Loading...
HomeMy WebLinkAboutBadger Meter, Inc. - Water Utility Advanced Metering Infrastructure System ORIGINAL 1 CITY OF YAKIMA Request for Proposals 11225 -P to provide: Water Utility Advanced Metering Infrastructure System City Project No. 2261 Funded by the Public Works Trust Fund I 1 ,,N q k PeRn'YGn .1 1 1 CITY OF YAKIMA Request for Proposals 11225 -P ' to provide: Water Utility Advanced Metering Infrastructure System 1 City Project No. 2261 Funded by the Public Works Trust Fund 1 ow. �� ��r•r, \g3bc Q��� RPnk A'1'ft1 1 1 I 16 • , . I CITY OF YAKIMA I Request for Proposals 11225 -P to provide: 1 Water Utility Advanced Metering Infrastructure System City Project No. 2261 Funded by the Public Works Trust Fund . ID . I . y . W o � o' w i sN 2> s' gf J X11 \% '. ' ',m . � -r 1; % ,x1`,• ( 4 1 ..„, .. I / ' • A ' ' 'a 1: Alt / A :. 7 'o R 30026 Ai i ` , � O 4776' q I 40 JONAL E - (YSII I . I N,,J110 11 Gray 8z Osborne, k1 . I CONSULTING ENGINEERS if , . . I 1 10 I CONTENTS CITY OF YAKIMA I RFP 11225 -P Water Utility Advanced Metering Infrastructure System Public Works Trust Fund I SECTION PAGE I REQUEST FOR PROPOSALS RP -1 I I. GENERAL INFORMATION AND INSTRUCTIONS TO PROPOSERS 1 A. General ' 1 I B. Service Area 1 C. Pre - Proposal Conference 1 D. Deadline for Delivery of Proposals 1 I E. Proposed Schedule 2 F. Proposer Inquiries, City Contact Person 2 G. Attached Contracts 3 III H. Final Contract Language 3 I. Incurred Cost 3 J. Proposer's Representations 3 I K. Performance Bond 4 II. EVALUATION, INTERVIEW, AND CONTRACT AWARD PROCESS I III. GENERAL CONDITIONS A. Washington State Department of Transportation 2012 Standard I Specifications for Road, Bridge, and Municipal Construction 5 B. Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 5 C. Final Cleanup 6 D. Control of Work 6 E. Removal of Defective and Unauthorized Work 6 Final Inspection 7 I F. G. Method of Serving Notices 9 H. Water and Power 9 I. Control of Materials 9 1 J. Legal Relations and Responsibilities to the Public 9 K. State Taxes 10 L. Services 11 I M. Air Quality 11 N. Permits and Licenses 12 O. Required Documents 12 IF . i I II SECTION PAGE e P. Utilities and Similar Facilities 13 Q. Insurance 14 R. Additional Insured 15 S. Prosecution and Progress 17 T. Hours of Work 17 U. Reimbursement for Overtime Work of Contracting Agency III Employees 18 V. Subcontracting — D /M /WBE Reporting 19 W. Progress Schedule 19 X. Prosecution of Work 19 Y. Time for Completion 20 Z. Maintenance During Suspension 21 AA. Measurement and Payment 21 BB. Temporary Traffic Control 22 CC. Standard Plans 23 1 IV. PROPOSAL Proposer's Checklist 1 II Proposal Form 3 Item Proposal Sheet 4 Proposal Guarantee 6 Public Works Trust Fund Proposal Form 7 Non - Collusion Affidavit 8 Certification for Contracts, Grants, Loans, and Cooperative Agreements 9 Prevailing Wage Rates 10 Non - Discrimination Provision 11 Women and Minority Business Enterprise Policy 12 II Council Resolution 13 Affirmative Action Plan 14 Proposers Certification 16 Subcontractor Certification 16 TECHNICAL SPECIFICATIONS Division 1 General Technical Requirements 01110 Summary of Work 01110 -1 a 01160 Regulatory Requirements 01160 -1 01300 Submittals 01300 -1 01310 Project Meetings ' ' 01310 -1 01320 Progress Schedules 01320 -1 01385 Photographic Record 01385 -1 01505 Mobilization and Demobilization 01505 -1 01740 Cleanup 01740 -1 I ii 1 M 01770 Contract Closeout 01770 -1 ' 01800 Testing, Commissioning, and Training 01800 -1 Division 11 Equipment 11680 Automated Meter Reading System 11680 -1 ' FIGURES Figure 1 — City of Yakima Water System Map ' Figure 2 — City of Yakima Potential Data Collector Sites Figure 3 — City of Yakima Standard Water Service Details Figure 4 — City of Yakima Water Meter Lid Detail Figure 5 — City of Yakima Meter Change -out Form Figure 6 — City of Yakima Commercial Wastewater Meter Information APPENDIX Appendix A — Contract Appendix B — Prevailing Wage Rates 0 1 1 I 1 1 1 REQUEST FOR PROPOSALS 11225 -P NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City Clerk of the City of Yakima, 129 North 2 Street, Yakima, Washington, 98901 until 2:00 p.m. on November 20, 2012 for the t construction of: CITY OF YAKIMA Water Utility Advanced Metering Infrastructure System City Project No. 2261 . Public Works Trust Fund ' This contract provides all labor, materials, and equipment necessary for procurement, installation, testing and commissioning an automated metering infrastructure system (AMI) system for the City of Yakima. ' This work shall be a fixed network AMI system and will include meter lid modifications (if needed), meters, registers, meter transmitting units, data collection system, data receiving system, and data processing system, all from a single manufacturer. Approximately 2,644 of the City's existing touch read water service meters will remain in service and be modified to make them AMI capable. Approximately 16,357 of the City's existing manual read water service meters will be replaced and made AMI capable. Training will be provided for City personnel in the proper operation and maintenance of the AMI system. The vendor will provide a two year warranty for the installed system. • This is a competitively negotiated procurement conducted in accordance with RCW 39.04.270. Cost will be a consideration in the selection, but will not be the only factor nor the deciding factor for selection. Only one schedule of work will be awarded. All work under this project will be completed within 360 calendar days of notice to proceed. The Engineer's estimated cost for this project is $8,900,000. For technical information, contact Ken Alexander, P.E. at Gray & Osborne, Inc. at (360) 571 -3350. The City will hold an optional pre - proposal meeting on November 13, 2012 to discuss the project with ' manufacturers. Financing of the Project has been provided, and payment to the vendor by regular monthly payments for ' labor and materials furnished will be by cash warrants. The City expressly reserves the right to reject any and all Proposals and to waive minor informalities. This project is for a public work and is subject to the Washington State Prevailing Wage Law. All proposals shall be accompanied by a proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such proposal. Should the successful proposer fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the proposal deposit shall be forfeited to the City of Yakima. Proposal forms and specifications are available in the office of the Purchasing Manager, City Hall, Yakima, Washington 509 - 575 -6093 and online at www.ci.vakima.wa.us /services /purchasinq. The City reserves the right to reject any or all proposals. DATED this 29 day of October, 2012 I Sonya Clear Tee CITY CLERK PUBLISH: October 29, 2012 November 5, 2012 RP -1 1 1 GENERAL INFORMATION AND INSTRUCTIONS TO PROPOSERS A. GENERAL The City of Yakima (City) invites automated metering infrastructure (AMI) system manufacturers to submit proposals to provide high quality infrastructure and service to the City. The Washington State Department of Transportation 2012 Standard Specifications for Road, Bridge, and Municipal Construction, herein referred to as "Standard Specifications," are made part of this contract. The work shall include the design, construction and commissioning of an automated metering infrastructure system (AMI) system for the City of Yakima Water Utility. I This work shall be a fixed network AMI system and will include meter lid modifications (if needed), meters, registers, meter transmitting units, data collection system, data receiving system, and data processing system. Approximately 2,644 of the City's existing radio read water service meters will remain in service and be modified to make them AMI capable. Approximately 16,357 of the City's existing manual read water service meters will be replaced and made AMI capable. Approximately 22 commercial wastewater discharge services will be made AMI capable. Training will be provided for City personnel in the proper operation and maintenance of the AMI system. This work shall be 411 performed all in accordance with these Contract Provisions, and the Standard Specifications. A single manufacturer shall provide all meters, MTUs, data collection system, and data receiving system. B. SERVICE AREA The current service area for this contract is the water system service area of the Ii City of Yakima, Washington. See attached Figure 1, following the Technical Specifications, for a water system map. C. PRE - PROPOSAL CONFERENCE A pre - proposal conference will be held at 2 p.m. on November 13, 2012 in the Public Works Training Room, located at the Public works Facility. Check in at the_ Kary Annex, 2301 Fruitvale Blvd., Yakima, WA 98902 for directions to the Training Room. Attendance at the pre - proposal conference is not mandatory; however, Proposers are STRONGLY urged to attend. D. DEADLINE FOR DELIVERY OF PROPOSALS One original proposal, with four complete copies and five electronic copies shall be sealed and must be delivered no later than 2:00 p.m. PST, November 20, 2012 to: 1 City of Yakima Clerks Office 129 North 2n Street Yakima, WA 98901 r Proposal packages must be marked: RFP 11225 -P Water Utility Advanced Metering Infrastructure System. ' PROPOSALS RECEIVED AFTER 2:00 p.m. PST, November 20, 2012 WILL NOT BE ELIGIBLE FOR CONSIDERATION. THE DEADLINE WILL BE STRICTLY ADHERED TO. LATE PROPOSALS WILL NOT BE CONSIDERED. r Proposals will not be read aloud. Proposals, which do not include all requested information and required documentation may be considered non - responsive and will not be considered. • r E. PROPOSED SCHEDULE Ad Published: .October 29 and November 5, 2012 Pre - Proposal Conference:2:00 p.m. on November 13, 2012 Proposal Due: 2:00 p.m. on November 20, 2012 Contract Awarded: December 11, 2012 Vendor Start Date: January 7, 2013 The City reserves the right to revise this schedule. F. PROPOSER INQUIRIES, CITY CONTACT PERSON Any person contemplating submitting a proposal who is uncertain as to the intended meaning of any part of the Request for Proposals ( "RFP ") or other contract documents, or who finds discrepancies in, or omissions from the ' Request for Proposals may request interpretation, clarification, or correction of this RFP. Such request must be in writing and must be delivered to the City Contact Person listed below not later than 10 working days before the deadline for delivery of proposals. The person submitting the request is responsible for its ' timely delivery. Any interpretation or correction of the RFP or contract documents will be made only by written addendum and will be mailed or delivered to each person receiving this RFP. Any information given to any proposer concerning the solicitation or any changes to the RFP shall be provided in writing to all proposers to ensure that all proposers receive the same information relating to the RFP. The City will not be responsible for any other ' interpretation, clarification, or correction of this RFP. Proposers must acknowledge receipt of any addenda received in the acknowledgement on page 7 of the proposal. ' Each proposer should verify that it has received all addenda to this RFP by direct inquiry to the City Contact Person before submitting proposals. r Any questions concerning this RFP should be directed during the hours of 8 a.m. to 5 p.m. Monday through Friday to the City Contact Person as follows (email is preferred method): 2 II Sue Ownby, Purchasing Manager City of Yakima 129 North 2 Street Yakima, WA 98901 Email: sue.ownby @ci.yakima.wa.us Technical inquiries should be directed during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday, to the Engineer as follows: Ken Alexander, Project Manager Gray & Osborne, Inc. 8513 NE Hazel Dell Avenue, Suite 106 Vancouver, WA 98665 Email: kalexander q -o.com Phone: (360) 571 -3350 Prospective proposers must avoid contacts regarding this RFP with elected officials of the City and City staff not listed as the contact person for this procurement. Any contact other than with the City Contact Person and Engineer may disqualify a proposer from the RFP process. G. ATTACHED CONTRACTS II See the attached Contract (APPENDIX A) to be executed with the successful Proposer. It is not necessary for Proposers to sign and return the contract with the proposal, but Proposers should note applicable provisions, including 41i insurance and bonding requirements relating to this Request for Proposals contained therein and submit any proposed language changes no later than 10 days prior to the proposal due date. H. FINAL CONTRACT LANGUAGE The City reserves the right to introduce additional terms and conditions at the time the final contract is n egotiated. INCURRED COST a • This RFP does not obligate the City of Yakima to award any contract, nor will it be responsible for any cost or expense that may be incurred by a proposer in preparing and submitting a proposal in response to this RFP or any cost or expense incurred by the proposer before the execution of a contract agreement including any and all costs associated with interviews. J. PROPOSER'S REPRESENTATIONS A proposer, by submitting a proposal, represents that: 1. The proposer has read and completely understands the requirements and specifications stated in this Request for Proposal (RFP) and the proposal is made in accordance therewith, and; 3 a I H II I 2. The proposer is familiar with the local conditions under which this proposal must be performed. The proposer possesses the capabilities, resources, and personnel necessary to provide efficient and successful service to the City of Yakima and; I 3. The proposer understands and agrees that the proposer shall be solely responsible for all of the services required by the RFP. I Before submitting a proposal, each proposer shall make all investigations and examinations necessary to ascertain site conditions and requirements affecting I , . the full cost and all other aspects of performance of the contract and to verify any representations made by the City of Yakima. If the proposer receives an award as a result of its proposal, failure to have made such investigations and examinations will in no way relieve the proposer from its obligations to comply in every detail with all of the provisions and requirements of the contract, nor will a' plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the proposer for additional compensation or relief. I K. PERFORMANCE BOND I Within 30 days of execution of contract, Contractor will be required to submit a performance bond on the form provided (APPENDIX A) or an Irrevocable Letter of Credit in an amount equal to twenty -five percent (25 %) of the proposal price, for the first year of contract services, which bond shall be provided by a firm licensed to do business in Washington or a Letter of Credit issued by a commercial bank located within the State of Washington and acceptable to City. I The performance bond or letter of credit will be renewed for each year during the terms of the contract. In the event that the bonding company or bank requires an executed contract prior to insurance of the required performance Bond or Letter I of Credit, Contractors will be required to: 1. Show evidence in the term of a letter from the bonding company of the Proposer's capacity to be bonded or from the bank of the capacity of the I Proposer to issue a Letter of Credit. 2. The contract will specify that the contract will be subject to receipt of a I performance bond or letter of credit within 30 days of execution of contract. I II. EVALUATION, INTERVIEW, AND CONTRACT AWARD PROCESS A. This is a solicitation for the services described elsewhere. herein. Each proposal I will be evaluated in accordance with the evaluation criteria stated herein to determine acceptable proposal's. The City will award to the Proposer whose offer conforms to the solicitation and will be most advantageous to Yakima as determined by the evaluation factors listed below. However, regardless of THE I construction cost proposed, the City reserves the right to select other than the lowest priced proposal. i. 4 1 The Evaluation Committee will conduct an initial review and short -list two or three vendors to be evaluated and scored. The decision of the Committee shall be final and conclusive. Selection Criteria and Consideration: The proposals will be evaluated on the basis of the following factors. Each factor has been assigned a pre - established weight to reflect its relative importance. Proposal Evaluation Criteria Weight 1. AMI System Capabilities and Compatibility with City Systems 15% 2. Qualifications of the Manufacturer 15% 3. Proposer's Approach, including Management and Training 10% 4. Response to Technical Specifications 25% 5. Cost Proposal 40% TOTAL 100% B. Based upon the evaluation criteria, a finalist or finalists will be selected. There 1 � may be further evaluation by interviews; however, the City reserves the right to award without holding discussions. The purpose of the interview, if held, will be to further review the final proposals in specific areas with regards to satisfying the evaluation criteria stated above. Proposers shall have key management employees available for these interviews. The City will notify the finalists as to the time, date and location for an interview. C. The Evaluation Board will assess the overall proposal and ratings for the 411 finalist(s). The City reserves the right to request a best and final offer if necessary. The City reserves the right, if it is determined to be in its best interest, to conduct subsequent discussion, either oral or written, with all finalists after the interview process. In such an event, all finalists may be requested to submit best and final offers. The evaluation of the best and final offer will be on the same criteria as the original proposal. Submission of a proposal implies the vendor's acceptance of the evaluation criteria and process and recognition that subjective judgments may be made by the Evaluation Committee. III. GENERAL CONDITIONS A. The Washington State Department of Transportation (WSDOT) 2012 Standard Specifications for Road, Bridge, and Municipal Construction, herein referred to as "Standard Specifications," are made part of this contract. B. COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND ADDENDA Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 5 1 ' 2. 3. Proposal Form, General Conditions, 4. Technical Specifications, 5. Amendments to the Standard Specifications, ' 6. WSDOT 2012 Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT 2012 Standard Plans for Road, Bridge, and Municipal ' Construction. C. FINAL CLEANUP 1 The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 D. CONTROL OF WORK Unless otherwise expressly provided in the Contract Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the ' obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1 The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority ' shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. E. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK If the Contractor fails to remedy defective or unauthorized work within the time 1 specified in a written notice from the Engineer, or fails to perform any.part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency ' forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation 6 1 II when, in the opinion of the Engineer, a delay in its remedy could be potentially 1 unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. F. FINAL INSPECTION 1. Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work 1 � necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the I Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 7 a 2. Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready ' • for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final ' inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, ' upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 3. Operational Testing It is the intent of the Contracting Agency to have at the Physical ' Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; 1 irrigation systems; buildings; or other similar work it may be desirable for the ;Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor ' shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested ' during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be 8 established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. G. METHOD OF SERVING NOTICES All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand • delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. H. WATER AND POWER The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. CONTROL OF MATERIALS 1. Samples and Tests for Acceptance a The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. J. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1. Laws to be Observed In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 9 ' The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known ' to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to ' work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. t The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use', or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement ' shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, ' or near the project site. K. STATE TAXES The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those ' rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting. Agency will not adjust its payment if the Contractor bases a price on a misunderstood tax liability. ' The Contractor shall include all Contractor -paid taxes in the unit item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. ' The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1 1. State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or ' improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the 10 street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit item prices in the proposal, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 2. State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; • and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit item prices in the proposal, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit item prices in the proposal or in any other contract amount. L. SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. M. AIR QUALITY The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 11 I . ID N. PERMITS AND LICENSES The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. I O. REQUIRED DOCUMENTS I The Contra or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information required on the addendum to the "Affidavit of Wages Paid" form filed I with the Department of Labor and Industries [form F700- 164 -000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off - Site, Prefabricated, Non - Standard, Project Specific Item" on the Affidavit of I Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts I estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off -site, prefabricated, nonstandard, project specific items" means products or I items that are: II 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and I 2. Produced specifically for this Project and not considered to be • regularly available shelf items; and I 3. Produced or manufactured by labor expended to assemble or modify standard items; and P 4. Produced at an off -site location outside the State of Washington. T he Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following I information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non- Standard, Project Specific" items: I 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; I 3. The contract value of the off -site, prefabricated, nonstandard, project specific items produced outside of Washington State, I including labor and materials; and • I' , i 12 II 4. The name, address, and federal employer identification number of the contractor that produced the off -site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non - Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. P. UTILITIES AND SIMILAR FACILITIES Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to proposal submission deadline and assess their impacts on his construction activities. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Century Link, 8 W. 2 Ave., Room 304, Yakima, WA 98902, 509 - 575 -7183 Charter Communications, 1005 N. 16 Ave., Yakima, WA 98902, 509 - 575 -1697 City of Yakima Water Div., 2301 Fruitvale Blvd., Yakima, WA 98902, 509 - 575 -6154 City of Yakima Wastewater Div., 2220 E. Viola, Yakima, WA 98901, 509 - 575 -6077 Cascade Natural Gas Corp., 401 N. 1 Street, Yakima, WA 98901, 509 - 457 -5905 Nob Hill Water, 6111 Tieton Drive, Yakima, WA 98908, 509 - 966 -0272 Pacific Power, PO Box 1729, Yakima, WA 98907, 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with specifications and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. 13 I The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 Q. INSURANCE 1. The Contractor shall obtain the insurance described in this section from I insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is I licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the I Certificate of Insurance, and /or endorsements. 2. The Contractor shall keep this insurance in•force during the term of the I contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). I 3. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of 1 renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee I acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. I 4. The. insurance policies shall contain a "cross liability" provision. 5. The Contractor's and all subcontractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting I Agency's insurance, self- insurance, or insurance pool coverage. 6. The Contractor shall provide the Contracting Agency and all Additional l Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. I 7. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). / 8. The Contractor shall not begin work under the contract until the required I insurance has been obtained and approved by the Contracting Agency. 9. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting 14 IV Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such - insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 10. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. R. ADDITIONAL INSURED All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials • Gray & Osborne, Inc. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1. Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 2. Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: a. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. b. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any 15 1 blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. ' c. Any other amendatory endorsements to show the coverage required herein. ' 3. Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 4. Commercial General Liability ' A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability • Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury ' Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability ' Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage ' responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate ' $1,000,000 Personal & Advertising Injury, each offence Stop Gap /Employers' Liability ' $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1 ' 16 5. Automobile Liability (110 Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 6. Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial. Insurance laws of the state of Washington. S. PROSECUTION AND PROGRESS 1. Preliminary Matters a. Preconstruction Conference Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: To review the initial progress schedule; ii. To establish a working understanding among the various parties associated or affected by the work; iii. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; iv. To establish normal working hours for the work; v. To review safety standards and traffic control; and vi. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: A breakdown of all lump sum items; ' ii. A preliminary schedule of working drawing submittals; and iii. A list of material sources for approval if applicable. T. HOURS OF WORK Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. 17 1 I LO ' Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The ' Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. ' Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations.. The Contractor shall have no claim for damages or delays should ' such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon ' normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: ' • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary. by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion, of the Engineer, such work necessitates their t presence. • On non - Federal aid projects, requiring the Contractor to reimburse ' the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency' representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period. ' U. REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES ' Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of ' 18 the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. V. SUBCONTRACTING - D /M/WBE REPORTING On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract. W. PROGRESS SCHEDULE The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. X. PROSECUTION OF WORK 1. Notice to Proceed and Prosecution of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 19 ' When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and ' traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. t Y. TIME FOR COMPLETION This project shall be physically completed within 360 calendar days. ' Contract time shall begin on the first working day following the 10th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the ' Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: ' 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final ' acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) 20 II b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 Z. MAINTENANCE DURING SUSPENSION At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. AA. MEASUREMENT AND PAYMENT 1 1. Minor Changes The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per minor changes, only to provide a common proposal. All such dollar amounts are to become a part of Contractor's total proposed cost. However, the Contracting Agency does i not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 2. Payments Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1 a. Unit Price Items in the Proposal Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 1 21 ' b. Lump Sum Items in the Proposal Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. ' c. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. d. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made ,in accordance with the progress estimate less: a. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; b. The amount of Progress Payments previously made; and ' c. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1 BB. TEMPORARY TRAFFIC CONTROL 1. Traffic Control Management ' a. General Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: ' The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 22 e The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 CC. STANDARD PLANS The State of Washington Standard Plans for Road, Bridge and Municipal II Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective April 2, 2012 is made a part of this contract. I 1 I 23 1 1 I \'. PROPOSAL 1 1 1 1 1 1 1 1 4545 W Brown Deer Road Badgelf, @t @f PO Box 245036 ® 111/ M Milwaukee, Wisconsin 53224 -9536 ' 414-355-04001800-876-3837 www.badgermeter.com November 28, 2012 City of Yakima Office of the City Clerk ' 129 N. 2 Street Yakima, WA. 98901 Subject: Request for Proposal #11225 -P — Water Utility Advanced Metering Infrastructure System — City Project #2261 Due: December 4, 2012 —2:00 P.M. Dear'Sir or Madam: Badger Meter is pleased to provide a comprehensive response to the City of Yakima regarding the above- referenced request for an Advanced Metering Infrastructure System. We are confident that the Badger GALAXY solution we have proposed, meets both the City's current and future water meter reading needs. Terms are net 30 days. ' Prices quoted in this bid, if awarded to Badger, will remain firm for twelve (12) months if acceptance is made within 60 days. ' Badger Meter continues to improve and redesign our products to provide our customers with state -of- the -art technology solutions. Therefore, Badger Meter reserves the right to provide our newest product solutions as an alternative to the proposed products, provided the replacement products meet the following ' requirements: substantially similar, are at least of equal quality and performance, and are in conformance with the requirements in the applicable specifications, meet the actual needs, are otherwise suitable for the intended use and are priced at an amount that does not exceed the price of the quoted products. 111 In the event you have any questions concerning this bid, please me at any of the following: ' Telephone - 1- 800 - 876 -3837 Ext. 15895 Fax 414 - 371 -5981 E -Mail - bids @badgermeter.com ._ 1 Yakima, WA November 26, 2012 Page 2 We appreciate this opportunity to respond to your proposal. We look forward to meeting with you to provide a comprehensive product presentation. It is our sincere hope that you will consider our technology when awarding this contract. ' Sincerely, BADGER METER, INC. 6.A.A ' Pamela Stokke-Ceci a G. Stokke Cea Assistant Secretary • ' Enclosures cc: Torre Treece — Badger Meter, Inc. ID • 1 1 1 t 1 r 1 I Request for Proposal 11225-P . a to provide: W ater Utility Advanced Metering � i ' , Badger Meter s ' � lb Infrastructure System s — City Project No. 2261 .. I a,,, I Executive Summary When you consider vendors for an Advanced Meter Infrastructure (AMI) system project, your ultimate goal is to identify a true business partner. At Badger Meter Inc., we believe that we are the ideal I business partner for the City of Yakima, WA, as we already have a partnership that we truly appreciate. We have examined your documents and find that our GALAXY® AMI system is the best solution and will I meet your long -term technology objectives. Badger Meter is proposing the GALAXY AMI solution based on our knowledge of the City's topography, meter /pit setting, software solution requirements, and our successful pilot program performed last year. Badger Meter GALAXY AMI solution has been successfully I deployed among many City and Water Districts across the county since being introduced to the market in 2005, and we know it will be successful at the City of Yakima as well. The GALAXY solution offers great flexibility and customer service tools that the City will see benefit from immediately upon the installation I of the first GALAXY Transmitter. The Badger GALAXY AMI solution employs a high powered meter transmitter, a reliable network of Gateway collectors, coupled with Badger's user - friendly and versatile ReadCenterR reading data management software. This powerful trio of Badger Meter technology brings I daily interval metering data conveniently to the City by using a cellular backhaul for easy and understandable data. l i Badger Meter r and City of Yakima — GALAXY Pilot Program 2011 I 1 is I 11' Mire �� ,. I I 1 Our expertise in flow measurement has allowed for us to develop technologies and products to meet I continually evolving customer needs. We are the manufacturer of the complete system — the meter, absolute encoder and the GALAXY radio transmitter, and the ReadCenter software. With our manufacturing facilities and local representative we have been, and will continue to be, able to provide the City of Yakima with superior customer service and support along with our quality products you have come to expect from Badger Meter, Inc. I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I Request for Proposal 11225 -P "" "� to provide: ; - ' N , . i W ater Utility Advanced Metering Meter y g 1 i " ID Infrastructure System `` City Project No 2261 17 k 4 s While providing many benefits, an AMI system cannot improve the accuracy of the meter. A Badger I Meter 3/4" disc meter has been p roven to be one of the most accurate meters in the market in terms of capturing higher accuracies at the lowest flow rates. The better the water meter, the better the long term revenue stream is for the City of Yakima. I As a current Badger Meter customer we can offer the most direct solutions to ensure accurate and seamless upgrade on your approximately 2,400; 3/4", 1 ", 1 W' and 2" meters the City will not be replacing. I You can retrofit theses newest Badger meters with a Badger ADE encoder connected to a GALAXY transmitter - the total solution, with warranty protection, and the advantage of a fully- factory potted ADE to transmitter. This eliminates any installation splicing errors and ensures meter accuracy and I preserves optimum revenue generation. Badger Meter, Inc. is a publicly held company; trading on the New York Stock Exchange, under the symbol "BMI ". Unlike some meter vendors, Badger Meter continues to be financially strong, maintaining I a conservative low debt. This allows Badger Meter to focus on the long -term, meeting the requirements of our customers with the continued goal of remaining a strong leader in the manufacturing of flow measurement and AMR /AMI solutions. To support this goal, we allocate a high percentage of our I revenue on the research and development of new product and manufacturing AMR /AMI technologies. For the last 107 years Badger Meter has focused exclusively on flow measurement and control products, and developing technology for our Water Utility Customers. An example of this is our GALAXY "true" AMI solution which was specifically designed for the water industry. Some competitor products are adapted from the electric industry. In fact, we have sold more AMR /AMI endpoints into the water industry than any other supplier'. We are an American company that has been providing high quality water meters to 1 water utilities since 1905. Almost one out of three water meters sold in the United States is a Badger meter.' I The experience of Badger Meter is unparalleled in the water AMR /AMI market. With over twenty -plus years of experience with water utility automated meter reading and millions of end points installed, we feel confident that the citizens of Yakima, WA and their officials will be pleased with the reliable I performance of our products. We value the long -term relationship we have had with the City of Yakima over the last several years. We look forward to the opportunity to continue our business relationship and provide the City of Yakima with a fully functional AMI fixed network system that satisfies all your I long -term needs. Scope of Services I Badger Meter has been providing the City of Yakima with nearly all of their metering solutions since early 2008 and we are confident that we have the products and experience to continue being The City's meter I 1 Information taken from 2010 Scott Report prepared by Cognyst Advisors and Proprietary Publishing. 2 Per data published by Proprietary Publishing I manufacturer of choice, and help the City reach their goals of a complete installation of an AMI solution. Badger Meter's Recordall Series is a complete line of water meters specifically designed for the Utility market. The Recordall Series includes residential and commercial water meters, including positive I r displacement, turbo, compound, fire service, and Magnetoflow and M- Series electromagnetic flow meters. I The information contained herein is to be considered confidential & proprietary to the extent allowable by law " ,- .- I Request for Proposal 11225 -P I - ��,� to provide: i -. W ater Utility Advanced Metering = ■ =,y Infrastructure System , — ` City Project No 2261 , ., � • -- ter!. We know the harsh pit environment these meters and AMI devices need to survive in the over nearly I twenty (20) square miles the City encompasses. We know the GALAXY Gateway topography challenges and Receiver with Public I environmental challenges an AMI Wireless Backhaul device will face in the changing climate of Eastern Washington. We I know that with roughly 19,000 service I .' connections, when selecting a new ` AMI Standard, your decision needs to Public Wireless I be with a company that has an ME N exceptional track record that offers an ■■ ` AMI solution that is extremely 4 um ° °;' I flexible, reliable, long term, cost - effective, and gives the City peace of MN (Utility) mind. Badger Meter will be there for I you in the future. GALAXY Remote or Pit Transmitter ID GALAXY FIXED NETWORK SYSTEM FUNCTIONALITY I The GALAXY system is made up of three simple components: Gateway Receivers, High- Powered Transmitters and ReadCenter® Reading Management Software. This fixed network advanced metering infrastructure (AMI) system ' `\` ' utilizes Gateway receivers to receive and transfer meter data from transmitters located at each water meter on to the utility I computer. To ensure trouble -free communication, Badger Meter's AMI system operates its proven one -way point -to -point radio frequency technology in the FCC- licensed 450 -470 MHz band. Four I times per day the GALAXY transmitters broadcast the past twenty -four hours of interval metering data along with standard exception messages. This information is securely and immediately forwarded to the utility computer or to a hosted website as it is received. I The Gateway receivers offer a choice of three flexible and reliable backhaul options to enable this data to reach the utility. Badger Meter is bidding cellular, but the City could choose a Wi -Fi or LAN network I backhaul as desired. Badger Meter's ReadCenter Analytics reading data management software allows easy access to system information and a variety of customer service tools. In addition to providing meter data to the utility's I billing system in a flexible and compatible file format. The meter data management software also I' monitors and controls system performance, manages data, and remotely reconfigures the Gateway Receivers, as needed. To assure optimum system performance, Badger Meter's system engineers assist utilities by designing a custom installation plan for the implementation of the GALAXY fixed network system's Gateway I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I Request for Proposal 11225 -P " �'�" to provide: , . i t W ater Utility Advanced Metering i - 1111 % Infrastructure System — a City Project No. 2261 I ' A Receivers. This work considers each utility's unique radio frequency propagation factors, environmental I settings, topography, and available infrastructure mounting locations and ensures an effective — and efficient system installation. I Why is GALAXY AMI solution the best for the City of Yakima? I EASE: The GALAXY Fixed Network system is set apart from competitive fixed networks by virtue of its ease of use, while retaining all of the functionality valued by today's water I utility. The phrase, "Fixed Networking Made Easy," EFFICIENCY describes the GALAXY system's unique ability to integrate into a wide variety of existing metering systems while ' I maintaining ease of product installation, setup, and EASE EXPERIENCE operation. Many of today's fixed network offerings are • complicated, and difficult to install, configure, and use. , ' GALAXY is a product that all utilities can embrace - BADGER' regardless of their level of technological expertise, size or GALAXY'' ) AMI experience. Furthermore, our network infrastructure is III simple, light, compact and easy to maintain because of its solid state design. Compared to other fixed network systems, our design allows easier, more flexible and lower cost network installation and on -going i maintenance. EFFICIENCY: The meter data available with the GALAXY® fixed network AMI system will improve I Yakima's operations in numerous ways. In addition to providing timely and accurate billing information, the system quickly flags vandalized transmitters or - to assist in your conservation efforts - accounts that may have a potential leak. Additionally, utility customer service is greatly improved when daily meter I reading data are made easily accessible to help quickly answer customer questions and resolve billing disputes. I EXPERIENCE: As an industry AMR /AMI leader in both tenure and installed base, Badger Meter enjoys an unparalleled position of strength in the water AMR /AMI market. Even though fixed network AMI is relatively new to most water utilities, our twenty plus years of experience with water utility automated I meter reading and the long -term, reliable performance of these products gives us credibility and acceptance that our competitors cannot match. I I I The information contained herein is to be considered confidential & proprietary to the extent allowable by law - --■""" .• -. I Request for Proposal 11225 -P - : ; " l~`~, °`` to provide: :'—. • �' ID % W ater Utility Advanced Metering Badger Meter Infrastructure System �,�g City Project No. 2261 s, ., 4 Project Management I Project Methodology: Badger Meter has adopted the Project Management Institute (PMI ®) Guide to the Project Management Body of Knowledge (PMBOK ®) as the foundation for our project management methodology and I processes. All our project managers understand the PMI standard as well as the Badger Meter adaptation in our methodology and tools. All Badger Meter project managers have either attained the globally recognized PMI® Project Management Professional certification (PMP ®) or are in the process of I obtaining certification. The ultimate goal of Project Management is be to provide maximum value to the City of Yakima in the areas of Cost, Schedule and Quality throughout the project lifecycle. The objective will be to deliver to the City of Yakima the expected quality of results, on time, and at or below the I expected cost. The key elements of this approach will be to execute the appropriate Project Plan, control the project to the planned performance baselines, as well as manage risk and change throughout the lifecycle of the project. I The Badger Meter Project Management Methodology is ensures a common approach is taken with all turnkey implementation projects in order to achieve consistent and predictable results. The methodology consists of four (4) distinct phases spanning from project inception to closure. Each phase P includes a number of specific tasks with associated checklists, tools and templates to facilitate project execution. I I nitiation Planning Executing & Controlling Closing I • Define Project • Document Scope • Execute Work • Quality Control • Verify Completion of • Identify Project Team • Develop Overall • Manage Installation • Monitor Work all Work • Identify Stakeholders Project Management • Manage Data Progress • Obtain Final • Finalize Contracts Plan • Manage Invoicing • Monitor Schedules Acceptance I • Define and Sequence • Monitor Inventory • Transfer to Technical Activities • Resolve Issues Support • Manage Risks • Administrative Closeout I • Status Meetings • Project Reporting i I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I Request for Proposal 11225 -P — a to provide: r • -..` . W ater Utility Advanced Metering ° 'r Badger Meter Infrastructur :' 1 _ s City Project No. 2261 , ,�•� ).: — i Project Schedule: I An overall project schedule is one key element of the overall project management plan. During the Project Planning phase a detailed overall schedule will be finalized based on the specific requirements for I the City of Yakima project. The RFP indicates a 12 month project schedule is desired for this project. Below is a high level summary of a typical 12 month project schedule showing high level task durations in Gantt Chart form. I Project Initiation I♦ !Task Duration I Contract /NTP - Identify Teams j/ Project Planning aw.— I Document Scope j D evelop Project Schedule > Develop Supporting Plans e I Overall Project Plan , I Subcontracting am , Executing & Controlling ill N Data Integration Procurement I Software Installation Training 0 Infrastructure Installation ,111111111111 Endpoint Installation I_41111111111111111111111 IM Substantial Completion )j Closing MIMI I Clean Up/ Final Acceptance RMIMI Project Closeout 1 i I 0 50 100 150 200 250 300 350 400 Days I t I The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225 -P _ to provide: _ / � W ater Utility Advanced Metering i t Infrastructure System s — : f ' City Project No. 2261 � " " •. • 1 = h � ` ..aaaaaa� Project Communications: ' A critical component of our Project Management approach is to provide single -point responsibility for the successful accomplishment of the project as a whole, and for each of the component parts of the project. As Badger Meter's single source of contact, the Project Manager will be charged with managing ' installation subcontractor work, performance and deliverables. The Project Manager will facilitate all communication and work between City of Yakima and internal units within Badger Meter. A full communication plan will be developed as part of the overall project plan. To ensure the successful implementation of Badger Meter's AMI system the Project Manager will closely monitor project progress on a daily basis, schedule regular project status meetings, and participate in all ' city progress and milestone meetings. Following are some of the reporting options. ' Project Management Reporting Badger Meter can provide all necessary reports as required by the final contract documents. These reports may include but are not limited to: • Daily Installation Route (daily) • Daily Installations Completed (daily) • Unable to Complete Installations (daily / weekly) • Installation Metrics (weekly / monthly) • Installation Forecast (weekly / monthly) t • Schedule Report (daily / weekly / monthly) ' Contract Management Reporting Badger Meter can provide all necessary reports as required by final contract documents at least 1 time per month. These reports may include but are not limited to: • High level update and overview of the project • Meeting agenda • Performance metrics ' Installation Management Reporting Upon award Badger Meter will convene installation management meetings. These meetings will be held weekly or as necessary. Meetings will ensure installers are following all Standard Operating Procedures ' (SOP), allow for field feedback, modify project SOP's as required, implement new procedures, review and resolve field issues. This meeting will include City Project Manager, Badger Meter Project Manager, Installation Contractor Project Manager, and Field Supervisors. The information contained herein is to be considered confidential & proprietary to the extent allowable by law r-►.Y- - per I Request for Proposal 11225 -P .\ """ 1 1 . to provide: = f I ' ' ' \ W ater Utility Advanced Metering Badger Meter / 1 ) ID Infrastructure System ; . — :` City Project No 2261 • . Project Staffing and Organization: I To assist the Project Manager with the successful implementation of our AMI system, Badger Meter will utilize a Contract Manager, Project Support Specialist, Customer Service Representative, engineering personnel and technical support personnel. While the main point of contact for City of Yakima will be the I Project Manager, an entire project support system is in place within Badger Meter to perform all the necessary project related tasks. I Below is the Project Management organizational structure that Badger Meter plans to use if a contract is awarded. I Utility Work Crews I I Billing Vendor Billing Departmen. Customer Field Procurement IT Department Supervisor Department I I I I Customer Project il l Manager I Badger Meter Badger Meter Sales Contact's) Contract Manager Project Manager I I ♦ f •♦ F , -♦ / - - / \ / \ AMI Project Project Support Subcontractors - Subcontractor2 I Trainer Specialist Project Manager Project Manager I I I Customer Suppor AMI RF Project Technical Installation Supervisor Project Call Installation Representative Propagation Team Specialist Center Supervisor I Engineering Technical Suppor. Installation Crew(s) Installation Department Department Crew(s) \ / \ / \ • ■ i ■ - � I Internal Badger Meter Project Support Meter Installation Subcontractor Infrastructure Installation Subcontractor I The information contained herein is to be considered confidential & proprietary to the extent allowable by law r- -�`P - W - �F tC'�a,n = a - -ter- - _i— Request for Proposal 11225 -P _—�" " —,"" to provide: . 1 ,, /-. W ater Utility Advanced Metering 10 Badger Meter Infrastructure system � City Project No. 2261 ; ., f qh ._ . _- I ,, Project Quality Control: I Badger Meter practices a high level of quality control throughout the life of the project. Quality control is I required before, during and after meter installation. Badger Meter requires its Subcontractors to continually work to proactively increase quality performance. I Badger Meter will perform quality checks of either 5% or (50) installations, for each of the first 3 months of the project to ensure quality installations are being performed. Badger Meter will send over list of all accounts checked on a weekly basis with failing counts noted. Badger Meter will spot check installation I work of the Subcontractors for 90 days after completion. Badger Meter will be responsible for fixing all unsatisfactory installations caused by reasons under its control. I The Badger Meter Subcontractor will spot check new employee installations for 30 days from time of employment. Badger Meter can provide detailed results of spot checking including accounts checked, findings, date installed, date checked, etc. I All failed installations found through spot checking or customer complaint reported to Badger Meter will be addressed in a timely manner. Prior to Installation: 1. Verify installer is at the correct location and correct meter set prior to commencing work. I 2. Verify work is possible without causing damage or injury. 3. All vehicles and personnel will be clearly identified with Subcontractor name. Personnel should I carry ID cards and business cards to give to the customer. 4. All personnel will be properly trained prior to installation work. New personnel will be closely I supervised. During Installation: I 1. Installer will verify all necessary data is collected and accurate at the time of installation. 2. Installer will follow the designated installation procedure outlined by Badger Meter. I 3. Installer will verify all aspects of the installation are correct before leaving the premises. Any issues caused must be reported to Badger Meter and the customer. Post Installation: I 1. Spot check installations as required (outlined above). I 2. Badger Meter will document and provide detailed report to the City for any accounts with installation issues. _Ill 3. Badger Meter to proactively develop methods to reduce quality issues. ill The information contained herein is to be considered confidential & proprietary to the extent allowable by law PROPOSER'S CHECK LIST The proposer's attention is especially called to the following items, which must be executed, and submitted with the ' proposal and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total item amounts must be shown in the spaces provided. ' B. ADDITIONAL INFORMATION All of the following items must accompany the proposal in order for the proposal to be considered ' responsive and complete. Information shall be numbered, and organized as follows: 1. Copy of preliminary automated metering infrastructure (AMI) radio propagation study used to identify the number and location of data collection units; map shall be provided showing the location of data collection units (DCUs) reflected in the Contractor's proposal. 2. Statement regarding the modification of meter vault lids (check one below): Meter vault lids will be modified to install meter radio transmitting units and cost is included in proposal. _ Meter vault lids will not need to be modified, hence no cost for modifying lids is included in the proposal. 3. Description of data pathway from meter to DCU either meter to meter to DCU or meter to DCU. 4. Discussion of two -way communication capability of system. 5. Ability of system to add leak detection devices and or remote control shutoff valves. 6. Color copies of sample displays for the customer web portal or simulations of the portal. (See Section 11680 -2.5 of the Technical Specifications for all information required in this proposal for the ' utilities and water customer data interface.) 7. Color copies of computer screen graphics for water usage history and alarms to be used by the utility as required by the specifications or simulations of the graphics. (See Section 11680 -2.5 of the Technical ' Specifications for all information required in this proposal for the utilities and water customer data interface.) 8. Backhaul method proposed if not a secure cellular phone connection. 9. Estimated annual cost of backhaul connection. ' 10. Method of providing power and confirmation that cost of providing power for the data collectors is included in the Contractor's proposal. 11. Estimated annual power consumption (expressed as kW -hr /year) for all DCUs required for a complete ' operating system. 12. Number of DCU's required. 1 13. List of licenses required to operate the AMI system and confirmation that the AMI manufacturer will obtain these licenses and City will be included as licensee. 1 1 14. List of any additional computer hardware that must be procured by the water utility to transfer and manage data received from the AMI system. I 15. Cost of annual service plans once the two -year service plan provided per the specifications in the Contractor's proposal expires. 16. References from three similar fixed network AMI projects completed in the last 5 years. References shall include: a. Name of water utility; b. Point of Contact (POC); c. POC title and phone number; d. Number of water service meters made radio read capable; e. Year system went into service. 17. An outline of all training to be provided to the City including: a. Training topic; b. Target audience; c. Training duration. I Must conform to Section 11680 -3.4 of the Technical Specifications. 18. Number of years the annual price for AMI Data Hosting is valid. C. BOND ACCOMPANYING PROPOSAL This Bond form is to be executed by the proposer and the surety company unless the proposal is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount and may be shown in dollars or on a percentage basis. D. PROPOSER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the proposer. The following forms are to be executed after the contract is awarded: A. CONTRACT , This agreement is to be executed by the successful proposer. B. PERFORMANCE BOND To be executed by the successful proposer and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. 1 D. E- VERIFY COMPLIANCE DECLARATION A signed E -Verify Compliance Declaration must be submitted or on file with the City. 2 1 I Request for Proposal 11225-P ...- _ " "��a,�� to provide: ^ '�� , °, W ater Utility Advanced Metering :: a Infrastructure System I City Project No. 2261 y� --, -. 1 ):..- ,, yh h - , 1. Copy of preliminary automated metering infrastructure (AMI) radio propagation study used to identify the number and location of data collection units; map shall be provided showing the location of data I collection units (DCUs) reflected in the Contractor's proposal. GALAXY® Fixed Network System t PRELIMINARY Network Design I Summary Information Service Area (square (22 miles): I Total Meters: 19.000 I Basis for Network Design The GALAXY AMI fixed network propagation study has been prepared utilizing the information noted below. The map enclosed IP displays the anticipated coverage area of the GALAXY network gateway receiver infrastructure as proposed. File Name Date Received 1 Site planning form (SPF): RFP- 11225P- Water - Utility- Advanced- Metering- 10/29/2012 Infrastructure-System-Specs. pdf Service area definition: Blue dotted line in Figure 1 attachment to the RFP 10/29/2012 1 Meter locations: Not Provided Candidate infrastructure locations: From Figure 1 and Page 138 of RFP, geocoded 10/29/2012 I using ArcGIS 10.1 Assumptions for Network Design I The following assumptions are made: • Submitted information including but not limited to street addresses, service area, meter locations, candidate infrastructure 1 locations, and mounting height for GALAXY network gateway receivers is accurate. Provided street addresses are geocoded into decimal- degree Latitude and Longitude using the WGS1984 geographic coordinate system. • GALAXY transmitters that are installed indoors will be installed in the floor - joists of the basement in a location with line of sight to the nearest GALAXY network gateway receiver. A • GALAXY transmitters that are installed in pits or vaults will be mounted underneath a plastic or composite lid and secured by the Badger Meter approved transmitter installation kit. • GALAXY network gateway receivers are mounted at the locations and heights listed in this document. • Power is available for the GALAXY network gateway receivers at each of the locations listed in this document. • Additional data from third party providers such as USGS National Elevation Dataset (NED), USGS National Land Cover Database (NLCD), Tele -Atlas municipal boundaries, and the RF propagation software used by Badger Meter is accurate. 1 111 This network design is considered PRELIMINARY and is subject to change for reasons including but not limited to consultation with the customer, site visit by Badger Meter personnel, and /or the availability of new or updated information. 1 I The information contained herein is to be considered confidential & proprietary to the extent allowable by law — . I Badger Meter Request for Proposal 11225 -P p - "" to rovide: : � W ater Utility Advanced Metering ?