~~~=r~r~~~-as cn~°r~ ~uiairat tt~;IC3 CC ~0 ~ ' y ~ ' ~ C ~ 7 t~T t~4 ~t C ?t 1t3 C7~1~ ,.Additic 1 lnsa~rd {nrs, l..~sss r Cetra~tnrs ,~ ~aa~du)d ~'~rsera e~ (Jrc~~," :a;:,~°, ~aela3 CV 1J :.3/ '4d Fi,i'3 '.. .. ~. ~~ r~.~a t~~Wl "~' LVrI M~r"r~ ~~.'~?«'~~w sJ€ y+~S r'~~~s`'~~rt4/r~7 "" Cerrlltd Ctp~ratien ~a'~~r~ C11~alit Ct e~ntt"a~ts~r, -Class C~n'1<raet~r a~~d Cl~isi~ C c-ntra~te ~, C~`~i~-t ~t i~bl'ty Insur,~n~ t p~ .y, ~nsinat Cnr-strtierr Pr+~ject~s} t3~rarai A~at Lin~lt CC ~5 0 ~ ~? ~) A~titierlal tns~la•ci CCU 2~ iCt ~7 1:34 Additien( Irsur~d C~ ~' 7 D~ ~ev~rnm~ntal Irr'amurlitins 1=r~drse~rat 2 e~ Vines ~~ City of Dubuque Water Meter Replacement Program Attachment A Page 45 of 116 Request for Proposal Insurance Specifications lt~t~~[ I~~L ~ (~rttin~t~d~ '~I~i7` t - C~rnlrc~r~~r In~~°r~~e ~~q~irrtl~r~t ~z~ntractaars ~h~1'II ~rcid~ Thy i ity ~f I~uhu~ ~~iih ~ eurrrr~ ~rtificat~ ref In~uranca far this p~ifi'c ~rract, ~°vhic~t i~ in ~cnf~rrrrity ~.Kaitl?r this ~r~bit sand the ~c~ntract. Thy rauirmrxt balcav~ ara the mir~im~sm all~a~al~. L~,S ,~ ~n~rl t~ntr~ct~r~, ~cnfr~ctor~, Trade ~tantr~ct~r ~'bt~ntrarw~~r, rat huh ntract~r~„ v~rhtrt p~rfcrrn the f~ii~wing ~v~rk, ref ill~~~u ~1 {iw~ P"~ving & S9~~Factg ~~r•tht~~t•k C~'iIt? ~ ~iss~n5 Iclt~i~t ~ittt~,t~incJ ;¢vtEntis ~I~~at~r I~r~~~se +r-~r~ to Faber Qptic Reit~~c~rc~r~t~rr~t F'~e t'ra~t~~ti4ra R~r~fing Reef metal Fireprc~c~trtg `rte I~Itiltii«a FiV~~ p~ciat ~t~atrr~~ti~s ~lA~r~ry ~tr[acrel' 'tel eci !~er~er~l Llt~lt~ ~urrece Fa~rrrr ~15~~ ~~erelal er~erl iabillity feral ggrega# Limit g4,~ rr~~t-~rrrl~i~d }pr~ti~ns ~r~g~~ Limit '~ ~ ~1t~,Qt~t~ ~rrrl artd ,~dverliing Injtary Isimlt ~,I~Q~,~t~g r~"ac ~iccurrerc I..irnit ~,0(~p;Qlw-t~ (ire ~?a~ag l,irrtit zany n eccuirren~ej ~Opg~g l.'.~fical arrrrrt „ggg d~ti~r~~f It~r~ Thy pity +~f I~ubt~qu, including ali its elact~d artd a~intd ~icial~, ~Il its err~~le~ye~ and vcY~rr~taers, afl its beards, ~c~mrr°tis~it~f~ and~~r autharities end their E~~ard memb~r~, emplayee~ and va~lunteers shall be n~r~r~d ~dditicamal irrsured' incl~td'ing ngt~ing ~raticns ~~ 2C~ 1g g7 g ~r agr`~i~al~;r~rt„ arFd c~m~leted ~;~ereti~~s {f ~ X17 g ~r egufivalent, ~~ ~cimens ,tc~rr~r~bit+~ ~,OQ~l,ittltJ {~t~r~t~i~ed ~ir~glrr Lirrtit} ~~rn~ard 'I~tarl~er~ ~Cr~rf~per~ati~r~ ®ifh ~r~er ~ ~rlr~k~roga~ior`r e The i~ ~~' t~ub~agt~e Sf~tut~~y ~~r ~~erge , Ernpl~yer Liability: Each ,Accident Each ~m~l~y~-~I~i Policy h.irr~it~~isease llr~brell cif Request for Proposal Insurance Specifications 1 g, 1 QQ,0~} ~~,~~fl 3aggG„ttt~g January ~~~~ ~r~~iD~ ARRRRCER {563)123-50'7 FA% da63T °0'd°"E5#3 THiS GERT[FtGATE [~' `r"3li€Ck A5 A. FgATTEA t)r ?tdEC}RNWT6DN CANLY AN^ GONF£H5 Pitt fz%1i33t"a LIPCSN THE CERT[FIGAT6 Insurance Agency HG117'ER. T1k15 ?:ur~r,rtGp:7~ Gtt~S WCAT AR4€Nb, EXTEND CAR Stmt Address ALTEid THE COVI~RACi ;~~~C7~G51A SY THE PCk[,iGi~S ~S.k7W. City ~T 'erica G~de t ~ i'i3CiRERS AFPC}HC}kP1G GC3VfRAGE ~ NAiG i; IR3IYREI3 I :!'~S"LE37E0.A TS:SU Scil A1C9 k<'~ffi~~'1L 5tr~~ t #:Y.#xAE'> C fGt C H2FF F? '. C:OVE`,t,AC]E~a THE #'La1Y0l£5 C1k= fNSUP,A'3*'E t^.S ;iG~! HrlYE 6E E4 kSSUE#7 Tt3 TSlE NSUE'EI5 Wn,. E4? ABGVE FC7R THE P{ttlu*' FEHf=ur1 tNttkCATfrt NtAT§titTH;9FA3tUiNG ANY fiE4~U.e`ift lE#rT'„ TEk?td L`iR ~C ^-3T's #3 Dk= ~PIY i:(-!#.TRIiCT Qf"a €STHER C3tFSS~T ~r:ir~!{ RfSPER.T Tf1 Ylt1I4.Fd TH a CERTiEELA7E K#AY pE I$StlEO DR t~AY PERTAIN, THE iNSDRA,#CE l~-s-c,.va;} ~Y ,nE. Pt#uf.#ES CYESCRY[3Ei1 tlrREY;?J i5 SUO,kE~T FD Ail THE TfR",i., x.~~L.tS."~:JS AND ~CANDITIQNS pE S?l:'N POI.IClfS A64:,REG.'~TE Ei#dtTS 5°iC.'=3: ~.:4Y 7~.?lE SE':.N ~N'~ETPtd'~CfdT BY s*.t4:13 Cl::[tiv- E INSR AOR'L1 LTR t#4HR~ "RYFE~~ai.'~.'.",- ' iPfkJGYEiF€CflVE ~bll~'- `. ' Pt1i}49f F1tt'~...Ti Y~ATE YMdIa'RNVYY R2.L€-!~+ ,YJ j llEtlY~ i neh~AttlAS~TY ~,Iea.Cm+R+CUaRENaF E~ I,DDD,DOD~ '~""~ fi 7 X ' ' °t" - R hlAt~G TfJ RCNTx'R t JO DDD~ ~eeWl ' - I'~ # ~ R~FJL ~:& a 9 C~~3-~ L ts A X ~ dGL:+_ e,°F~. i_?~;I GCCUR CUrle FS i£,IC.t fs ~+esi~ ~~''I _. to t: t~,v ars~e~ ~ q S+DDD PERaLk#AL8A1G'3NYURP 1,DOD,DDD c• aLAS:;rasc:,a,e ~s 2,~10D,DDD ~ ,~•Ya,RE •TEL,fr~ird4PPLaESP'cFE ~R#aOV~;TS-'~c~+~~~PACG T 1,DDD,DDD i PRCa ' ~ # I I L. a~~=Y ~ A:G r I E 7 RkiTCt.1D'AdtE LYA~'.:LY`sY ~ CG7fAS=?-€~ Slti#``3._E k."r>.t}?i. s 1,DDD,DDq X AarYa',uT? ~ lFa+=x~9c.~r, ~s. :J-t 6'S.":SEk hYIS%~5 ~ E'L7G.lY Irs,T1RV' I ~ ° sc.lE~stEOasurO~ ~ :r>''~~"~,; ~ _ HtRED ao_ET(1: R+^RJ#,Y 1a .11RY I 3 kPcr r•°v~i,!! .#'+ ',+ PR~fP,TY t~AlSdfi#: I 8 3 3 "~ ~ 1 ~ FI'er ~s;derT,1 w4RAGP l1A6A,fc'~" 1\ ~ IAJT6 #.NtY-EA ACCdC)E'NT I$ kl+~'A?iTi3 ~ \ F ~ r 1 I t?THER Thi,A?# EA AGG ~S I ~1'-1 i ~ ~ i + ~ I ~~ AUTD DNLY AGG I$ I _ A ~ct~.~a#RRCkLAk#ARIl,6rk" ~L';.„t `:i ~CLA'~#,AS I.v^=_ k~ ~' ~~ `~ ~' ~~~ I~ ~ - F'ArNCSPC4iRRPNtF I~a 3,DDD,DDD( ~y 3,DDD,ODOI Arc,RErnTE. ' ~ ~s ~ _ ~ k?Ex~<~:F~:.F x Yar,~Nr1e~ ~c Is g'"T Nh'~R?HER°J GpF7P£NSATh'N#A#t[7 ~.qs p ~f ~q X p 70~`~LIt~ITS ~E FkN I E'~FLL~YAR9 #IAeItiTY A##Y #~12CiwHl~TGfL'PAR7t -&dwa'!C ~/ b®/ er/ E4 EACH ACCIRFNi I~5 100, 00DI 1DD D00~ I ' tJ ,rE=~s;r~u.U~r , EL #S3SEASE-EI EAIPLQYEE +S SDO DDO~ I SPE,°;tAL.1gR, v'k3=C.N5GS1vti , Et.LY1SEASE-P[7iiCYLIkE[f I5 I bTk#E#¢ 9uSi.A'.r T7~N bF®PERATIr]##91i'~?°CSTaD#J"a!`dEiliCl.E57EXCLU51{SN9 AtlOE®i3Y £SiEk7P+5EMENTISPEGIr'tlC PROVISIONS ~~a ~i ty o~ pu4auqua is ~# ~ddltlanal in##usod on gennrai lisbilit~ )<wliciaa including 0ngving & coLaitle tsd apsr~tian:~ covsz~g~ ~-=1u&.vaknnt tp TR'e3 CD 2'l.Q 437p4 6 Ire X437 o7od. Gsneza~. ]G.ir9lility pal,icy ir3 prizaary ~ non contributing. ~"orm G.^, 2"atA'A Zt~~7 "itaR.tgT'#ated Pza~a~t~"' g'e.nazal ia,ahility ,sgr,J'ragakri lsuzit is iaxeiudsd, ~orerna>=.-ttal ampunities amdorsen~nt ~t~ ,tnrlurisd.. YiYxivar oY >geabro~uti0n is Iavor oP Gity of Dubuque cn work~ra 0nmpena AtaogYl is inC3Yxfi~?d. GERTIFIGATE Hgt.HR GANC~I.LATFOM kSI1Ot#LR A"#Y bP Td#E nkt9YE IpIE56A19E0 A4LkCpE9 °E C~,HCE6LEP 9EFORE TSiE ~9,tT~.T ~i: i7•L.b13€~u~ EXPIRATION OAT& THEPx€"3K, T#iG 195i111~G INS#}RF.ri !ifiLt E.NitEA4tfR TO MAIL J~~i RL#iA~ ~..~~71 *P9t~~~T'; 3D RAY$tM,-71TT6N h`Q71C~TiJ T?iP CEr'fiTIF.GATE H{?SGER !3AAIER TR T7€@L~~T', RI#'f ~t#xbu ~t, IA 5~"C~CT1 _a.. ' cAltuR~ T73 paa sca sNAV.L #uPOiS aaR caclwAl~~ r.~T uA#~LITV c;F anNY' #Ja L€PO]# °#r#E kNSUREa.,r$ pOEh~ CSA REPAFSENTAT;VE~. ANTHi}RtZ;i®REP2ESE#tTATPAE AGC~iT =5 (2ot7U0Elj ~_.,__. e_____..._ _..._ ~x i~ AG06t~ 6+3RRATi~sN i588 IN,;D~S;ai~cirr~ AMA vr,1t'ncr,hng~~t€i Irc Ir3;;YSttzr-w~~'un~', »e, w2. City of Dubuque Water Meter Replacement Program Attachment A Page 47 of 116 Request for Proposal Insurance Specifications IN9~t7~T`~i tf tf~ r1Jt,'~ 1 ~g~~*f is en .u:;~'.~i3lvi~At, ttkStJr"+,ED, i;ts pc~tic~(~es) r;u5, be e:rdC:~~d. ~tafe^r;.er:t Gn Lhis sert~f'.N ° : ~,; cca.,aer r~l~ta i°~ th-s` ~ al~~te hoFder a tieu of srr~h erad.£~~r':iy3 If S~Dr~f~G='"~`;~~. l~ ~,~„~~i. ~,~et t,a the err~~ b ad t-„dlt'S~~r o ti. po:~. ~~ ~r p~° y , ,~lP. u;; endtsrsee:rl. 5:3t:;iYtr~~'ii ~tf !;?_~ ceztific3`~;~'~s 77~t r:~3lifs= 'eh~~ th S~` GE;:Irtt~ E?'~~.' ir"# 1t~L 8f 5UC1i tindnrssrvtttnt(sf. - b1~CLAtER ~, " ~ of ire°:rarac2 cry the vcr~s side cif 4his lorvn de 1 con~titvls a cdratr~rct bsC~tesrs f ~ i.'-- ~ ;__ :,': ~. d.. rat:res-er^'.~ ¢e ,r ,,,iu~r, and the art{fic,~te holder, ro; des at af§ rmatvddy o ,tom;' ..iy ~„~~d, i . r ,tt the core= - dg; by the polio~?s listed iheren. ~P CCk~J .'.tr tzri.e$) flt2~t~"~+lc'a Al4t~ ~ ss~~z City of Dubuque Water Meter Replacement Program Attachment A Page 48 of 116 Request for Proposal Insurance Specifications ~ 2S D3 03 B7 1 ~ ~~~j~) '. T ~ ;, y '',~ 4TH ~~~w~~~~ ~~d This endarserttent n°rradr ~~:s ins,~rarsce prravided render ttte fatle~,~i€tg: Gt~h.~h~9Pl~ClAL C~NER.AL LiA'31LITY CC9t~''t~s~.4~P PAr~T SHDULE r~es~gnatad taustrr~tt:~rn Prc~j~cts: ~. _ _ ~... {tf no enG~}r" appears aF~e~ve, infarrtiaticn rewired tea corrtplete this endorsemer:t will be shown let the ~ecl~raiians as applidable tt~ this entCorsomen,t. A. ~"ur atl suers which the ins~:re,°a ha~~es €er~aCdy t~esignatac Ctaststrrretion Prefect General rahli~ate~Y tcs pay as darra~s~s causeri byoccur- Figgregate Lintlt far any ather designated renoe~" ur7de,: CCJ4'ERAG~ A {SECTION tl, and ~:~nstruction faruject sti:vFn in the Scttedul far all medicaN' experrse~ ca~~sed dy Gcciduriis ~taa'v~, ,tinder O~P~G ~ ~S~CTI't~t~f l~. ~vhlch can tee ~, The lirrtits stteaArn Ict the Crecidrntions fur t~snC=~ a~rrjauted anfy #a gngeing operatians~ at a single Occurrnrtce, ~+r damage and h~ed'icnl E- designated canstructirn peeject aha~vn In the perse sontinare 10 ..p;~l;~. hte;.esrer; inst$ad ~4 Schedule above: t~cing subject ta' the Gerse~~t Aggregate Lisrit ~. ~~ separate fleslrrdted Car~structi,an Project shown in the tt~aclaratior;3, such limits will to General Aggregate Lirtslt applies tn' each des- subject to ifie c~pltria Oesigrt2ted Coat- lgnated cun~struction rat, artd that lirrsit is ,~trl.fGtic"~r3 'Project Gererat A~,gr~gate L"snot. gu~l tea the' artttiunt ei he ~a~nera? w'tggrc;g~t~ ~. por ail sums Lvhich the insured taeeames legally Limit shuwrz in the ~I~ciarations, atrli~°`~d to pay as darrtage ~~.~sed tsy x"racclrr- ~. bite "` esigrsaied ~Canstructicn Pry{e~.t ~sinera! rr. ' ~nd4r C~ ~'EF€A~E aA (~ T ~ ~~! i}= gut Li;'Ft€t is the roust 4~°n vr1C pr;° f~. ;'r~~ t ~ '~l ex~+ar as cauv~c tt;: ~~cicinrrs ~.rm ar s:. [ dar~tges uneler CO~Pt~r~G~ A, undo sV~:2AGP C ~SECj'lON !}, ~;rhict~ cannot aages t?e~us~3 oP "'bodily i. jury" ~;; except de rt ttribra ~ n to sing,, ~- ~ perati~ rs at a 4:n_ te e a y ~ iup r4:pPwrty L.]dnl~- ~~ F23~t~=~Gd Unl th~« ~~.rra'd l,.d''.!:t3° y~ ~} g 'gle des:py. ....~ 44: .,..._~__r~' q-f'raier:.t ~Sh~r~f~~l rrI dre carirplulac3 s]pdi '; ~: is h. d`,,, enct fnr rnc:.t3i- ctt~:dule noove: cal e~;penses under Cr~~~AO~ G regard- j, ,Ary payments made u- ~;~Pl~e4~~ t~ f~rr less of itte number of: d~.°rr~es t?r under CfJ"+~k_ ; :GP fir rrtedical a. drrstrr~ws; e~p~rse'r- sl,~[1 reduce the; ~mcsn# a~"aileble b. Claims made ~r `'suits"" braugttt; car tender pte Genr~sal Aggrregate Llrttik ear tl:e c. Persons or +~rgar=izatien9~ makVrtg claims ~:r ` Prraduct~-Cerrpieted p~~~tiflns Aggre~a't-e Limit„ whrcne~rer is appti~~bie; end bringrng statlts', 3. ~`,ny payments made under `:OVPRA~a~ ~, ~. Such payments shall not reduce any t]eslg- fo-r datr±ages or under teOVEt~~;GP G for elated Cen'structRan Project Genara' Aggr~.- tnedi~l ~peas~~ hail reduce tt,e ~CS~ag- grata Lilt. r1dtdd 4)n~tr~,l~ti9r7 PfrJj~Gt Geriernl Agrrt- g~te Lirttit f€tr that designated ccanstructiort pcaject. uclh p~;s'nonts shat! nct reduce the; Carterral i"~g'gr~gate Lirnit ~ ov;n in the C~eclltt- ratiorts n+~r shall they rr~du ~ any ether CG Z5 t73 D3 S7 Page 1 of City of Dubuque Water Meter Replacement Program Attachment A Page 49 of 116 Request for Proposal Insurance Specifications t~3 ~, ~M1,'hen ccs~r~r,~pP for Ii~t~illky ~rf~inc~ r~ui cif Eh»v, ~. If tl:~: appti~~~l~ eigz~~~+ ion=tr~~tion pro;ec "p~r~dnsots-cornp eta eperati~rss hazorr.