� • Infrastr Systems —:1 il i I City Project No. 2261 1 .. i 1 - . Preliminary Network Design I Expected GALAXY Network Gateway receiver quantity: 20 Possible GALAXY Network Gateway receiver quantity: 24 U . Badger Meter anticipates RF coverage of the meters located inside the service area to be accomplished with the installation and operation of twenty (20) GALAXY network gateway receivers. It is possible that unique characteristics exist in the customer's service area such that up to an additional four (4) network gateway receivers may be needed to provide reliable reads of all I GALAXY transmitters within the service area. RF signal propagation is dependent upon many environmental factors. Fixed factors such as Land Use /Land Cover and Terrain are included in the RF Propagation Model. Other factors that affect RF propagation including but are not limited to individual building construction materials, landscaping, traffic, atmospheric pollution, and localized sources of RF interference such as I antennas mounted on the same structure as the GALAXY network gateway receiver vary significantly depending on location, and as such cannot be included in the RF Propagation Model. Based upon the service area and the candidate infrastructure locations received, Badger Meter proposes mounting the GALAXY I network gateway receivers in the following locations: Location Name Site ID Latitude Longitude Height Additional AGL (ft.) Assumptions PO Structure is Bldg_19_Sheriff 50 Bldg_19 46.57601 - 120.492 50 available at listed WGS1984 Bldg_26_YakCntyCrthse_75 Bldg_26 46.60462 - 120.507 75 coordinates and I network gateway LP 17 LarsonPark 75 LP 17 46.58842 - 120.528 75 receiver can be installed on this LP 22 LionsPark 75 LP 22 46.59373 - 120.513 75 structure. Power is I – – – available at this Pole 12 PublicWorks 75 Pole12 46.61429 - 120.539 75 location. Network gateway receiver is 13 WWTF 50 Pole 13 46.58083 - 120.471 50 mounted at the Pole _ _ _ _ listed height above ground level (AGL). Pole_21_GilbertPark_50 Pole_21 46.6036 - 120.574 50 If a structure is not I available at this Pole_24_MilroyPark_50 Pole24 46.60323 120.529 50 location, as in the case of ROW Pole_2_AirportWell_20 Pole 46.57073 - 120.534 20 (Right -of -Way) I locations or City Pole_33_LS_Tamarack_30 Pole_33 46.62127 120.506 30 Park locations, a pole and power can Pole 3 GardnerWell 30 Pole 3 46.57414 - 120.514 30 be installed at this I Pole_ 4 _ KisselWell 3 0 Pole - 4 46.57791 - 120.551 30 location for mounting of the network gateway Pole_ 6_40thAveRes_FS_30 Pole_6 46.60644 - 120.561 30 receiver. I Pole_ 8_2ndLevelReservoir_50 Pole_8 46.6212 - 120.577 50 1" Tower 1 KiwanisWell 85 Twr 1 46.60005 - 120.487 85 I The information contained herein is to be considered confidential & proprietary to the extent allowable by law - -- I ID Request for Proposal 11225-P --... �: to provide: t W ater Utility Advanced Metering =� . Badger Meter s. , • Infrastructure System 1 ; : City Project No 2261 ...• .,- Pole_Gleed &Gleed_30 PoleGl 46.66194 - 120.615 30 Pole_GleedFireDept_75 PoleGlee 46.64341 - 120.595 75 I Pole_TietonDr_30 Pole Tie 46.59271 -120.562 30 Pole W NobHill 30 PoIeNBH 46.58542 -120.547 30 I Pole_Yakima &26th_30 PoleYak2 46.59717 - 120.544 30 Customer verification and confirmation of the service area as well as identification and availability of proposed GALAXY network I gateway receiver locations recommended by Badger Meter is required. GALAXY AMI coverage shown below is representative of the network gateway receiver infrastructure installation as I identified above. — — — Google Earth file(s) shown: GALAXY 20GW YakimaWA 2012 1101.kmz In the Google Earth overlay, the colors represent estimated GALAXY AMI network iii coverage as follows: • Green — Best RF Signal Strength • Orange — Good RF Signal Strength I • Blue — Marginal RF Signal Strength • White/ Clear (See -thru) — No RF Signal Received Yellow pushpins = Customer provided locations for GALAXY network gateway receivers I White pushpins = Badger Meter selected locations for installations of GALAXY network gateway receivers I I I I I 1' 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law I Request for Proposal 11225 -P = l" to provide: , ''a W ater Utility Advanced Metering '� . Badger Meter : �' Infrastructure System 1 — • t I City Project No. 2261 • f �'1 r r , 4 , ......„. -..- I EDX Wireless \ �! `• w • 2 -95.000 i II • 2 - 100.000 \\ • 2 112.000 j Pole Gleed &Gleed_30 3 M ^ ❑ < - 112.000 , • 1 '* , Badger Meter 1 j Pole_ ■ I _ ' \-< •, rpt w 1 i j Pole_8_2ndLevelReservoir_50 sPo e_33_LS_Tar' a ra 30 ` ws' it t it Pole_ 12 !PublicVJorks 7 5 - r a j . • "� r Pole 6 4OthAveRes FS 30 � j P ole_24 MilroyPark_50 ` t Po1e1121 GilbertPark 50 j j j Bldg_26_YakCntyCrtnse?`• q `� 6 Q° Tower_ 1_KiwanisWell_85 \ � • ` r 1111 ' V � ` Pole_Yakima &261h_30 j � �_ . Jr; • ; ` r j Pole TletonDf 30 1 1 7 a ,.,:i. ° t-, LP 22_LionsPark• 75 ' � $ LP 17 LarsonPark 75 - . i - , • Jill NO 3° . ,, l - j Pol W bHdl 30 *. I _- _ ' L d+ ' ' �, Pole 13 V�'WTFS50 w Pole 4 Ki sselWell 30 j 1 I r I - r." j Bldg_19_Shenff_50 j Pole_ 3_GardnerWell_30 I ' Alt 111 '' aJ . - _.Pole 2 Ai portWell 20 - - 'r - "' i _ 4.1P Jr. "_ �. •, d 91 M 4's 1 � . I I I I ir r The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225 -P to provide: W ater Utility ~~ Badger Meter y Advanced � • Infrastructure System : ` ' City Project No 2261 , • h, r' Clarifications • The WGS1984 latitude /longitude coordinates provided represent the recommended locations for installation of the GALAXY Gateways. If a structure to mount the GALAXY Gateway does not exist at any of these locations, the customer will be responsible for installing a mounting structure and for any direct and indirect costs related ' to this activity. • The final network design may be different based on variations in modeling data and actual real world conditions impacting RF propagation. Badger Meter responsibility is limited to recommending network gateway receiver mounting locations that, according to the provided Site Planning Form, Service Area Definition, Meter ' Locations, and Candidate Infrastructure Locations, represent the best possible location to receive the signal from the GALAXY transmitters. The customer is responsible for reviewing this network design for accuracy. Necessary corrections to the information contained in this document needs to be communicated back to Badger ' Meter before the final propagation study can be performed. The final propagation study will be performed after a site visit by Badger Meter personnel. • GALAXY network gateway receivers require backhaul service. Available backhaul options are GPRS cellular, Wi -Fi and LAN. Data backhaul service, installation and configuration are outside the scope of this propagation ' study and needs to be discussed with your Badger Meter account representative. • Installation and connectivity to an approved power source for GALAXY network gateway receivers is to be provided by the customer. 0 License for GALAXY System ' The GALAXY fixed network system operates on the FCC - regulated 450 -470 MHz band. The FCC license for the system frequency will be owned and maintained by the customer. Badger Meter will assist in the procurement of the license. t I I I The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 Request for Proposal 11225 -P to provide: -� /', Badger Meter Water Utility Advanced Metering I h Infrastructure System — '• V ) 1) /..... City Project No. 2261 ., 2. Statement regarding the modification of meter vault lids (check one below): I X Meter vault lids will be modified to install meter radio transmitting units and cost is included in proposal. I While we have proven success in being able to read our GALAXY transmitters through the City's cast iron lids with ranges reaching up to nearly a mile, Badger Meter strongly believes for long term success, and to provide the optimal performance of an AMI solution, a non -metal pit lid is I recommended. We believe with the infrastructure sites offered /listed for this project and the elevations of those sites, a non -metal lid would be required. Thus, we have included in our proposal a number of options which we feel will fit the City's lid requirements. II As part of our pricing proposal we are quoting 9,500 7" Nicor Lids and 9,500 10" Nicor Lids (see item #6, item proposal sheet). We are including information regarding the Armorcast Custom I Polymer Concrete Lids as an option and pricing is available upon request. Meter vault lids will not need to be modified, hence no cost for modifying lids is included in 11) the proposal. 1 1 1 1 I I I The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225 -P "�'�- "~ I %II to provide: t ~r� ',k Badger Meter W ater Utility Advanced Metering Infrastructure System ' ;1 City Project No 2261 $ .., .— p I Type of Lid: 10 Inch Type of Lock: I Spring Top of Lid Dimensions I 10- 3/16" Diameter Underside Skirt I 8 -3/4" Thickness of Lid Total 1-1/2" IP Top Only 5/16" I I FRONT I I \' 1 I 1' BACK I The information contained herein is to be considered confidential & proprietary to the extent allowable by law AIM I Request for Proposal 11225-P - --�� 1 "'1'�" to provide: ''� lb 4r1116 W ater Utility Advanced Metering -- \ Badger Meter Infrastructure system , - I City Project No. 2261 , ., 'h h h ^, I = r w � • :. ` !r 1 r IP ' VP. t• , 1 .z f • 1 1 , } ` ` ` fi I ---" — i ,./ :: ' \ -' \ i ' :::'" , .,:'-',' • _tim # . ! ' t i ac . . • lk N., i- ti .--. _ I I' . , , �, ,.„, ,.. . I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I 16 Request for Proposal 11225-P - " " to provide: s3_ ±' ■ i W ater Utility Advanced Metering . Badger Meter Infrastructure system a .k t ■ I City Project No 2261 's, .� . 1 % h h 1 1 I Co J > 0 CO Il II , ! w o d : . ol ;: - fiv\f‘j , kl ef S o " r .- I ° n�x4 1 WI PI to t.... __ E fell al I O J co R. Ilk V I 4,,,, III L N Z 2 v p I S3Q I...- -N -,Q L,U 2 m O z a 0 I 10.0625 DIA X .5 RPM COVER I I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I ID Badger Meter Request for Proposal 11225 -P .•‘,. .•‘,. to provide: W , � � Water Utility Advanced Metering ; Ailliflalk „ I City Project No. 2261 , :� ,� • 4,4 --- f I 3. Description of data pathway from meter to DCU either meter to meter to DCU or meter to DCU. Galaxy AMI system operates in a "point -to- point" radio frequency technology in the FCC- licensed 450- I 470 MHz band. Thus, the pathway is directly from meter to DCU. I 4. Discussion of two - way communication capability of system. The GALAXY® System is one -way AMI, and GALAXY meter transmitters are programmed to automatically broadcast their top of the hour interval metering data four times per day (at six -hour intervals), with no I need for two -way communication between the collection device to the radio transmitter. The most recent meter reading is available in the reading data management software, with no need to request the information through a demand read. Our product market research has shown the need for two -way 1 communications is only necessary in the case where a device needs to be remotely controlled; for example the actuation of a valve. In utility applications where a device needs to be monitored and not controlled, one -way systems are more than adequate. Furthermore, hourly interval data provides a large amount of information for any utility. For example, a utility with 10,000 services normally has 10,000 data points to deal with when using AMR technology for data collection. However, when implementing the Badger Meter GALAXY system, this same 10,000 services utility will have 7,200,000 I metering consumption data points provided on a monthly basis for operational analysis. I 5. Ability of system to add leak detection devices and or remote control shutoff valves. I Badger Meter has partnered with Fluid Conservation Systems Inc. (FCS) to make water main leak detection an integral part of everyday fixed network meter reading. Badger Meter has integrated the FCS Permalog+ acoustic leak detection system into the GALAXY AMI fixed I network system. The Permalog+ leak loggers wired and potted directly to GALAXY transmitters are deployed throughout the utility system and magnetically attached to water main valves. The loggers monitor the water mains during the night time hours when the I system is in its most "quiet" state. If the logger hears a nearby water leak in the main, it sends this data to the wired GALAXY transmitter which broadcasts this leak data four times Li per day just like a meter reading transmitter. Therefore, the utility's important system leak I detection information which comes from their installed Badger / Permalog+ leak loggers is collected automatically through the GALAXY network receivers and allows the utility to be proactive about its system leak detection efforts. At this time Badger Meter does not provide a remote I shut -off valve as part of its product offering. I' I The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225-P - - � ^^'N 1 to provide: 1 ID I W ater Utility Advanced Metering s �� '? Badger Meter Infrastructure System 's _ • I City Project No. 2261 ,, `, :� f h, 6. Color copies of sample displays for the customer web portal or simulations of the portal. (See I Section 11680 -2.5 of the Technical Specifications for all information required in this proposal for the utilities and water customer data interface.) Studies have shown that consumers are more apt to make a real and permanent change in their water I and energy consumption if they have access to near real -time consumption usage. Badger Meter has recognized this trend and has developed a comprehensive product roadmap plan relating to the ability of a water utility to provide a web portal for its consumers. We feel that web portals can provide an I added level of efficiency by providing the utility with the following: • Significant decrease in customer service calls • Proactive customer notifications regarding leaks, conservation notices and planned outages I • Fosters customer buy -in to utility conservation efforts such as Budgets, Rate Tiering or Reduction Plans • Customer understanding of everyday usage (how much water is used to water their lawn) I • Potential reduction in water theft • Increased communication with your utility customers ID This feature will be available as an add -on option to our ReadCenter Analytics software platform. According to our roadmap plan, this option should be commercially available during late 2013 and will be provided to the City of Yakima as part of our proposal once available. I Consumer Portal Proposed Features: • Secure consumer account setup, authentication and login I o Consumer uses two pieces of information only they have to setup account. E.g.: Account Number and Phone Number. o Customer is sent validation / confirmation email that they must click a link in order to I activate account o Customer passwords expire at a utility determined interval • General utility info I • Conservation mission statement • Conservation tips, facts and tricks • Conservation program change notification I • Utility email newsletter opt -in • Consumption / Usage Graphs and Reports by date range with temperature and precipitation line graph overlays I o Consumer chooses from and to dates along with consumption interval (hourly, daily, weekly, monthly, annually) in order to view data in bar graph or tabular view I I Dual time period consumption comparisons • Per customer alerts I' • Continual Usage • Higher than normal usage I The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225 -P °� " "`��.,��+ to provide: ,, / °+ • I 1 6 W ater Utility Advanced Metering ?� . Badger Meter a 1...."... I ,%/ Infrastructure System 4 — A City Project No 2261 s .. '! L4 I • Watering Restriction Violation • Unpaid Bill Notification I Consumer Configurable Analytics • Notification of Continual Usage or Endpoint Potential Leak (Turn Off /On) I • User defined hourly / daily under / over actual usage consumption • User defined hourly / daily under / over usage percentage parameters • User defined usage milestones (resettable odometer) I • User defined billing dollar milestones / monthly budgeted consumption amount • Usage trend analysis over a period of time (notify customer when usage trend varies) I Sample Pages t eadooMetor W. _. I Consumer Regigraflnn *so, Ponds ...r.n.r. F . ■ Lora osb — .._.— <w — Iµ- 11µi1 I na. ytwawr y • 4tma - Figure 1 - Consumer Registration Page I 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law I ' Badger Meter Request for Proposal 11225-P to provide: 7 •. ..... .. / Water Utility Advanced Metering ...--- ,■ l . i 'Sk , I . ■ I * Infrastructure System City Project No 2261 ; — • 0 , 0 • '' '0 ' .•. 1 1 : , I • . 1,.. I 1 1 . ,tra B adg er M ele r loc. I I Ir CI IOC 1 rralc,....411*,01, I I Olds, Meter. Inc III/ Figure 2 - Consumer Login I Frmtbs ai Consiootion Mary I Sou. COP.. - — _ — - -- q • L .. w • •..• 1 . 1 ., 1- •. * n ri....] , --.........,-ii • AMOR 14..ISNIM ilp-at I , , s.... S. • , vo. US. 0410x us Senrch Pasult I Wrinkly Consumption 11i1t0ry for the perlod 1/1/2011 to 2/2/2011 for the CustomerillIMI 1:10....,.k.e. 1111../.0.0 • eve renowaten04/......)-• • hete no , I ?, ' 1 - n o a • . — 4 a ' ' • i 1 " E .• .1. , • - ili -; I k . 1 . i ! 04)01/2010 04/400010 0.711010 04/11,2010 01117/0010 04)21/2010 00124)2010 04/00/00/0 I p.n. 04=2010 Ovo7/2010 04110010 Duman° 04/19:2010 Maur/ to 0.1/17,010 Days IS lacalltionse Figure 3 - Consumer Portal - Consumption History A • A IGO. • a I The information contained herein is to be considered confidential & proprietary to the extent allowable by law ..-4-ratINIIIIIIIIIIIIIIIIIIIIIIiiiilligajlilM.---'°"-----"--- °- ---- Request for Proposal 11225-P " 'i'., to provide: i�1 W ater Utility Advanced Metering 1 . I ‘11/ Badger Meter Infrastructure System 's .- : ) . y City Project No 2261 s, ,� • •• f I 7. Color copies of computer screen graphics for water usage history and alarms to be used by the I utility as required by the specifications or simulations of the graphics. (See Section 11680 -2.5 of the Technical Specifications for all information required in this proposal for the utilities and water customer data interface.) I Below please find a variety to ReadCenter Screenshots of the applications most important areas. Fie look Andytr 0 Neal - Gateway Reading t ". :� ? ��'fl6Mf(.a`�I - G��tly /J ... Gateway Setup ` �yq( Rmol.d. iX Collected Readings ¢ Gateway Rearing Reports Accau+Racardl - - - - - - - - - - - - - - -- Inl Gate Accnvl ID L.N., Howe II Sent None Mlle FM Meter SWOP Service N Endow +Type En.. Sends Rase ID A - Read Input Foe 1561151011:0 Lap. Fes. Name 9991 Strew Name Water N ORION ME/SE 3000%06 15205 Wine Output Fil 15642090110 Last , F.o 9999 Street Name Wee. 023/8785 N • ORION ME/SE 30035720 15200 Route Reading 156421A01 0 LOOM F.HNm 9999 SM1ew Name Water N • ORION MUSE 30006036 15205 Handheld and Laptop Settings 156422R0100 Lad, Fool et Nem Water 03027036 N • ORION ME/SE 30001 %9 15205 Load Collectors • 15612380100 Leal Foe 8000 9999 Su. Name Wain 05092950 N • ORION ME/SE 30005737 15205 Unload Collectors 1 5 61218 01 0 0 Lad, Fen Name 9999 Street None Water 05093155 N • ORION ME/SE 36000006 15205 Batch Processing 15642580100 Last Fad Name 99% Shell None Water 05093236 N•ORION ME/SE 30006133 15205 ute 1 5 612 68 01 0 0 Led. fee Name 9993 Shell Name WMn 05093151 N • ORION ME/SE 30006/8/ 15205 , . ActcRounl Reading Reports e E � , 1 56127001L0 4N, Fea Nre 9999 $beel W. 05093231 05093259 N • ORION ME/SE 36000157 15205 15205 1561 2880700 Lmt. Fak ll�e 9999 SeeetNm WMn N • ORION ME/SE 36000099 Account Records 15642090190 Led feq Naar 99% Swig Name Wale, N • ORION ME/SE 360001% 15205 ALCOVnI Table Setup 15 431380190 Last, Fist Nom 9999 $M1ee1 Name Water 05093151 N • ORION ME/SE 30000130 15200 Account Groups 1 5 6131 8 0113 0 Led, Fed None 9999 Serve Nom Water 05093253 N ORION ME/SE 30005716 15205 Save /Clear Reads 15613280100 Led Fast Nm 9999 Street Nm Water 0509318/ N • ORION ME/SE 30006701 15205 v Custom Reports 1 a ill C.o. e MMa BryMMm To Heeder(FrawReedm UIily Uae Notes ONION MUSE Acme ID 1156419110100 - _ ._ _ _ _ _ _ ' S �_- __ -_.. $Nlry Flow(ne00, SNhm} OescrtNOn L -_ ___,_ -___- l Report Readro oNrd Pown Level __- __..___ Fro Non I --- _______._ -_- _ I ',[01 v 60 new. v 1 v LOH Nm Lad, Fee Name Alen Noecolon _ . '� NaeeB 9999 _ .__'u - -- �g 1 RanwM1YJS 21 [redo Errs hiDEl / Snell 5heel Name _ �� . -- _ -1 IBI Ur,' Ca.,. Mapeac lance Ole _ - 3Aeemoe Bow JADE. OAS. ESERIESI .� [�1.NO Wage State 0 5 oo L<M. (WM. � ___.__ � 0644obte Mode lrACabr ' Zia/Postal ` y aw E 76.owSae 1 • — CMega). I C) Crawea.w Or< C NntacdRaeds 0 FhuARaaA i -Add Seve . Oalatt 705 Mdory .__ }j lads Clone i Aaanls: 738 -�-_ _ I ' , start a li t. 0 Z F :. G _ m .. o.,w <I■ . . O YOtJ("•3.0 . v Figure 4 - General Account Information I I I I IF I The information contained herein is to be considered confidential & proprietary to the extent allowable by law ��� __ —,„-.; - _ ---..- _ ‘11/ Badger Meter Request for Proposal 11225-P to provide: Water Utility Advanced Metering ,,,,,,,,,,,, is.% C .. .:. _ ,__. . ----- 7 c s. s . ,, ■ I Infrastructure System City Project No. 2261 . . • . . • , : --- ..• ''''' • ' ., . Gateway Reading Reports • ORION MI. 151 "jt•' Select Report Namrs Lest RIP Name -1 R I ] -- E - SS - clp — Pi - St Alerts - i potential Leak [Wake] e. ut Cable or Magnetic Ten Ac No Usage Address CAcct ID 9999 Seed Name 156433R0103 .._ , . Route ID .. [15205 i 1 Interval Meter IS [imam 1 Reveme Flow [ADE. GAS E I Encode Etior [ADE] Mete, Readings - Potential Leak [Wateti : 1 Coves Rennoval [GAS] Empty PP, [ESERIES] Endpoint 0 Gateway if Read Date Request Date Read Plogeam Device Tampa Reverse No Use Leak Mobid MEE ELIDE Low Battery • Mobile Mode Incicatm ft 300136034: 100004 11-2911 190000 01151 2 21:1044 1230 0 : D'j 01,0 0 D 0 Pp:gemmed Patarretet Clvs 30039932_1 100002 12-0711 14:0000 01-15-1221:1044 923 U..I0 r I - JD 020 19 Rearing fleeces 3 10=3 112311 01:0000 01151 2 21:1044 728 0 1 0 I U 1 0 0 g 0 Last Read 3601325 1130X191 11-071121 01-15-1221:1044 13713 0 D . 0 'D D20 I No Read Usage Not Advancing Leak Logger History se 4' 4 I Potential Leak Mated , Set Date P.ange and Run Report End Date 02-16-2012 Period Previous Year v I Set Options for Report Preview By 1 8' From ' To ="ji.i.: IIII . < > Between 02•16-t t end 02-1742 4. SIVW Record _LI Fie _4PrevOw 1 II 9 I Close , I Figure 5 - Report Options .---- - . Account Analytics 2 I Setting Name First Alert Setting __ _ ■ :. Rename Save New Delete Undo Conditions Select Accounts I P1--GALA'XY Potential Leak . By Group co By Route C) By Account Route Wire Tamper From 100 To 300 I Forced Read --- Reverse Row [ADE TR3J Encoder Error [ADE) 1-- [ - Vlew Selected Accounts _ 8.-ORION ME/SE , FE 0, [ 1 I Potential Leak [Water End Date 06-04-2012 l --- Cut Cable or Magnetic Tamper I . Period - - Previous Week use Date Range Reverse Flow [ADE, GAS. ESERIES) — Condition GALAXY: Potential Leak I Encoder Error [ADE) Cover Removal [GAS] Occurs GREATER THAN — •., Empty Pipe [ESERIES] Times 1 -: I View Report Low Battery 'r --- I i 1 .„:_j Email Notification ■ 05-28-1200:00 to 06-041200:00 1 . 1 z Lock Close Figure 6 - Endpoint Exception Alerts I The information contained herein is to be considered confidential & proprietary to the extent allowable by law :_ _. . _ elijlgIEIIIIIIIIjiilI•upete . - ..-.... I Request for Proposal 11225 P " " . to provide: Water U t ility Advanced Metering . Badger Meter 1.. i , Infrastructure System s, ` I City Project No 2261 s ., 1 4 Account :.nahaicn r f I Setting Name First Alert Setting • Rename Save New Delete Undo Conditions Select Accounts I Ci.. Usage Alerts: GALAXY B Group 0 By Route By Account Daily Usage Route • • Weekly Usaae From 1 DD To 300 I Monthly Usage • Inactive Account Usage I View Selected Accounts End Date 06.14-2012 Q �_j I Period Previous Week Use Date Range F. Condition Daily Usage I IS Units GREATER TI-IAN 1 [ View Report III LI Email Notification • 05 - 28 - 12 00:00 to 06 00:00) Lock Close Figure 7 - Endpoint Usage Alerts IV' i a am m n a m.. in rams iudimp -WfoNy m ' ,� mmµ 1 �„ ' ,ni u', a�i um. w in+ ▪ i�naaimmo n 10,11X/0111100M ttmw � ii ' a m1imm . 61 is a- % 1,111.20110700M 1177 1 - tI!I 1920 'm N "" 3 ^ - - m w 401172011 MN. 71 .611770117 M. 11 Wad 11.3121111 09 40. 75 .011720111090. X .U1.70111160. MI INS 77 WO 11 Dm 12 WM 16•6 • ii .ui ° mi o: 1 007 . i 41 wr11 00 01M n »im, uoorN 1 IMO 66 .11172011 09001 • ,_ ,o,m. I. I . Il I , 1 a..1. 11 b . . u , tt +m11 /I/ i .. . ,a,.m,mm.w , ,, ,'!", ' , ' >, ", �i �, , 4. _ � k b� fir, , m„ '40 �., „b� .4., ^+,y •4., 4., "'•,a Ny.� �i ' k,y ' I iw'a,an,mm,. v' �s,.',.%„ „ „ �o,�a „ I'"�%,�" ' `T,. ''m„ 'm, 'w `' o.. ' m„ ' s ,r,a,.,mmN. , s "%;.�mi °mwe ?ro m m n a ®ro 6n ' "m " a 'a ' Pm ro 4 w a� ro a4 aw ® ro aa ' w w Dr, ° �M, ° '"y,� 4 'q,�'` 0 y,` 9 ' 0 a , ° `°r , e i�u,m, °mm.w w w w w .4,, w h, 4,, w w w w w w ^a. a ,invm, moon .mmn mm, Timm,.. p 17.1471/ 1207101 1066 ID 11712.1.701010017 1066 . e) .12.1.10200110 1866 - - - -- - -� ® 10011 E.dP t Serb” N MOM. III L176 _ - V. Rl 0.1,1111 man. ,na _ L II n.... II..G.10 Figure 8 - Usage Profile Graph I The information contained herein is to be considered confidential & proprietary to the extent allowable by law _ _____ - _ _. yam - N�� Esc �-- > �a..- 1 Request for Proposal 11225 -P 11a to provide: '� • : ,. i 1,i W ater Utility Advanced Metering : , I Badger Meter Infrastructure System • ; — : City Project No. 2261 s .. h . Si • IN, ' I • __ `,s hwn....r`� - Network Analysts ORION ,, x I Data Ripe la Gateway and Enelpa re Raelpbn T. ik Rem Fraley . January 13 2712 AI Ts [ ROA Jeremy 20.2012 d#61 Rarption Ta.h Date Gateway To GalewayEnabled GalewytRap6Yp Endpoint. Total EndpartActive EndpoirtRepalnp GdwayPUesa En ,&8Percen P F6 01 -13-12 12 11 - 11 450 350 311 1000 764 v • • 5.10114.12 11 11 11 460 375 373 1000 811 Sun 0615-12 12 II 10 465 410 408 909 877 View: Eadpoiati .. 460 - 110 : 1 420 . 400 - 380 - W 310 Po �dl 1 � 1Salim a ' QI.1312 Set 011112 5..10115-12 lion 01-16-12 Toe 01-17-12 i7 1.14 RIPakp III .� nary rte.... s Clms 111 Figure 9 - Endpoint Trend Analysis I Dale Range la Galeww and En4wit Reception Tads Fran Frday. . January 13.2012 v To' Friday . January 20. 2012 v Recealm Totals Dale Gateway Taal GdewayEne0kd Gateway Reroofing Endpo.4 Tad Entbo.e'AC5•.e En R90060 Gateway Pacer Endpoint Pacen e- • Fri 011312 12 11 11 450 350 344 1000 761 v Sal 0111.12 12 11 11 460 375 373 1000 01 Sun 011512 12 11 11 165 410 108 1000 877 View: ealliIIIIIMTM • 11.8 - 77.6 - 11.4 - 11.2 - I 11 08- 10.6 - 104- 10.2 \ 10 T ' Fri 011312 Sal -11 01 12 5rn 01 -15-12 Men 0116.12 Tue01-17.11 IM Enabled O Regain III L. ' Fb Review - prate Chart Chart Options - .y 6wrpe New • 5 Close Figure 10 - Gateway Trend Analysis I The information contained herein is to be considered confidential & proprietary to the extent allowable by law - I Request for Proposal 11225 -P , —" c s , •, „' �,� to provide: ' ' / - Badger Meter Water Utility Advanced Meterin . � a Infrastructure System $ — I City Project No. 2261 F y . -. - -_. URI4 IFJ Sf X . I Netteark Atufysia Date Range fa Gateway and En4wit Raoepbn Took how Fiday , Jauey 13, 2012 vi To: Friday , January 20.2012 v I Reception Tddc Dale Gate,WTotal GaleweyEna6kd Gateway RepnGg Endpc tTda1 ErdportAc1ine Et4aiRRepat:g Getewel!Petcad Ent xitt:Petce.4 0 R1011312 12 11 11 450 350 344 100.0 76 4 Sat 01 -1412 12 11 11 060 375 373 1000 811 Sun 01.15.12 12 11 1 465 410 408 90 9 87 7 v A View Percentages , 100 -_� 95- i I r .. ' ..- - !: ; 85 1 1111 so - 75 , Fi01.13.12 Sd 01141. Su10115.12 Mon 0116 -12 Tue01-17-12 I ® Gateways l=l Erdpoias Chart Options `. Chows Ytew - 5 Close I Figure 11 - Endpoint / Gateway Percentage Reporting Analysis I I I I The information contained herein is to be considered confidential & proprietary to the extent allowable by law ` i..... I , 1 Badger Meter Request for Proposal 11225-P —"� ` . to provide: •• , .M. W ater Utility Advanced Metering s ■ ∎ . Infrastructure System s — . ■ )1 _. e , City Project No. 2261 . • r , ' , ... I ' h 8. Backhaul method proposed if not a secure cellular phone connection. I Badger Meter is proposing a secure GPRS cellular connection to backhaul meter data from the collectors to the utility network. Upon receiving meter data, the GALAXY Gateway immediately forwards the data the utility network. I to 9. Estimated annual cost of backhaul connection. I When using the standard cellular backhaul option, Badger Meter can provide this service at an annual fee of $8,250.00. I 10. Method of providing power and confirmation that cost of providing power for the data collectors is included in the Contractor's proposal. I The GALAXY® Gateway includes a DC to AC power supply which plugs into a standard three prong 110V AC outlet. P Badger Meter is providing optional pricing of $20.57 per foot to provide power for the infrastructure, as we are uncertain as to the extent of how many gateway locations will require this service. I 11. Estimated annual power consumption (expressed as kW -hr /year) for all DCUs required for a complete operating system. Assuming that the utility pays $0.188/kwh, the following calculation shows the GALAXY Gateway I collector using $5.93 per year in electricity. To cover the entire service area, Badger Meter is proposing 20 collectors which would have an estimated annual power consumption cost of $118.60 per year. I Volts 18.00 Amps 0.20 1 watts (W) = (Volts x Amps) 3.60 kilowatts (kW) = (watts /1000) 0.0036 I Hours / Day 24.00 I Days / Year 365.00 kwh /year = (kw x hours /year) 31.54 Electricity Cost /kwh (Assumption) 0.188 Electricity Cost / Year $5.93 I The information contained herein is to be considered confidential & proprietary to the extent allowable by law Request for Proposal 11225 -P to provide: ; : .. � - % • W ater Utility Advanced Metering f ill/ I Badger Meter Infrastructure System • : 1 lkt I City Project No. 2261 , .k I ) h / 12. Number of DCU's required. I To cover the entire service area, Badger Meter is proposing 20 data collectors. Please see our enclosed Propagation Study I See B.1 13. List of licenses required to operate the AMI system and confirmation that the AMI manufacturer will obtain these licenses and City will be included as licensee. I The only license required for the GALAXY® AMI system is for the FCC license. Your Badger Meter sales representative will assist you in completing the Badger Meter GALAXY FCC License Application, which I will be coordinated with the Utilities Telcom Council (UTC) and then filed with the FCC. An approval should be received approximately 45 days from submission of the application to the UTC. The UTC is one of several organizations created to "coordinate frequencies" (i.e. they identify the frequency for the I municipality and preliminarily assign it for inclusion on the FCC license application). When the UTC performs a frequency search, they will choose a frequency where our bandwidth and a neighboring frequency will not cause each other interference. If an interfere issue were to arise, Badger Meter will assist the utility in locating the source and reporting the issue to the FCC. 14. List of any additional computer hardware that must be procured by the water utility to transfer and I manage data received from the AMI system. No additional computer hardware is required. ReadCenter® is a windows -based server platform I designed to operate on a server for multi -user operation and accessed through any utility PC connected to the internet. The server is provided by Badger Meter as part of the cost of ReadCenter and will be housed and hosted at General Pacific. ReadCenter Software is designed to store two years of data on I the server level with no storage needs on the client level. 15. Cost of annual service plans once the two -year service plan provided per the specifications in the I Contractor's proposal expires. ReadCenter Analytics (up to 25,000 services) years 3 thru 5 $ 3,874.56 per year GALAXY Gateways years 3 thru 5 $ 300.00 ea. per year I Trimble Ranger 3 Handheld years 3 thru 5 $ 450.00 ea. per year I OTHER ANNUAL COSTS: Annual Data Hosting $16,455.12 per year I The information contained herein is to be considered confidential & proprietary to the extent allowable by law ,, A VIA ODUCTS' III 1 ORION' f t Meter Reading System : if- 1 Hardware Maintenance 11 m Support • Progra ., j 1 o.