`~ f~ pre- `gas ~~~n ob~n~~~d, ~~la~:d, ~r ot;an~wned vfci~r~, ~n~ po~~.rt~ -fir drn~gw~ Ifar~~.~ru~e oP end' then re~tertec, or If 41me a~~th~rized r>onir~~t- "E;~ctaly fr~jugy" ~?; °~sr~p~°~ ~man~" iri~lutie~E pn irig parties deviate from pier~~, t~luepr%ns, ~~- Eh~ ~•~?rQdUGE-Ct~iTt~}Icste~ ~p~retlart hazard" ~dlll Si~r49, sp~~IfCYtiCr?S r €iRl~t3vl~~ EI'~ ~r{)i~ ,aril redU~e the Prec~ct~~l"~rrf~Eet~d Op~ralfans ~y. st'l fie d~m~~ E~ ~ thu~~ on~Er~ctfr:r pro- ~regata ~ir~ft, ~~~ r ~~ 8a enaraf ,~yg, j~a~t. ~, ~patW tsirait rr she ~ ;, ~~tac~ r~nstr~w~t'i~n ~. The proof ,igns of Lirr~fts a~f in:;uror~ee (~~t~TI+~C~~ res~eCt enPr~~i Apre~~te " rnft, 111 r~et ol~terV~ise rr~~c~ffi~d E~y this er~elor~~s-r=ant hill ~csrltlnt~e to ap{~gy a6 sitp~;lat~:zf~. °~,~ ~.- t, InY=~ra~~ ~rws~e~ ~fti~e, Irr~:., ~ S9~ Page ~ cad ~ Rf t~ ,€.~ f~3 ,.t4 7P City of Dubuque Water Meter Replacement Program Attachment A Page 50 of 116 Request for Proposal Insurance Specifications ~"itv~~t~tAk, t~~t~ L l~1AB1L!"tl` ~ ~1~!C)C3I:~ ~-;,i~~l' ~1i~.id4:Lm;; . i~ l~;r..l~C''. ~~. R~3 I ~' C. ~,'l~l~.,. ~`hl~ ;t~c~=~~rrc,~~~,~"le~ i~Stt:~r?c~ ~rl;uldl~ ur;r tt~~ ~_'.a~~1 1~~. ~ditir~n~~ ~n~tsr~d lP~rsan~) +C'ir 1rg~r1lmti~+~sl: lH it l' 1~t1~lgtae, incltadn~ ali its i~ctd ~ci ~~~irttd fiiais, all its r~tNoy~ anc# uolut~rs, ~i4 its t~11`s; ~~tl~slt~s ter a~1tFl+aritis ~r~d tl~ir ba=rd rr~la~rs, rrls ~I~tr~~r~ t~tic?11( tJ# ~rr~ C?i1~ tltft~~°11111~r1 ~c~sr1~ t_~t~112~ t~115 ~r~ul~, l ~~ Sw~ a~t~v~, veil! bD ~klbw,rn an the Q~C4ar~31p1a. g _._ ,~. ~>~ct"t1~t1 11 ~ ~'V~ro is ~r~ Insured i ~~s~11d~~ ~~ in:~ct1~~ as ~n adt3ltt~nsl insurQd th~° pErsran(s} Qr ~fi;~-if vfltdl;?{a''~ `~'"7dk 111 lW;« r'~£l:!. ~F;, ir4E~ `d'I'~ ., - _ 1 S~r~li~."ut IS5 ',: 4.1tL ~. kli ~ Ef. 3J . 1, 'Y1~w~r ~t~ err err ay tar rt1~ ~t ~r c~m1~;~rar;:~ +Dt If~~se ~r;:n~ ~rz you bhp'#; CG ~t:J' 1 q7' art t11~ ~r1~~ f y4~1r ~11~~ning ~t~ratiorf::, ~,,. 111 ~1~d11irr' ±1t~1~rds} ~a t;~ ittD~t45j d«° !" r~td v„ 8. '', i r~e~plut to the dnstlrarr ai~dd to II1e ~+~~'~~~;~na! in~iire~ls, the rr~ricv.°~Ir~ ,Ddt~lti~1~ ~~~!_ ~;~~~ r ~~ : , 1c~ "~1:~~1y tnjury~ err Pie City of Dubuque Water Meter Replacement Program Attachment A Page 51 of 116 Request for Proposal Insurance Specifications i. f ~.•~r~~ arr;P~i~rt~ rra~t~a~i~i~, p~~~ ~i~ ~~~i~e rent ~~rrr~~h~~f i;~ ~~~?a~~~tic~at ~sriita s~u~ ~~a~rk, cn tt~~ pra~jr/nt ,~tt~'vr tta~n s~~°lat, r~:~int~~~a~a~ r m-~~ir~~ ~~ '~ ~a=arr~~ v ~~ ~a t~aa;~~f f .~'€v ~G'~1~`3~i~~~ i:~~~"~'-~,,~ ss~ ts'1:-.s J~~.sti+~ia ~~ tll C"~~r~ ~p~'r~t3;)n~ ~~~ t}~~n ay~I?1~7f~t~~; ~1 . That ~~rti~an nt "ys~ur wr~r'~" ~~t ~f wtisvh t~~ injury >.?sr ~ar~~aa arises h~;•> t~e~r~ pit t~, its in- t~n~a ups ~y am~+ ~ ~ ,gin t'ir pr~~~niz~tu:;~n r~th tia~n csn~~ ~gritr~ _(~r sir suta~~nar~cfcac ~n~~r~a=~ in ~~7~a~rrnin~3 caper~tians Pnr a prin~l- pal ns ~ part cf tf~e ~ame~ g~r~ject. ~Ii ttr~rs end ~~~itrt f ttri~ p~rti~~: -t tar~t~ss fff~ef tt~i~ ~ndar~+bmsnt. ~~~e ~ ~f ~ 1SC~ Prc~;~erti~, !nc„ ~Ct~ C 2t} 10 C7 ti=p City of Dubuque Water Meter Replacement Program Attachment A Page 52 of 116 Request for Proposal Insurance Specifications 2Q 7 tf7 U~ q"t~#~ ~n~~r~ern~nt ~~~~dirs~s a'n~uranc~ ,faro"~id~ ua~er tti~ 9~il,,in~. CQi4+#i~1~F~.Gll~ ~~htEf~a~~ IwdAl~li„.N`d"~ GC?~"`r~ :~~bt3i~ P~fn (3f A~?iti~~t tr~surecf P~rS~arr4sl r rgni~tnn(s~: 4 ~ i~ ~f r#~i~cu~, l:~iu~in all i#s l~cte ararl alp 3r~C ? ,~ a3, ~t t~~s air ~~~frttr, all €t~ ~~fs~, cc~rnr ,:~~~.,~. ~.,~:r ~ at~~~~=~~~ are tr ~~rd rrtf`rtber, rnpl~y~ and u~lurkt~~ ~f , .~r~attanAncf[7e~crlpfial:;~~l~>t~f ,:€; ,~;i~-, i ;r~}~-rti~;r r>v~,~~ire~ t~ c~rn~~1~t~ t~as_~r~hxu~tui~, if n~a ~t~~=.n°u ,~v~: ~~ii° ~ st~~~~ t in the !?~cl araticrr;s. ctir~r~ 11 - ~11tft~ IS ~. #rtSUr~d ~ ~.~,-~r.# to M~r1C.il„lt:~t: _~ ~.n a~'t#itN~r=al ir's:auw ~:*'«`,~"» ~~ 3~:c~i ~ ~'°s! ar :~nr .,?..;r7~s) shcsn i» #~ ~fs~uCu,'~SUt ur=fs ,~y1'#s r.s~~# # li~htlity (or "but#ily injury'" r ',eruur#;~ ~lauiau'" uud, ~'n ~w~rslu r~r ir^w ~ar1, f?y `"yc5~ar ~srzr~" # #fR lu~atJrsrt e r ~.~~ irF ; ~~ ~;huul u# tr<s ~n~#ar~~m~{im i ~;~r,~ f ,~ ~:,~at " i#~nui grtd ~ur~c; and Nneludea in ~,7~ °'prn~lu~ts-~csm; 1 ~,~ ~~,~~- #~~a~ haz~rci", A9i torm~, end cr~rrdtti~an~ ~'f #~i~ If : app#~~ r~~~s rncstfifi~r! by this t~ncars~rttant. t~t~ 2D ~' 4~ tt~ 157 l~to,grtiu:~, inc.„ ~t~t~~ i~p<~ # #" ~ City of Dubuque Water Meter Replacement Program Attachment A Page 53 of 116 Request for Proposal Insurance Specifications ITS ~ I~i3~~, 1 t~~`lv~f~N~~L ii ifitl',1T`k Pdf~~l~ 7~fviF_~tT tc3nar~v~lVer caf_C~~avernfa~ental lrnrnuni.4i. i h Ir~aLtrT'1 Crrt~r X~r~l~' s~~r~Et'•5 e`in(~ states that the purchase rat` this policy arrd the sr ~.;'~rdng cf the pity of Dubuque, lo~va as a._, ~+~-:~kinai Insured d=s nut *~~aave any of the defenses ref r~overnmentai irnr~u,.t~ .~~.a'slal~ie to the ityy cf [~:~t~tAque, Iot~ra under cde ~rf Ir~vua section 670,4 as it is r, ;, r~:~ sts anrt as it may ire amended frca~ tune tc~ tune. ~~ ~€airns r~~~:=:ra~i~~ The insurance carrier further ar~rees fiat ttris policy of insurance shat{ c~av~r ur~ly thr~se claims nc~t subject tca the defense oaf governrrtental immunity under the Code of tcawa ~ecfion 670.4 as it now exists and ~~ it may be ar~iended from time tc tune... Thr~se claims not subject to Dcde of Iowa section 67t~.4 shah be cr~vered by the terms and conditions of this insurance policy. 3. Assertion cf ~cvernr~ent. Ir~lrnunity. The pity cf t~uuque, lcwa shall be respo~aslbee for asserting Orly defense raf gravernmental immunity, and nay do so at any tir3 to a^d shat! do so upon. tt~e timely written request raf the insurance carries. 4, t~lcn-Denial of Dorrerar~~. The insurance carrier si°tati not deny cc . ~ .under this policy and the insurance carrier she'll not deny any ref the raghts and benefits accrt~iing to the City of Dubuque, lcuara under this policy for reasans cf evernn°tantall immunity unless and until a court of cr~rnpetent jurisdiction has ruled in favor ref the defense~sj of gcvernmantaM imrritattity asserted by the pity of ~ubt~que, icrwa. No ether Dhanae in F"oiicv. °t~he abflve preservatican of gr~vernmental inirrtunities shall neat cathen~vise change car alter the crsverage available under the policy. i~+6 }; ,~ ~;~ ~ _~1_ _ _ ' ,~,'r "I of 1 ~1A'~~_o__~ t _m.. City of Dubuque Water Meter Replacement Program Attachment A Request for Proposal Insurance Specifications ~anuar;~ g06 Page 54 of 116 Attachment 13 Pr®p®sal 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: SUBII~IT' THIS FORM Vi/ITM PROPOSAL City of Dubuque Water Meter Replacement Program Attachment B Page 55 of 116 Request for Proposal Proposal Signature Sheet ,4ttachment 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 the 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 No. of Unit Cost Salvage Net Unit Total Unit Unit Total Total Total Size and Meters' Meter Credit Meter Net UFR MIU MIU Unit Install Type & & Meter -nstall Cost Cost Install Cost Registers Register & Cost Cost Cost Register Cost 5/8-IN 20,615 3/4-IN I 617 1-IN ~ 557 1.5-IN I 2091 2-IN I 253 3-IN compound I 60 3-IN turbine I 3 4-IN compound I 34 4-IN turbine I 7 6-IN compound I 7 6-IN fire line I 2 8-IN fire line I 1 Total 22,365 ''As of August, 2009 City of Dubuque Water Meter Replacement Program Attachment C Page 57 of 116 Request for 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 Unit Cost Total Cost to be supplied Fixed network data collection units, including firmware and Installation Fixed network repeaters and Installation Backhaul communications from data col lectors 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 must specify the annual cost of the system's maintenance orservice contract or agreement, for each year during the projected 20-year life of the system. A/so describe what is provided via the maintenance/service contract/agreement, particularly if coverage would change during the course of this time period. Reference maybe 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/agreement will 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 AIR 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 & Replaced ~ Replaced & 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 I *** Replacement transmitter batteries I *** Labor to replace transmitter *** batteries Other (describe) I *** Other (describe) I *** Total per Period: Total Replacement Cost: Describe replaceable sub-assemblies for fixed network data collection unit The pricing in Table 4 represents the maximum dollar amount that the Proposer will charge the City for providing replacement 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 methodology that was used to compute the future costs of replacing the noted items..411 future values are to be expressed in 2009 dollars. Attachment C5. Ancillary Operational Support, IVlaterials ~ 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 & Supplies Total: City of Dubuque Water Meter Replacement Program Attachment C Page 61 of 116 Request for Proposal Component Pricing SIGN~,TIJRE 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 Failure Rates and Replacement C®sts 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. Year After Unit is Installed & Accepted 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Table D1. IVteter Interface Unit Failures Expected Pro-Rata Unit Repair Cost or Unit Preventative Failure Rate Replacement Replacement (less Maintenance Program (failures/1000 Cost pro-rata warranty Cost (e.g., battery units/yr) Percentage adjustment) replacement) Guaranteed Maximum Failure Rate (failures/1000 units/yr) City of Dubuque Water Meter Replacement Program Attachment D Page 63 of 116 Request for Proposal Failure Rates and Replacement Costs Year After Unit is Installed & Accepted 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Table ®2. Deter Register Failures Expected Failure Rate Unit Repair or Guaranteed Maximum (failures/1000 units/yr) Replacement Cost (less Failure Rate pro-rata warranty (failures/1000 unitslyr) adjustment) City of Dubuque Water Meter Replacement Program Attachment D Page 64 of 116 Request for Proposal Failure Rates and Replacement Costs Table ®3. ®ata Collection Unit Failures Year Expected Failure Unit Repair Cost Unit Cost of Rate (less warranty Preventative (failures/unit/yr.) adjustment) Maintenance Program 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 deter, AMR and Utility Companies Comaanv 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 N/A 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 34478 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 Burhs 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 Hafley 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 Replacement 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 Services 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 t]ubuque Water Efficiency Replacement Program Attachment E Page 67 of 116 Request for