•.a 1 Protect our investment in the ORION® Meter Reading System Y J Y 1 Thousands of utilities across North America are currently 1 deploying Badger Meter technology solutions. An investment Program Benefits: in the ORION meter reading system provides your utility with • Reduction of unexpected system downtime the tools to increase efficiency and meter reading accuracy, through access to loaner equipment and ID improve your ability to provide customer service to the end online software updates water user, and to manage and conserve resources. • Improved productivity with 24 -hour 1 availability of Badger Meter technical support To maximize the return on your investment and the benefits professionals received through the ORION meter reading system, Badger 1 Meter is pleased to provide your utility with the ORION Meter • Maximized utility revenue through tools that Reading System Hardware Maintenance Support Program. The promote timely operation and billing 1 program was designed specifically for our utility customers • Peace of mind knowing you are getting to extend coverage for the ORION meter reading system the maximum return on your ORION meter hardware components. Whether you need assistance with reading system investment the day -to -day operation of the reading hardware, obtaining I software updates or troubleshooting and diagnosing an operating problem, the ORION Meter Reading System Hardware Maintenance Support Program provides peace of 1 mind, knowing that our technical support professionals are ready to answer your questions to help keep your system up I and running. %t 1 ORI- W -18 -EN (2 -12) Badger Meter 1, 111111. 4 ORION Meter Reading System Hardware Maintenance Support Program g l ib The ORION Meter Reading System Hardware Maintenance Support The ORION Meter Reading System Hardware Maintenance Support W I Program has been designed to provide utilities with added protection Program includes unlimited, downloadable software updates by for their investment in ORION hardware for up to four additional the utility through the Badger Meter secure website, evaluation and years after the expiration of the initial product warranty. The Badger testing of reading equipment, priority access to loaner equipment Meter maintenance program includes all parts and repairs - with support during repair process, and unlimited access to the Badger I the exception of accessory products including batteries, antennas, Meter 24 -hour technical support hotline. In addition, a ten percent communication cables, deliberate or malicious customer damage discount is available on all WebEx" and on -site hardware training and lost or stolen hardware - for the ORION Mobile Reading System, upon request. Second -day return shipment of equipment back to ORION network gateway transceiver, ORION gateway receiver and the utilities in the U.S. is included. I Trimble® Ranger'" handheld. Please contact your Badger Meter Account Manager or Distributor The customer shall be responsible for all direct and indirect costs Sales Representative for ORION Meter Reading Hardware associated with removing the product and reinstalling the repaired or Maintenance Support Program Pricing. I replacement product. Utilities electing not to participate in the ORION Meter Reading System Hardware Maintenance Support I Program are able to receive equipment repairs on a time, material and shipping cost basis, software upgrades, loaner i pg a equipment (if available), technical support and WebEx -based training according to the following Non - Program Price Schedule: Non-Program Price Schedule I Loaner Handheld Equipment $500 minimum charge, which includes ten days of use, I $30 per day after the initial ten -day term Loaner Mobile Reading System Equipment $2,000 minimum charge, which includes ten days of use, $125 per day after the initial ten -day term III Technical Support / WebEx Training Per Incident $250 minimum charge, includes the first hour of online assistance, $150 each additional hour Trimble Ranger'"" Software Upgrades $2,500 per Trimble Ranger I ORION Mobile Reading Software Upgrade, $9,000 per ORION Mobile Reading System, with up to 25,000 US Census Bureau Mapping services ORION Mobile Reading Software Upgrade, $11,410 per ORION Mobile Reading System, with up to 25,000 I NAVTEQ Mapping services I I I ORION is a registered trademark of Badger Meter, Inc. I Other trademarks appearing in this document are the property of their respective entities. !c 2012 Badger Meter, Inc. All rights reserved. 3 � Due to continuous research, product improvements and enhancements, T A , Badger Meter reserves the right to change product or system specifications without notice, except to the extent an outstanding SOD i SOD / contractual obligation exists. Badger Meter I P.O. Box 245036, Milwaukee, Wisconsin 53224 -9536 800-876-38371 infocentral @badgermeter.com 1 www.badgermeter.com I I I WATER PRODUCTS e , a* igi d .,, ReadCenter® r. i, „. ' Reading Data Management , ; Software Maintenance • 41/ Support Program I v- ' Protect your investment in the ReadCenter Reading Data Management Software Thousands of utilities across North America are currently I operating a Badger Meter reading technology solution with Program Benefits: ReadCenter® reading data management software. As the • heart of your reading system, Badger Meter reading data Reduction of unexpected system downtime I management and route management software programs through access to online software updates are the critical applications used to interface with your utility Improved productivity with 24 -hour i ii, billing program to manage account and reading data, and to process reading data for timely and accurate bills. availability of Badger Meter technical support professionals I The ReadCenter Reading Data Management Software Maintenance Su pport Program was designed to help Maximized utility revenue through tools that safeguard the operation and maintenance of your promote timely operation and billing I meter reading system and to maximize the return on Peace of mind knowing you are getting • your investment in the Badger Meter AMR /AMI system. the maximum return on your Badger Meter The program extends coverage for your reading data I management and route management software products, AMR /AMI investment allowing you to utilize all of the innovative tools contained in your software that will make the most efficient use of I your current resources. The program provides day -to- day assistance, remote troubleshooting and diagnosis I of operating problems, access to software updates and improves employee productivity and the value of existing time resources. The ReadCenter Reading Data Management I Software Maintenance Support Program provides peace of mind, knowing that our technical support professionals are ready to answer your questions to help keep your system up I and running. 41%1 I ORI -W -21 (7 -11) Badger Meter ReadCenter Reading Data Management Software I Maintenance Support Program i The ReadCenter Reading Data Management Software Maintenance help troubleshoot and diagnose problems, discounts on WebEx' a il Support Program has been designed to provide utilities with and on -site customer training, and the ability to increase your additional protection for their reading system, after the expiration return on investment by reducing unexpected downtime. of the initial product warranty. As the critical link in the transfer of meter reading data to the utility billing software, the program Please contact your Badger Meter Account Manager or Distributor provides software updates to the utility as needed through the Sales Representative for ReadCenter Reading Software Maintenance I Badger Meter secure software download site, technical support to Support Program pricing. I Utilities electing not to participate in the ReadCenter Reading Data Management Software Maintenance Support Program are able to receive access to technical support, WebEx -based training and software I upgrades according to the following Non - Program Price Schedule: Non - Program Price Schedule I ReadCenter Reading Data Management Software Upgrades $3,550 per update (up to 5,000 services) I CONNECT Route Management Software Upgrades $3,950 per update Technical Support / WebEx Training $250 minimum charge, includes the first hour of online assistance, I Per Incident $150 each additional hour el I I I I I I ReadCenter is a registered trademark of Badger Meter, Inc. Copyright 2011, Badger Meter, Inc. All rights reserved. I Ca Due to continuous research, product improvements and enhancements, T.. Badger Meter reserves the right to change product or system SOD specifications without notice, except to the extent an outstanding isosou+ contractual obl ex Badger Meter I P.O. Box 245036, Milwaukee, Wisconsin 53224 -9536 800 - 876 -3837 I infocentral @badgermeter.com I www.badgermeter.com I Request for Proposal 11225 -P to provide: i � W ater Utility Advanced Metering ''' Badger Meter Infrastructure System City Project No. 2261 ' 16. References from three similar fixed network AMI projects completed in the last 5 years. References shall include: a. Name of water utility; b. Point of Contact (POC); ' c. POC title and phone number; d. Number of water service meters made radio read capable; e. Year system went into service. City of Fresno, CA Robert Anderson Project Manager / 559 - 621 -8610 110,410 Services 2009 -2012 111 City of North Ridgeville, OH Jim Whitlock Business Supervisor / 440 -353 -0841 10,500 Services 2008 - 2010 City of Fond du Lac, WI Kathy Scharf Water Operations Manager / 920 - 388 -3682 ' 17,000 Services 2012 1 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law I Request for Proposal 11225 -P : - "'ti t o provide: a i ° . ' ��,� Water Uti Advanced Metering Badger Meter - i . Infrastructure System );.— f 1 :� City Project No. 2261 i p 17. An outline of all training to be provided to the City including: I Project Training: I Badger Meter prefers the 'demonstrate and perform' training methodology for training. Depending on the number of trainees and the trainees expected interaction with the system, a specific training plan will be created to outline how the training will be conducted. Badger Meter Project Manager and I Trainer will work with Yakima's Project Manager during the Planning Phase to determine the number of trainees to be trained, subjects to be covered with each group, training dates and times, training locations and training support materials needed at the training location. This is our standard project I training procedure that may vary due to the data hosting. A complete training plan will be developed detailing the final training requirements. Genera! Training Groups: I Billing Clerks Performs billing processes of creating Export /Import files from CIS and meter reading process within AMA. III Network Administrators /IT Controls Server /Client permissions and supports software installations. Meter Technicians Installs meters /AMR /AMI infrastructure. I Meter Readers Reads meters. 1 Customer Service Personnel Works with utility customers to resolve billing and water consumption issues. I Training Subjects: I Meter Endpoint Software Gateway Software Reading I Installation Installation Installation Operation Devices Billing Clerks X I Network Administrators /IT X X Meter Technicians X X X I Meter Readers X X III Customer Service X Utility Management X I The information contained herein is to be considered confidential & proprietary to the extent allowable by law I ID Request for Proposal 11225-P li to provide: ' ' I .... °a, Badger Meter Water Utility Advanced Metering ' „ Infrastructure System a I City Project No 2261 1 " A 411.111)161. t r Endpoint Installation: Using Badger Meter documents and recommended practices the installers I are trained in the various ways of installing endpoints in various applications. Training will include demonstration and then observation of trainee performing the installation numerous times. Depending on technology being installed, operation of handheld or laptop will be trained for I needed confirmation of successful installation. Software Installation: Badger Meter will guide or summarize the installation of AMA software on City of Yakima servers /clients. Specifications required for servers, clients and databases will be I provided prior to any installations. Backup and recovery procedures will be discussed along with license requirements. Visio maps will be developed by Badger Meter and will be provided upon request to the City. I Software Operation: Software training is provided to different groups at different levels. The City of Yakima and Badger Meter will develop a training schedule that includes dates, times, number of I trainees and software areas to be trained. Training documents will be provided by Badger Meter. Major areas of focus are: IP 1. Setup of software I 2. Features and Benefits, System Overview, Software Overview, Billing Cycle Overview. 3. Billing Cycle I 4. Account Management 5. General Reports I 6. Custom Reports 7. Administration Functions I 8. Customer Service Functions 9. Asset Management I 10. General Custom Reports 11. Analytics I I If I The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 Badger Meter Request for Proposal 11225-P ��.,� to provide: f ^ : • -'+ W ater Utility Advanced Metering , , • Infrastructure System , —. )..:1 I 0% City Project No. 2261 ' ��, .. ' h1j I "S .------ ha. - I Training Outline: I Topic Audience Network Duration ReadCenter Analytics® Installation and Administrators /IT 4 hours Maintenance I ReadCenter Analytics° Interfaces Network Administrators /IT 4 hours ReadCenter Analytics® Admin Overview Network Administrators /IT 4 hours ReadCenter® Interface Overview Billing Clerks 4 hours I Customer Service U tility Management ReadCenter Analytics® User Overview Billing Clerks 16 hours I Customer Service Utility Management ReadCenter Analytics® Reporting Customer Service 4 hours 10 Utility Management ReadCenter Analytics° Billing Interface Billing Clerks 4 hours GALAXY° Endpoint Training Meter Technicians 8 hours I Meter Readers GALAXY° Gateway Training Meter Technicians 8 hours Network Administrators /IT I GALAXY® Handheld Software Meter Technicians 4 hours Meter Readers I Training Requirements: I Equipment: Software training will be conducte. Typically software training is done in small group (4 to 5) on a I single client. However high level training can be done in large groups using a Yakima provided projector and classroom. I Handheld training is done with the units that Yakima ordered from Badger Meter. If there are a large number of trainees, the group may need to be broken up into smaller groups to facilitate hands -on training. Handhelds are shipped to the customer prior to scheduled training date. Upon I arrival Badger Meter Trainer will inventory and setup handhelds. I The information contained herein is to be considered confidential & proprietary to the extent allowable by law —_ : 2 - '.--‘ • .ate lt _ �� - -� �� Request for Proposal 11225 -P l '� I ID to provide: '- -' h y Badger Meter Water Utility Advanced Metering s .%/ Infrastructure System :� $ 11 I a s City Project No. 2261 ' s, -d'-. � i h , - Facilities: I Training should be conducted in environments that are conducive to trainees be able to focus on the training. In most cases the billing clerk software training is done in a small group in front of a PC that has access to CIS and Badger software. I Meter Installation /Meter Reading training is done in two portions: • A classroom setting to review documentation and operation of reading devices, I • At meter locations to perform hands -on training. For system overviews and general training of larger groups conference rooms or classrooms that are I suitable for training are recommended. Network /Computer Access I The Badger Meter Engineer installing the software will work with Yakima IT representative onsite to establish and Microsoft SQL Server permissions that may need to be changed. ID Training Documentation At the completion of training each participant is asked to sign and date a subject check -off sheet. I During that time training is summarized by the Trainer and the Trainees have an opportunity to ask addition questions and review any parts of the covered subjects. Signing the check -off sheet acknowledges that the trainee participated in the training and all of the areas listed were covered I during training. I I I I I I' I The information contained herein is to be considered confidential & proprietary to the extent allowable by low _ � _ - _ 7,--,----------- - _- Badger Meter Request for Proposal 11225 -P l "y `. y � to provide: t W ater Utility Advanced Metering Infrastructure System s — ` City Project No 2261 's, . • F • `` � \ `qM.��+� •c ' 18. Number of years the annual price for AMI Data Hosting is valid. The annual price for AMI Data Hosting is firm for 3 years (through 12/31/2015). 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law G enera I P ac> >c TECHNICAL SERVICES About Our Data Center ' All hosting servers are located in General Pacific's privately owned data center located in Fairview, OR. Built in 2009, our data center was specifically designed, engineered, and constructed for the network. All aspects of the data center construction process were chosen to ensure that all systems and equipment used would maximize the reliability and security of the facility and network. ' Power The General Pacific data center gets its primary power from the Portland General Electric power grid via ' 3 -Phase power feed. Each server rack in the data center is equipped with a dedicated 30 amp power circuit. Automatic and manual emergency power kill switches are linked into the power system in case of fire or other emergency. ' Generator Power The data center power system is backed by on -site generators equipped with automatic transfer switches. These automatic transfer switches start the generator systems within seconds of a power failure. The power load from the data center is then transferred to the generator systems within 2 minutes, once the generators have fully powered up. ' Power is then kept on the generator systems until a clean and steady stream of power can be maintained from the primary power grid for at least 20 minutes. Once the primary power grid is ready, the transfer switches re- transfer the load back to the power grid and disengage the generator systems. These generator systems can power and run the data center load for an indefinite amount of time with the fuel and 24 -hour delivery contracts we have in place with local vendors. ' UPS Battery Power Critical systems in the data center are also equipped with APC Uninterruptible Power Supplies which keep those systems online while the loads are being transferred to the generators. These critical ' systems are load balanced across the UPS systems to ensure at least 30 minutes of UPS battery power is available. This allows for enough time for the automatic transfer switches to engage and transfer the power loads to the generator systems. All of the data center power systems are tested weekly to ensure that proper operation is available in the event of a power failure. ' Routing The routing system design for the network was specifically engineered for maximum redundancy and minimum down time. All of the routers used in the system design are powered using OpenBSD. The ' routing system utilizes OpenBGPD software to provide its multi stage platform using eBGP and iBGP services. ' This routing system allows reduced down time in the event of a hardware failure by allowing each of the routers to be actively connected at all times. When a Router fails the network IP blocks are automatically re- routed to the next Backup Router in seconds of the failure. Once the failed router comes back online, it re- establishes connectivity to all the systems, collects all of the current routing ' information, and re- assumes its place in system. Packet Filtering & Firewalling ' All of the servers in our data center have two firewalls protecting them from unwanted attacks. Each of the servers is protected by a network edge firewall located on the primary Router systems. These edge firewalls are used to protect the system from attacks coming from the internet. ' The secondary firewall for each server is located on each individual server. The server's firewall is used to protect the server from unwanted traffic from other servers on the network. ' Core Equipment Placement Each of our core pieces of equipment such as switches, routers, and DNS servers is strategically located ' throughout the datacenter to ensure the maximum number of diverse paths for redundancy. IPv4 and IPv6 Connectivity The General Pacific Data Center features a full end -to -end dual stack deployment of IPv4 and IPv6. All of ' our core servers, equipment, and routers respond natively to both IPv4 and IPv6 requests, allowing users on both networks to fully access all services that General Pacific has to offer. System Monitoring & Security All of the data center systems are monitored 24 hours a day, 7 days a week to ensure they are working properly. Power systems are monitored for power presence and quality, while security systems are ' monitored for authorized access codes and motion detection. Once an alarm has been triggered by the monitor, senior data center staff members are instantly notified via SMS, Email, Instant Message, and in some cases a phone call to ensure they are aware of the alarm's presence. ' These monitoring systems help General Pacific react quickly to any problems that could arise at the data center. Hosting Services ' Co- Location Services Co- Location is the ideal option for businesses which require administrative control over their hardware but do not have the time, expertise, or infrastructure to manage a 24/7 network. General Pacific provides a stable and secure environment for your hardware and gives the Customer complete control over its administration. Features of co- location include: • Fully redundant data center with multi - layered network security and reliable infrastructure ' • Ability to provide your own hardware • 99.99% power and network uptime guarantee • Server racking with managed internet access • HVAC and environmental controls ' • Quality support from an expert staff Dedicated Server Hosting ' Dedicated Server Hosting is an excellent choice for obtaining dedicated resources for your company, Dedicated Server Customers are provided with a unique physical server located in the data center for them to use. Every dedicated server provided by General Pacific is provided all of the following features: • Full Administrative Access • Dedicated Server Resources • Isolation from Other Users • Customizable Server Configurations • UPS & Generator Backup Power • Windows & Linux Systems Available All Dedicated Server hardware failures are 100% replaced free of charge by General Pacific. Shared Exchange Hosting Enjoy all of the features that Microsoft Exchange & Microsoft Outlook has to offer without the upfront ' cost of Microsoft Server Licensing! Using Microsoft Exchange for your email server allows your email users to access: • Shared Calendars, Contacts, and Tasks • Group Calendar Scheduling • Outlook Web Access • Mobile Phone Email Sync (iPhone & Android) ' • Advanced Spam Filtering General Pacific's Shared Exchange Hosting allows your company to share your Exchange Hosting hardware with other companies and reduce your overall licensing costs. ' Other Services Technical Support ' All of our hosting tools and platforms are backed by our excellent U.S. based technical support team. This helpful and friendly group of individuals is available to all web hosting clients to assist them with any tasks they may need help with. No matter what level of assistance is required, our technical support ' team is available to help via phone and email. Server Backup Services ' General Pacific can perform daily, weekly, and monthly server backups for any of the equipment stored in our data center. This includes any Co- Location or Dedicated Servers your company might have. Our backup solutions are specifically designed on a per customer basis to ensure that each customer is ' getting a level of backups that makes them comfortable. Our Server Backup technologies allow for data restoration of Linux and Windows systems. General Pacific also has in place infrastructure to provide proper backups of: • Microsoft Active Directory • Microsoft SQL Server • Microsoft Exchange Server • Microsoft SharePoint Server • Oracle Data Server ' General Pacific has the ability to backup all of the servers listed in a live environment without having to take the service offline for a snapshot. ' Server Monitoring General Pacific has automated monitoring systems in place to test your server connectivity every few minutes. Each server can be tested for availability as well as proper functionality of each service on the server. In the event of a server failure our technicians will be notified immediately informing them of the ' problem. Many times our staff resolves the problem and gets the services back online before the customers notice the service is offline. Server Management 1 General Pacific's server management services are perfect for customers who do not have in house I.T. departments. Our server management services normally include all of the following services: Software Installation Assistance Our technicians can install and perform basic required configuration of software packages on your server. ' Weekly Monitoring of Server Backups Technicians will manually verify your server backups from our Server Backup Services for proper functionality on a weekly basis. Weekly Monitoring of Firewall Rules ' Technicians will manually verify the firewall rules setup on your server weekly to ensure that no new or unnecessary rules have been applied by system users or automated systems. ' Weekly Monitoring of System Services Technicians will manually verify the services running on your server to make sure that no extra or unnecessary services are running on your system. ' Weekly Monitoring of Operating System Software Updates Technicians will login to your server and apply any outstanding software updates to the operating ' system to ensure they are properly upgraded and secured. Each customer's server management services can be customized to include more or less features as needed. 1 I I I 1 1 GENERAL PACIFIC SECURE DATA CENTER .111 I . -.No . • ) to), i ii.,:_. : - ' ; . `i; Illo .- ID f'f' I ill AIM_ . - �,.. ' ir �' -- - - ® 2012 Badger Meter, Inc I I I' 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: ' City of Yakima Water Utility Advanced Metering Infrastructure System Public Works Trust Fund and that the specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said specifications and contract, and the following schedule of rates and prices. ' NOTE: Unit prices for all items, all extensions, and total amount of proposal, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 174411- lea) November 28, 2012 Signature Date ' Pamela G. Stokke -Ceci Print Name Assistant Secretary Title ' BADGER METER, INC. Contractor 1 3 1 II Request for Proposal 11225 -P - to provide: / _,,, 1111 il Badger Meter Water Utility Advanced Metering � I,�s Infrastructure System s • City Project No. 2261 y , :� ''� • � s. r A. PROPOSAL I ITEM PROPOSAL SHEET City of Yakima Water Utility Advanced Metering Infrastructure System I ITEM NO. PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT DOLLARS DOLLARS 1 Minor Changes I LS $50,000.00 $50,000.00 I 2 Mobilization and Demobilization 1 LS $148,923.43 $148,923.43 Fixed Network AMI System 3 Includes: 20 - GALAXY Cellular Gateways 1 LS I ReadCenter Analytics Reading Data Management Software (1) 5 -seat user license (up to 25,000 services, $287,359.80 $287,359.80 I 1— Trimble Ranger 3 Handheld with Charger, Years 1 and 2 maintenance agreements, 3 Days On -Site Training (NOTE: DOES NOT INCLUDE BACKHAUL, SEE QUESTION B- 9 4 Single Port Capable MTU 18.905 EA $70.00 $1,323,350.00 'GALAXY TR -3 Endpoints Only I 5 Dual Port Capable MTU 'GALAXY TR -3 62 EA $297.00 $18,414.00 Endpoints w /Splitter and 308 Connector Only 6 Meter Lid Modification — 14 Composite Valve 1 LS I Boxes for Installation of Badger FSAA meters, $378,923.04 $378,923.04 '9,500 - 7" Nicor Composite Lid Inserts & 9,500 - 10" Nicor Composite Lid Inserts I 7 3/4 -inch Water Service Meter and Register 3/4x7 -1/2" RCDL M35 LL, Cast Iron Bottom, 12,726 EA $115.29 $1,467,180.54 w /ADE - Installed 8 3/4 -inch Water Service Meter and Register. 2,000 EA No Installation $81.00 $162,000.00 3/4x7 -1/2" RCDL M35 LL, Cast Iron Bottom, w /ADE 1 -inch Water Service Meter and Register 9 1" RCDL M55 LL, Cast Iron Bottom, w /ADE - 1.018 EA $151.71 $154,440.78 Installed I 10 1 -inch Water Service Meter and Register, City 7 EA $114.00 $798.00 Installation 1" RCDL M55 LL, Cast Iron Bottom, w /ADE 11 1 -1/2 -inch Water Service Meter and Register 268 EA $389.57 $104,404.76 1 -1/2" RCDL M120 LL, w /ADE - Installed I' 1 -1/2 -inch Water Service Turbine Meter and $573.57 $9,750.69 1 Register - 1 -1/2" T -160, LL, w /ADE - Installed 17 EA I The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 I Request for Proposal 11225 -P to provide: III W ater Utility Advanced Metering ! Badger Meter Infrastructure System City Project No. 2261 s 1. : ' • • r I 13 1 -1/2 -inch Water Service Meter and Register, 10 EA No Installation 1 -1/2" RCDL M120 LL, w /ADE $281.00 $2,810.00 14 2-inch Water Service Meter and Register 198 EA 2" RCDL M170 LL, w /ADE - Installed $509.57 $100,894.86 I 15 2 -inch Water Service Turbine Meter and 16 EA Register - 2" T -200, LL, w /ADE - Installed $629.57 $10,073.12 2 -inch Water Service Meter and Register, City 16 35 EA Installation 2" RCDL M170 LL, w /ADE $401.00 $14,035.00 I 17 3 -inch Water Service Turbine Meter and 10 EA Register, City Installation — 3" T450 LL, w /ADE $616.00 $6,160.00 18 3 -inch Water Service Meter and Register, City 29 EA I Installation — 3" Compound Series Meter, LL $1,470.00 $42,630.00 w /RTR &Summator 19 4 -inch Water Service Meter and Register, City 7 EA I Installation - 4" Compound Series Meter, LL $2,215.00 $15,505.00 w /RTR & Summator 4 -inch Water Service Turbine Meter and 20 3 EA Register, City Installation4" T -1000, LL, w /ADE $919.00 $2,757.00 I 21 4 -inch Badger FSAA Meter and Register, Or 5 EA Equal, City Installation — 4" FSAA -01, LL, $5,120.00 $25,600.00 w /RTR & Summator III 22 6 -inch Water Service Meter and Register 6" Compound Series Meter, LL, w /RTR & 1 EA $3,978.86 $3,978.86 Summator — Installed 6 -inch Badger FSAA Meter and Register, Or I 23 6 EA Equal, City Installation — 6" FSAA -01, LL, $7,030.00 $42,180.00 w /RTR & Summator 24 8 -inch Badger FSAA Meter and Register, Or 3 EA Equal, City Installation — 8" FSAA -01, LL, $9,136.00 $27,408.00 I w /RTR & Summator 25 3 /4 -inch Register— M35 ADE Only - Installed 2,100 EA $55.71 $116,991.00 I 26 I -inch Register— M55 ADE Only - Installed 160 EA $55.71 $8,913.60 27 1 -1/2 -inch Register — M120 ADE Only - Installed 70 EA SC8.71 54.109.70 28 2 -inch Register — M170 ADE Only - Installed 40 EA $58.71 $2,348.40 29 4 -inch Register — 4" RTR w /Summator Only- 8 EA $266.71 $2,133.68 installed I 30 AMI Data Hosting 1 YR $16,455.12 $16,455.12 31 Wastewater Signal Interface Device 24 EA 1,040.71 $24,977.04 I 3 M3000 -01, Monitor w /GALAXY TR -3 Endpoint Subtotal: 4.575.505.42 Sales Tax (8.2 %): 375,191.44 I Tota 4.950.696.86 ' Does not include installation — the unit prices for non -city installed meters include endpoint installation pricing 2 Please see Additional Information #2 3 Badger Meter assumes all Wastewater meters are in good working order and provide a clean 4 -20mA signal without modifying or reprogramming the existing meter. The information contained herein is to be considered confidential & proprietary to the extent allowable by law .►.,, Request for Proposal 11225 -P to provide: W ater Utility Advanced Metering Meter y g ! $ Infrastructure System � City Project No. 2261 y I Additional Pricing: Uninterrupted Power Supply (UPS) if 7 day backup is required $2,900.00 per Gateway ' Installation of GALAXY endpoints to City installed meters $ 21.71 each 1 1 1 1 1 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law . ass °"� � _ ��� -- !