Proposal Utility Contractors Local Plumbing Cornpanie~ Company Phone Address City State ZIP Ball Plumbing 563-580-0152 p0 BOX 3235 Dubuque IA 52004-3235 Blaser Plumbing 563-583-0804 p0 BOX 893 Dubuque IA 52004-0893 BR Plumbing 563-557-1862 10741 Shagbark DR Dubuque IA 52003 Curtis-Straub CO. 563-557-1862 1072 Locust ST Dubuque IA 52001 Danner Plumbing 563-556-8516 p0 BOX 1409 Dubuque IA 52004-1409 Dalsing Master Plumbing 563-584-9700 p0 BOX 1421 Dubuque IA 52004-1421 Dubuque Plumbing and Heating 563-557-7511 205 Stone Valley Dubuque IA 52003 Jaeger Plumbing and Pump 563-583-6677 17500 S John Deere Rd Dubuque IA 52001 Janco's Pluimbing/Boiler Service 563-556-2365 2090 Simpson ST Dubuque IA 52003 Jerry Swift Plumbing and Heating 563-556-5162 PO Box 1875 Dubuque IA 52004-1875 Kunkel Plumbing and Heating 563-583-5274 2005 Lombard ST Dubuque IA 52001 Midwest Backflow Services 563-690-0996 p0 BOX 672 Dubuque IA 52004-0672 Miner Plumbing 563-582-2940 1048 White ST Dubuque IA 52001 Mississippi Valley Plumbing and Heating 563-583-4852 2753 Central Ave Dubuque IA 52001 MIT Plumbing 563-583-0771 2001 Rockdale RD Dubuque IA 52001 MMC Mechanical Contractors 563-556-0245 2998 Washington Dubuque IA 52001 Modern Piping INC 563-584-0551 10767 Diesel DR Dubuque IA 52001 MOLO Plumbing and Heating 563-557-8755 PO BOX 1540 Dubuque IA 52004-1540 Mr. Rooter of Dubuque 563-583-5080 p0 Box 1312 Dubuque IA 52004-1312 Precision Plumbing 563-577-1139 1836 Phyllrich DR Dubuque IA 52002 Reisen Plumbing 563-557-2123 2515 Pennsylvania Ave Dubuque IA 52002 Reliable Plumbing 563-583-5996 2561 Front Street Dubuque IA 52001 Schwartz Plumbing and Heating 563-557-1145 4904 Ashbury RD Dubuque IA 52002 Tom Swift Plumbing 563-556-0872 p0 BOX 3283 Dubuque IA 52004-3283 Top Notch Plumbing and Heating 608-744-2101 p0 BOX 707 Cuba City WI 53807 Total Plumbing and Heating 563-556-2394 5 Main ST Dubuque IA 52001 Willenborg Plumbing and Heating 563-556-2134 2020 Cedar Cross RD Dubuque IA 52001 City of Dubuque Water Efficiency Replacement Program Attachment E Page 68 of 116 Request for Proposal Utility Contractors a4ttachment F Potential Fixed Radio Data Collector Location Information F~1: City Water Tower Information ~~~ _ ~. ,~ si es '~ -~ ~_~ ~:., . t _ ,7th i~;C _ Imo, .~ °~ _ s . _ ', ice- t= :~ ~~~. ~n~ 0 -~~~ City of Dubuque Water Meter Replacement Program Attachment F•1 Page 69 of 116 Request for Proposal Potential Collector Site Information -- _~ ~~ - - ~~~~~~~~ tat~c City of Dubuque Water Meter Replacement Program Attachment F-1 Page 70 of 116 Request for Proposal Potential Collector Site Information m i~ I _ ~ ~, ~ ~ . " 4 .° ~ ; ~ _ i ,-~, _~~.i ~~ . .~ ~at~g~~, -- -. art, . _ ,. c .. -~~"~ City of Dubuque Water Meter Replacement Program Attachment F-1 Page 71 of 116 Request for Proposal Potential Collector Site Information w-m~ ~ _ <~ . - t<t ~~~~ ~'~ $~,:~i ~ ~ DEC - , t ~ ~ zi7~. City of Dubuque Water Meter Replacement Program Attachment F-1 Page 72 of 116 Request for Proposal Potential Collector Site Information t. ,. ,.r~ a _ ~._ _ s City of Dubuque Water Meter Replacement Program Attachment F-1 Page 73 of 116 Request for Proposal Potential Collector Site Information F-2: City ®wned ~uilding~ ~~.~~ + ~'~ ~ ~~ ~ ~ Denotes kru9lding placement ern arteeta#-~~iy~#r~~i rrsa~» I t j tg`,;~s r I,~ "~ ~{ City of Dubuque Water Meter Replacement Program Attachment F•2 Page 74 of 116 Request for Proposal Potential Collector Site Information . .~ d - ~ui A ~~~4 ~ - +~P~ LVWL~4f X13. E +~`}~ s~Flg +~f f e+6733 ~e ~Y --- - - I~:~+~I~n< f~ bps I~v~l t~i~%~~t~l Irtorr~~; ~wn~~c~. ~ gin, iris ~ti~f: Stern Sarr:psa-rv~~~rn, ~ngine~ring Q~p~rtt~t~nt, 563-589-372 City of Dubuque Water Meter Replacement Program Attachment F-2 Page 75 of 116 Request for Proposal Potential Collector Site Information i s~.~ a~rtr~. '=k=~ ~~+ ~qh~ eve ~~: ~3 feed, ~ 3nC~ ~'"~ ~3~, feet ~i~ f;~: ~~n4~~: ~n ~t~r~~r1~, ~r~ hied; ~~ Sieve Semson-8ro~vnr Engineering Depar#ent; ~3-~9-272 City of Dubuque Water Meter Replacement Program Attachment F-2 Page 76 of 116 Request for Proposal Potential Collector Site Information ~~ ~~~~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 77 of 116 Request for Proposal Potential Collector Site Information I~~~i~tt~W "~7 ~i~riy~ ~r~1 a,.-_, f. _ .~. ~' '~r -`.~ f~ ,,' a ~~ ,~_ ~: '~ `I i I L.. i. . ii I',;',r '~ ~~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 78 of 116 Request for Proposal Potential Collector Site Information a ~. -~' - -- City of Duhuque Water Meter Replacement Program Attachment F-2 Page 79 of 116 Request for Proposal Potential Collector Site Information ~ i I 'I'~ VIII II ICI 1111111 ~,i!'~ I III I h ; y F _- ~ _. - -~„ I.u~~a^ ~. - { 4i III II,,~ ~ ~ I III I Ihll '~ - i i1 ry ~, _ ~~ °1111111::,, _ I III I :i~illlldl,l;~ - ~~ ~~i 1 VIII '! - - ~ - - - - ' ~, - - ' _ Y _~ eta: ~~~ a~~ ~ ~ ~ ~~ ~nf igF1# b~av>r~ ~ fit, ~~ it~c~ts inn 1r~1t~tnic;~fi~r"m ~'~ant a~~. +GrM~~+~~; Ain ~r~rt~t, ~~'~ ~i~f: ~~89-~3 ~t~ve ,~ampsc~n-Bra~.~°r1, ~nglneer6ng ®epar#ment: 56~-588-4272 City of Dubuque Water Meter Replacement Program Attachment F-2 Page 80 of 116 Request for Proposal Potential Collector Site Information t~iP"i: ~. th t" ~ - ~i ~- n ' - - - _ ~i - - - ~ __ ' ~ ~_ r•- _ _ _ - m r ~: , ~ . :. ~~~,,.~ "~ a.,~. ~ `o, ,I~, '~ ,~ _ ` ii ~ ~ ~-~ -. ,_ I - ~, ., mo. ~ ~- ~,_ ~' s--.~<a, _~ . z ~.._ ti~ ' -_ _', i ~ :- ~,.,„ ... „ _. m _ - "'~,, f_ ' ; y ~~ lElt~, b~vo f~1"1f1 ~s'~ Flo@t cave ~ 0 irt+~Yfs ~~~ 1~'1c~~`rrs~ir1: oar usl~, ~~rt ~i+~ ar~age~r 4~ #eve Sampson-Bra~~vn, Engln~rln ~epartmpn~. ,~-~ 8-~~72 City of Dubuque Water Meter Replacement Program Attachment F-2 Page 81 of 116 Request for Proposal Potential Collector Site Information ~~~. ~~' +',~,i mM ~ '' _s~i ~,~ ~~" ~, City of Dubuque Water Meter Replacement Program Attachment F-2 Page 82 of 116 Request for Proposal Potential Collector Site Information City of Dubuque Water Meter Replacement Program Attachment F-2 Page 83 of 116 Request for Proposal Potential Collector Site Information ~r~, ~ ~ th i~rr~ ~~" 1~i~ic~r~ "~~r~~lats. r~ra, Steve ar~s~n-~~~~n, Er~in~ri~ i7ea,~tmnt: 568-589-4212 City of Dubuque Water Meter Replacement Program Attachment F~2 Page 84 of 116 Request for Proposal Potential Collector Site Information City of Dubuque Water Meter Replacement Program Attachment F-2 Page 85 of 116 Request for Proposal Potential Collector Site Information City of Dubuque Water Meter Replacement Program Attachment F-2 Page 86 of 116 Request for Proposal Potential Collector Site Information ~ ~ c- ~c~v~it, a~~rre trt~at ~a 1~ ~ i}~ ~~v has ~~ a~ ~~ Er t3 feat a ~~~rlta6r ~'rlr ~#dd~4i4nal ]r~r~a'~~rt: ii 'T+at~cit~t°~1iai '~anan~;~: ~t. 4n~act: `i~~ Fdc~r~a€ieM a~°i i~+iian ~laa -~~~ Stev°v ~amp~or7-Brc~~vn„ Engineering Depar~ma~t: 5~3-589-427L City of Dubuque Water Meter Replacement Program Attachment F•2 Page 87 of 116 Request for Proposal Potential Collector Site Information E ~ ~ ~ ~ ~ ~ City of Dubuque Water Meter Replacement Program Attachment F-2 Page 88 of 116 Request for Proposal Potential Collector Site Information F®3: City ®f ®ubuque Fiber L®cati®n~ 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 ®ubuque I®Net Locations Seo Attachment L®2 for a Map of I®Net Locations Site Site ,4ddress 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 4105 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 ®ubuque I®IVet 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 Road 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 Drive 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 Rev®Iving Fund Requirements fir ARRA Prefects Attachment G-1 SRF Required Frant~End Specifications (This ferret must be campleted and signed by Prime ContractaY and submitted with the bid.) U.~. Erivironoiiental F'rotecticn ~.~ency Certification of tVQn-~egregateel Facilities (r}~}~}i~,~d~,+e to cti~r~trncts, scrl;~r~r~tr~cts, ~r, ~ ~c}reeil~er7ts ,~~~itl~ c.}~}3(icatatt rvfra ~r~e t}ierr3se}r{es }~er;r~r:»}?~~,~ecie~~~}f~ ass}steel ~or~str-z~ct;or~ u~~;at,ac:t , exceec}anc~ ~ t~,QC1t? a~v}arc,; ~,t~ spot exer~~{~t fr-oara tl3e }~rcrvisrotas of ttae ~~cra} r~.p}~o.~tunrty claaase_} ~y the srrKmission of this Kid, the Kidder, offeror, applicant, or suKcantractor certifies.. that lie does not ntieintein rar provide for his employees any sectrecla3ted f{~cilities et any of hiss estaKlishrnerits, end that he does not permit his eriiplryees to pertorni their senJices at any loeetion, under l'iis control, r~vhere se~lre~eted facilities are maritained_ Pte certifies fiurther that fie will not ntiaintz,in or prouide for leis employaes ar~y seprecdeted facilities at eny of his establishments, end that he ~^:ili r~ot,~errnit his eni~ln~~ees to k~er~orni their ser~~ices et aray~ location, under l`iis contr:~l„ ~~vhere segrer~eted facilities ere iiieiiitained. The Liidder, offeror, a~~plicent, or suKcontr~~ctor tic#reps that e Kreech a€ this certir'ic~~ti©n is e viol~~tion cf tkiu E~~tal Opportunity clause in this contrect_ Ptis used in this c:ertfiicati'on, the term `~segre~ated facilities'' riieans any ~vaitir~c~ rocriis, work areas„ restrooms end +~+ashroonis, restaurants grid other eating areas, time clocks, ic~cker rc~onis end other store~e or dressing areas, parkiri~ lots, dririkin~ fountains, recreation cr entertainmerit areas, trat7sportetiori, grid housiri~ facilities. pro~,~ided for eriiployees 4vhch are se~reprited Ky explicit directive or ere ia~ feet seflreyatecl on the Kasis of r;<sce, creed, eoior, or nr~tionrtl on~rial, Kecause of iiaKt; local custom, or otlier~Arise. He further agrees that (except+r~rhere he liar abtainerJ' irlenticel certificcitions tram proposed suKcoritreetors for specifc time periods) lie ~~:ill obt,~in identical certiircations from proposed suKcontr~.ctors prior to the av~pardl of suKcontracts exceedintt `11~;Odt7 which are rrot exeriipt fror~i the provisioris of the Epual Opportunity chause, that he ~~.ill retain such certifications in his files; and that he v~ill for~verd the follcawinp riotice to such proposed suKcontractors (except ~.vliere the proposed subeontrectors Have subrYitted identical certiirc{~;tions for specific: time periods)- NOTICE TO PRtaSPECTlVE SIJECt~NTRACTORS OF REQl11REMENT Ft3R CERTIFICATIONS OF NO~1-SEGREGATED FACILITIES A Certification of i~org-se~reaated Fz~cilities, az required Ky the iR~]ay ~, '1°~i,7, order ~"# F_F?. 7LCi°, (~11ay 2U; 'l'~~r'>>~) on Eliriiiri~tion of Segregated Facilities, Ky the Secreter~:, of Labor, must Ke su'Kriiitted prior to the awer-d of a suKcontr~~ct exceeding ~'l0,Of1~! Wwrhich is not exempt from the provisions of the Equal Opportunity clause- The certifict Lion may Ke suKniitted either for each srrkacontracf or for all suKcontracts durine~ t~ peri'oci r;i.e., quarterly; semiennuelly: or annually). Signature Cate Name ~:nd Title of Signer ~Piease T}Ipe) NOTE: The penalty far ricking false statements in offers is prescribed in 18 U.S.C. _l r~C7~. EPA-T 572a-4.2 P~~la~r 1, 2oC:1 City of Dubuque Water Meter Replacement Program Attachment G Page 92 of 116 Request for Proposal SRF &ARRA Fund Requirements Attachment G-2 ~F required Front®End peci~ication~ (r~his form trrrust be cotxrpieted and signed' bar the ~'rixxre Gontractcrrr snap strbrxritted wvith the bid: Debarments and Suspensions Any bidder ar equipment supplier ~h~hase farm ar affiliate is fisted in an the X1.5_ General Services Administratican Excluded Parties List Syster77 ~~~eB site at l~ttra:x~`~t+~^y~v~,~_er~lu_~av.~ ~ai'll fie prc~hil;ited Pram the iaidding process. Anyone submitting a bid v~,ha is listed an this t~i~eb site Will Be determined to lee a non-responsitfe bidder in zaccaa-dance With 4[~ C;'FR Part ~`l. Llnkted ;States Envirant~~ental Protection Agency y"Vashir~gton, I~~ 2fi~CS~ Certification Rer~arding Debarment, Suspension, and tither F~esponsibifity Matters The prospective participr:nt certifiies to the best of ktJ lCnoa.~:~ledge and Belief that it and the principals: ~aa Are net presently deban~ed,, srspended, prapaserl far debarment, declared inelicfikale, ar~ valur~tarly excluder] franc cravered trar~:~actian,~ by any Federal department ar agency; fib) h~lave net ~~jithin ~n three year period '~,preaeding this prapasal been convicted of ar f:ad a cirri'I judgment rendered against them far commission o f fraud ar a criminal offense in cat~nectian with obtaining, attempting to aBtain, ar performing a public (Federal, State, ar~ larsal~ transaction ar can#ract under a public transaction: valatian of Federal or ;State antitrust stati_rtes or corT~misskan of embezzlement, theft, forgery, Bribery, falsification ar destruction of records, r~>al~ing fa'Ise stater~~ents, ar receiving staler pro'laerty; ~cj Are net presertly indicted far otf~er~y~ise crirrrinally ar civilly dharged By a govenlment entity (Federal, State, or local} ti~~dith r:amr7isr~ior of any of the offenses enumerrated ir€ paragraph ~'1) (b~ of this cer~ificatian; and ~d) Have riot Withir a three-yet~r~ period preceding this appliaatian~rprt~pasa] lied one ar mare pulalkc transaction s ~Fecieral, 'State, or fecal) terminated ar cause car defdult_ I understand that a false statement an this cel~tificatiar~r r7ay be cfraund far rejection of this prapasal or termir7atian of the award. In addition, under 1l3 U SC Sec. 'I g d'l, a false statement a~na y result in a fine of up to ;~'l g,00fM or imprisonmert far up to b years, or Bath. Typed l~Jame ~ Title of Authorized RepresertatiY.~e Sigrature of Authorized Representative Gate ^ 1 am unable to certify to the agave statemerts_ l'~~'ly explaroatior~r is attached. EPA Farrt~ 57w~G-~~ ('l '1-s~'€t} Cti~f1~y 1, 2aQ~~r City of Dubuque Water Meter Replacement Program Attachment G Page 93 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment G-3 SRF Required FrcrntaEnd ~pecficatiians (This t`orm must be competed and signed by Prime Contractor and submitted with the bid.) Disad'uantaged Business Enterprise (DICE) Soiicitatian ]t is EPr~'s policy That recipients of EPa financial assistance through the Mate Pevo[uing Fund prncirams a~°varci a "f~~ir sh~~re" of sul~€3r~reEn~ents to small, r~inoi-ity ~.n~i 2+~omen-ov+ar~ed businesses, collectir;elyv kr~ev:~ as Disadvar~tac~ed businesJ Enterprises DBEs}. [u4~ra`s Fair Share duals are: ~ Construction ~ Buppiiies ~ Ber~>ces ~ C~oocJ~e°Eciuipment ~ fieaerage I~~inarity-Iv>~~•neci Business Enterr~rise tfviBE) Coal "I.74o ~r.~a,~b 2_ ~°'o 2.5~>0 -1 ~ r_~ °L a~'nr~~en-C~~vnecl Business Enterprise ~1+VBE) anal ~_2~'Ir 'i 1.3~'~ 'I Q >o'~ 7.4°'0. tJnly vaFork I~eriormed by certified DBEs can be counted touuard t17e goads. In lo~ua; DBEs must be certified through the inwa Department of Transportation 41DtaTj. Information nn certification requirements and ~s list of certified DBEs is nn the IDGT ~.a~ebsite at httrr~rW~,h~~,v_ioe~raciot.anr~r!`Lnntr~acts:~'cnntract~ Peor,a.l~tn~_ Prime contractors` DBE requirements for SRF prnjecfs include: Taking affirmative steps for DBE participation Documer~tincp the efforts and the proposed utilization of certified DBEs PRC)JECT INFQRMATI'dN SRF Ap~rlicant: Bidder: Address:: Contact Person: Signature: Phone Number: E-Mail Address: CheciC if Prime Contractor is: ^ M6nority-Owned ^ VrAomen-C7rnrned Cvtay ,1, 2~0~ 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 S~ecificatian~ (This form must be cempfeYed and signed by L7~E Subcontracfar and submitted with Phe bid.J united States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Farm NAME OF SUBCONTRACTOR' PROJECT NAME ADDRESS TELEPHONE NO. PRIME CONTRACTOR NAME'. BID/PROPOSAL NO. E-MAIL ADDRESS CONTRACT ITEM ITEM OF WORK OR DESCRIPTION OF SERVICES BID TO PRIME PRICE OF WORK NO. SUBMITTED TO PRIME CONTRACTOR Currently certified as an MBE ar WBE under EPA's DBE 'Program? ^ YES ^ UO Signature of Prime Contractar Date Print Name Title Signature of Subaontraatar Date Prin4 Name Title 'SuBcontractor is defined as a compan},r, frrn~; faint venture, ar individual vw~ho enters into an agreement with a cantractor to pra~,fide services pursuant to an EPA award otfinancial assistance. EPA FC]Rlvl X31 GO-3 (DBE Subcantracor Perfannance Form) Eidlay 1,'2Qt1~r City of Dubuque Water Meter Replacement Program Attachment G Page 95 of 116 Request for Proposal SRF & ARRA Fund Requirements Attachment G-5 BRF Required Front®End B~ecifications (Phis farm must be compteYed and signed by Prirrre Contractor and submitted with the bid:) ~lnitedl States Environmentai Protection Agency Qisadvantaged Business Enterprise Program ®BE Subcontractor 4Jtilization Form BIDIPROPOSAL NO. PROJECT NAME NAME OF PRIME BIDDERlPROPflSER E-MAIL ADDRESS ADDRESS TELEPHONE NO. FAX NO. The following subcontractors' will be used on this project: COMPANY NAME, ADDRESS, TYPE flF WORK TO BE ESTIMATED CURRENTLY PHONE NO. AND E-MAIL ADDRESS PERFORMED DOLLAR AMT. CERTIF[ED 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, 1 will adhere to the replacement requirements set forth in d6 CFR Part 33 Section 33.302~c}. Signature of Prime Contractor Date Print Name Title 'Subcc~itractnr is defined as a company, firm, jGint venture, ar individual v~fia enters into an ac{reement with a ~bntractor tc~ prc~vir_ie servicea t}ursuart io an EEH award ofifnancia~l as5iytanee. EPA Ffl(td t31QD-4 i[3BE Suhcontraetr~r t6tilzati4n Fc,rn,) f~tay `l; 2©0~ 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 Bpecifiaations Buy At~nercan Certification (to be carrrnleted and ,si~r~ed by Ptime t~oratractor~ and srab,~itted ~vrth fire ~id~ t . Identification of American-made Iron, Steel, and 11r'lanufactured Goods: ~ons[stent ~+j~~ith the terms of the Purchaser's bi'd solicitation and the provisions of ARRA Section 16t~5, tl~e 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 on the schedule and consistent w°rith the deadlines prescribed in or required by the bid solicitation. 2. Verification. of IJ.S, Production: The Bidder certifies that aPJ components contained in the bid solicitation that are American-made have been so identified, and if this bed is accepted,. the Bidder agrees that it will provide reasonable, sufficient, and timely verification to the Purchaser of the ta.S. production of every component so identified, 3. Documentation Regarding IVon-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 of the following, as applicable: a. identification of and citation to a categorical wvaiver published by the tJ,S. 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: Verifiable documentation sufficient to the Purchaser,. as required in the bid solicitation or otherv+,~ise, that the Bidder has sought to secure American- made components but has determined that such components are not available on the schedule and consistent wvth the deadlines prescribed in the bid' solicitation, .~ritl7 assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwvise. ~. Information and Detailed Justification Regarding lrlon-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 or attached to this bid' information, including but not limited to the verifiable documentation and a full description of the bidder's effort to secure any such Amer~can-made component or components, that the Bidder believes are sufficient to provide and as far as possible constitute the detailed fustification required for a wvaiver under section ~ ~60~' w.~ith respect to such component or components. The Bidder further agrees that, if this bid is accepted, it v^~ill assist the Purchaser in amending, suppiementing, or further supporting such Pa9ay ~l, 2~C~~ City of Dubuque Water Meter Replacement Program Attachment G Page 97 of 116 Request for Proposal SRF &ARRA Fund Requirements infcrril~tian ~~ rewired by the. Purchaser to request end, ~~ ~pplic~~ale, in~plerr~ent the terms t~f ~ ~,vaiver ~n'itt~ respect tc any such ca--npanent or carrrtpcnents. SRF Prajacf ~ie~nature l~afe Narr-r t.nd Title of ~i~17er ~Pl~n~tse Tyke) IVC~TE The penalty f ar rz~€3kit~~7 f~tl:~e sf~tter~ients in afters Is ~re~crit~ed in `l~ !_1.S.C. '1C1~.~°I_ City of Dubuque Water Meter Replacement Program Attachment G Page 98 of 116 Request for Proposal SRF & ARRA Fund Requirements A~~~~E1rr~~nt H C~~~i~-~~c~n Prev~ilirlg a~T~~~ ~at~s [,~;~~T~,RA~, UHr~I.1IG2d: 1~?tTTltTDrJC91 D1,fU~2/~f)~19 IAl L1aTde: ,7~nu;r~,j t~ ~'QC_~ G~i~r~l l~c:`aic7t~ hTuarib _r.. TA~l7D~DQJ~ <"11/(12/~t)C19 :;,~~~~~~~le~ G~rcral Lt~..isien 2dua?t}~e~°; IA~~~~17t~DC7~. St~t~ a lcrsta c.~>ri t z x^,` ~ can Types : H~~T.~~ ~?r~1 f3ieTl~~ray ~~uuties; Iotaz St~tc~s•~.d'c:, ;~'I~TE,«7I L1 E'rC~EPT' S~'t~TT C:~~JTTa T~~;;~'JY F:4~`T:~'s.'I;CJ~"1'1'C1r;' 6'kC'~J>;~TS ~T~~e~ ~~a'u: .i.atc7.ud~ w~~sc~~k r~r cr r~rt~i~xi~~x ie t?~~ r,~.:~;is~'g~pi ~?r t~9ls~curi ?pia=ers i~Z C3I1 TAd2t~.C ~~i~, :1~SB3~'t"`- ``='~i'~~~_;tnT]~ LI~Ta'~.5~ r A~7L1 HS~'r.FSIhT~Y ~RC1~4~Tk`.'T'3 ({~iE:s kx+~t it_•u1.usJ~ ~,;ailali~° strtin`t?~~~ :gin ~~st s.r~as T~t:~~3~T~~~tic~u FTu~~? P~T~Ii~,~t;icrs ??atY~ D?/t~E`~/~CC6 ~ 1~,I1gf2~:Dfl tT1 /D~t"2C4~7 ~~ ~-~Il~tr~i'}~®4~S 1. "r/~J1/2Ct~8 ~iake~ _^~ineT~;~ C'~L~,~rit~r ~ i-'~1.~~T~^i~~e:rr:t~*1 ~ra[1E 1 ......................$ ~3."ice' ;.b3 ~ct~:1E 2 ......................t I,~3 7.~•~~ Cc~n~~~t~ E'a~i~hcr ~t7~' 1 . ..................... y 21.?t 6.~~tj ~le^t~i clans : ~S'PRTJ~T l`5:~717 TTICaHi~t~~Y T,It~iITTt~:~ e3IdL~ TftAF, Ir; :~?GNA?~5 'L~\~ 1, Lt7Ny 2 7~~;~ ~i~T`~E '.. ," f L , `~5 4 «2D TS'•+DT1itiTGY'1;.P ~,. ~. [~F F'~.'~'fiTr~ CYT!' ST~Ui.T'F.TF#1.I, ST~'.EE,~ ~CiC,I~ 1 t? A^ v 2 .......... , ..... , ~ ~ . D S `l .13 ~~?i~~ ~,> ....................y ~r7.tia5 ~.5~ I,al~~z ~_~~ s Z~73~T'~ 1 ATsE7 7^C)T`1T~: s~1i~T1T?" ~. .............. . ... .. ~ ~ . ~ ~ "r . i 5 ~T~~~T .. ............ ..4~ ~~.t7 ~i ~. /w7 City of Dubuque Water Meter Replacement Program Attachment H Page 99 of 116 Request for Proposal Davis-Bacon Preva iling Wage Rates t,~.~i;P ~3..........,.,........~ "1'7,3 ~.i6 t~Rt)i7F ~ :..................... 