_ -•� - — _� - - 1 • I BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of Is which amount is not less than five percent of the total proposed project cost. Sign Here 1 PROPOSAL BOND • KNOW ALL MEN BY THESE PRESENTS: ' I That we, Badger Meter, Inc.; 4545 W. Brown Deer Road, Milwaukee, WI 53223 -2479 as principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5 %) of the Amount Bid Dollars, for the payment of which the I Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. I The condition of this obligation is such that if the Obligee shall make any award to the Principal • for Water Utility Advanced Metering Infrastructure System: City Project No. 2261 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful I performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the request for proposals, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages. the amount of this bond. MI SIGNED, SEALED AND DATED THIS 79th DAY OF November , 20 12 C77„...;>1 /9 P(.4.4.4.''L.L 1 Principal Richar d L 1 eusen anihnn, sS��.vs�� -Y ' ' Pt sic�ent & CEO 1 Surety Trac '. Matthews; Attorney -In -Fact I . 20 . Received return of deposit in the sum of $ • I I I I I 6 I I Limited Maintenance Provision Rider To be attached to and form part of this Bid Bond issued by Travelers Casualty and Surety Company of I America on behalf of Badger Meter, Inc. in the amount of Five Percent of the Amount Bid (5% of Bid Amount) with bid date of December 4, 2012, in favor of City of Yakima for Water Utility Advanced Metering Infrastructure System— City Project No. 2261. Surety shall guarantee that the work will be free of defective materials and workmanship fora period of I Twelve (12) months following completion of the contract. Any additional warranty or guarantee whether expressed or implied is extended by the Principal or Manufacturer only, and the Surety assumes no liability I for such a guarantee. BADGER METER, INC. By: Y Richard A. Meeusen Chairman, President & CEO TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By: < ____ Tracy K. % hews; Attorney -in -Fact. I I I I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4A, POWER OF ATTORNEY • TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 219535 Certificate No. 0 04352335 I KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty - Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint I Daniel J. Kwiecinski, Daniel J. Sapiro, Kathleen A. Crary, Kathleen A. Yoss, Wendy S. Miller, Lisa M. Slakes, Tracy K. Matthews, Cathy Hutson, and Lucy A. Hantzsch I of the City of Milwaukee , State of Wisconsin , their true and lawful Attorney(s) -in -Fact, 1 each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittediin an•aciions or- proceedings allowed by law. • ,-, s �t -� � ir ,..- 22nd IN WITNESS WHEREOF, the Companies have caused,this instrument to be signed :and the corporate seals to be hereto affixed, this January 2008 ,-- V'' i `%-" day of , - fv Yy , ) et , Farmington Casualty Com j; \� Y St. Paul Mercury Insurance Company Fidelity and GuarantylInsnan, r e{Cm opa Travelers Casualty and Surety Company Fidelity and Guaranty Insurrance`Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Asu F1RE4 �N �N 1N5 "'W �tY Ary G � `♦ �r. Jy z O� ......SG ?..∎.....Uqq r., yJ ,, os 40",,0,4% prJ1tY'WO I l, 02' _ a 1J L f P"'°" q � ♦ , - / ,p ¢..r l y o ' e Y - ftOPVOR.I Q Ct t ob (1 � ` BCOPDRATFD m .P P !W: `"RAte''' E I Qp 1 9 8 2 O < 11977 4 'n Z - -- a H ARTFORD , 1 2 i c Nt O 4 a X E 1951 ' o s ar .I •'. SE AL; a 1 4%.SERL ig S met a � CONH. 2 �n T 898 ,.(Q ,c k..,, FN ,, 04 t 4' '1' d••...... - q d. +... de s As! t �f L' 1 i ,0 State of Connecticut By: Ars& .. I City of Hartford ss. Georg FJ1 Thompson, •enior ice President , On this the 22nd day of January 2008 before me personally appeared George W. Thompson, who acknowledged S himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. C *TM W w" ti • My Commission expires the 30th day of June, 2016. * Ammo * Marie C. Tetreault, Notary Public 58440 - - 11 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity , and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,,whtch;iss iin'ffill force and effect and has not been revoked. IN TESTIMONY WHEREOF,.I have hereunto set my hand and;affrxed the seals of satd'Cornpanies thi day oV / , 20 / . - c : b Kevin E. Hughes, Assistant Sec tary °ASUq � r� Y y �PE 6 ��N.•�RSG pt'" ��P "* JP tY q p a arm, rapy L, • f rit % S Va��,,�,w� N P f �pxPRgjF� y Q�'r' s , '' ° m .4 y � 5 98 � !, ` •••^.v�nultr� � m JI m W: G� l�•a � C' " u 1 2 0 19 77 • n. �; z: _._ :o; W w CONN. n 03 , 44. may , ` - 5 c n �i o CONN. CONK. {Z gib 886 6 + 19 y �;S . v�S8RL s 3 W y - c °' •........ • a: :.. a r a ,�p To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. • • WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I D PROPOSAL I Water Utility Advanced Metering Infrastructure System Public Works Trust Fund I The proposer is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total proposal cost, based upon the approximate estimate of I quantities at the above prices and in the form as indicated below, is attached hereto: CASH IN THE AMOUNT OF D I CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE CITY OF YAKIMA I ° PROPOSAL BOND IN THE AMOUNT OF 5% OF THE PROPOSAL COST • I ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 , 2 & S NATUR OF' /A� HO IZED OFFICIAL(s) PROPOSAL MUST BE SIGNED ( 1 /0/1 if G/� /0GI-Gl t (46( I Pamela G. Stokke -Ceci, Assistant Secretary FIRM NAME BADGER METER, INC. 10 (ADRESS) 4545 W. Brown Deer Rd. 800 - 876 -3837 Milwaukee, WI 53223 I PHONE NUMBER State of Washington Business License - 409 - 004 -505 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER Applied For I I I I I I I t I I FEDERAL ID No. 39- 0143280 I WA STATE EMPLOYMENT SECURITY REFERENCE NO. Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior I 7 permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the proposal. (2) Please refer to section 1 -02.6 of the standard specifications. re: "Preparation of Proposal," or "Article 4" of the I Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 ill . 7 I , 1 ' NON - COLLUSION AFFIDAVIT (Fill out and return with proposal) State of WISCONSIN , County of MILWAUKEE , being first duly sworn, deposes and says that: (1) (S)He is Assistant Secretary (Owner, Partner, Officer, Representative, or Agent) of ' BADGER METER, INC. , the Respondent that has submitted the attached Response; (2) (S)He is fully informed respecting the preparation and contents of the attached Response and of all pertinent circumstances respecting such Response; (3) Such Response is genuine and is not a collusive or sham; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representative, employees or parties in interest, including this affidavit, has in any way colluded, conspired, ' connived, or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham respondent in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other ' Respondent, firm, or person, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against any person interested in the proposed Contract. (Signed) /1 Title Pa ela G. Stokke -Ceci, Assistant Secretary 1 1 1 1 1 8 1 1 49 CFR PART 20 -- CERTIFICATION REGARDING LOBBYING I (Fill out and return with proposal) Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Pamela G. Stokke -Ceci certifies, to the best of his-cr her ' knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of ' Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, ' amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or ' employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by ' "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104 -65, to be codified at 2 USC 1601, etseq.)] (3) The undersigned shall require that the language of this certification be included in the award ' documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less ' than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 USC § 1352(c)(1)- (2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less ' than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, BADGER METER, INC. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees at the rov'si s ' f 31 USC r' 3 €01, et seq., apply to this certification and disclosure, if any. ' � cG - (& Si gnature o C ontractor ' s A ut h or i ze d Offi Pam la G. Stokke -Ceci, Asst. Secretary Name and Title of Contractor's Authorized Official November 28, 2012 Date ' \\N1111111/8 Subscribed and sworn to before ' SZq � �� %i,, this 28th •rof Nove • - s - 1 ' Title ��� ��- _..� OTAgy 'L My commission expires pUB`\ OF VAS 9 PREVAILING WAGE RATES ' The prevailing rate of wages to 'be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be ' performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents in Appendix B. ' Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting proposals based on these specifications. ' In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as ' amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries p ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 • ' Telephone: 360 - 902 -5335 1 1 10 ' NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: ' (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national ' origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the ' provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, ' sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective ' bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ' "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6).ln the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the ' contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. ' "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor • 1 or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a ' subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 11 ' WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. ' In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation through women and minority business enterprise ' affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the ' City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's ' procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that specifications, proposal forms, and request for proposals are as widely distributed as possible. • • • • • • • p 1 t 1 1 12 RESOLUTION NO. D 418 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise ' Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal ' • and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that ' Women And Minority Business shall have the maximum practicable opportunity to participate in the performance of such public works, and t WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: ' The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto ' • and by reference made a part hereof. 1�pp ADOPTED BY THE CITY COUNCIL this •�3TL day of 1983. 1 fA , yor ATTEST: . • 7 a City Clerk 13 1 • AFFIRMATIVE ACTION PLAN The proposers, contractors and subcontractors will not be eligible for award of a contract under this Request for 1 Proposals unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has ' instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a proposer, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Proposal Conditions. All proposers and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and ' requirements of these Proposal Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Proposers, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following • steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for ' referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. ' c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially, those funded by the Department of Labor. 1 e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the ' policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by ' notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority 111 14 1 recruitment organizations and minority training organizations, within the contractor's recruitment 111 areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this proposal. 1. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit proposals for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Proposal Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) hn the event the union referral practice prevents • the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 • as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. • 1 1 1 15 I PROPOSER'S CERTIFICATION A proposer will not be eligible for award of a contract under this request for proposal unless such proposer has submitted as a part of its proposal the following certification, which will be deemed a part of the resulting contract: BADGER METER, INC. certifies that: (PROPOSER) 1. It intends to use the following listed construction trades in the work under the contract • Not Applicable as this is not a construction contract. Please refer to Section 2 Technical Specifications- Exceptions and Clarification ' as to those trades for which it is required by these Conditions to comply with these Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all • construction work (both federal and non - federal) in the Yakima, .Washington area subject to these Conditions, those ' trades being: Not Applicable as this is not a construction contract. and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the ward of any sub - contra t nder tJkis contract the Subcontractor Certification required by these Conditions. 4/1A j 1 (Signature of Authorized Representative of Proposer) Pamela G. Stokke -Ceci, Assistant Secretary • 1 1 1 16 • I I I ADDENDUM NO. 2 TO THE REQUEST FOR PROPOSALS 11225-P I FOR CITY OF YAKIMA I WATER UTILITY INFRASTRUCTURE SYSTEM - . ADVANCED METERING - — I G&O #12031 ISSUED THIS DATE: THURSDAY, NOVEMBER 8, 2012 I \ PROPOSALS DUE: 2:00 P.M. (LOCAL TIME) ON i :iiiv ' . ' TUESDAY, DECEMBER 4, 2012 , Iktl • :1 e i , ,.,•:' - ' ' :Iti , 4it.' 3oso CITY OF YAKIMA 4 '.0` - .4fr. 4 ' 4 Ott 129 NORTH 2 STREET ,':::: i',Ita - 1; AL „ #/ ' -• I YAKIMA, WASHINGTON 98901 . . ., . V. , 1 % ‘' Please include this Addendum No. 2 with your Proposal and acknowledge receipt of I same on the seventh page of the Proposal. TO PROSPECTIVE PROPOSERS: I The attention of all prospective proposers on the above project is directed to the following additions and modifications to the Request for Proposals and Addenda thereto. I I. , ADDITIONS. MODIFICATIONS, AND/OR DELETIONS TO THE REOUEST FOR PROPOSALS I ITEM NO. 1: Page RP-1, Request for Proposals I In the first paragraph DELETE the date "November 20, 2012" and REPLACE with the following: I I "December 4, 2012" ' ITEM NO. 2: I In the seventh paragraph DELETE the date "November 13, 2012" and REPLACE with the following: I "November 20, 2012" I I - Page 1 of 5 , I 1 1 II. ADDITIONS, MODIFICATIONS. AND /OR DELETIONS TO THE 1 GENERAL INFORMATION AND INSTRUCTIONS TO PROPOSERS ITEM NO. 1: 1 Page 1, Section I., General Information and Instructions to Proposers, Subsection C., PRE- PROPOSAL CONFERENCE 1 In the first sentence DELETE the date "November 13, 2012" and REPLACE with the following: 1 "November 20, 2012" ITEM NO. 2: 1 Page 1, Section I., General Information and Instructions to Proposers, Subsection D., DEADLINE FOR DELIVERY OF PROPOSALS 1 In the first paragraph DELETE the date "November 20, 2012" and REPLACE with the following: 1 "December 4, 2012" ITEM NO. 3: 1 I i Page 2, Section I., General Information and Instructions to Proposers, Subsection E, PROPOSED SCHEDULE DELETE this section in its entirety and REPLACE with the following: "Ad Published: October 29 and November 5, 2012 Pre- Proposal Conference: 2:00 PM November 20, 2012 Proposals Due: 2:00 PM December 4, 2012 Contract Awarded: On or about December 18, 2012 Approximate Vendor Start Date: January 21, 2012. The City reserves the right to revise this schedule." I'T'EM NO.4: Page 5, Section III. General Conditions, Subsection N., PERMITS AND LICENSES ADD the following to the end of this section: "Contractor is required to obtain electrical installation permit from Washington State Department of Labor and Industries (WSL &I) for all Page2of5 r r .. hard -wired devices and equipment to be powered by 120V AC. All hard- wired equipment shall be installed in accordance with the National Electrical Code by a licensed electrician and such work shall be subject to ' approval by WSL&I. Battery- powered and solar battery- powered devices are not subject to this requirement. Contractor is responsible for filling out and furnishing to WSL&I all forms, equipment schematics, wiring diagrams, shop drawings and other technical information required by WSL &I to obtain the required permits." III. ADDITIONS. MODIFICATIONS. AND /OR DELETIONS TO THE PROPOSAL ITEM NO. 1: Page 2, Proposer's Checklist, Subsection B., ADDITIONAL INFORMATION ADD the following new subsection: "19. Provide any additional information that the Proposer believes is pertinent for consideration by the'City in evaluating the Proposal. General information from sales brochures and materials including subjective comparisons with other manufacturer's AMI equipment is not desired nor required. Clear and concise information explaining the capabilities and expected performance of the installed AMI system that is the basis of the proposal will be considered as appropriate additional information." ITEM NO. 2: Page 4, Item Proposal Sheet, Item No. 22, 6 -Inch Water Service Meter and Register ' After the word "Register," ADD the following: "' O.3 City Installation" ITEM N: Page 16, Proposer's Certification After the Proposer's Certification ADD the attached Subcontractor's 111 Certification. r r Page 3 of 5 1 1 IV. ADDITIONS. MODIFICATIONS. AND /OR DELETIONS TO THE 1 TECHNICAL SPECIFICATIONS ITEM NO. 1: 1 Page 01110 -1, Specification Section 01110 -1.1, SCOPE ADD the following new subsection to the end of this section: "J. Complete removal and proper disposal of all existing meters and registers being changed out by the Contractor under this contract." ITEM NO. 2: Page 01110 -3, Specification Section 01110 -1.3, CONTRACTOR USE OF SITE AND PREMISES After the second paragraph, ADD the following: "The Contractor shall provide all temporary facilities needed to stage materials and equipment for the project. No City facilities will be used as a shipping destination or staging site for materials and equipment except for City - installed items identified in the Request for Proposal." 1 ITEM NO. 3: Page 01160 -1, Specification Section 01160 -1.2, PERMITS AND LICENSES after the first paragraph, ADD the following: "Contractor is required to obtain electrical installation permit from Washington State Department of Labor and Industries (WSL&I) for all hard -wired devices and equipment to be powered by 120V AC. All hard- wired equipment shall be installed in accordance with the National Electrical Code by a licensed electrician and such work shall be subject to approval by WSL &I. Battery- powered and solar battery- powered devices are not subject to this requirement. Contractor is responsible for filling out and furnishing to WSL &I all forms, equipment schematics, wiring diagrams, shop drawings and other technical information required by WSL&I to obtain the required permits." ITEM NO. 4: Page 01385 -1, Specification Section 01385 -1.1, SCOPE In the third sentence of the second paragraph, DELETE the words "with 1 negatives" Page 4 of 5 t 1 ITEM NO. 5: Page 01505 -1, Specification Section 01505 -1.1, SCOPE ADD the following new subsection to the end of this section: "J. Complete removal and proper disposal of all existing P P Po meters and registers being changed out by the Contractor under this contract." ITEM NO. 6: Page 11680 -8, Specifications Section 11680 -1.6, PAYMENT j DELETE the last three bullets in their entirety after the first paragraph. ITEM NO. 7: Page 11680 -9, Specifications Section 11680 -1.6, PAYMENT under the paragraph that states "All costs for furnishing positive displacement..." ADD the following bullets to the end of the list: 1 " • 4 -inch Water Service Meter and Register, City Installation • 6 -inch Water Service Meter and Register, City Installation" ITEM NO. 8: Page 11680 -11, Specifications Section 11680 -1.6, PAYMENT DELETE the paragraph that begins "All costs for furnishing and installing the 1 meter transmitter units (MTUs)..." and REPLACE with the following: "All costs for furnishing and installing the meter transmitter units (MTUs), to include MTUs for all City- installed meters, including all equipment, installation (includes connecting MTU with meter registers), accessories, software, programming, training, testing, and shipping as specified herein shall be included in the unit price bid for:" I 1 Page 5 of 5 1 ADDENDUM NO. 2 SUBCONTRACTORS CERTIFICATION 1 Subcontractors' Certification is not required at the time of proposal. This Certification must be completed by each subcontractor prior to award of any subcontract certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract 1 and; As to those trades for which it is required by these Proposal Conditions to 1 comply with these Proposal Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Proposal Condition, those trades being: 1 and; 1 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Proposal conditions. 1 (Signature of Authorized Representative of Subcontractor) 1 1 i 1 1 1 i CITY OF YAKIMA RFP 11225 -P ' WATER UTILITY ADVANCED METERING INFRASTRUCTURE SYSTEM ' ADDITIONAL QUESTIONS RECEIVED FROM POTENTIAL PROPOSERS ' THROUGH NOVEMBER 20, 2012 BADGER ' 1. Regarding the Paladin billing system, will it be possible to get copies of a download and upload file that cover the same routes /cycles with actual reading data? The City does not object to this, please contact Bert Smith or ' Lynn Secrest at Paladin to verify: 1- 866 - 367 -4572, support @paladindata.com. ' 2. Is mounting MTUs through lid allowed? Yes. Per Section 11680- 2.3C.1 all lid modifications shall be ADA- compliant. 3. Is drilling/modifying the lid okay? Yes, as long as the structural integrity of the lids is not compromised. ' 4. Who is responsible for disposal of any remnants of the lid (including inserts) when drilled/modified? ' The Contractor. CANNON CONSTRUCTION ' 1. How will final inspection occur? ' The City will perform all inspections. This will be discussed at the preconstruction conference, but typically, the City Inspector follows the Contractor and accepts each installation as it is completed. Yakima AM I RFP G &O #12031.00 Page 1 of 4 1 2. Is Builder's Risk Insurance required for the Contract? No. 1 FERGUSON NORTHWEST 1. Can the Contractor propose an Expedited Deployment Schedule? If yes, 1 what is the minimum deployment timeframe that would be accepted by the City? 1 Yes, the Contractor may propose an expedited performance period; this can be negotiated prior to award. 2. Security issues? Does the City expect any Security Issues while doing Meter and MXU Installations? Any High Risk Areas in the City? The Airport has approximately six meters — access will require an Airport employee to escort the Contractor. There are areas in the City subject to a higher risk of theft; the Contractor is responsible for protecting their property from damage or theft during the course of the work. 3. Billing routes, how many? How many meters in each route? There are 26 reading cycles, the smallest being 14 meters, the largest 1 being more than 1,100 meters. 4. Average line pressure? 1 Average is 45 to 100 psig (there are three pressure zones). 5. Define where the Contractor responsibility begins and ends for bad piping or plumbing issues? Contractor's responsibility is between the meter nuts. The City will furnish replacement valves when needed. The Contractor's work is only on cross - linked polyethylene and copper service lines. 1 6. Is a plumber required to install meters? No. Also, to reiterate, the labor classifications used for wage determinations are not under the City's authority. Please contact the Washington State Department of Labor and Industries with such questions. 1 Yakima AM l RFP G &O #12031.00 Page 2 of 4 1 1 7. The response to Question 14 from Mueller in the previous set of Proposer Questions indicates the City is willing to consider purchasing the 3/4" to ' 4" registers (Items 25 to 29 of the Proposal) and furnishing these to the Contractor. When will the City consider this? P This may be considered during negotiations. The Proposal submitted should reflect the Contractor furnishing these registers. 1 8. Is it okay to visit potential data collection unit sites and meter pits? Yes. ' 9. The response to Badger's previous submitted questions 10 and 17 seem to contradict one another. Under the MINOR WORK pay item, the City will furnish and the Contractor will replace existing damaged /inoperative valves when ' encountered, per the response to Question 10. The City will not provide any materials and equipment to the Contractor to install the meters, registers, MTUs, and data collection system. 1 10. Meter - Register - MTU must all be from the same manufacturer? ' Yes, this is specified in General Information and Instructions to Proposers Section A, which states "A single manufacturer shall provide all meters, MTUs, data collection system and data receiving system." 11. What is the format the GIS coordinates are in for the lot locations? 1 Washington State Plane South feet (2286). ' HD SUPPLY 1. Does the City want to get monthly reads? 1 Not yet, but may be an option for future consideration. 2. Will the Contractor be allowed to work with City IT staff to develop a system for transferring data once work begins? Yes. 1 1 Yakima AMI RFP G &O #12031.00 Page 3 of 4 1 1 3. Does the City require meter change out forms to be submitted as hard/paper copy? No, electronic submittal is preferred, but must contain information in this form, and electronic submittal must be preserved. NEPTUNE 1 1. Is there a material preference for the meter bodies? Section 11680 -2.3A specified bronze bodies for water meters. 2. Is there any requirement for where any of the components are 1 manufactured? No, this is a state - funded project and there is no requirement that 1 components be made in the United States. 1 1 1 1 1 1 1 1 1 1 Yakima AM I RFP G &O #12031.00 Page 4 of 4 1 1 ' ADDENDUM NO. 1 TO THE REQUEST FOR PROPOSALS 11225 -P ' FOR CITY OF YAKIMA ' WATER UTILITY ADVANCED METERING INFRASTRUCTURE SYSTEM C. AL G &O #12031 of WA ISSUED THIS DATE: FRIDAY, NOVEMBER 2, 2012 z, VI IP to x PROPOSALS DUE: 2:00 P.M. (LOCAL TIME) ON TUESDAY, NOVEMBER 20, 2012 ! ./i ��� � !/ 4 CITY OF YAKIMA �O '� � ��'c 3002H � 4" 129 NORTH YAKIMA, WASHINGTON 98901 si4NAL TA \11( Please include this Addendum No. 1 with your Proposal and acknowledge receipt of \‘ same on page 7 of the Proposal. TO PROSPECTIVE PROPOSERS: 1 The attention of all prospective proposers on the above project is directed to the following additions and modifications to the Request for Proposals and Addenda thereto. 1 I. ADDITIONS. MODIFICATIONS. AND /OR DELETIONS TO THE TECHNICAL SPECIFICATIONS ITEM NO. 1: Page 01110 -2, Specification Section 01110 -1.2, PROJECT INFORMATION DELETE the sentence starting with "The manufacturer selected to provide this work,..." in its entirety and REPLACE with the following: ' "The proposer selected to perform this work, as described herein, must serve as the prime contractor for the work and shall serve as the AMI equipment manufacturer's representative for meeting all AMI system performance and warranty requirements for the complete installed AMI system (to include meters, registers, meter transmitter units, data 1 collection units, data operations center and utility and water customer data interface) as stipulated in the Request for Proposal." 1 1 ' Page 1 of 1 1 1 CITY OF YAKIMA RFP 11225 -P 1 WATER UTILITY ADVANCED METERING INFRASTRUCTURE SYSTEM 1 QUESTIONS RECEIVED FROM VENDORS THROUGH NOVEMBER 7, 2012 BADGER 1 1. Will the City be granting an Extension for the RFP deadline? Yes, Addendum No. 2 addresses this. 2. Are all meters located in meter pits /vaults? 1 All meters that the Contractor will change out are located in meter 1 pits /vaults as indicated in Figures 3 and 4 of the RFP. 3. Will the City be pre - notifying its customers of the project? The City will notify its customers when the project is ready to begin, but the Contractor is responsible for individual customer notifications based on their work schedule. 4. Will customer appointments be required for the meter change -out project? If so will the City or the Contractor make the appointments? 1 The Contractor is responsible for making these arrangements while coordinating with the City. 1 5. Are meter pit /vault lids locked? If so, will the City be supplying tools to unlock and re -lock the meter pit/vault lids? 1 Lids are not locked. 6. Are any meter pit lids /vaults located m roadways /alleys? Some are in roads and driveways, none are in alleys. 1 1 Yakima AMI RFP G &O #12031.00 Page 1 of 15 1 1 1 7. Are ALL meter pit lids as described with 7" and 10" cast iron inserts? How many 7" inserts and how many 10" inserts are in the City meter pit ' lid population? Less than 50 lids are non - round, of the round lids approximately 50 percent are 7 -inch inserts, and 50 percent are 10 -inch inserts. 8. Who is the manufacture of the City's current cast iron meter pit lids? Jordan Iron. ' 9. Are all 3/4" — 2" Positive Displacement meters in meter setters? Yes. 1 10. Are all meter valves in working order? If not, can water be shut down at the curb stop by the contractor — without City notification OR will the City ' be responsible for turning off curb stops? Will the contractor or City be responsible for replacement inoperable valves? Will the City be providing replacement valves for the contractor? All meters are in working order. The City will supply any valves found to be inoperable and the Contractor will replace under the ' MINOR WORK pay item. 11. Are pre and post meter change - out pictures required? No, the only pre- and post- photos required are the sites where the data collection units will be installed. 1 12. Is the gathering of meter site GPS coordinates required? ' The City will not require this, but if it is required for the design of the data collection system, the Contractor may choose to do this at their option. 1 13. Page 11680 -10 "The contractor shall turn over existing registers to the Owner when they are removed." Are the registers to be tagged? Is there a schedule for when the registers are to be turned over to the Owner? (i.e., Daily, Weekly, Monthly ?) Per Addendum No. 2, the Contractor will remove and dispose of the 1 registers. 1 Yakima AM1 RFP G &O #12031.00 Page 2 of 15 14. What is the proposed disposition of changed -out meters? Contractor or City disposal? Contractor will dispose. 15. The RFP states "Licenses & Permits" in several areas. Page 9 Section J. Subsection 1., Page 12, Section N., and Page 01160 -1 Section 1.2. Other than the City of Yakima Business license, will the City be waiving any other additional Licenses, Permits, and Fees for the installation of water meters, endpoints, and gateway receiver s and associated infrastructure? If not, what State, Municipal, and Local Permits, Licenses, and Fees are to be considered? Addendum No. 2 addresses additional permit requirements. 16. When/how are installations turned back to the City for Bad Plumbing, ' Difficult Installation, Inoperable Valve(s), etc.? This will be dealt with in the field on an as needed basis. ' 17. What will the City supply in the way of parts, Connections, Gaskets, Valves, etc.? The City will not furnish any materials or equipment for the project. 