1%~,'~.3 7.3,E Lt~P;E ~] G~C~i.7P tz ................. . . ~ 1f3 , £~t] '1 . U`:~ rc~t~~r C:FtC~~1P ;,..,..,,.«..,..,.«„LL$ 13,5 ~l«+2D L ll~. ~J ~ ; , - . , . . . « , , . ,. . . 1~ c: t p . J S } J 1 L ~ I-_ P i i F t y y , ' ~C3UtJ~ Iy . . ......... . . « ...... ~ ~2.~Ia l2.lli [1~C,'~1P 1~,..,,....«,....,..«.« `~ ~2«~J 12.1IJ ~c~rlr~ u~~UP ~:«, e. , ,« ,,. .. ~ 1t.~~ 12.101 Gf~C)C7~-~ f3,, ,. ,,, ,. ~ ~_S.~?5 12,117 GRVI3P >> ................«.« .~ ~1..~J 12«:t~J ~t22~I~, ~Jts~LT;r u.... • ............... } iev. ~C] 12.GCi ~~Ii~~i' £~•• 1.i Sl~] it ~ q} Y"1 . . s . . . a e n a e t f x ryi' r5 ¢ ~ . ~%L.1 ~ t t~ ~vR.~I.i ~~ II . .. ..... ... 1 - 4' ~'~ . a ~'~ k ~ l] GP,~C7x~ Cr..,«, «,,,,,,,,,,,,,, ~ 2.26 x.17 t=;RLC3LT=} ~~.~.,..«_.....,..... ~ 21.21 <I.~f] I~Ftt=kT~]P Ss .................... ,~-~ 1.if] ?],~]Q 'I'RIJ~K DFtI3JGR (Ti~'D F~~I]J:Nliri')- MAR.I~Ii+~I? L?ZCu'I±,'k}~t~~,.TC']1~`TI:.DC}23~ ~~~~ 1 .......« ............. a 1r3."1(~ i«~~ LOrEL' DvFF`T27I"II~+N`~' l~a~=~ 1 ~ L`~~ U ~~~~t~~~ ~~ cll., t:~,~~ ~n ~r,~ L'~~,L1~~ f«~r ~lI t='.~a~Ia~, ~r.~ Junta C~~tn""~ ~~r~arnta~r.•~ ~r1~. L~t~f~ 2 - 'PI°t~ ~r~ttnti~;~ of tic tt~~_ts~ fcsr ~zl._ ~~r•~t; ~~*~c3 L,i~~~ ~'~~~t'~~ ~~~r X11 ~r~~~E,~ e~~.e~ a r_.arn~r$tp~s . - City of Dubuque Water Meter Replacement Program Attachment H Page 100 of 116 Request for Proposal Davis•Bacon Prevailing Wage Rates '~'Qt"IE :? - the Git?c~~ Wit: Bur,l,:i,r~~tt~ri, ~3.?aat~n, ~"car` ><~adisa~ta~ k~~l~>;~, 3t?r~ t4rtsc~ttrx~ &an~{ ak~utt ~.nc~ rmuna.c_:1paa.iti~ , cif s~art~' ~ixcY`s c,tt_.C'~;} « 7~7t°I~« 4 ~° 5~_~r~r, ~la~k 1~Nrk, G~ciar, J4~~err Jat~~s, ~7~c~s~rt, ~7ad_;~a~ rnd i'+lar=~rp G~+r~r~tae~;; ~i,irttr~n [.'~aLart#:y {cxxc;f?pt the City cat ~°lint,~rrj, Jc~k3tist<ar1 c~c~°~~tYr I=i~~t~catine Ga,~zxty {~x-u~pt the. Ca.ty = mttx~cat;~.n~j, 1_'r~ ~~.L~r ~L m.~~ut~~~:ll Bluffs, ~t~,r-~ ~[.~.`allllt3r r'S'hti J,1~~' I'^'~t~SY'iiE.~.i '~,f_lLlTlt'~~'. r 7~TE ~ - ~1 i ~rc:a.~ cif t:h.~u ~t~,k€,~ rtc~t: 1f, ~~;ri ~Yka~,are. LA3QF~.ER CLt"1~~IF'IC.~wi'IC73^~,~ - Ash C~t<1ES trktt)tlg' ~s#1; S' filed pigxn ay~r {~e;~;er, en~aL~;r an~T ~~~xdtituj and turrz~i~ ~,ak~~r+?r_° {x..ottr~ ;I,, ~ aid ~j GR.t~TTE' A - ~arperxter :~en~~er on ~r=ryes and ~>~ czil~,~c:rtt; curb zza;~~~kxl?xt~ G~rlth{~~.~t a sPatj; r~~Ta Band; ~ia~amcnd axz4-t tncrr~ driils; nri.?J, c~p~xatc,r ~a'~ ~~,ix t:z'~~r war~c?rz drli s grad ~:'itcx~.ltxr c?r~.lls; LursYt .k;'ie'",/~tri ncj znan can ~~av~nc~ v;~~rk; z~rrnnzt;~ axzl,e_. mint ~iz~inrvt ~dal~r tet_f~l~ rtax; laser ~parat€zr, p=i~p 1a~ar (sekaer .ratter and ~.a.n%I;z=~tsj 7,t~ne 9 ~ 5F ~a°~~r~r trarx t:er.d~r; p~w~r tt~~ar3J°blsstu?~; s3va opuratcrr; tunaz~i labs~r~r (z~ne.s 4 and 5) . ~B~LT? P~ ~ rtr., ~~~, dl~~:t'r:kc: t.a)t~r xagx~ra°~:~>r; k~azr~:~ rce~.~~mar; carpenter tender; eaLZl~?r; r°iaa:zt ~a~a tn~=ra: c~:rmprc; soz {xinder ~OC~c~m) ; c~~_~r~~r~t~ fittisk~~r t~.nder; crncr~:t~ prc,~essirt~~ materials and moniic~rs; cut°~i.r,c~ tcsrcka ~,rt ~t~atCG~~,It~,~[~; drill t:e=7ci~r; dun. t:~n, x31ec~~ri~:; c_'tr'tli.s, fence eres~tte~rs; for_ze rind d~g~~:~tS?,crrY j~:i.nv tss~mbl.ex:; i!~~c,; t.3a;tga~^+~.r ~s~i~rK~l l~b~z~x`; ~i~.~~ ~:4~iecl~~r, hatxdliracg anG pl.~cin~ ~nel~al ~ttesk~, clesse:~ bar...;, rs~fcx"c;:Y~ bar: arYCi ~halr.~, h<t1' x ^g~i.=1#, lt=tbe~r~r; installirx~;k terin~~raryr traffic ce~ntr~l d~vl.u~a; jackh~mrn~ m~,rz; mtxt;k-~~zzz~.~ak grni,~t;~r; paint=r'r {a17. ~x~.Qpt strip~:~sj : pax.iz:~ br2~tk~r; g~lan.tartc~ tr~~: , sxrlib~ and f i~t;-~rs ~ F~~arr,°~:.r~ ba:~a~rn {rx~,t ~~_flprr~~:~11~~11 i p~~~~r ~uc~~~.= ria~x; raters; r~ciTnan {tyro<~ rPir.3frzrci?zcl steelj; ~ar?dr]'_ae.t~~; sdedir~~ <.iSl~~ t11~t31ng; ~~Vt~Y LY~."L~.Yt=~ L'[~j~ Tn~~.ih~~:CJ~tC~~l: ~Clc?1j ::~~~1cil'~'~'~3} u~°tY~~;~.Csr Ll~r •`_°+t'"~~.,C}lE_~' %H17i'Y Sit?.. p~~-' c7r F~?~t t~zzi_~nud corac.~~?~~_; .ate~•irera 2C~~Y,i3 rar- r~Jsurfa~tm.ci;`ns gr:~az control, ss,Yinctit~~l ~ate~e, tntiine r_,r k~l~ack> and tact~1.F; ~-~rnp~r~s; timbdr Yitr~r:1 tett~l ro;~zrt s;,nrx and ~:k:tdc?~r-; t}-e~ clin~l~er; tree ciraurd zeta®x; 4xn~erpinna.nxt and ~h~zi,ng ~:z~~sctn,s over. tti~te~i~ fn~t dc::Hp, v_gb~`alL~srs; v;alk ktnk~nd tr~r~cher; gal}~ Y.xe_nnd paint stripers; vralk ba:lzirr~ ~itrratirig ~~tnpa~.t? vra~~r ~uartpw: {urx3~r t:~r~a iYt':k1j ; 's.~4~'t =Y`~ffi i~~iSllTt ~~.~ia.1r, ~R:c~UL~ ~ - wale vreit~h g~ersr~ra:a traffit: r.casatx~:ir'ila~~t'~`, :;"+~"`v'el5,~a=x~v~ gar Iil~ttieL*I, ~"r~L'~3r ~,~rritr. ~~[hT~[t R~t.T°g~T"%Ptd`t~ t.)~ETtI'C~T? CL,~1,S'1~~~G~~`Sc'.NS ^~. :~i~L ZiJI~Eu= G}:~'ltl~ ft .~ ~sp~alt g3~'~~}edti•P:~tx 1t~il~r gs;ibratr~~),. ,Asptzalt layd~,:an machine.; asphalt g31.ar~t; 7ks~xita~t :~~.°~reed, ~~ailclc~z~t_ ~a.rllsbj; ct=nt=ral~l tnix g,laxxt, c~r~n~~rel_e _t~untp; craza:~; cra;~Tlvr. tractor pul:l.iric scr~g~er; d;~rur_.~.x~,ai.:Y,l d,t•ill { 6©P ~trQ {l.bs} pt~ l7,back ar3d a;.c~vi-z) ; ~ a~lict~ ~rxd ga~;•tur slrca~.r~i; ~lrert~,~e. en.li_xeer; excs..:at~r {aver 1/°7 etz. vc,) irattt ~nci 1^acir~ ~d~ C'y Ana ~r~f~rj; lzc~r~.ct~ta3 iir~riezg s-naet~v~xep n.ast~r mecn €xic; millin7 tns.^l:ine (ever. ~~~ hpj; m~t.tar ~radrr {f~.n9,:;Y~) ~' p~zskz ~,~:Y; t~ukakae?~• kl~,~d ~ac:~k7o~ (is~~°eri,'2 eu. ~+^d. ~ s~.raper {J.2 ~La. yfd. azid cxver cr iini:~~~; ~~_if-prc~~~.~,1„~d r,~tn~ry ttlixdr/rdret ~[~c;laimer, side ~5rvo~i tz~~.~ar; s12ia fc?~xn ?Ur•tlaYld c~nc~rvte g,avtir; t~t~r ~,~ pYZSh b~U.t; tr~n+4:ks,n~ m~t,ehn~ (~l~v~ianci ~tl Utz- ~itt:ilarj . City of Dubuque Water Meter Replacement Program Attachment H Page 101 of 116 Request for Proposal Davis•Bacon Prevailing Wage Rates i~E9~~ B a"~,rti ti..tA1~'y e~i c+ff ~-,~~,~ 1_~ttl~i, ~s~Ya~3t h?~t=t=y/~l:~tn~r, a^rha7 t material tr3nsfc~•~- ~shic-el ~~F?h.?lt P~,11 er; 1?c.~ t 1,~?,tc~r~r~- c~~` ~:Lrttilur lcs~,~lex; ~iElll~r32~=L' ~~,Y~1?1a}i} ; rvlil:T'r7 E~'~' ryrta~'}F clY'ull; ~P~~aisv2rui~~: Clla.l] T?i_.l'4i ~a:C', r:r~"~V.}.E'..'C l:~ac.tcx.7- Fullitg ~~g",~~".x~, ~:isi, trrs r~;~li~r, ~~~r •t~iand,~~iiler t-lirec°:tis~nal dr"i1.1. (I ~.,~„ tls~ari ot7, CltDd) ~1.1'a) ~uli~~c1;,1 ; di,~t~l3natr.tsr; ~xc_avaLor 1/2 stt. yyd. ar,d Lrnder} ; t'c+~']ri xic~ing ~ran~?~ete ~~,~Aer, ~rcir~ end lr.~ac~x~ l~ L•p 1e.~;~ tkaan {1 ~:u. ~,rci.;d,; ?_1rr~u~1 er~uiprerit =~raaser-; Tlte~lrarae, ~:i:l.]:izlg ]n~ac;klizrr. C:~~C~l'=~. anti less~d ~S~t*iri~ ~,~~~k~r; F~.r-t'_an~3 c~~r~~r~~t~ dr;F L~=~`vh ~i~rat:; r~.ilib~r, i-i-~~1 i~4~•r.}ch~a 1/~ rtl„ yd, ~.nd ]aa:dt:~) ; ~:x'aUvr .ur~l:~r i2 cy~~ , sct~~rting, washing sn~~t a~rtz~hing pent ~rnrah.l:e, ~+trt°e.::t~J,r crr ~:k~k~.~~rtH~~t F sla~~tl~a~a ma~.til.tae; .~l~ici le~~adar ~1 v~.t, ~tl c£SC.I C+VE'I. ~i r" `3 LtY?CJx':'~ta~.':~'. ~T• tF'I.n3T[1>?r'F i~F_r:i7lZrd ZCLc~vlr~.n~; Vz3tF;~ S"lcl~tlC1 JTa C:GY[c~7~~'tir~n.. G~OfiYP ~ o Era~~T,i ~ i~alntala true, c.t~nt;rete ~~ra~~;a:1rrJ>.~ebt Fia~~rw ~?~~~~ ::~~~l:z ~~~~ ~r,]•Jr~.te~]'lfi~; ~~'3r.T(i ty~x; t3:3t::t!:rr' (€]V:'_T 75 t'_x~.} ~~tt~_1iTt~r ~i~C Q?" itaiie:r; ~Cat";:lffi; t:r~nt erd fader ~tind:~r 2 n,,~l. y%3. ~; ra:~uc]r' t~r~de~- (rotTr~?T} i ~ilc hat~une-, ia~s°rer unit= ~t?in~ (g}°~atar than tlxr~e inch d:;~~sr~e*.ter~; ~,u=mpg nn tvc!11 pc,iiitu; s~fet'y k~~:a,~a; s~:l.;i.,,~~~I~pel.~p~ ~•~ lax ctt_er than as~hait~; se].t-~r:ol?,~.11.+~d .~c~:ncl )?7,ast~r ~~r ~17;°~t; ka~,~t~t€rr, t•aate galas=ei r,x° st-rii~~~~t ~>:ind~ar/r'emaaer< ~:k.i.d c7_.,~t?z {und~c 1 e~€r. yd, } a truck rnparl.arl pca.~'a cria:e'. ~R~L7~' ~ ~:ni:t.nx-, cs~rn~arr*^c~r, cu~`~ end t;~a_,~laww~ Tti~ci-s1nL; clc~c•~ lapr, farm. tyEa ~~ uk:ili:_~+ trrar:tuz' Guriric~T:' "A5 ttla, ~ pur liri~ disc, ~t~liex ~r ether ,attacl;:n~nt~, gtnu~ grpri~~r tpt`tcip~; 1-gtiL ~rl~,r?ts; me.^.t~~a_-ir'. tende-~°; ~t~chaaiu;}l trr~aa~r.:, m~i:li"r ni~a:l h~~t~x'~,; cil.er: i nt~mF.a ~un~~?>~ t~re~ nvh tl_'iL.r~t~t~?~l ; t'~°~~ ~hi~}~irc~ machine; tx'u~.k ~r~ne driverJuilpr. t.laRFEPIiT'z`'.S N2~1x 1'~I,EI]ta.t'J~,'kti~l;t`I (~t~AtE ~)i ~ett:ing ~i strut=.t>_tr~r3 stYV•1; any 7•rp~.~~iryc~ anca.~l~~lk~,7 -c~ t,yi.d~~ ~a?- ~:tsl+r~xt t~rir3~trttctl€,n; netting ~~~Jlaerete 1~aams. , +t}sI,G~li~ ~ ~pr~ive .taro ~3resr.ri}~~r_t fca twxa,ft Pa.r.t~:]_m', I rp~;~i;icn to t;h~:t`i ceelr_a?.Irr~ i°~ i:r?c.idcxr7,t;rt1„ t7~l:,,sta.~ c_. 1,3s~~tcatac,:a~ n~~de~ tepr tx~rk atut t_nciuded s~rithin the cr,~;c~ ~f thri cl:as~ti~a~ipn,s livted t~~y lae ~~lriecl ~t:t..~t; :-isr~y.*_•t3 ~r~:ly as ~.~r~.~vit1~€i ira tlae 1~Y~>r statidard~ u~r~n~.ract e:lassgs Cz~~FR S.S (=-1 t1} i1z) j . I;.'Y Lll~ ls'~irrq r"31j~R7t?, tli~ ~"S'II" t1~':~it7r1~.%iC7tn T~i~.;iPs t$rr°.. 3~1t.£?~:n ~,ikltt~.'.Ct~ t7I7{~f?Y: t-}1C ad€~tatl.fiF® c~ rt~t ~c~fi~~t ct,=lric~itw~ly Yaarg~in~~d taac~e and fiinre benefit rates. ether deaig_aatinn~~ irad~.~;ate ?~na.c?z~s ~tiia*]r>~r~ ~•ak~s h~~`w' k~~;c;rt dett;rlaiazecl t_c~ t5~ pr~~allir,g. Tu+t?~1J f~E,~P~tstvl~Ni?4`ll~t~I n~EEt'SE~ E'R;~~:EES 1 . j ll~s te9~?^a la ~r~. an initial dacg,~i.^sn in the i~,atte?~: This c<~ln ~c. an n::iatit7g pta133iah~ct t:+al~t:+ detrzrrnir.at~.clii * a vur~ey uit~erlyirtcT a x~+sge deterrninaticart City of Dubuque Water Meter Replacement Program Attachment H Page 102 of 116 Request for Proposal Davis-Bacon Prevailing Wage Rates ~'K a 4~i'~tr~e argil Hear Divi~=~n letter v~ttirlr~ fecrt~ ~ ~c~iti~rra ©ri a Kvaa cl~t~x~:rinat~.cn znatt~r '~ t~ c~i-irCttt?tatZLe ;~drati;iri~.l el~~s=~ic3Lir~r3 ~tiiS rte ~°trl=aic~ [~Ti $;1 'V!~~ I. ~..~1..P C~~I.ci. t;, ~;.~~aJ ~i'~~ii~~~. ~:~nt-ci-`{t-r x.17'5. ~..L7 C~, 1.. u'!CP ~~s~l1 G-'~~:'~=U?". ~al1I[ISt7:311~,~" ~t° ~lY.yP~,~F ;~raul~l !~~ eaat~r tpi~ ~s?~d~e anal kian~- R~~ir,n~:~ ~ftiec tc~r; tt:rg a~rra in ~al~ie~ tt-i:~ sur~rry ?~a~ ~a e~nriucte a' t~e:~~u~e tti~s~ ~iee~~en~.,i C?1=ti cep hac ?'~ar~~r r v_~t~y Lttr' t;Fi~: ~~t~i~°~ur-:eii u'st::~r?~' ~'-"c~~i:a:n. ~t tie r~~~c:ns~ fiuni tii^ iriit~l ~c~rtt~-t ;[.~ nrt ~~~x~1=~~te,;-y~ tY~rin the yr~.c~~~ ~3a ~)~~~ in 2~ any 3p sl~lyi~ ~~= ~c~~'latar~~. +3it r~arr~ Lr~ ~ti_~ cyLlr~r r~iattFr r~r~t ~,~~:~t rJ~t~~ tc~r ttz~ t~~r~a~ ~r~^~s~ cl~~er~~+~~ =~e~~, i.ri`i~_ ~:s~n~~c;t_ ~tarl~t~l;3 ia~ rri~h k-1'~e ~i'x~at`ir;li ~i~ tVru7,5~rrlC~can ~5?ache L~1=~rrtlirla`~rart5. V~rii~~ tc: ]~:.~n+,h ~z ~'~ri~trra~t~.rar~ T~?c~~~ ~~ ~~rz~~:r~ata.~~.nn Wa~(~ ~t7~.'~l~L1Z Lli~1.~`~~ri U..~~'. Ld~~~`ttta€iztt: [a~ L~?i~t:" ~C1I] t:~~rr~tit[iLi.~Yi ~i`if~rilY~~ ~.1,'~?. f. ~ sr the ans~~~~r try the c{ue~tic~n irw ~ ~ i ~ ~~~, Hier ~n int~sruste~~ ~~ta~t~+ ftti~79r ~ri~ci ~:ct "tt~* t:tt~ ~eaticrn ern r~~uEivt r~sxlprtr anct reuc~rss=~eratiemn frc~ri ttru ~R,~ce ~n~ l~r~tr Aldmini:;tiaL~r ~~~~ ~w t:~"=~ ~~rt: 1.8 end ~''~ ~A~~ >"art "1"~~ . G~r~.te tr?: G'~~~E dnd Hour ?idtreiii=;~t_z~L~== ~7.r~, t~~paYtmc~rr.t ~~ T,~~°~~ ~CiD +~4ti~tj~tl7L'iD7'i ~~€~nu~, \.~~rt. G1a~ii~nc~tc~n~ ~C ~11~1t1 >-rc~itc^~t ~hnial:~ ~~ an~:,~m~>~It~,~'c_1 ~~ 4t 1irz~.l ~;tt€sr[t°*lil;, c71- t~ti~ tnt~t`c~t_~., 't'1t ~,, .rtt °..: )t~a3_7_t1LS?ri ~rr~ ~~~ ~,n°,j j,i7f~'iTs~t~~~7'~ M~r'~`~~' ~~~:;gi~llV: c3~f,.~r ~=CC~~~Ct '•' ` .~ s~~~c_=~.