18. Does the City have a recycling plan for any project related packaging products such as cardboard? If so, how will the contractor have access to this plan? ' The City has no recycling plan that applies to this project. 19. Can City street light poles be used for mounting Gateway Receiver infrastructure with the use of OWL's for power? If so, are the City street lights powered 24 hours a day? ' Yes, City, street lights may be used for mounting data collectors. It is the Contractor's responsibility to perform the necessary research for , powering data collectors installed on City light poles. 20. Can City traffic signal poles be used for mounting Gateway Receiver infrastructure with the use of OWL's for power? If so, are the City traffic signals powered 24 hours a day? No, City traffic signals may not be used for mounting data collectors. 1 Yakima AMI RFP G &O #12031.00 Page 3 of 15 1 1 1 21. Do meters >3" have bypasses? ' Compound meters 3 -inch and larger have bypasses. These will be installed by the City. 1 22. Are 1.5" and 2" meters flanged? Yes. ' 23. What % of 2" and greater meters DO NOT have existing strainers. 1 About 80 percent or more do not have strainers. 24. What is the material of existing service lines, i.e. copper, plastic, lead, galvanized, cast iron? Service lines copper, galvanized, and cross - linked polyethylene. 1 25. There is reference to D/M /WBE's. Are the use of D/M /WBE's required for this project? If so, to what percentage of the overall project? 1 Use of D /M/WBEs are not "required," but a good faith effort to use D /M/WBE businesses is required, with the D /M/VVBE goal being ' 10 percent of the total dollar value of the project (see Women and Minority Business Enterprise Policy in the Proposal). ' 26. Is there a City height limit for the installation of Service Poles and or Towers? ' No. 27. Is it to be assumed that all meter installations are to be Like for Like? Yes. ' 28. Can Gateway Receivers be installed ON provided City structures? There is a potential for such mounting; however, the mounting ' location and configuration are subject to City approval. FERGUSON WATERWORKS (SENSUS) 1 1. Can we have a water meter route file or list of meter accounts with the name, address, meter size and GPS locations for a formal propagation study? Yakuna AMI RFP G &O #12031.00 Page 4 of 15 1 1 1 List was provided on October 31, 2012. 2. In the RFP the City of Yakima indicates "The manufacturer selected to provide this work, as listed above, must serve as the prime contractor for the work ". Should or can the word manufacturer be replaced with "successful respondent selected" allowing for the company submitting the proposal to provide the City of Yakima with one complete performance bond as well as proper management of the project from start to finish? This was clarified in Addendum No. 1. 3. Can the City of Yakima send us the RFP in word format? 1 The RFP will not be provided in Word format. 4. We also needed to know the projected residential and commercial growth within the City of Yakima in order to design the Sensus FlexNet System in the future. The City of Yakima is not expanding at this time. 5. Can we receive some additional information on the manufacture of the meter box lids in the City of Yakima standard specification numbers W9, W10, W13 and W14? Quantities of each would be helpful. Jordan Iron is the manufacturer. Please note that fewer than 50 lids are non - round, all others are as shown on Figure 3 (photo) and Figure 4 (drawing) of the RFP. Approximately half of the round lids have 7 -inch inserts, and approximately half of the round lids have 10 -inch inserts. HD SUPPLY (NEPTUNE) 1. Per paragraph H, page 3, will we have an opportunity to negotiate contract terms and make changes in the contract upon award? Will we have the opportunity to object to additional changes introduced at the time the 1 contract is negotiated? The contract document in the RFP is not negotiable in terms of its language. Specific items of work in the Scope of Work may be negotiated prior to awarding a contract. 1 Yakima AMI RFP G &O #12031.00 Page 5 of 15 1 1 1 2. Performance Bond: Is the amount of the performance bond also limited to 25% of the proposal price? 1 The performance bond shall be equal to 25 percent of the proposal price per Item K (Performance Bond) in the General Information and Instructions to Proposers. 3. Is this a federal aid project? What is the funding source for the project? 1 The RFP cover states the funding source is Public Works Trust Fund, which are State dollars. 1 4. Does this project have a requirement for bidders to comply with D /M/WBE subcontracting provisions, and if so, which provisions? Do ' state or federal provisions apply? If federal, which agency provisions apply? Have D /M/WBE goals been set for this project, and if so, what are they? Does the City require documentation of compliance with ' D /M/WBE subcontracting provisions, including documentation of good faith efforts to be submitted with the bid? Is that documentation required to be submitted after award? If so, when must it be submitted? If there ' are D/M/WBE subcontracting requirements on this project, are they in addition to affirmative action requirements and goals of minority and women employment and training? 1 D/M /WBE goals are stated in the Proposal under the Women and Minority Business Enterprise Policy. A good faith effort in meeting the D/M /WBE goals is required on the part of the Contractor. ' Certification requirements stated in General Information and Instructions to Proposers, Item V (Subcontracting — D/M /WBE ' Reporting) do not apply to this project since the funding source is not the Contracting Agency. ' 5. General Conditions: Paragraph AA — Measurement and Payment: Where is "Section 1- 09.9(1)" as referenced in subparagraph a on page 22? Where is "Section 1- 05.1" referenced at the end of that section? The referenced sections are from the WSDOT Standard Specifications, which have been incorporated into the RFP by reference in Item A (GENERAL) of the General Information and Instructions to Proposers. 6. Proposer's Certification: Item 2 — What Subcontractor Certification is 1 required by the Conditions? Addressed in Addendum No. 2. 1 Yakima AMI RFP G &O #12031.00 Page 6 of 15 1 1 1 7. Is there retainage on this project? Yes, in accordance with the referenced WSDOT Standard 1 Specifications (specifically it is 1- 09.9(1)), five (5) percent retainage is held with each progress payment; retainage is released when all work is completed and all contract conditions have been met. 8. On page 9 Paragraph I. Does the engineer have a list of approved independent testing agencies? No. 9. In section 2.3 equipment Letter B it calls out for a Sensus T866 MicroRTU. Can you elaborate on what we are measuring here and if an equivalent has been identified? 1 The device integrated with the AMI system shall provide the same information as a meter register with MTU. No equivalents to the Sensus T866 have been identified in the RFP. 10. In section 4 Data Operations Center a detailed export file layout is given. 1 Can we also contact the billing system provider, Paladin, and see if they are compatible with our native file transfer? Typically billing system providers are very adept at working with the transfer requirements of the different reading systems. It might be much cleaner to use a file transfer designed for the system selected. Potential proposers may contact Paladin to ask clarifying questions such as this. The Paladin point of contact is listed in the RFP in the Technical Specifications, Section 11680 - 3.2A. 11. What wage classifications must be used for various sections of the meter install? Can we use one rate for general labor and another when a 1 connection is broken i.e. when a meter is replaced? The City is not the authority on the appropriate wage classifications to use, that authority resides with the Washington State Department of Labor and Industries. 1 1 1 Yakima AM( RFP G &O #12031 00 Page 7 of 15 1 1 ' 12. The detail drawings for the Ring and cover show the insert as being a 10" or 7" diameter. Does the city have an approximate idea for the quantities ' for each size? Who is the current supplier(s)? Approximately half the lids have 7 -inch inserts and approximately ' half the lids have 10 -inch inserts. The lid manufacturer is Jordan Iron. ' 13. Proposed contract language changes... The City will not allow changes to the Contract Language. 1 ITRON ' 1. Can you tell me when the customer location data will be released? We are in urgent need to prepare a propagation study. ' Copies of EXCEL spreadsheets with water service addresses and DCU site addresses were requested by and e- mailed to Itron on November 1, 2012. 1 2. Would the City be willing to extend the RFP response date by two weeks? Extended to December 4, 2012, per Addendum 2 issued 1 November 8, 2012. 3. Is there a deadline for technical questions? ' Ten business days prior to proposal submission deadline. 1 4. The water service address file provided by the City has a list of over 29,000 meter locations and does not match the number of endpoints to be included within this proposal. Can you help clarify the discrepancy? ' If you review the list there are many locations with 3 registers at one location; some are compounds with 2 registers; some are pits with 4 or 1 5 meters in one location; some are the fire service detect meters the City eliminated from the RFP (but will have an active service at the same location). The list also includes the 400 some deduct meters the 1 City will address at a later time separate from this RFP. If the list is sorted by address or X -Y coordinates you should find the number of locations much closer to the number of meters in the Proposal. 1 Yakima AM1 RFP G &O #12031.00 Page 8 of 15 i 5. Can you please provide a list of meter manufacturers for the 2440 meters ' that require retrofitting? Badger Models 25, 35, 70, 55, 120, and 170 will be changing the 1 register to make AMI compatible. The meters the City will be adding just an MTU are Badger, Elster, Hershey, and Metron, and they are all the three -wire type. 6. Can you please verify that the 104 registers that will be spliced are a 3 -wire configuration? Yes, they are three -wire type configuration. 7. Please provide the job classification under the prevailing wages for the following work to be done in the field: a. Meter Exchange including new meter, register, and MTU g g � g b. Register exchange including new register, and MTU c. ERT Retrofit including new MTU ' The City is not the wage classification authority; that authority resides with Washington State Labor and Industries. ' 8. Please clarify if we should base our installation quantities using the Technical Specifications (TS) section on page 11680 -32 or the in 1 Section IV, Proposal on page 4 and 5. On page 11680 -32 of the TS section it shows 2,206 3 /" meters are in the system requiring 2,100 register changes (this corresponds with item number 25 in the Proposal Sheet on ' page 5 in section Proposal). What is not known is the remaining 106. It states that we are to install MTU with existing meters, but the proposal sheet does not include a line item for just installing those 106 MTU's. 1 Installation quantities should be based on the Proposal on pages 4 and 5. All MTUs are included in line items 4 and 5. 1 9. The compound meters also state to install an MTU to the existing meter, but the proposal sheet does not have line items with these quantities specified. Since it's requested we install MTU's to the existing meter where would you like us to include the price to install these? All of the MTUs, even for the compound meters, are included in line items 4 and 5 of the Proposal. Include the MTU hardware and installation price for all meters in these line items on page 4 of the Proposal. Yakima AMI RFP G &O #12031.00 Page 9 of 15 1 1 , iii 10. Does the minimum minority participation goal of 10% as outlined on page 12 of Part IV, Proposal specifically apply to this project? I Minority participation goals are just that "goals," they are not requirements. If you have minority businesses proposed for your I team, you should mention that, otherwise we will assume you do not have any. I MUELLER SYSTEMS 1. In the interest of allowing time for proper investigation and preparation for I the proposal, would the City please consider an extension of the Proposal due date by two weeks? I Addressed in Addendum No. 2. 2. Due to the requirement to review the contract and provide "Final Contract I Language" - would the City please consider an extension to the close date for questions and contract issues? (to provide for our legal review and installation contractor review and offer questions). 1 Technical questions are due 10 business days prior to the Proposal submission deadline, questions received after that may not be I answered prior to the Proposal submission deadline. 3. RFP 11225 -P, Section X — Prosecution of Work, Item 1: Regarding "areas I for protection or restoration, as described in the Contract," how and when would such areas become apparent to the contractor. Does this apply in any case when a meter replacement and possibly a lid modification will likely be the only construction? I This applies to any situation during the course of the contract where the Contractor disturbs the existing meter vault and its surroundings I as well as any facilities and surrounding areas used for the installation of DCUs. 1 4. In light of Addendum 1, must the Prime Contractor be a licensed general contractor? I Per Item N of the General Information and Instructions to Proposers, the Contractor is required to have a City of Yakima business license to perform the work. Addendum No. 2 addresses other licensing 1 requirements for electrical service work. 1 Yakima AMI RFP G &O #12031.00 Page 10 of 15 1 I 5. Sect 01385, Part 1, 1.1 Scope r p Requires pre and post construction • e — Re ui res photographs "including negatives." Does this mean that film photography should be used and then be converted to a digital format, or would digital format be acceptable without negatives? Digital photos are acceptable. Addendum No. 2 deletes references to negatives. 6. Seeing it as impractical for the contractor to survey 20k meter locations prior to the bid date, is there any estimate just how many meter boxes of each size and type would likely need to be removed and reset as part of the meter replacement process? Would the City consider having a cost item for each size meter and for such cases as this is required? The total number of meters that needs to be removed and replaced is listed in the Proposal form. Resetting should be incorporated into the cost for meters to be installed by the Contractor. 7. Sect 11680 AMI System, Item 2.3, C2 — This item specifies use of a 4 -20 mA signal output from the wastewater flow meters which is fine for 1 flow rate but not conducive to accurate and reliable totalization. Is it the City's intent to monitor flow rate or to have flow totalized? How is the ' City proposing to utilize and manage the data received from these wastewater meters? Please provide all wiring diagrams, power output, schematics, etc. for the 24 wastewater meters to be AMI equipped. 1 It is the City's intent to obtain the same flow information from the wastewater meters as from the water meters. Wastewater flow meters 1 manufacturers and models have been provided to allow the Proposer to determine how to integrate the commercial wastewater meters into the AMI system. Technical information on these meters can be 1 obtained from the wastewater meter manufacturers. 8. Regarding meter lids, can a breakdown of the lid types be provided? We 1 request a count on the circular lids, as well as confirmation that the circular lid is the only lid type in the City's water system. Within the count of the circular lids, we also need a breakdown of the quantities of 7" 1 and 10" inserts. There are fewer than 50 non -round lids. There are approximately 50 percent 7 -inch inserts and 50 percent 10 -inch inserts for the round lids. 1 1 Yakima AMI RFP G &O #12031.00 Page 11 of 15 1 1 9. We request a sample of each of the circular lids, one with a 7" and one with a 10" insert for evaluation. We will pay the cost of freight to our ' facility and the return to the City. We anticipate a quick turnaround. City can furnish lids. Prefer that proposers arrange to pick them up ' at the City public works office, but if that is not possible, they can be shipped. ' 10. Is it possible to use City light department equipment in the larger installation? We would anticipate a negotiated arrangement as to not negatively impact the City financially. The City will not allow the use of its labor or equipment to install items that the Contractor is required to install under the contract. 1 11. We also request a list of locations where the street lights are equipped with a master photo cell /power source for multiple street lights. We have a couple of options for light pole installation and there are different configurations regarding the power source on the pole. ' There is no list of list of locations where the streetlights are equipped with a master photo cell /power source for multiple streetlights, please contact Joe Rosenlund at (509) 576 -6430 for further information in ' this regard. 12. Will all products under this project be shipped to the Public Works ' location at 2301 Fruitvale Blvd.? If so, will the contractor and installers have access to an area where the meters and other project materials are housed and that can be used to prep or stage for the day's work or does the City expect the awarded vendor to provide a non -City location for this 1 purpose? The Contractor shall provide all temporary facilities needed to stage materials and equipment for the project. No City facilities will be used as a shipping destination or staging site for materials and equipment except for City- installed items. ' 13. The Item Proposal Sheet does not allow for meter, register, and endpoint to be bundled as one price. We would like permission to provide as one unit price. Is this possible? When ordered and shipped as a complete unit, this is generally less expensive. 1 The Proposal form does not prevent the Proposer from offering reduced unit prices based on bundling meter, register, and MTU. 1 111 Yakima AMI RFP G &O #12031 00 Page 12 of 15 1 3 11 14. There are line items for / , 1", 1-1/2", 2", and 4 11 registers. Is it the City's 1 intent to require the successful vendor to acquire the required encoded registers for the existing meters to be equipped with AMI- capable endpoints? Most manufacturers do not have access to multiple vendors' product, thus making the effort to acquire all of the various registers difficult. This could potentially cost the City additional monies and unnecessary time lost while procurement is completed. We would suggest that it would be in the City's best interests to procure these registers themselves and eliminate these line items from the cost proposal. If the City chooses to procure the registers, the City would supply the registers and installation could be completed by the contractor. The City will consider this request. 15. There are some items that we typically propose with our AMI system that have no logical place in the Item Proposal Sheet. Would it be acceptable to the City to provide our pricing, as close to their suggested sheet, in a different format showing all products? Please clarify what these additional items are. 16. Are taxes to be applied to materials, labor, and professional services? The ' annual hosting and maintenance would be a professional service that may not have tax applied. Please clarify. Sales tax will apply to the data hosting services. 17. Also to confirm regarding taxes, we are to apply one tax charge for the ' aggregate project amount and not per line item. Please confirm. Tax shall be applied to the subtotal amount shown on the Proposal form. 18. Regarding the 10 -day question period, the RFP states that is 10 business days prior to the proposal submission date. Is that date Tuesday, November 6 or Monday, November 5 due to the Veteran's Day holiday on Monday, November 12 ' The due date for technical questions was November 5; with Addendum No. 2, the date has shifted to November 19. 1 19. After a thorough evaluation of the RFP document, it appears that the only items that need to be addressed are the items under the Proposer's Checklist. All other items throughout the document are to be used in the Yakima AMI RFP G &O #12031.00 Page 13 of 15 1 1 1 1 preparation of the responses to those items in the Checklist. Please confirm. 1 The question is unclear. 20. Will all questions posed to the City from various vendors be answered, compiled, and provided to all vendors requesting that information? Yes, this information will be made available the day after the pre - proposal conference. t 21. Line item #8 in the Item Proposal Sheet shows "No Installation." Who is responsible for these 2,000 meters becoming AMI capable? Please clarify. The City will install the meters, but the Contractor will install the MTUs and make them AMI capable. The MTUs for these meters are included in the Proposal line item for MTUs. 1 22. Line item #22 in the Item Proposal Sheet does not show "City Installation" where all other 3" and larger meters indicate that. Is this single 6" meter 111 to be installed by the successful bidder? If so, what type of meter — Turbine, Fire Service, or an alternative? Line Item 22 will be installed by the City. Section 11680 -1.6 Payment: 1 3 -inch, 4 -inch, and 6 -inch Water Service Meter and Register (in the first bullets) should all have ", City Installation" added to them and they should be moved to the section for positive displacement water service meters. Addendum No. 2 covers this clarification. 23. The RFP document shows separate line items for meter /register and 1 endpoint. Where the City is installing meters, will they also do fmal install of the endpoint? 1 Per Section 11680 -1.6 the proposal price for all MTUs provided under this contract includes installation, accessories, software, programming, training, testing, and shipping. Therefore, all meters that will be installed by the City shall have an MTU installed by the Contractor. ' 24. May the successful vendor supply meters with factory -potted endpoints with no in -field splicing or connection? Yes, this is what is called out in Section 11680 -2.3C. 1 Yakima AMI RFP G &O #12031. Page 14 of 15 1 1 1 25. The RFP document states that 3/4" meters are to be utilized for residential services. The City previously has used 5/8" x 3/4" meters for residential services. Is this upsize to a 3/4" meter from a 5/8" x 3/4" meter a change being made in light of this project? If the 3/4" meter is in fact to be utilized, please indicate if it is to be a full 3/4" meter with a standard 9" lay length or a short 3/4" meter with a 7 -1/2" lay length. This question was previously responded to by Ken Alexander, Gray & Osborne, in his e-mail to Bryon Boyd of October 30, 2012. The response given was: Meters are 3/4 inch and have a 7 -1/2 -inch lay length. 26. Regarding Prevailing Wage, please confirm we can use Yakima Laborers - 1 Underground Sewer & Water General Laborer & Topman $32.75 7A 2Y classification. The classification would appear to be appropriate, but the City is not the authority for labor classification, this is the purview of the Washington State Department of Labor and Industries. 1 1 1 1 1 1 1 1 1 1 i Yakima AMI RFP G &O #12031 00 Page 15 of 15 1 1 Request for Proposal 11225 P _ _. .. ID to provide: i Badger Meter Water Utility Advanced Metering _ 1 /.... Infrastructure System 4 — <111111,11'11 City Project No 2261 — TECHNICAL SPECIFICATIONS - EXCEPTIONS AND 1 CLARIFICATIONS PART 1 GENERAL 1 1.3 PERFORMANCE REQUIRMENTS ❑ The total AMI System shall read 98 percent of the AMI equipped meters that are 1 installed to the manufacturer's recommendations on all attempts Our systems are engineered for 100% coverage of your service area when our installation instructions I and site layout plans are followed. However, because of temporary conditions outside of our control such as vehicles parked over a meter endpoint, completely flooded pits or loss of power, we cannot guarantee 100% reception all of the time. However, system reception above 97% is typical on a daily 1 basis due to the temporary circumstances mentioned above 1.6 PAYMENT I D INFRASTRUCTURE SYSTEM ❑ Dual Port Capable MTU 1 GALAXY® transmitters are offered in a single -port configuration. Two separate transmitters should be installed on compound and Fire Service multi- register meter applications. However, for compound I applications Badger Meter also provides the ability to take two separate registers and sum them into one single transmitter, through the use of our summator device. I Part 2 PRODUCTS 2.3 EQUIPMENT A. COLD WATER METERS I Compound type meters greater than 2 inch shall meet or exceed the AWWA Standard C702 -10 for Cold Water Meters — Compound Type, and shall have large easy to read LCD display. I We will also clarify that we are bidding the Badger Absolute Digital Encoder (ADE) which utilizes non - contact state -of- the -art Light Emitting Diode (LED) technology to provide a full six -digit reading. The ADE I register face features a 6 digit mechanical odometer wheel stack, a 360 degrees test circle with sweep hand and a flow finder to indicate leaks. The meter manufacturer shall guarantee the main case for a period of 20 years 1 from the date of delivery to the Owner. el Badger Compound Series, Turbo Series and Fire Service Meter Assemblies are warranted for 1 year and 6 months from shipment from Badger Meter. I The information contained herein is to be considered confidential & proprietary to the extent allowable by law ... --- __ —_.- -- wear.` Request for Proposal 11225 -P to provide: W ater Utility Advanced Metering 1 Badger Meter k A ini Infrastructure System City Project No 2261 4 C. ADVANCED METERING INFRASTRUCTURE SYSTEM 1. Meter Transmitter Unit (MTU) ' Submit splicing materials and written description of splicing methods to the City for approval. Please refer to the attached document RTR I - 15 - EN (1 - 12) for splicing details. Batteries utilized by the MTU shall be designed for a minimum of 20- ' year lifespan under typical operating conditions. The battery shall be disposable without permit. Please refer to the attached document MRT - SG - 01 for disposal details. MTUs must be capable of transmitting the radio signal to the data .1 receiving system through the water meter box lid shown on Figure 3 and 4. If lid modifications are required as part of the MTU installation, the extend of such modifications must be disclosed at the ' time of bid and included in the lump sum bid price for meter lid modification. ' While we have proven success in being able to read our GALAXY transmitters through the City's cast iron lids with ranges reaching up to nearly a mile. Badger Meters strongly believes for long term success and to provide the ultimate in performance of an AMI solution a non -metal pit lead ' is recommended. We believe with the infrastructure sites offered /listed for this project and the elevations of those sites a non -metal lid would be required. Thus, we have included in our proposal a number of options which we feel will fit the City's lid requirements. 2. Data Collector Unit (DCU) The DCU shall have an internal time clock that automatically adjusts for changes in time such as daylight saving time and leap years." Galaxy operates as a push system — each time a reading is captured, it is automatically pushed through the ReadCenter Software for final storage. Because the reading from the MTU already contains the time ' and since the gateway doesn't store reading data (it is automatically pushed to ReadCenter) a clock isn't required within the gateway itself. The information contained herein is to be considered confidential & proprietary to the extent allowable by low Request for Proposal 11225-P to provide: f � � ` ID 1 W ater Utility Advanced Metering ,< Badger Meter � �� Infrastructure System ' — I City Project No. 2261 k I Each data transmission from the MTU to the DCU shall include the local I time and date of the meter reading. The endpoint has an internal clock that is used for determining the local time. 1 4. Data Operations Center (DOC) I The software package shall provide the Owner with reports that indicate the system's compliance with the minimum performance standards. The reports shall be provided as follows: I b. A System Compliance by Meter" report shall indicate the meter identification number, number of days in the AMI system for this report period, number of days meter was unread, percentage I of unread days, and whether the percentage of unread days exceeds the performance standards. These data shall be provided for each meter that was unread for one or more days during the report period. The report shall be separated into two categories which differentiate between meters that have been in I the AMI system for 60 days or greater and meters that have been in the AMI system for less than 60 days. We do not currently have a report design to these exact specifications. However, through our custom I reporting tool, we can provide a similar report output. 2.5 UTILITY AND WATER CUSTOMER DATA INTERFACE 1 A CLIENT /USER INTERFACE I Proposer must include menus, navigators, data elements and major screen shots for both the utility and water customer user interfaces in its proposal. Describe provisions and guidelines for customizing screens, menus and navigators. I Indicate whether the user interface is a client that must be installed on each work station or is browser based. The preferred solution for the user interface is browser based. However, if client software is required, then it shall run on I Windows XP SP3 or Windows 7 (or latest service pack). Include a description of the software update process. I Badger Meter's ReadCenter software platform was developed by listening to the day to day issues that our customers are faced with. ReadCenter provides practical solutions for water and gas utilities not Ir only for today but we continue to provide solutions for the ever - changing utility work environment. As our customers bring new utility issues to our attention, we add these problems to our software product I The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 Request for Proposal 11225 -P ; �, to provide: , - = W ater Utility Advanced Metering � . ID 1 Badger Meter Infrastructure system � r." City Project No. 2261 A 1 development backlog. In order to continually provide solutions to these new problems, Badger Meter I utilizes the agile software development process which is designed to effectively and continually provide new software releases with fresh and innovative problem solutions. I For customers with active service agreements, Badger Meter targets to provide bi- annual software upgrades. If a critical release is needed between planned releases, Badger Meter may choose to provide off - schedule releases to our customers. We currently provide upgrades with a physical software upgrade DVD. In the near future, we will be providing customers with active service agreements the I ability to login to our secure website and download the available upgrades via FTP download. Customers are expected to keep their system up to date with the latest available software version. 1 Indicate the minimum hardware and software requirements for the client /user interface (City standard is 4 gigs of RAM, 3Ghz, Windows XP Professional, Internet Explorer 7/8). See Section 11680 -1.3 for performance requirements. I Client Computer Specifications (Customer Supplied) ReadCenter Analytics software supports up to 25 concurrent clients. Client PCs must meet the III requirements in the table below. Operating System Windows XP — Professional, I SP2 or SP3 (x86 only) Windows 7 — Professional, Ultimate or Enterprise (x86 or x64) I Processor 1.3 GHz or higher, x86 or x64, dual core, i5 or i7 I recommended RAM 4 GB minimum available Hard Disk 20 GB available I Drives 16X DVD -ROM for software installation Monitor Supports 1280 x 768 I resolution or greater; 17...19 -inch screen recommended Printer Inkjet or laser, networked or I local Network Connectivity 1 GB NIC recommended Internet Connectivity Required for WebEx® I Ports technical support connection USB for handheld ' 1 e The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 Request for Proposal 11225 -P to provide: W ater Utility Advanced Metering Badger Meter -` - , � _` Infrastructure System — F 1 City Project No. 2261 Sr 1 B NOTIFICATIONS FOR QUESTIONABLE READINGS Describe any system capabilities to validate meter readings for 1 reasonableness, unusually high or low readings, and potential meter rollovers. 1 Through ReadCenter's metering based analytical alarm configurator, the utility is able to set actual usage or percent usage alarms on an account or account group basis to proactively monitor and in turn alert individuals within the utility of accounts with high or low usage 1 situations. A standard high /low consumption report is also available. 3.2 INSTALLATION 1 A DATA OPERATIONS CENTER (DOC) 111/ The Contractor shall program and install billing software modifications at the DOC within a City designated area at City Hall The ReadCenter billing interface will be modified via the Internet, or onsite at the data hosting location. 3.3 OPERATIONAL TEST If the operation test is unsuccessful, the Contractor shall identify, locate, and correct all deficiencies prior to subsequent testing. All subsequent tests shall include the 1 same meter locations and conditions as determined for the initial test in addition to any meter sets installed between tests. The Contractor shall notify the Owner of all corrections, new equipment, or changes to the system between each test. 1 This feature will be available as an add -on option to our ReadCenter Analytics software platform and will require additional hardware and software licensing fees. According to our roadmap plan, this 111 option should be commercially available during 2013. 1 I. GENERAL INFORMATION AND INSTRUCTIONS TO PROPOSERS Q. INSURANCE I 5. Badger Meter will provide primary and non - contributory insurance for General Liability insurance only. Enclosed is a copy of our Certificate of Liability Insurance Certificate that shows coverage that is more than adequate for this project. 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 Request for Proposal 11225 -P �,,�� to provide: Badger Meter Water Utility Advanced Metering Infrastructure System s —:1 City Project No 2261 , `, • ' II. GENERAL CONDITIONS We take exception to all construction terms and conditions not relevant to the supply and installation of ' an Automated Meter Reading System, and look forward to negotiating a scope of work appropriate to this type of project. ' Escrow Source Code - Badger Meter will not provide our software source code to the City of Yakima, however we will negotiate an escrow agreement. I There is currently no MBE content per the type of work necessary for the supply and install of an AMI system. Additionally our subcontractors use their own trained employees. If the City requires the use of M /WBE we may reach for trucking for minimal participation. The City will be invoiced by Badger Meter for the conditionally- accepted installations on a monthly basis. The City agrees to conditionally accept the installation of a GALAXY transmitter upon the successful transmission and receipt of billing data from that transmitter, through a GALAXY gateway, to the ReadCenter software, subject to Badger's standard Installation and Operation Manuals and warranties. 1 1 1 1 1 1 1 The information contained herein is to be considered confidential & proprietary to the extent allowable by law 1 I li 1 1 1 1 I TECHNICAL SPECIFICATIONS 1 1 IP 1 1 1 1 1 1 1 I' 1 I' ID I ENGINEERING SPECIFICATIONS TABLE OF CONTENTS I SECTION DESCRIPTION PAGE 1 Division 1 General Technical Requirements 01110 Summary of Work 01110 -1 01160 Regulatory Requirements 01160 -1 I 01300 Submittals 01300 -1 01310 Project Meetings 01310 -1 01320 Progress Schedules 01320 -1 I 01385 Photographic Record 01385 -1 01505 Mobilization and Demobilization 01505 -1 01740 Cleanup 01740 -1 01770 Contract Closeout 01770 -1 1 01800 Testing, Commissioning, and Training 01800 -1 Division 11 Equipment I 11680 Automated Meter Reading System 11680 -1 III 1 1 1 1 1 • 1 1 f , 1 i 1 1 SECTION 01110 1 SUMMARY OF WORK • PART 1 GENERAL 1 1.1 SCOPE OF WORK 1 The work specified in this Section consists of furnishing all labor, materials, and equipment necessary for procuring, installing, testing and commissioning an advanced metering infrastructure (AMI) system for the City of Yakima water 1 system. Work shall include, but not be limited to, the following: A. Design a fully functional advanced metering infrastructure system, 1 including data transmittance, data collection and data transfer to an existing billing system, for all water meters in the City of Yakima water system. Furnish a design report that outlines the basis of design and 1 intended operation of the AMI system. B. Furnish and install new water meters and encoded registers per schedule provided in Section 11680. C. Furnish and install new meter transmitting units (MTUs) per schedule 1 provided in Section 11680. D. Furnish and install new data collection system for a fixed automated meter 1 reading system. E. The Contractor shall provide all necessary coordination with the City's utility billing personnel to bring the AMI system online. F. Provide testing, commissioning, and training as specified herein. G. Provide all other associated work as specified herein, for a complete and workable' system. H. Utility web portal hosting. 1 I. Water customer web portal hosting. 1.2 PROJECT INFORMATION The City will select a fixed network AMI system, where the data collection system is permanently installed within the water service area to collect meter (G &O #12031) 01110 -1 1 reading data that is then transmitted to a central data receiving and processing 1 system. Per RCW 39.04.270, the procurement of electronic data processing and telecommunications systems in the State of Washington may be a negotiated procurement process. In May 2010, the City completed a study to evaluate automated meter reading (AMR) and AMI technologies and manufacturers to upgrade the existing manual meter reading process. The study resulted in the City deciding to move forward with a stand -alone AMI system. The City will accept proposals from firms that provide meters, meter radio transmission units (MTUs) and data collection systems. The City will only award the work to a proposer that provides meters, MTUs, and data collection systems from a single manufacturer. If the contract is awarded, award will be made to the firm providing a system that best meets the needs of the City. The City prefers the following systems: 1 • Sensus, fixed network AMI system using FlexNet • Neptune fixed network AMI system • Mueller fixed network AMI system • Badger fixed network AMI system using Orion The manufacturer selected to provide this work, as listed above, must serve as the prime contractor for the work. Each proposal must stand on its own and offer the total cost for acquiring a fully functional AMI system that functions as a fixed network. The accompanying Specifications describe the location, arrangement, and type of work to be performed under the proposed project. All materials and labor are to be furnished by the Contractor, unless otherwise specifically provided in the Specifications. All workmanship, equipment, and materials incorporated in the work covered by this Contract are to be new, unless otherwise noted to use salvaged existing materials, and shall be of the best available grade or quality. All newly installed meters shall meet National Sanitation Foundation (NSF) Standard 61 that reduces the allowable lead limit from 15 ppb to 5 ppb. The Contractor shall be responsible for proper notification to and coordination with all utility districts, service districts, and all other persons and services that will be affected by this Project at least 1 week in advance of beginning any construction that affects them. (G&O #12031) 01110 -2 1 1 10 1 The Contractor shall, take all necessary precautions required to prevent damage to ' existing piping, utilities, and structures above or belowground during construction. Verification of elevations and locations of existing items shall be the responsibility of the Contractor. All electrical equipment other than battery powered devices installed on the project shall be labeled and listed by a nationally recognized electrical testing ' laboratory for the application, or approved by the Washington State Department of Labor and Industries for installation on this project. ' 1.3 CONTRACTOR USE OF SITE AND PREMISES Construction operations shall be limited to the areas noted within the ' Specifications and as approved by the Owner. The Contractor shall plan his work to be completed within the time limits 1 indicated in these Specifications. The hours of construction work shall be confined to the period of 7:00 a.m. to 6:00 p.m., Monday through Friday. No construction equipment shall be started, warmed up, or tested prior to 7:00 a.m., and all construction equipment shall be promptly shutdown at 6:00 p.m. No work shall be permitted on holidays without prior approval of the Engineer. A recognized holiday shall be a day currently accepted by the trades or occupations in the locality where the work is being performed, and shall include New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, ' and Christmas Day. Exceptions to these work hours will be allowed only for startup, testing, and commissioning as specified, or for work only with prior review and approval by the Engineer of the work and methods to be employed. 1 1.4 ORDER OF WORK The order of work will be at the option of the Contractor, in keeping with good construction practice, time restrictions, and requirements of the permits applicable to this Project, all costs of which shall be included in the various bid amounts. ' Shutdowns of local utilities shall be limited to 4 hours unless approved by the Engineer. The Contractor shall provide a written plan of activities to the Engineer each Thursday for the following week. The Contractor shall notify service ' customers before shutting off water. City requires meters to be replaced by route in between the 2 monthinterval between reads for the route. ' Contractor shall plan the work so that the normal 2 month billing cycles are not interrupted. Billing cycles are coordinated with City utility services. (G &O #12031) 01110 -3 1 The implementation of any measure required to protect the environment shall 1 supersede any order of work designated within these Specifications. The Contractor shall meet the conditions as outlined in any and all permits and requirements of the Federal, State, County, and City regulatory agencies. 1.5 PAYMENT All costs of the work described in this Section shall be considered incidental to the work and merged into the respective unit and lump sum prices bid. Payments or credits for minor changes amounting to $50,000 or less may be made under the bid item MINOR CHANGES. At the discretion of the Owner, this procedure may be used in lieu of the more formal procedures outlined in WSDOT Section 1- 04.4(1). The Contractor will be provided a copy of the complete order for the minor 1 changes. The,agreement will be documented by signature of the Contractor, or notation of verbal agreement. For the purpose of providing a common proposal for all bidders, an amount has been entered for MINOR CHANGES in the Proposal to become a part of the total bid by the Contractor. * ** END OF SECTION * ** 1 1 1 1 1 1 (G &o #12031) 01110 -4 1 1 SECTION 01160 ' REGULATORY REQUIREMENTS PART 1 GENERAL 1.1 SCOPE ' The work specified in this Section contains information pertaining to permits and licenses, and use of private property. • 1.2 PERMITS AND LICENSES The Contractor shall be responsible for obtaining and paying all fees associated with all the necessary permits, licenses, approvals and construction permits necessary for the execution of this contract, whether they be City, County, State, • or Federal permits. In the event that the AMI system requires a Federal ' Communications Commission (FCC) license, the Contractor shall apply for the license, have the license assigned to the City of Yakima and shall complete and file the construction completion documents with the FCC. 1.3 USE OF PRIVATE PROPERTY ' The Contractor shall be responsible for all conditions of any arrangements the Contractor makes for the use of any privately owned property. ' In the event any dispute occurs and claims for damages are filed by the property owners, the Owner will request that the Contractor give evidence that he has requested his insurance company to make personal contact with the claimants. ' Any settlement for insurance claims shall be strictly an act restricted to the claimee, the Contractor and his insurance company. ' The Contractor is advised that in the event of any property damage, the Owner reserves the right to withhold monies to protect the property owner. ' 1.4 PAYMENT All costs of the work described in this Section shall be considered incidental to the work and merged into the respective unit and lump sum prices bid. * ** END OF SECTION * ** (G &O #12031) 01160 -1 1 SECTION 01300 1 SUBMITTALS 1 PART 1 GENERAL 1.1 SCOPE 1 The work specified in this Section includes requirements that shall apply to all equipment and materials supplied on the Project. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Specifications. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment that are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify, the Engineer in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors and shall verify such coordination on all submittals. Where approved substitutions of specified equipment affect other materials or equipment, mechanical, structural, or electrical work, the Contractor shall note in the equipment submittal any necessary changes to accommodate the substituted equipment. It shall also be the responsibility of the Contractor to coordinate other mechanical, structural, or electrical equipment submittals to make sure that all changes necessary to accommodate the substituted equipment are addressed in these submittals as well. 1.2 WORK INCLUDED Submittals required for this work shall include any or all of the following as required by the particular Specification section and the submittal schedule: A. Construction Schedules B. Product Submittals: 1 1. Manufacturer's Literature 2. Shop Drawings 3. Design Calculations (including Propagation Study Report) 4. Test Reports C. Equipment O &M Manuals (G &o #12031) 01300 -1 1 ' D. Post Construction (Record) Drawings showing DCU installation locations and details ' E. Meter change form (for every each meter replaced or modified) ' F. Payment Schedules G. Billing Interface Software 1 1.3 SUBMITTAL INFORMATION ' Shop, catalog, and other appropriate drawings and information shall be submitted to the Engineer for review prior to fabrication or ordering of all equipment and materials specified. The number of copies of submittal information to be submitted shall be as indicated below. All submittal information shall be sent to the Engineer through the general ' Contractor. The Contractor shall assign a separate submittal number to each item or group of items that relate to each Specification section. Submittal numbers shall be assigned in consecutive ascending order, with the first project submittal assigned the number "1." Resubmittals shall be numbered using the same number followed by an alphabetical suffix. All submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the submittal ' information prior to transmitting to the Engineer. The submittal number and related specification section shall be marked on each submittal. ' 1.4 PAYMENT No separate payment will be made for the submittals or equipment manuals, the ' corresponding services, or the operations required by the Contractor to complete the furnishing of equipment and materials information in accordance with these Specifications. All costs shall be considered as incidental to the work and merged ' into the respective unit and lump sum prices bid. No additional or separate payment will be made for costs of delays occasioned by ' tardiness of submittals on the part of the Contractor. PART 2 PRODUCTS 1 2.1 CONSTRUCTION SCHEDULE ' The Contractor shall submit construction schedules in accordance with the requirements of Section 01320. (G &o #12031 ) 01300 -2 1 2.2 PRODUCT SUBMITTALS 1 A. GENERAL When the Contract Documents require a submittal, the Contractor shall submit six copies of the specified information. All submittals shall be made far enough in advance of installation to provide all required time for reviews and securing necessary approvals. Unless otherwise specified, within 21 calendar days after receipt of the submittal(s), the Engineer shall review the submittal(s) and return three copies of the marked -up submittal(s). The reproducible original will be retained by the Engineer. The returned submittal(s) shall indicate one of the following actions: 1. If the review indicates that the material, equipment, or work method complies with the project Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the 411 material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O &M data, a corrected copy shall be provided. 3. If the review reveals that the submittal is insufficient or contains 1 • incorrect data, copies will be marked ``AMEND AND RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted, and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, or work 1 method does not comply with the project Specifications, copies of the submittal will be marked "REJECTED - SEE REMARKS." Submittals with deviations that have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 1 (G &O #12031 ) 01300 -3 1 1 1 B. MANUFACTURER'S LITERATURE ' Where the contents of submitted literature includes data not pertinent to the submittal, the portion(s) of the contents being submitted for the Engineer's review shall be clearly indicated. C. SHOP DRAWINGS ' Shop drawings shall be submitted in the form of blue -line or black -line prints of each sheet. Blueprint submittals will not be acceptable. ' All shop drawings shall be accurately drawn to a scale sufficiently large enough to show pertinent features and method of connection or joining. On all shop drawings, figure dimensions shall be used as opposed to ' scaled dimensions. D. DESIGN CALCULATIONS (INCLUDES PROPAGATION STUDY ' REPORT) Where required in the Specifications, a minimum of five copies of design calculations shall be submitted to the Engineer. Design calculations shall be-complete, concise, and in an easy -to -read format. All design calculations shall be stamped by a Professional Engineer licensed in the ' State of Washington. E. TEST REPORTS ' A minimum of five copies of all test reports shall be submitted to the Engineer. 2.3 EQUIPMENT MANUALS ' A. GENERAL Three manufacturer's equipment O &M manuals shall be submitted to the 1 Engineer for review. All manuals except one return copy with comments will be retained by the Engineer for all submittals and resubmittals. ' The following information shall be furnished for all items of equipment installed on the Project requiring operational and /or maintenance . procedures, and for any additional items indicated by the Engineer. ' 1. Control Diagrams: Diagrams shall show internal and connection wiring. (G &O #12031) 01300 -4 1 2. Startup Procedures: These instructions consist of equipment 1 manufacturer's recommendations for installation, adjustment, calibration, and troubleshooting. 3. Operating Procedures: These instructions consist of the equipment manufacturer's recommended step -by -step procedures for starting, operating, and stopping the equipment under specified modes of operation. 4. Preventive Maintenance Procedures: These instructions consist of the equipment manufacturer's recommended steps and schedules for maintaining the equipment. 5. Overhaul Instructions: These instructions consist of the manufacturer's directions for the disassembly, repair, and reassembly of the equipment and any safety precautions that must be observed while performing the work. 6. Parts List: This list consists of the generic title and identification 1 number of each component part of the equipment. 7. Spare Parts List: This list consists of the manufacturer's 11 recommendations of number of parts, which should be stored by the Owner and any special storage precautions, which may be required. 8. Exploded View: Exploded or cut views of equipment shall be provided if available as a standard item of the manufacturer's information. When exploded or cut views are not available, plan and section views shall be provided with detailed callouts. 9. Specific Information: Where items of information not included in the above list are required, they will be provided as described in the specifications for the equipment. The number of copies of final operational and maintenance materials to be • submitted shall be determined by the Contractor's requirements plus four copies of each item to be provided to the Engineer. In addition, the following items of equipment shall be provided with 1 Maintenance Information Summaries in each appropriate section of the equipment manuals, prepared according to the format specified herein: - Water Service Meters and Registers - Meter Transmitter Units (G &o #12031) 01300 -5 1 1 - Data Collection Units (Fixed Network AMI) Data Operations Center Equipment ' - Operator interface at data operating center shall be included in the Operations and Maintenance Manual ' Maintenance information summaries shall be prepared on 8-1/2-inch x 11 -inch paper only and shall contain the following information compiled from manufacturer's recommendations in the order 1 shown. 1. Description or name,of item of equipment. ' 2. 3. Manufacturer. Name, address, and telephone number of local manufacturer's representative. ' 4. 5. Serial number (where applicable). Equipment nameplate data including model number: 6. Recommended maintenance procedures: ' a. b. Description of procedures. Maintenance frequency required. c. Additional information as required for proper maintenance. 7. Recommended spare parts (where applicable). The maintenance information summary shall be placed at the beginning of 1 the manual. All operation and maintenance information shall be comprehensive and ' detailed, and shall contain information adequately covering all normal operation and maintenance procedures. 1 For ease of identification, each manufacturer's brochure and manual shall be appropriately labeled with the equipment name and equipment specification number as it appears in the project Specifications. The ' information shall be organized in binders. The binders shall be provided with a table of contents and tab sheets to permit easy location of desired information. 1 It shall be the responsibility of the Contractor to ensure that all operation and maintenance materials are obtained. Material submitted must meet the approval of the Engineer prior to project acceptance. Acceptable operating and maintenance information for the Project must be ' delivered to the Engineer prior to the Project being 90 percent complete. Progress payments for work in excess of 90 percent completion will not be made until the specified acceptable operating and maintenance information has been delivered to the Engineer. (G &O #12031) 01300 -6 1 \ 1 Only equipment and materials properly installed and operating in good order with approved Operational and Maintenance information will be recommended for acceptance in the final work. B. EXTRANEOUS DATA Where the contents of the manuals include manufacturer's catalog pages, the exact item(s) used in this installation shall be clearly indicated and all manufacturer's data, which is extraneous clearly deleted. PART 3 EXECUTION 1 3.1 IDENTIFICATION OF SUBMITTALS A. GENERAL 1 Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. B. RESUBMITTALS When material is resubmitted for any reason, it shall be submitted under a 1 new letter of transmittal and referenced to the previous submittal. 3.2 REVIEW OF SUBMITTALS 1 The Engineer shall review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed as relieving the Contractor from compliance with the Contract Documents. Submittals may be rejected based on inadequate information and /or not meeting the requirements of the Specifications or Drawings. Rejection of submittals requires action on the part of the Contractor to correct the reason for the rejection. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and installation. 3.3 COORDINATION OF PRODUCT SUBMITTALS 1 A. GENERAL Prior to submittal for review by the Engineer, all data shall be fully coordinated, including the following: (G &O #12031) 01300 -7 1 1 1 1. All field dimensions and conditions. ' 2. All trades and public agencies involved, including necessary approvals. 3. All deviations from the Contract Documents. B. GROUPING OF SUBMITTALS 1. All submittals shall be grouped with associated items, unless 1 otherwise specifically permitted by the Engineer. 2. The Engineer may reject the submittals in their entirety or any part 1 thereof, if not in accordance with the Contract Documents. C. CERTIFICATION Submittals shall bear the Contractor's certification that he has reviewed, checked, and approved the shop drawings prior to forwarding them to the Engineer. 3.4 SUBSTITUTIONS t A. GENERAL ' In order to establish a basis of quality, certain processes, types of machinery and equipment or kinds of material may be specified on the drawings or herein by designating a manufacturer by name and referring ' to his brand or product designation. It is not the intent of these Specifications to exclude other processes or materials of a type and quality equal to those designated. 1 Whenever a manufacturer's name, brand, or item designation is given, it shall be understood that the words "or equal" follow such name or 1 designation whether in fact they do so or not. It shall not be assumed that the phrase "or equal" means that material, t equipment, or methods will be approved as equal by the Engineer unless the item has been specifically approved in writing for this work by the Engineer. 1 No extras will be allowed the Contractor for any changes required to adopt substitute equipment; therefore, the Contractor's proposal, including any approved substitutions, shall include all costs for any modifications to the (G &O #12031) 01300 -8 1 work such as structural and foundation changes, additional piping or 1 changes in piping, electrical changes, or any other modifications which may be necessary for approval and adaption of the proposed alternative equipment. B. ALTERNATE BIDS Only preapproved manufacturers listed in Section 11680 will be allowed to bid this project. 3.5 EQUIPMENT MANUALS The Contractor shall be responsible for tracking and coordinating each separate 1 manufacturer's equipment O &M manual submittal and shall resubmit, as necessary, until the Engineers review indicates that the submittal is acceptable. The Contractor shall be responsible for collating the approved O &M submittal sections into four complete separate final manufacturer's equipment O &M manuals bound in post binders which are indexed to the specifications. The Contractor shall deliver the four complete final O &M manuals to the Engineer prior to project completion. All final manufacturers' equipment manuals submitted will be retained by the Engineer. Prior to submittal, the Contractor shall check the manuals for accuracy and completeness in accordance with Part 2:5 of this section. The Contractor shall verify the serial number(s) of the equipment actually installed with that described in the manual. The various equipment manual sections should be delivered to the Contractor 1 along with the corresponding equipment. After checking of the manuals by the Contractor, the manuals shall be submitted to the Engineer for review and . acceptance 10 working days prior to any partial payment request for the equipment. 11 * ** END OF SECTION * ** 1 1 1 (G &O #12031) 01300 -9 1 1 1 SECTION 01310 PROJECT MEETINGS PART 1 GENERAL 1 1.1 SCOPE ' The work specified in this Section includes information pertaining to the various meetings that will be held during the course of constructing this Project. 1.2 PRECONSTRUCTION CONFERENCE As soon as possible following the award of the Contract, a preconstruction ' conference shall be scheduled for representatives of the Owner, the Contractor, and the Engineer. ' 1.3 PROJECT PROGRESS MEETINGS The Owner and the Engineer will schedule and attend regular meetings with the Contractor for coordination, administrative, and procedural requirements of the Project. ' 1.4 CONSTRUCTION MEETINGS The Contractor shall schedule and hold regular meetings with the Engineer and Owner (at their option) as follows during the Project: A. Safety Meetings (Contractor's subcontractors shall attend if they are working onsite.) B. Equipment Installation Meetings C. Coordination Meetings 1 D. Startup and Testing Meetings 1.5 PAYMENT All costs of the work described in this Section shall be considered incidental to the work and merged into the respective unit and lump sum prices bid. * ** END OF SECTION * ** (G &o #12031) 01310 -1 1 SECTION 01320 1 PROGRESS SCHEDULES 1 PART 1 GENERAL 1.1 SCOPE 1 The work specified in this Section includes the procedures for preparing and • revising the cost - loaded construction schedule used for planning and managing construction activities. The schedule provides a basis for determining the progress status of the Project relative to the completion time, specific dates, and for determining the acceptability of the Contractor's progress payment estimates. 1.2 DESCRIPTION The Contractor shall prepare a time -scale network schedule using a critical path method. The schedule shall depict all significant construction activities. Completion time and all specific dates and sequencing requirements shall be shown on the schedule. Activities making up the critical path shall be identified. No activity on the schedule shall have a duration longer than 14 days or an assigned value greater than $10,000, except activities comprising only fabrication and delivery, which may extend for more than 14 days. Activities, which exceed these limits, shall be divided into more detailed components. The scheduled duration of each activity shall be based on the work being performed during the normal 40 -hour workweek with allowances made for legal holidays and normal 1 weather conditions. 