~i-:1crr1, .aria ~rr;~~L} ~~ tr~a~eri3Z, ~t~. 1 t~tat t~~ xec~s~stor ~c,n~id~r~ r~~.~~~r~t t~ the ,s~~a~:. .~,) i1~ th€= ~~~eisir~n eaf t=1U r~c~uiri~.strata~r is nit 1?a~arla, an in=~,~re~,tr~~ ~aa:r:`L'v zria~+ app~~i c~~~ti~ tS~`_1~~ ;~dr~itti~FL:~E:'1v~ F~a~'~~Wt i~tia~ (~c~t__t~r'? 'L'+_i~ 4+Ta~e ~~ttreai,s B~.ar~~ . ~lrite^te; 2~fJ C~n,~titati~in t~avnu~, ht.rtv'. V,a~hitit~ti, C:ru ZG1'~'].f~ ~,~ ~:L1 r~~eisi~ata~ ~aa the ?~~.~inittratiu~ h~~Fi~~z ~~~lr{1 ire .fa,~~7., City of Dubuque Water Meter Replacement Program Attachment H Page 103 of 116 Request for Proposal Davis-Bacon Prevailing Wage Rates Attachment I Deter and 11FF2 Specifications Attachment I-1 City General Meter Specifications All permanent services sha!II ibe rneterect, except fire protection seervices, which may or may net be metered, ~t the discretion of the city manager or the city manager's designee. ~4rd. No. 13-89, ~-} ®1~ htn c~v~n~r~ aye re~pc~n~i'~il~ ~v~ P.~r~h~4 All water meters in sizes from fve-eighths (/) inches to one inch, inclusive, shall he furnisht~d by the city v+rith~aut expense and shall be rewired and kept in first-talass condition by the city, d~nly one meter v~rilt be furnished for each service. line. Mleters in excess of one desired for a single service line shaif be purchased 'by the owner aaf the builriing in r~vhich thhe service is located. 1Vleters above tine inch in size shall be purchased from the city and shall be installed and maintained by the owner of the property. (Ord. No. ~ 3.89, 2, 3-9~} . ~~s1~~. L~tlt~Il, t~t~~~~ +~~~ ~nl~l~!~~i~t~. ~a} Itl~eters shall be installed just inside of the basement wall at the end of the service pipe ttescribed in this article. The regular cra~aplings, r~rhich are sold as part of the meter, mast rer~iain intact ~~rhen meter has been installed. fib} All meters shall be instant horizontally between cnc tout ~1'} artd four feet ~4'} about; the basement flog. A suitalale place shall be provided for the meter so as to keep it dry and Mclean and readily accessible at all tirnos to the motor reader and inspectors of the city. (c} tlVhorovor it is impassible to instal[ a meter in the 'basQment, 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 inlet lido and a valve on the Q>,attet side of all maters. the typos of perrntssible valves shall be approved by the tiity manager or the city managers designee. (e} should the city manager or the city manager's designee determine that any meter has been imprape~rly installed, notice shall tae given to the owner requiring correction rat the detect. if stach detect is nofi corrected vtithin five ~} days of such notice, the city manager or the city r~nanager"s designee rrtay direct that the watersupply 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 designee has been paid. (ford. 53-89, ~, 3-~J-~~89} City of Dubuque Water Meter Replacement Program Attachment I.1 Page 104 of 116 Request for Proposal General Meter and UFR Specifications {a) ,ail vratt:r meters irfsttai[ed airy nee aid remodeled sfiructures shall have outside rniofie readers. Ffiemote readers shall ~~ Iccated in the vicinity ~ the has ureter, if existiryg ar~d ii= the ~distarrce ~~ file remote reader i~ less than One huridred #eet ~t O~t`~ frt~ni this °~rafier meter. t~therr~~~ise, ~e rerntate reader shall installed at a lca+catlon accepfiable fie ~e city manager car ~e ~ci~ m;~naer's des[gnee. 10Vir~ing 'fior cenr}ccting the ~~teter meter tt~ the remote reader lea€€ ~~ c the type designated ~~ the city maryegr or fihe city n-ranager's designee, the rem~,te ruder shall kye of the type designated lay the city manager cr fihe Clty manager~S d~',signe~'. The ren-rete reader shall ' ~nstal[el Icy the t~lt'~i rr~anager Q~" the Clty manac~r'~ desln~'e ~ a charge ~(~ the or~wner r {~Y~Ifners as established by the city manger cr the city ma.ryagor's designee. Pay~menl; fcr t[ia rerrlote reader or readers slial!l be rrrade at the time of appiicatican for service. ~hj t~utside remote readers shall be installed by the city on such other v~aafier riieters as fihe city rrranager tar ttie city rrranager°s designee shall direct. The charge for ir~sta[lation of time otafiside remote reader shall he as determined by fihe city manager ~ar the city rnana.+gr`s +desigryee and shall be paid Icy fihe user car o~r,~ner. ~c} ~ user or tanner ti~fho refuses tc allow lrtstallation of an outside rome~fie reader, after ~ thirty (0~ day written ncti~e, shall be f~fyargetl at the rate t~f fifty cents (~(~,~0) a month crntil ary ocrtside remote reader is installed as crufilined under fihe provisie~ns t~f subsectican (gib} of this sectien, ~d~ ~iutside remete readers are the property cfi the city and she[[ net be rerncved frcrn the place where installed except by the city. ~c~rd, ~[~~~, ~, ~~~~t g'~~~ . ~~ o ~t`v~c~~ ~ r `C T~ 1t~~ha [=or services larger tliari fi~~o inches 2") iii diarrreter, the clty reserves fihe right to have installed t~t=t ~~~ car ryi~rre meters cf s!mal!ler sire. Where meters are se plated, each meter shall have; a valve or s#iutt~ff an both inter and at.yt~lefi pipe, in adt~itien tc~ the laaserrient shuficff. ~C~rd, ~~fi~, , ~L~y1 ~~~ -~, i!~t~ ~f It~~t~ll~rt ~~u~ ~ ~ Its ~r~~ ~ild~~t~p In the case that ~~o ~~ or mere meters are desired fior maeasuring mater tea different tenants in ~e sarr~e bcy[Idingg frcrrr ene service ccnryfiian, they shall be p'[aced so that rycyt one o~ Cherry shall rneasare ~{star that has passed through acottyer meter., ~~rd. t 3a8~, .~, 3~~'i 98~) City of Dubuque Water Meter Replacement Program Attachment I.1 Page 105 of 116 Request for Proposal General Meter and UFR Specifications ~~~r of rarr~ia v~h~ra ~ rn~#~r i~ ir~~#Ilad ~h11 hail ra~a;~lhla far i#s a~r~ ~ra~ pra#a~#~an fr~r~ fr~~~ir~c~ ar ha# vv~.far rid frame ~#ha~ fr~jry ~~ ire#~rfar~n~ fr~Drn ~1~~ p~rr~r~. f r7 fi ~~ vvh~r~ rfar ~r brak+~n ar ~#~m~~a h frl~a~i~~ fta# ~~~r~tt~r ar a#ia~r irtjuri~ axaa# ~t~r~iin~rr~ i~~r, the n~e~ary r~~ir v~ilf b m~~e by #ha ai#~ ~nf~ #h~ # ~E~~rr~~d #~ #h c~~m~r or user. Ire case ~.ymart# #haraaf is na~iaa# ar rafu~~, the ~~~.#~rt ~~ial~i hll ~~ #t~rn ~ ~#~1 fill ~tar~t his bury read, #~a#har with ahr~a #fisf~ec~i ~ tf~a i#y rr~~gr ar #h+~ i~it~r° rr~~r~~ar'~ daint~ ~~1rd. ~-~~, , ~°~'~~,~~~~~ ~~~~a~ ~r #a~pa~i ml~tar~ ar otsicf ramc~t railer ~~~ ~ rerrta~red ~r~d rapeire~l ~}~ #~~ ci#~ Zvi#ha1~f flat l~+i~~ at~~e fhereaf #a #ht~ ev~~ner ar user. IVt~ c~r~e shall irr y ~~y l~#erfere ifh #l~e.~arc~pi~r reitra#iar~ ~f a v~ra#~r ~~#~r ar ar~~side r~rr~at~ ral:~d~r, artd ~a ane e~cc~,t an authari~ed errtplaye of the al#y ~,~rater da~artr~~an# sh~fl hr~ak ~ seal can arty teeter car au#sie r~rr~~t~ reader; pravcf~d, hr~~vever, tha# #ha aity r~ana~c~er ~r the e mr7a~er's ~fes~it~-7ee ~a grant ~,errr~i~sia~t tc~ ~ lican~sed plumber ire ~~~ of ~rr~erena~r #~~ far~~l~ suer seal far ~r~inin pipes ~r ~#eppln a~a#~r le~k~, ~~rd. ~~, , ~--~'~~3') eery he# r~~fater sys#t~m ~iar~ulc~ f~ave ~ tFf1~~f~ vafe inf~ll k~e#~r:~ee~ ~>.aah sys#am artid #ha ~l~~atar rraeter.l~'f~erever ~he~fc ~af~e is ins#allet~, There shall afsa irts#alfed an e hi~# ~~vacer istribta#~ra Sys#~m a sui#able relief valva to prc~#ec# the l~yster~l #rcar~ exceiv~ r~ssu~a frc~r~ hat ~v#~~ ~r t~r~, ~Y. ~- ®®19~) City of Dubuque Water Meter Replacement Program Attachment I.1 Page 106 of 116 Request for Proposal General Meter and UFR Specifications ~a~ '~V"here the accuracy of ~ meter is questioned, i shall be~ removed by the city ~# the regtaes# of tine consumer and shall be tes#ed in his or her ~presen by .the city ley rrloans of #I a~apara#u~ prc~~idad fir that piar~cse. Bc#h ~~rtie~ #r~ khe #sk musk accep# the f°~ndings #hus ~mac~e, i;b) if the meter is found to register satisfac#~or~iiy the water ac#ualiy flo~rring #hrot~gh i#, a chargo s es#abiished ley the ci#y rr3wanager Qr e city rrt~ ngor's dosignee ~r~ill bo rrfado tt~ day khe cost cif conducting #ho tos#. If the rr~eter is faun is register unsatisf~ctt~rily kite grater fl+n~rirsg through i#, na charge vuill be made far the test, d a proparticna7 ~reductic~n ;mil[ be made from the previous bill. ~c~ ~ era#er me#~r sh~til be consida~ed #c~ register satisfactarily v,~fien it registers v~~ithin t~,vc~ percent (~'~/~} ~f accuracy. ~~rcl. ~ ~-8~, ~, ,~-~-~ ~~9} . ~~'~~ a h~t~ .~~[~. Meters on aEl servfces slla(I be read monthly. (C~rd. ~ -~~, ~, :~-~-19~~~ 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 lJn-measured Flow Reducer Specifications INIPC}RTr~tNT Nt7T1C~ - REAf~ CARI~FULLY ~ I~ "`, ,.;11 .~ ~:;>o', -f._ , i_s rf"°"it•.~n- Ali ~~' --:~If~ I~. ~;~ ,il~•1!"-~ , I•,,tl~?' Ir t ... 1. tJ..e ~ n~be cr pipv cu'iter 3O ~s^^ira it _avsure end. tvt`7~,,.:.ur;: ~~~ .„ roan::. Tighten The "5.5' Con7preoaion nut onto the Cvnnet:::[ . ~..rtorquir~ nut b~Y 1 G~~, ~ t€-ltr.. Gm ct oer [et,inp, usa a rc'urauv.e tool, It nac~csa~y. 3urfaca d7ovi~ La de n. va'rra or fi••.tting to th~z fofla^,ving min--n?unr see r.~t a8act ..crnseticns. 2. vervice Pubing ~;au~ a''.vats he Odin the ditch- tarGUay. Lock tiro Pip-a c;tic ;€ta nut b}^ tightanir:~ the ~3. IiaSEAT STIFFE3•YERS te1rJ:3T 6E UE ED QN FLEXI9LE PLASTdC 31~~}" sLe .._. _....30 h Ibs c:lp-p~^lot se. r :tts1 as fclfc ;s (PJhTE LIMIT SEAVICETUBEaFEIP 7 Ie. ... 8a ~Ib~ GHtiIlGE} ~ Stab tube ar €h p throt.{7h th., rut mnd into >h: .°ecket of the ^. aI ~ ar firn5.@ ~~- 7' 71 sl ..:t(1 t Ibs- sty I. ,.,.t 1 luro ( -ire o0 m I . . urrtil [4 bottan~ al.~t (cm f><urgs may or rta/ mat Cara a sico~. .. 7 z re 4a tr ICs 1 t 7 1 2 T€I r faF^rax 60 m la.) 5. 9i tte nut er c, k erp~ r t„a ]errUa cr ,shall,. a eh r•ck should ba n•ryce. , -. ~ 7 i Pfi' t .1 1r~ t 'x.73 ct r tap;,.rex 29 U .n r -Y de be sura~. you a2 us=rp th-_ _arrect fmrp and: pipa`tut4. Th.s ocmprc.,_.,~ the gaskaa for watartl9ht ~ ,I_... .. ~ .:? 1 3a`~' mrr.. i~.pprox. ^_tl 4 n f..;,.;i 6. PRESSl1RE TE,~T F6R LEAKS DEF6RE BACKFiLLINC- 7_ tfSE C1NLY QN CCLD WATER SERVICES. ~i~ ~ t;Ir'~~ iC';o~i o;o'_~.~:jIu~11[,~ li [~t`~ I~:''E .~:~- T'1 Lt Tighfen the P.ia~ e'~ik nut onto the value at fiYeing fa Lo,'1, the tube ar pipes into the nut by seGUrely tighteniltg the split cEamp ~ ~ th fallat mq rr rnmum tr~rqu . f:uertarquing nut b}~ aide :x.rat`: i use a box Pnd or sacke". ~a,Tanclt not a sc eu°dnuar) The i~ e0 It 1bs_ t nut aftecf e nneafians- torques to vrhlch the damp sEde :~ retu'should be tigr~t..ned are ss.. tel- ` ilz sl _ 23 ft €h ~ 1~ +q° s1~_.......... 25 tt. Ebs lass Il'iG'TE CHAt~JaE Ihl UNITS;- ~~ I d a 3, ii2 s€ze.- .... 7~-9C In -tba- I I, ~+ ~' 3,-1' stye '-~-_ ~t.\ r t, size 33 tt [l;;_ SO-90 in. Ibs ~ f,I t: t?~; ~t e - 35 at Il's_ 1" slse 9~3-1 GO in -Ibs ~`~ 1,1?_ El=e........bOft.-[bs. 11+~t"~ize....120-1~Oin.-Ih-_. ~'" size .............. ~t5 ft.-Ib5. 1 1~°2"'silze..- ti6D-i 80 in.-Ibs. 2" size.--_--._200-220 in. Ibs- A.Y- M~f]onald'' Mac-Pats Cfading System A:1 A_Y h".=Darnald 1~9ac-Pak fittirrds ata e^uded to identify ^,uhich type of swruice Material tEte,r are designers to fiL Lettering is on ?he hex of tl~z C~9ac-Pak ntlt. INSERT STIFFENERS MUST BE USED t?N FLEXIBLE PLASTIC SERVICE. TUBE OR PIPE.. +CT~ FRIG PEP . Copper tube ~1-ype K or L) • PVC pipe per AST3 Di ~ e5 ~ PE pipe per P,ST9 D2239 SIDR 7 t']PlLY PE tube par AST~d D273' SDE a e3'vt'LY • Sts !pipe • PE ipa~~r AST?47 D?$62 SIDR 7 Glass 250 OiV'LY • Psi tube per AS T ~,i D2fi5r~ .SDr~ p Glass 25t? G~tdLY • 8mss pipe ' 1,v~e m:,rEted 1Po until 1J'02 '~L ~ r'(t,~t1~, ~',~ °^g.!, ri ,~°I~;~1~ ~1~;r FI r ;=t~~ C'a , ~`~ i311i,~, -i5~',c-- ,.~ .""'--,r Types of PitaeJTuhng far use t•:fth _ ,. r ~ A "f ti .Donatd Fittings s~Ls~ cd~„ r stn -~ ra ~. "_~°';~' ....,.~-4 ~r :" F. Tght n tha GTS N 1L.,~ulk °Q Satle nut PcLruTYLE?aE ~ ~ '" ~ ar Ut PEP FicGtulk 3~ rin and tG~_ rr' {c~L F~Gr~gEr NdLE'7E ~8P Ule oBGr'.9 PaLAETFiYLENE PCa YEUrfLNE N0 nlS2 GC~PFER ASSrdG2737 Oa9 Tt15Ev@E nsTid,L2"urdltiF a:-'ao~istsaer Th. nd tare Ct to nClt ~:~S to Cr.nta:,.tttte aRE TUsE N ESIZ ~ CiA~S?Sq~ 7 ESIZE Jr c .s ~e~ ~~.~; - ~ -- , I" sratr face cf the Cady. .rvro, ;~.;..~ '.-.. 3fT" 8 2 8,t 6s5 1.Q45 1 Cd5 i.~<N. r~',~'--`n...a.,.7.~. .67a .875 .683 ?:,110 ;7.0°81 t_17Q ;t.G+551 T-Series fCTS) and -3T Beriev iPEP) Cam re aion Cann~torv I 1' 7-r27 7.72.4 1.125 t ~2s t ~L~ ~ 11.1128 1-t$4 7-735 1.39~i1.3fr"~l L3S"a 1t: k3: tgh'en the can~pressian rn. onto the aNe ar Llttinct 7 3;1 1.374 1 ara t.~~: t.75» .s the tulla',!rina min9mum tc.[gne3. l;r'1Ert dgntng nU# 17 114° 7.379 1-350 5 ^a65 I~ ~ b~y+ 5 1 L J IQs- u Ill not a=fe-,:t aarneL-L:r ns._ 1.~2 tt r~.»u i.~%2 rt.3t5~'! t~ T-$enE;z• ?.6'2I t.6t9 1.6?5 2.C15vU 2.u.o'J 11+2~ 1630 t.b'.37 N.o"3i 2,797 i2.7 G.4k 2.1 T' 12.7 G9i 3,r4 pl a 0 ft -Its. -3T Series 1 ° 81 b ft -9G5. 3t4° StZe ........_ 55 t? -tCfi ( 2= 27'23 2 77 a 'a 7 a5 2 63' 2.637 --' 111-t t _ t=5ft-Ibs - -. %130 2131 273i 27 { 7491 2-~n i2.7CRj 1"size .. b5 tt_'b~. , 1 172 ~I~e .. 100 ft.-Its. 0 • fctcsinrum p~pe O.D. than tvLl tvenk. utih H 1'. L'.^Dena'k9 ru.ln3s. _ 2' sj~e ......_- i25 ft-Ibs. I__~___~ ___-._ __~. _____w__ l J1 - r:' II rl~'~rih't~~ - U)li~i'i~ I~oi~foll~=j i. Impact ICrtac' pips to de?acs. Do~ not usa pips wih purnturaa oc tE o in tEa FE I.~:3.e,s. 2 ',+a h a =guars tut of th lvcac" pupa using [hs raecmmnited cuttar. ' ' .aka c rta.n tha ~a•.i;xirt'aaa staa:•••I cut[ ng''alatle is Whop and in gao~d .r,crar e~Fdidan print i6 aueCing Cna ¢u4a. ....- f ,r.*;~.: 3 I-sart can menc u and ng t a 9vt. P~F3 to to 9E^e arcnd*ta;.. cf he ~, aha re 'ten : ri h tlh F:p a c:,rt t Ii. 9 F >f-av ha neat rtd p[ t r ng from the fiT,ng n nu h th~nr ants u a p.pa 1 ~ v,r 5 Ta- I th d f F h i py+~ f rt crag roc mm nds,~ r ...m ng coal c.nd c o g .,84 m 9 g h L d~ a.. Th I€ ..IIwW I k ii ~ ', ~, 7ha ,rxarS to alp mcra eo 7at Enta th prp v„hc t di p. c •x} cr c rr g ng ~ha G-r,rg ~~I ~ ~" ~ 8 d,dnhe our n rt,a Fslly leas _3 ,~ iFa fittng 4cdy ran„ Pugh the .Heart camp a _ y m,a Uta P!P°~ If raquitad, rotors ~a ftcng .o p:acs rt . ~ P f1~_ ,n /he P p cr ent n t d-- 'd^•e ion aaakc au.. s,..:r r. 3tirg .ha spit r'!sg and mn ny_..n~ Lla fling ark thr_ac unUT tha nut rtaachaa tlha'...ap. 71ta anti fora of tt,a nut ~ to acr~::ct the atc~ fn-ns o:'tMa Gxl.^. - ~ 8 It t ~ n~asary to ae, .a dra rrtL. g aI as tha nut, ran2ove eh p t nng ar,A pull tha fr,r,g oft iha twpa In_rysact ilea rah m3 to nta&a tart=:m _l1- r ,s. E,.ur tt'r; °E to rwt pu;7c.u. d Ea3cra r aaa mL. mg the kaint. inap~ac[ ~:ha aa"t r.ng far ah~,ep adg:-a ar.J tha t7-r:a~;ar cu',c F pLnca f nasr_aaa3• S. Co n-a lend pips to a sodas Fah[>a ;Can 5 [mea tta rwmen¢ diameter. [f tha tandng rrdi~> > -rear 5 4nr~ °hsdi-dria,er ofi tha uipa, o 5an¢ng Saal aho~¢ 6a used. 7r3. U5E CrYLY 1!7'ITA :{ITEG"' FIPE FEA A9T9,t F 1287 OA A3Tk9 F 7292. 77- tfSE ONLY OYJ GOLD hVATER AFPLI.^.A710,15. ,~ WARNING: beginning January 1, 2oiq it is unlav~ful in CAL]FORt'ZIA and VERP1r)NTta use, any product in tha_ instalCalion arrepair of any pubiio water syster77 or any plun7bing in a facility ar system that provides wafer far human Gonsul77ption it the 5vettrd snriaGe area ai the product has a weighted average lead content greater than 4?5'9. This prohibition does not extend to service saddles used in thr: state of C#"rL1FCaRtdiA, ;_. ~,, ~ ~ ~ I I ~~ ~I r~ ~i ~u ~ ~~ ~ ~~ , so~ 321 t3-358 , . +., ''r,~ ~_ ~ l ~ ! - _ ~~ City of Dubuque Water Meter Replacement Program Attachment J Page 108 of 116 Request for Proposal Bonding Information iV7~t~r ~t~r It~~~~ll~#i r~ 1r~~~ruGtia~~ 1MP©RTAMT` iV(~T1GE -READ CAREFULLY , I 11. -_ ~ ~... A. v rior to ins4..llati.,,.., vo-ritJ ao-,ter dlmarc._--tins ara auito-hla for m=tar th.aada a. d 3ring lancth. B. T.,~ gaat.r<.ra ara fr.:rni_'ted mrh _ach r.;eter .etta :a the nvrr mater cenra¢dcna. C. uL ?JpT uza La.~Cna s.~, F'w'!r_<. ,. gratin.. or ~...y at=.r p>vals+mr aaaad p ccuci ¢n s=sk3 ar ~r:ngs. D -ter -ass cf I ~talfatian, T ~.Ya>;:nq fa th.- rr-x m~.ar Gonnccton ra daaynad to tr.ae Ga.rrriaa'dr t°:a mato-- .ntl t:,a gssko-,a. FOrd udn*.am BATH mater (ruts SIR^t•:~LTANECLrSLS' Then, nltamatng Setara~n miner nuts,. ~rrxa.^Gh tSghtan to assure ru p=asidve a-ss3. Etca¢=: rc is^irr-g may damags the g.~3:at arrd caves f»akage_ E. 'rlatar aattera havir~ ^c~UE' _. PLIRP;±SE a:si ccnnaadana ar deaignad t'or either drraadad F:pa or flaraal tutting.A mbtar gaekat is.+wrn .,y .um~n'rad and matat]ad in ail A..Y. ISic~ tr'A""-D D~gl-= PllRr~ri.SE =_r~ ecnr_acdans_ TE:is gaskaG ie provided Iu aria ___mbly avh3n uo-irg urn tl=._.,dad pip=_ a . frgvratrars. It gti i;at is net uaad, than nut must to tig'rianad to a m:ni^ arm targcre cf 3~ icitr.,. ,"1-aGaad Lha g '.at Than uamg ilwrad tubing. F R1 = a_r=rs h.,.nr.-g camarass.,n e:nv .,r Grn._hc-d v+.h uPprGp~aas compra;e ort acnracdtr-n rota and gaskets.. G_ REoc r r rn srrd roncaacion mraada ara atra:ght r„9ta'a tnrsada :.nd nra nsit.t¢ ba used vritEr a;.andacd tapsrac drraad-s. H La_:=r sr-to-a°,uv d data a -r [h n _ar RESETTER.,nd the mat valve or Gaupung. i. REaETTEo Irava ma eamo- tail ~ langtli na the m t-r cosy ara replauing. J. Ilf a p[pa nipple fs eo Ss udad as an idHr hear, in i¢ ra~mmendad Shat n. sGhedufa BL pupa nippr,a he eslactad and that cue (a anard:aad i!n tightaniag the arv°:'~vai nu: Excsas ttigh+anisug may damage the. gaakat and rausa lea%:aga. IE tarn gaskai ie damaged, r-place bafcas ra-asssrnbly. li. Prluu id'lar bars Ghat camarnata'fsd in as@ara ors Par whir--?ing prrr?c:aa ~DP:LY. Th ~s Pi.'L pips ni.,yp'.aa ahculd N9T bs used in rx pr»saumlzed ayadam. I r,-. V N,e=c r,~ahre clean and lase ham drn antl Cedns_ - - - - 2. Pn7tzcl Val~.'z from hzzzsrg, tahrch utay dotes ball. fn th3 e+,ent the valve dots free=~, do not fiarcibly tryr to open cr cose Elie vahte ashle :he r, a ue is frozen. This may destroy the vah,a ~. Use a smug f t[ing smaahjJ.v :trench cn tf•z tarznching ?It,.: nearest the tightened znd. Do nob vrrench the bodylendptecejGint A. Insert stiff.ncrs mrr.,si to rrazd `a,;di aP~. p?asn~a tubing except PVC. 5. Atv:ays use an appro.^~d ~alanz or teflan tapz an tapered pipe threads. 6 If val`ae has aanrpressian srJle CflnneL Ga, 2nd CflnneC[[Gn InStIL'C3Gn8 bn [e'u BrSe side pr;or to nr t r!anen. 7. if tna va'vr; nap of sup box handle rs petgendlular to [hs water Linz, tits va:'ve +n atc.~dl. if u'te vah~e cap at stop box handle a mine oath the uatut tau, the valve is open. Fat standard v~.'res with turning re-:traints +check;S, tore Ute sap cGanter-Cock'a'iae to rr,pan and ua~.krvisa to clean i unl~_ a;cared otherhlse7 rfa'~. es taithcut turning r=trirnt-.. (dhechs7 may be tumad eitti,°s directian t~a~ open or alosz_ a. Eall irahres generaly requira'atvaperat(ng torques. if valve tuarrs hard, Greekawmng dirotion bzfare app; ing e~.~ss tarca Execs totes can damage ar Bastrop dte turning resda:nts fchecksl .n the Baal rratve cap and body xis entbly. D Alf ecfves s=oar) r acartzd in the duly nperEd ar fury c';aszd po_.ton. Ev+eaSpts to thra;sle %tarv b;r aperating iha vxdr:;r in n pm:ially aF~n position may destroy the val•.z_ Ii vsh^s is a<_ed as a dS~,van va:e, runtact the fautor}+ far prapzr craC~u:e. Sa. RAESSURE TEST FOR LEAKS BEFORE BACkSFILLING. T1_ USE ONLY OdJ C9LD r21ATER SERVICES. HflgJ~ t~'In~l~ 4..r'l3E'JsK tS~CKiJC3rAl Yf@v°tli@t5lU~v9G8 i i~;:,n r. rYO7'i7rTEj~,k"> .I..®1~J"1T>t~1sy- -- ~ _ __ -- f4lodol ~uJnber o dog r~pairpan I Explanation! a c~-' ~-~~-~ ~3ACEiiy 21 Basic ainE;la t r -i[~~Q ~ ~I ,~ n=Gk valve medal numh9r: r P T#t; ~I 02=~.gle •ratva t tli ~- ~lr'I ~ IdP~Ched aakenahly ISPAvE 31 t-1 St~K-',-,rd 1 --~~Ilj.[d ~ L it -'~I}5 wepalr rt =.'•-an:agn.~r rasa p.`-ug in a-, '911 J,tr ~ 'nr" '` _-tifQ ~. Ra d 5ingfa cltack saps 1' ~~--` si~3='~ar° 4=1" ° i~ I_~ F,,~ I5PA,~E51lntat aarnaatran^~ r R = t,?start errtsl ~~srteg~rsi. sa-ifh ar rea¢; Facatory za.'rle Gutlat f pat p na J = 1'etaa s^rm:ai '.m~;e¢ral Y = Yodra std~la ih:re,rrJ main initital (SPACE 7 tThraad ;.i=e aI I SPACE e I Sizes #cr ¢utlat mater atatval nut: canrraauana: 15PACEdfOu[I»t aonnacti¢n AJEfEB 7}EAE90 YEfEft ~;T~=3 hPe= SIZE SIZE E~ESIE11A7 CM E = Female uron p:~pe intagraC 5.3 8,!d" 3 '' =T wBx]r9 7" 3 a'a f ° a a t va° 5 Angle Duel Check BackflaW Freventers/Device Meets requiremeAts DI AS-SE 1 t~24 and u5A B6~'_6 Model Num}~er Explanation ISPACEI&21 B is duet cIr k 1 ad 1 umber: t~_Ars.e val (SPACE 8I Q-7 andard rv ra+nag¢n test plug in cap s'PACE d ~ [YUaI check valve srza: =1t?" 4=1' (SPACE 911 9a[ Gnnscticn tlypa: H art sas.ral ;gnat ainha~dv'a J - ,bin:ar awrvel mtagml Y =fake sty-",a [hreadl mlu"a art»gra! SPACE @ I u7aLaE cannxtian~ 4i'Fa: E==arrala inns papa integral (Y'T~ r}saltescvn'rFc as_ uro yurr~r R=Ccxrsr :'lore im?gral,.r .:'S TF,-w~4aa +xra;rpta:3'i:+ i+2o}rirl rrmpresaicr, in:agral U-nng raperr Pert TpGhack aasamfrly repair pen Inlet ~ - ^. ;~T ,Ta-ring ragaEr pan D>itF-t 15PACE 71 lirr9ed ara ct meter awrvel nut AfErER 4HREA[] fdER cpr- = nccrcysnni{ 5~'8 3 Sf.BxPR`§ ~i' 3 ~'a a 1 ! 5 >-Haltom ¢hsck Gartrodga ;1 r pa's part ~~ PATEh1TE© SPACE 3 Sizes far outlet cannaGUana 3.~-4'=3 u'=4 I a _ ~ r ~_-t --- - J A. nIS-Atl~ttabiT i. Rem¢~.a tira dance twee. 2 R=mav9 the ch»d: ass. Y,r•riasl ::airrg taro- nct:a:rm~ga~ v€GS em-naanan:a a. Usually p»,.. aeafe, _- Ina adrPaGaa, etc fca detain ¢r darrraga B.TE9TJNSi 1. alas cn:y #c~r rss~e ~ arrd ma5ila rrorna sv'pply s rc ~ ar i^,t,=y a oul=ta. ;=. Tha dance aam ha i:r-`-"~ in and pcaito,z. 3. TM+a dn,Kre a3'eNt tu's Gintalr:d (r' of .`;,.~x2.fa:xsilleen t.. IaaTs.3u tear r,_....1 _ _...r_i =sNrry. i. Semca Lnse~ e:#~ou4d ba :harouahy Iluahsd bafora s.«".~ng the d r-s .~c_=_aro p ~a a=a4 art ar Tsf'an Saps may fain Gasska. A su2.b a 2hainer ahcu ' h=_ inmai:o-d upaL'esn aft - ddt~. re 5. Ge NGT vx'.9eat~ra `. Pk:nae a ~ - ~a tint arho-r p_r olawn ta_sa rroaac9 an z :. ~ a-rn>Jx 1 [.cart -tip ctro-..k aa_P'nt . m.o AY. h{MDOWALO arv3!e t_at F.d as ahaw'n m drala'srg d. ?nersa 3rat da.'~a is rat="ad - praP7r rbrr duaat Pster m Fu di actcn~ tine:^r. 2Add ara ae fo t ..'eat k4a o w'+ -d I 4 •., ...h-s (t a P _; :. DG rvt c:ar t~`.tsn G rain unlm nut Gv=1 er acre acdy ey`.rr¢ar .o eve+d dlstcrban. ~~ '' 1 3-66san tie t I a `.¢ ~' S mmu±aa V.,.t>r Io-v=1 ahcu:~I nc; `011 ~1arv IGa:•=e a. rs~y s::aat `rt;inga mu as avrrplat=d tafara~r:ta;erg datioa i red r;'va Z3 r`- dtA Pal9J g_ A;prassure r=lip` a ,_ ~r e.y'*.sa rank ic'aaomr~u^:w.d dtnnatream oP devraa if rhsrrnal 1 't 6f v atae x.rann. a. a.-.n.. F2:ir~:=, tlta --,r;... uaaam~a^ y shcu4d ha Gfaanad and ' re-F et Bar - ~C_ .xpanalmirx:r~atcr+are prrna'o3e. I SR=ats'-ps 3F-&?tar bo;~mchsck a'dc: f#ar boat l.l^:ck ¢f.*;}. t @- Uea crr:'~y an c»Id xra:ar sa~rvieaa Prtr ac[ tr=am Fra=_r_•ry~. 1b. Rater to lorasaure and aampara:ura ratings an d»viw Fng r !C.RE-ASSEfdBLY 1 G._ -d ~ d _ ie ~~~~~~~ A.Y. fsS=i3onsld waterS~rorks prodncts. are designed far reliable service. Like sf8 brass products, hasx~eYer, than ca:n 6e damaged by improper handling said uss. 1. Rratedi trireads..A;rad IoG ~ ttinl ivrer'rGhzs. Go na d¢ap or impact 2 U e extra care ai h high rater p°~ soar", tc+:er 4 DA PSIu) and pipe or tutting ever t Cor:3vlii ct r ids-fr d 3 In p ci arnl t t all joints v zl r.,s and fitting.. before ba¢kFltng. 4 Ba^kfrd3 caso-ful y so as [a as old dnm,aga to the aan,ica Ere and aonna+~vana_ Leaping cf the rvics sn s a raxmmendad to minlmrza atrnin. 5. D ~ ,'-2GT use Vas::'ina'., plumber's grzasz- or zany other petrG~eum based prGdua Orl ~9 Gr r'D-ring5. &- ut3 tJC9 € przssurize systen-i Prith irctory installed ?VC id=ar in p!aca. Damage caused t%y improper use andrrar handling ~^ll vaid am viarranty. Barr a: laapeat eo ¢ a pan-a 2.8ottcm CJtsck aartridg G r g should! ba I chty~'.L~hr~ dtvdr-"JSR acpretsd~ da I 1 ~cana lubricant Qfar Dual C .<de rrulyl r a. =ties: check aaaemhty[ ej irrta b¢dy ms actPy osrresp : c`:ng to kc•:r dr9eion an tarn d911aa b6.i f. ' 1> ~. R?-aasmh}a davica esp. as rot m°ar-tighten I 28" i ~ ~ ~, k, ~Til ,I II~~' 1 Top Cheek ._ I '_ Battom Teat Cha¢k T»st 1 i i I r yYar h~uy C?vrek ork3 A.Y. P,1iDanald Pr9fg. Ca. 3.-4" Angte Test Kit 4135-303 3214-858 Nt° ~?Rtrald! ~, ~ ~ ~ ~ r ~'i t t ~ ~'~ 1- J ~~ ~ ~ t'~ 61(73 City of Dubuque Water Meter Replacement Program Attachment J Page 109 of 116 Request for Proposal Bonding Information /~ ~`_ A.Y. M~DONALD MFG. CO- ~~~' UFR -UNMEASURED-FLOW REDUCER PATENT PENDING ~`~ A.R.I. -LICENSED BY A.R.I. FLOW CONTROL ACCESSORIES LTD, i` Model Number Explanation SPACE t-? a zI Bask UFR r PACE sl 51zes for autleS.caanectlans valve model number: S01 = n11u?° 1;2'=1 3rd"=3 1 IFR (SPACE 41 (-)CGmpcnentv'S1P_,n G - r;'artndg2 Version IsPA4eai slze.e_s!~^ IsPACE 8I Inlet conneotion type: R -ht?t?r stv~rel intEgral t^ritlt s3ddlz J - Meter itivivel integral SPACE 7 Outlet connection type: SPC kCE inl i do um?iti (V) {PCSNw Car placement Meter} 2 M19u17 Jet i't2t r r'<12) Coma #actcry ti Rh nom ei meter manu:ecturer and medal numb~r for assrstanee in d?t?rmining appropriate t:FR SPACE 1144 XDtli - No Sackfilew P€evention tE:C'~) _Y ~__ =-~=r ate, ~__~- `~.s- ---_~- f~ ~ _ r-~ ' / ~~~;_ _ _ ~~ -_''°~-•~-~'J UFR P= Male iron pipe integral Not. all sizes or combinatiens available -contact factory. SPACE eI 'thread size of meter o 0 1 II~„„ BYL~ 6 1._ svdvel nut UNET REOUIREO tExampPe)_ •Intine IJFR f.1ETEA THREAD 7fHAEAD •vafve size 3f4" &flE SIZE DEaIGFIATIC3f1 •InEot - fvfeter savivsi integral 5!8 3,'4° 3 +,vithout saddle {518 x ial4 meter) 5l8x3+'d 1A d •fautlet-MlPintegral3/4" s!a t° ~ order Model 201-3,JP431 •ForvalumetricMeter SPACE 1, 2 €3 5FACE 4 5PACE 5 SPACE 6 SPACE 7 SPACE 8 SPACE 9 SPACE IO SPACE 11-id I X01. 1 I _ I a I ~ __~ ~ P ~ (._ ~ I L_- ~ ~ ~ 1 I I_ _I (installation and troubleshooting procedures on opposite side) ,~, WARNING: Beginning January 1,2010,if:sunlalvfulinCALIFORN1AandVERP+tONTtcluseanyproductinthoinstaltaus-en or repair ofanypubllc water system or any plumbing in a fact!=ry or system that provides ureter for human consumption if tl1e wetted surface atea of the product has a • ~-° weighted averagelead content greater than 0.2540. This proh'sbition does not extend to service saddles used in the state of CALIFORNIA. 321 D-4D1 A.V. M=DtIFlALG MFG. CG. • 4$na CHAYEPtELLE nD. PG HGX:A53 -BUel~7tlE, {A 520U~t OSGB 7iQ~ So3,'583-731! - FAk St~3T~$q-p, a~ /'~•~ A Y. M~DONA~D MFG. CO. ~_ ..___.__ _.._..:__.._.........__..:._._:._._ E;rsartsfd `_--- -_-- _-~_ ._._._ ..~.___.._ -_~._-._._._......__. ' UFR -UNMEASURED-FLOW REDUCER PATENT PENDING (`d A.{~.I. -LICENSED BY A.R.1. FLOW CONTROL ACCESSORIES LTI?. GENERAL INFORMATION TROUBLESHOOTING • WARNING - Uo NOT use UFR ^.vith imfxeper mater. The type of meter the IJFR prc^fslem Possble Causes Selrnicns is to he used vrith Is marked nn the UFR as follows: V = volumetric P:Ietar hda flo~x in the 1. Shut rff vah/es have 1. t;he4k shut off vah:2s. ArI2 = Multi-Jet Meter hne not been c{~nrsd afar if uncertain of meter type being user,@, contact factory tvitll meter manufacturer instal[aG~n. asld model number_ The marking fur "-NGV" will folio rv kite "v" ear "'M2"fur P. Ttte product is 2. Gheui direr ~:en otff:e UFR's without backflo'N prevention. ir»al6ec3 the wrong pmdu+~, and if ne~s~ry • The UFR MUST be instat[ai sir tile! t,>e arrcvd on the UFR points in file direction way rcurxl (against invert it in aacv°dan::z ci water flaw. tf-:e flow drectionJ. with the flc~ar drec6on. • Thu UFR can be installed in either the horizontal or vertical position. 3. tvlains pressure is 3. The UFR r~ures a • The UFR can 6e installed afflict before or after ih~e meter as long as the a=row paints rn the direction of fIcrr. kss that114.5 PSI minimum mains re°sure P -~~ • The UFR requires a minimum line pressure of 14:5 PSi to operate correctly. of 1 ~f.5 PSt tD tvorl:: ncnnally. • If used in a system vvith a pressure reoutating valve, best resutts e!11 ba There is a leak 1. T.r3are is a Got of air in 1. Forge air from the system obtained by locating the pressure regulating valve before the UFR cr at [cast in the ham tart h-E sys=sm fcllv;~~rt..7 by craning the Fips in the 25 feet after the UFR. Jta UFR is rat tf ~ irktall<~cx1. tu_~ua and d;ecit agaial. The IIFR does n~.t require regular maintenance. w~+rlr:ng. • Do NOT attempt to repair or replace internal Dcnlponents. 2 Theo leak in the h use is 2. T Iw UFR is desn_red to pu8,~tte • Reptacing the UFR at tune tte meter rs .hanged cut is rewmrltended. more than 7.9 gallorw for leaks bet'di^?cn U and 79 peri~yur{cumulative). gallorlsperhouLForfba~s ASSEMBLYIPlSTRUCTIONS about^a 3.9 galbns per hour the • Sanrine I:nas sl;ou!d be thoroughly flushed before installing device. UFR is futlyopen and meter Exoess~aa pipe sealant cr Teflon tape may prevent the UFR from vrorking prJ~periy' should reelister full flow an its A suitable strainer should he instatled upstream of the device. ~ • Tha UFR MUST be installed) so that the anew on the UFR points in tee direction ~' n" afwaterflosv 3-SeatanthaserrteradCla 3.Rem~r:etllaUFRfromtflaGne • A pressure relief valve or an expansion tank is recammendad downstream of seeaing area of the UFFt attc clz•u1 outihe szcif<nr€t the IJFR if thermal expansion conditions are passible. Not required far No Check val^re (ftCV) UFR's (X91,1}. • Use only en cold crater service lines under 110"F. Protect from freezing. • The UFR is not recommended for pressor=s exceeding 235 PSI. 321.481 A,Y.hti~CP3ALnFAFG.CC.-AhOaCHAVENELLEflO.•P.C.&CXSDB-DUEU9UEWi26GLa505 - 55&':&}771 ~ FAX S65.aCFa37n ~ 7i.Uy City of Dubuque Water Meter Replacement Program Attachment J Page 110 of 116 Request for Proposal Bonding Information Attachment J CITY ®F ®IJBtJQl1E, I®WA PERF®RMANCE, PAYMENT AN® MAINTENANCE B®N® 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 Dubuque 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 pertormance 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; and 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 ®F ®IJBlJQl1E, I®WA PRINCIPAL By: City Manager 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 J 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: I~ Complete Address: (Include PO Box and Street Information) City, State, Zip Code ~~ Telephone Number: Federal I.D. Number: (or Include Social Security Number) j Work Type to be Completed: ~~ 2• ~ Subcontractor: Complete Address: (Include PO Box and Street Information) Gity, State, Zip Code Telephone Number: Federal I.D. Number_ (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 __ - ~,, ~~~ ~,. .; r' s, s btrralr a ~i i' r ~ ._ ' __ ~' ~ s m `` *,, a >Q ;, `~ ~ ~ - ° '. a ~~s ti , . ~ it - ~ ~ ~ "~ °"q ! ';S 4 ' ~' 1 i i t; 'yr~ P ry i tr y ~ -~ V AI f - O ~~ ~~€ ! ti r !~~ ~ a ^ 1 ~ y,~ + ( `- ~' ' a r '~ ~ ' d r. ' I r ~ '1 r"'i e e ~, '` ~ ~' ~ ap ~~":Rnr;~; t ~, „~ -- - ,o;~ I t „j i ~ ~ $ g4~ ~ i t 1 _ ~ 11~~19~Yi ~ -_ - 'r i ~~: t c o ~_ ~.~ '~ w ~:.1 -~ ~ I i . 1 s ~ ~ - t. t ~+~~~ ~ ~ - a ~ ~ a - 'i~ 1}.,~ ya ~ ~, iti o ~ i t ,:v t - W w~ ~~~ as ~d ~~ ( - 1' >_ 4,, -! ~tl ~.'~ <<fi -S - ° < - "s. m - '~a eaagr~ a 4q a~A "p" ° ~~,`t °~ t `' ': I ~- - ~ ,'~y,', s ~ p a 9 -r ~.~.~ -:Y . ~' r fJ i ~ Y }C I;a ~~,' hu,. i ~ a *t' a + ~ ~o,.~--6 ~ ~"+'~"'+ e ~ ? ~ ~ •.~ _ to .~y ~ ~ - scp y ~ t l f k. ~ ,>x M ~ o r ~ +* ~ t ~ t a~, d ~a ',,, ~„~ a s ' a m'$ ~ anon - ..., a~ I ~` i r Legentl- _ ~d~I,~,J as aw"Sr3~€`r ?.leters ~ _ - - _~ ~ _- ~ _ ~ ~: ~l City Of Dubuque Vtiater Meter ,~ ~.ooo :,~ap'~ °o a.a~r1~" ~ w g~, ReptacementProgram ~~t a. _ - :~ Eachrt.entL-t: ~:°`ater;f~teterLacation Scale - :~tap _ City of Dubuque Water Meter Replacement Program Attachment L Page 115 of 116 Request for Proposal xaw L-1 Cell Tower, Inet, and Fiber Optic Line Location Map ~ ,, ~~ ' ~"- ~`~ '\ ., ^ Vl' ~ __.. °'w ' ~ 1n ii ~,~ '. lp ~,~ it ~ 4.,, ~'`,,_ - - - - µ, - ~, u` '"q V~ a. _ ~ - - - - _ w ~ - ~.;~ ~ e ~, _ - ~, _ sh -,, ~ ~hV- - , __- -_ - - - __. _____ ~ - - _- __- .______ - -- -_ _ [ tl ~ - - k A A Iq - - y ~ ~ ~ i '~ y., ~ ~~ ' ~ Y b W ~, - - I I - - 1 ... _, ~&i ~ .. ' -- ~. - - - n i - - ., - k R~~ - t L _ _ l ~Idfi - , ~, i .,, - ~ i - ~ . ~- ~ _ s.. _ - - - ~ - _- - g - - - M „' - _ t ~,r ('~" s, v-_ - -Y' .~. ~, ~ 9 . i' - . - _ i ~ k - ~ _ _ K _ ~F 'Md - !. r a _ ~ubuqur ' ~ ~y. ~ ,~ ~k i [ ., ~ ,1r -~ - µ - r~ ~ ~•,~ ~...~, .'~ .', ti , ~ ~ ~' ' 'f~'~~~~ ~~ -' S:y ',". a, i ~' ~IJUi ~~ LPt.I ~'CtG~»Y' ~ ~ 1! „ i„' l' Il vy S D t L-, ~ "' J '~ Af ~ T - a - ~ .--_ - - ~, ~~4 ~ N - - y~I y r _ u ~ ~ ~ ~ ' 6 # 3} ~€tl ~ ~ ~~ ' te ~c= '' } - ~ - -- -r ) ~i/ -,,, a -, - •Cn~ i _ J~ ~ 6 11 - ~~ i - - __ t 1 - egend ,~~=` - „~ N ~n ~ ~ ,w i.~ ~ 4~9ki~'~'k~r.J ~-~ye~ - i~ - """~'~~t ~}(141!^I~ktl°- - ~ ~ Ar - taw r ~ `a- -.. - - -- - fir. ' ~ ~ ~ ~ Dity E)f Dubuque Water Meter :~ ~ - ~,t3DD "DGO ~' ,~ a,Q~:ka ~r ;~ ~„~ ,r.,.. Repl>~~ment-Pra~ram t __, Fit _~ I A'~achn~entL-~ C.t;l< Ttx~:er, inet, and ScaB °~ Finer Opt,c Litre Locatipais Cilyof Dubuque Waler Meter ReplacementProgram AtlachmenlL Page it6 of 116 Request for Proposal Nape