1.3 SUBMITTALS The CPM Progress Schedule shall include the following: A. Network diagram shall show in detail and in order of sequence all 1 significant activities, their descriptions, durations, and dependencies, as necessary and as required to complete all work and each separate part of the work. B. The activity listing shall show the following information for each activity shown on the network diagram: 1. Description 2. Duration 3. Start and finish dates 4. Total float time and free float time (G &o #12031) 01320 -1 1 1 1 C. Milestone activity completions shall be shown and clearly defined. D. The critical path shall be clearly indicated. E. A legend defining any abbreviations used on the schedule shall be provided. Within 14 days after receipt of the schedule, the Owner and Engineer will return a copy of the schedule to the Contractor with comments. Review of the schedule is for purposes of evaluating the Contractor's ability to complete the Work within ' the Contract time. Review shall not constitute approval or acceptance of the Contractor's construction means, methods, or sequencing. Contractor shall submit an updated Progress Schedule with each monthly Application for Payment. ' 1.4 PAYMENT All costs of the work described in this Section shall be considered incidental to the work and merged into the respective unit and lump sum prices bid. * ** END OF SECTION * ** 1 1 1 1 1 1 (G &o #12031) 01320 -2 1 SECTION 01385 1 PHOTOGRAPHIC RECORD PART 1 GENERAL 1.1 SCOPE This Section relates to visual documentation of the existing and post - construction conditions. The Contractor shall be required to furnish and provide a photographic record of the site to include preconstruction photographs where construction work is to be performed. The photographic record shall be of commercial quality and performed in the presence of the Owner. This work will only apply to the installation of fixed network AMI equipment and is not applicable to installation of meters, registers and meter transmitting units. A photographic record shall be provided showing complete coverage of all effected areas where work is going to be performed. A post - photographic record, shall be provided by the Contractor in the same format and perspective as the original preconstruction photographic record. For the purpose of bidding, the Contractor shall provide photographs (color) in a 3" x 5" format with negatives, and in digital JPG format on CD -ROM, and provide same in suitable plastic inserts (specifically made for this purpose), installed within a 3 -inch, 3 -ring plastic binder. A typed index shall be included identifying its location in each picture. The photographs shall be individually and numerically referenced to the typed index. For bidding purposes, it is assume that a minimum of 24 photos will be required to document existing conditions. Upon completion of the work, the Contractor shall provide photos in the same manner and vantage point as the preconstruction photos. The intent is to provide comparison between post and preconstruction conditions. When available light is not sufficient to produce a clear photo image, additional lighting shall be supplied by the photographer to ensure good picture quality. The camera crew shall be able to work independent of any power source, utilizing battery power to operate the camera and lighting. 1.2 PAYMENT All costs of the work specified in this Section shall be considered incidental to the 1 work and merged into the respective unit and lump sum prices bid. * ** END OF SECTION * ** (G &o #120310) 01385 -1 1 1 SECTION 01505 1 MOBILIZATION AND DEMOBILIZATION PART 1 GENERAL 1 1.1 SCOPE ' The work specified in this Section consists of mobilization, administration, and demobilization required for this work including, but not necessarily limited to, the following items and work associated with any or all of the various schedules of the work when required by the Contract Documents: A. Bonds and Insurance B. Mobilization C. Permits and Licenses D. Invoice Preparation E. Administration Costs 1 F. Temporary Facilities (as required by the Contractor) G. Cleanup H. Record Drawings and Meter Change Forms Demobilization 1.2 PAYMENT 1 All costs of the work described in this Section shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION. Payment for ' mobilization and demobilization shall be scheduled as specified in the General Stipulations, Section 13. PART 2 PRODUCTS Products and materials required for mobilization and demobilization are described ' in the various sections of Division 1 and in other parts of the Contract Documents. (G &O #12031) 01505 -1 1 1 1 PART 3 EXECUTION Execute the mobilization and demobilization as required by the various sections 1 of Division 1 and other parts of the Contract Documents. 1 * ** END OF SECTION * ** 1 1 1 1 1 1 1 1 1 1 (G &O #12031) 01505 -2 1 1 10 1 SECTION 01740 CLEAN -UP PART 1 GENERAL 1 1.1 SCOPE ' The work specified in this Section specifies that throughout the construction period, the Contractor is to maintain any and all construction areas in a standard of cleanliness as described herein. The Contractor is also to maintain access to all existing, operating equipment such that the equipment may be serviced and operated. ' 1.2 RELATED WORK SPECIFIED ELSEWHERE In addition to standards described in this Section, comply with all requirements 1 for cleaning up when described in other sections of these Contract Documents. 1.3 QUALITY ASSURANCE A. INSPECTION ' The Contractor shall conduct daily site inspections, and more often if necessary, to verify that requirements are being met. ' B. CODES AND STANDARDS In addition to the standards described in this Section, comply with all pertinent requirements of governmental agencies having jurisdiction. 1.4 PAYMENT 1 All costs of the work described in this Section shall be included in the lump sum price bid for MOBILIZATION AND DEMOBILIZATION. 1 PART 2 PRODUCTS 2.1 CLEANING MATERIALS AND EQUIPMENT Provide all required personnel, equipment, and materials needed to maintain the 1 specified standard of cleanliness. (G &O #12031) 01740 -1 1 1 2.2 COMPATIBILITY 1 Use only the cleaning materials and equipment that are compatible with the surface being cleaned, as recommended by the manufacturer of the material or as approved by the Engineer. PART 3 EXECUTION 1 3.1 PROGRESS CLEANING Within 5 days of each meter installation, the site shall be clean and all surface restoration complete. Each DCU site shall be kept clean and orderly with adequate storage and security for the installation. * ** END OF SECTION * ** 11 1 1 1 1 1 1 1 (G &o #12031) 01740 -2 1 1 1 SECTION 01770 CONTRACT CLOSEOUT PART 1 GENERAL 1 1.1 SCOPE The work specified in this Section specifies that upon completion of the construction for each phase of work, the Contractor shall remove all rubbish from the work areas. The work areas shall be cleaned of all construction rubbish and other materials remaining from the work. The Contractor shall remove all temporary facilities installed to accomplish the work and leave the site(s) in a condition satisfactory to the Engineer. 1.2 GUARANTEE PERIOD REPRESENTATIVE Prior to final acceptance and payment, the Contractor shall designate one of their employees to act as the Contractor's representative during the 2 -year guarantee period. It shall be the responsibility of this representative to act as a contact person for the Owner and Engineer for any problems that arise during the guarantee period, and to be fully responsible for resolving any problems including notifying subcontractors, suppliers, manufacturers and others as required. The ' Contractor shall furnish the Owner and Engineer the name of this representative prior to the release of the retainage. ' 1.3 PAYMENT All costs of the work described in this Section shall be considered incidental to the work and merged into the respective unit and lump sum prices bid. * ** END OF SECTION * ** 1 1 (G &o #12031) 01770 -1 1 SECTION 01800 1 TESTING, COMMISSIONING, AND TRAINING 1 PART 1 GENERAL 1.1 SCOPE 1 The work in this Section specifies the installation, testing, commissioning, and training for all mechanical, electrical, and instrumentation systems and completed portions of the work, functioning as completed facilities and as the completed project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 1 11680 Advanced Metering Infrastructure System 1.3 QUALITY ASSURANCE 1 A. INSTALLATION All mechanical, electrical, and instrumentation equipment provided under this Contract shall be installed in conformity with the specifications, including the manufacturer's requirements. Should a manufacturer's installation recommendation conflict with specific requirements of this Contract, the Contractor shall bring the matter to the attention of the Engineer. Any additional costs arising out of changes authorized by the Engineer to accommodate manufacturer's installation recommendations will be considered extra work. Any costs incurred by the Contractor through failure to timely notify the Engineer of a difference between Contract Document and manufacturer's installation requirements shall be borne by the Contractor. 1 B. TESTING 1. General Requirements 1 All equipment and partially complete or fully completed portions 111 of the work included in this Contract shall be tested and inspected to prove compliance with the Contract requirements. Unless otherwise specified, all costs of testing, including temporary facilities and connections, shall be borne by the Contractor. For the purpose of this Section, equipment shall mean any mechanical, (G &O #12031) 01800 -1 1 • 10 electrical, instrumentation, or other device with one or more moving parts or devices. No tests specified herein shall be applied until the item to be tested has been inspected and approval given for the application of such ' test. Tests and inspection shall include: a. The delivery acceptance test and inspections. ' b. The installed tests and inspections. c. The operational testing of completed sections elements of ' the system. d. The commissioning of completed elements of the system by Owner's personnel. Tests and inspections, unless otherwise specified or accepted, shall be in accordance with the recognized standards of the industry. The Contractor shall see that scheduling and performance of all tests are coordinated with involved subcontractors and suppliers. ' The form of evidence of satisfactory fulfillment of delivery acceptance test and inspection requirements shall be, at the discretion of the Engineer, either by tests and inspections carried out in his presence or by certificates or reports of tests and inspections carried out by approved persons or organizations. The ' Contractor shall provide and use forms that include all test information, including specified operational parameters. The content of the forms used shall be acceptable to the Engineer. A master test log book shall be maintained by the Contractor, which shall cover all tests including piping, equipment, electrical, and instrumentation. The master test log book shall be provided with loose -leaf pages that shall be copied weekly after updating for transmittal to the Engineer. The master test log book shall be transmitted to the Engineer upon completion of the Project. 2. Delivery Acceptance Tests and Inspections r The delivery acceptance tests and inspections shall be at the Contractor's expense for any equipment specified herein and shall include the following: (G &0 #12031) 01800 -2 1 1 a. Test of items at the place of manufacture during and/or on completion of manufacture, electric and instrumentation subsystems tests, performance and operating tests and inspections in accordance with the relevant standards of the industry and more particularly as detailed in individual clauses of these Specifications to satisfy the Engineer that the items tested and inspected comply with the requirements of this Contract. b. Inspection of all items delivered at the site or to any authorized place of storage so that the Engineer may be satisfied that such items are of the specified quality and workmanship and are in good order and condition at the time of delivery. The Contractor shall be prepared to remove all coverings, containers, or crates to permit the Engineer to conduct the inspection. Should the Engineer find, in his opinion, indication of damage or deficient quality of workmanship, the Contractor shall provide the necessary documentation or conduct such tests deemed necessary by the Engineer to demonstrate compliance. Compensation for tests and work related thereto arising out of this requirement shall be in accordance with the provisions of Section 3 of General Conditions. 3. Installed Tests and Inspections a. General 1 All equipment shall be tested by the Contractor to the satisfaction of the Engineer before any facility is put into operation. Tests shall be as specified herein and shall be made to determine whether the equipment has been properly assembled, installed, and connected. Any changes, adjustments, or replacements required to make the equipment operate as specified shall be carried out by the Contractor as part of the work. b. Procedures 1 1. General Prior to receipt of any progress payments in excess 1 of 60 percent of the Contractor's total bid for the work, the Contractor shall submit to the Engineer, (G &o #12031) 01800 -3 1 1 1 in quintuplicate, details of the installed tests and inspection procedures he proposes to adopt for testing and start-up of all equipment to be operated singly and together, except when such procedures have been covered in the technical specifications. Testing procedures shall be designed to duplicate, as nearly as possible, all conditions of operation and shall be carefully selected to ensure that the equipment is not damaged. Once the testing procedures have been reviewed and approved by the t Engineer, the Contractor shall produce checkout, alignment, adjustment and calibration sign -off forms for each item of equipment to be used in the field by the Contractor and the Engineer jointly to ensure that each item of electrical, and instrumentation equipment has been properly installed and tested. The Contractor is advised that failure to observe these precautions may place the acceptability of the subject equipment in question. 2. Preoperation Checkout ' The installed tests and inspection procedures shall incorporate all requirements of these Specifications and shall proceed in a logical, step -wise sequence to ' ensure that all equipment has been properly serviced, aligned, connected, calibrated, and adjusted prior to operation. Preoperation checkout procedures shall include, but not necessarily be limited to the electrical system connectivity and code requirements. 1 3. Operational Testing After completion of all installed testing and certification by the Engineer that all equipment complies with the requirements of the Specifications, the Contractor shall conduct operational testing. 1 The Contractor shall operate the completed system for a period of not less than that specified in Part 3.4 of this Section during which all systems shall be operated as a complete facility at various loading conditions, as directed by the Engineer. Should the operational testing period be halted for any reason related to the facilities constructed or the equipment furnished under this (G &o #12031) 01800 -4 1 Contract, or the Contractor's temporary testing systems, the 1 operational testing program shall be repeated until the specified continuous period has been accomplished without interruption. Record drawings of facilities involved must be accepted and ready for turnover to the Owner at the time of operational testing. All costs for utilities including telephone and power during the system operational test shall be borne by the Owner. 4. Commissioning After completion of the operational testing and certifications by 1 the Engineer that the system meets all performance requirements, commissioning will begin. The commissioning period for all systems shall be 30 days. The Contractor shall remove all temporary equipment that may have been in use during the operational testing and shall assist the Owner with the placement of the system into its fully operational mode. The Owner's operations and maintenance personnel will be responsible for operation of the system during this period of time. The system shall be fully operational, and performing all functions as designed. The Contractor shall be available, with all appropriate subcontractors and trades, at all times during commissioning periods to provide immediate assistance in case of failure of any portion of the system being tested. The Engineer shall not issue a certificate of Substantial Completion until the end of the commissioning period (including training) and then only when all corrections required by the Engineer to assure a reliable and completely operational facility have been complete. The Contractor shall be responsible for all costs in excess of the Owner's normal expected costs of operations during the commissioning period. The Contractor shall bear the costs of all necessary repairs or replacements, including labor and materials, required to keep the portion of the system being commissioned operational. C. TRAINING 1 During the phase of operational testing of equipment, the Contractor shall make available experienced factory- trained representatives of the manufacturers of all the various pieces of equipment, to train the Owner's personnel in the operation and maintenance thereof. The time required for (G &O #12031) 01800 -5 1 r this training shall be as covered in the specifications for the specific piece of equipment. The Contractor shall notify the Engineer of the time of the r training at least 10 days prior to the start time of the training. The Contractor shall submit a detailed outline of training activities to be performed by each manufacturer's representative 10 days prior to the start time of the training. This outline shall indicate how the manufacturer's representative is going to allocate the required specified number of training hours to fulfill these contractual obligations. 1.4 PAYMENT r All costs for work described in this Section of the Specifications shall be merged in the various unit priced bid items and lump sums listed in the Proposal. r PART2 PRODUCTS 2.1 INSTALLATION Materials employed in the installation shall conform to the requirements of this Contract Document and the recommendations of the equipment manufacturers. 2.2 TESTING r ' A. GAUGES, METERS, RECORDERS, AND MONITORS Gauges, meters, recorders, and monitors shall be provided by the r Contractor as required by the Engineer to supplement or augment the instrumentation system provided under this Contract to properly demonstrate that all equipment fully satisfies the requirements of the r Specifications. All devices employed for the purpose of measuring the performance of the facility's equipment and systems shall be specifically selected to be consistent with the variables to be monitored. All r instruments shall be recently calibrated, and the Contractor shall be prepared at all tunes to demonstrate, through recalibration, the accuracy of all instruments employed for testing purposes. Calibration procedures r shall be in accordance with applicable standards of AWWA, ASTM, ISA, and IEEE. The adequacy of all gauges, meters, recorders and monitors shall be subject to review by the Engineer. r B. RECORDS r The Contractor shall provide sign -off forms for all installed and operational testing to be accomplished under this Contract. Sign -off forms shall be provided for each item of mechanical, electrical and ' instrumentation equipment provided or installed under this Contract and (G &O #12031) 01800 -6 ' r shall contain provisions for recording relevant performance data for 1 original testing and not less than three retests. Separate sections shall be provided to record values for the preoperation checkout, as well as signatures of representatives of the equipment manufacturers, the Contractor, and the Engineer. PART 3 EXECUTION 1 3.1 INSTALLATION All equipment and apparatus used in testing shall be installed by specialists properly skilled in the trades and professions required to assure first -class workmanship. Where required by detailed Specifications, the Contractor shall cause the installation of specific equipment testing items to be accomplished under the supervision of factory - trained installation specialists furnished by the equipment manufacturers. The Contractor shall be prepared to document the skills and training of all workmen engaged in the installation of all testing equipment furnished either by the Contractor or the Owner. 1 3.2 TESTING Testing shall proceed on a step -by -step basis in accordance with the Contractor's 11 written testing procedures. The Contractor's testing work shall be accomplished by a skilled team of specialists under the direction of a coordinator whose sole responsibility shall be the orderly, systematic testing of all equipment, systems, structures, and the complete facility as a unit. Each individual step in the procedures shall be witnessed by a representative of the Engineer. During the operational testing period, all equipment and systems in operation shall be operated to the greatest extent practicable, at conditions, which represent the full range of operating parameters as defined by this Contract Document. 3.3 TRAINING Training of the Owner's personnel shall be done by experienced technical manufacturers' representatives. These representatives shall follow the outline presented here: GENERAL OUTLINE FOR MANUFACTURER PRESENTATIONS A. FAMILIARIZATION 1. Overview explaining theory of operation. 1 (G &O #12031) 01800 -7 r 1 2. Show catalog, parts lists, drawings, etc., in the system files and O &M manuals. 3. Check out the installation of the specific equipment items. 4. Demonstrate the unit and show that all parts of the Specifications are met. ' 5. Answer questions. B. SAFETY 1. Point out safety references. 2. Discuss proper precautions around equipment. C. OPERATION 1. Point out reference literature. 2. Explain all modes of operation (including emergency). 3. Observe Owner's personnel on proper use of the equipment. (Let. them do it). D. SY STEM MONITORING 1. Discuss parameters that should be monitored on a daily and weekly basis. 2. Indicate values of parameters at which operator attention or action is required. 3. Demonstrate the software for analyzing performance data. ' E. PREVENTIVE MAINTENANCE (PM) 1. Pass out PM list including: a. Reference material. b. Daily, weekly, monthly, quarterly, semi - annual, and annual jobs. 2. Show how to perform PM jobs. (G &O #12031) 01800 -8 1 1 3. Show Owner's personnel what to look for as indicators of equipment problems. 1 F. CORRECTIVE MAINTENANCE 1. List possible problems. 1 2. Discuss repairs - point out special problems. 3. Open up equipment and demonstrate procedures, where practical. G. PARTS 1 1. Show how to use parts list and order parts. 2. Check over spare parts on hand. Make recommendations. H. LOCAL REPRESENTATIVES 1 1. Where to order parts: Name, address, telephone, fax. 2. Service problems: a. Who to call. 1 b. How to get emergency help. 3.4 OPERATIONAL TESTING The systems described below shall be tested to demonstrate the performance of 1 mechanical, electrical, instrumentation and control subsystems together as an integrated system. Where the testing described in this Section conflicts with the testing requirements specified for individual equipment, or the manufacturer's recommended testing procedure, those requirements and procedures shall prevail. Unless otherwise noted, a time period of 10 calendar days shall be allowed the 1 system operational test. System operational testing shall be divided as follows: FIXED NETWORK AMI SYSTEM 1 Testing of the data collection system shall include, but not be limited to, the DCUs, relay stations, DOC, billing software interface, meter, register, and MTU. (G &O #12031) 01800 -9 1 1 1 Tests must prove all performance requirements of Section 11680, Part 1.3 and Part 3.3. 1 * ** END OF SECTION * ** 1 1 1 1 1 p 1 1 1 1 1 . 1 (G &O #12031) 01800 -10 1 1 SECTION 11680 ADVANCED METERING INFRASTRUCTURE SYSTEM 1 PART 1 GENERAL 1.1 SCOPE The work shall,include the design, manufacture, delivery, installation, commissioning and testing of an advanced metering infrastructure (AMI) system for the City of Yakima's water utility. The AMI system will consist of meters, registers, meter transmitting units, data collection system, and data receiving and processing system. The AMI system includes provisions for integrating commercial wastewater meters listed in Figure 6 of the Specifications. The system shall be a fixed network AMI system as described in this section. A ABBREVIATIONS AMI Advanced Metering Infrastructure 1 DCS Data Collection System DCU Data Collection Unit DOC Data Operations Center 411 FCC Federal Communications Commission MTU Meter Transmitter Unit B DEFINITIONS Fixed Network Advanced Metering Infrastructure — The process of 1 collecting data from water service meters by means of electronic equipment and without staff action in the field or mobile vehicles. Data Collection System — The fixed location equipment that receives data from multiple Meter Transmitter Units for transmitting data to the Data Operations Center. 1 Data Collection Unit — The fixed location equipment that receives data from multiple Meter Transmitter Units and transmits data to the Data Operations Center. Data Operations Center — The receiver and computer equipment that receives, stores, processes, and analyzes all data collected by the Data Collection System and communicates with the water utility billing system. Meter Set — Includes meter, absolute encoder, register, and meter transmitter unit. (G &O #12031) 11680 -1 1 Meter Transmitter Unit — The equipment that transmits data from the meter register to the Data Collection Units. Register — The device attached to the meter that registers and records flow data and transmits the meter data to the meter transmitter unit. The register shall be of the absolute encoder type. 1.2 SUBMITTALS Submittal procedures are further specified in Section 01300. A TECHNICAL SUBMITTALS The Contractor shall provide the Engineer with six copies of the following submittals within 60 days of the Contract start date listed in the Notice to Proceed. ' 1. Design Report A report that establishes the technical basis for the AMI configuration proposed by the Contractor shall be submitted. The report shall include the following: a. A scale drawing with the City's water system boundaries showing precise locations of all installed system components (with the exception of individual meters and MTUs) and an explanation as to how the City's entire water system will be covered by the AMI system. ' b. A radio propagation study must be included with the design report. Figures 1 and 2 at the end of this specification provide data for potential DCU sites that may be used in the radio propagation study, The City will provide separate from this specification a complete list of water service locations in an EXCEL spreadsheet to use for the radio propagation study. A sample of the data included with the EXCEL spreadsheet is provide below. ' Acct No. Meter No. SERVICE_ADDRESS CUSTOMER XCOORD YCOORD 7137 36556841 1011 S 17TH AVE XXXXX 1632515.87 456839.55 7137 4116954 1011 S 17TH AVE YYYYY 1632515.87 456839.55 ' 7138 44555902 1013 S 17TH AVE ZZZZZ 1632509.29 456787.13 c. A transition plan for converting from manual and touch read metering to automatic read metering. (G &O #12031) 11680 -2 1 1 d. Technical specifications for any additional computer equipment and interconnecting devices needed for the Data Operations Center to allow the Owner to procure all related information technology (IT) equipment needed for the DOC. 1 A drawing of the City of Yakima water system is provided as Figure 1 at the end of this Specification section. An electronic version of the water system map will be provided. 2. System Layout Drawings Drawings shall be submitted which indicate the location of all system hardware and construction staging areas. The drawings shall indicate the plan view location, height above ground level, site access, and mounting configuration for each DCU. If permanent electrical power is required for any system component, drawings shall show how the electrical components will be installed; including the panel (new and /or existing) that power will be drawn from. Drawings shall be signed and dated for each submittal. 41i 3. Equipment Submittals Equipment submittals shall be provided for all equipment. All equipment submittals shall be in a 3 -ring binder with divider tabs separating each section. The following minimum requirements shall be included for each piece of equipment: a. Overall dimensions and weight. 1 b. Mounting arrangement and dimensions for DCUs and other system components. 1 c. Description of materials. d. Location of electrical connections if any. e. Rating data — Mechanical and Electrical as applicable. f. Detailed electrical wiring diagrams, showing component designation and rating, and the connection points and associated terminals and cable identification for connection to the process control system. (G &o #12031) 11680 -3 1 g. List of any special tools and /or spare parts required and to ' be furnished, if any. h. Any exceptions taken to the Specifications and detailed ' explanation why the exception is being taken. B TEST RESULTS ' The Contractor shall provide the Engineer with three copies of the following prior to substantial completion: ' 1. Factory Tests The following equipment shall be tested in the factory prior to shipment to verify proper operation and performance: ' a. Data Collection Unit (DCU) for fixed network AMI b. Data Operations Center (DOC) c. All other equipment proposed by the Contractor ' The Owner shall not accept equipment that does not pass factory testing. 2. Field Tests 1 The AMI system shall be tested in the field per Section 3.3. The Contractor shall submit the field test results to the Owner within 15 calendar days of the time of completing the field test. ' C OPERATION AND MAINTENANCE MANUAL The following information shall be furnished for all items of equipment ' installed on the project requiring operational and/or maintenance procedures, and for any additional items indicated by the Engineer, prior to substantial completion. 1. AMI System Schematic Diagrams shall show data transfer paths and physical connectivity. The data transfer paths shall indicate the type of equipment used to transfer data (i.e., modem, cellular phone, radio, etc.). (G &o #12031) 11680 -4 1 2. AMI Equipment Drawings Drawings shall be provided for each type of equipment and shall include exploded views for clarity, as necessary. Major components, connection points, and interface points shall be labeled with their part name. 3. AMI Operating Procedures Instructions shall consist of equipment manufacturer's 1 recommended step -by -step procedures for starting and operating the AMI system. 4. AMI Equipment Preventive Maintenance Procedures These instructions shall consist of the equipment manufacturer's 1 recommended steps and schedules for maintaining all equipment procured for this project. 5. Parts List This list shall consist of the generic title and identification number of each component part of the equipment. 6. Spare Part List 1 This list shall consist of the manufacturer's recommendations of number and type of parts that should be stored by the Owner and 1 any special storage precautions that may be required. 7. Software User's Manual 1 Written instructions shall be included on using the software provided to transfer meter reading data to the Owner's water utility billing system. The instructions shall discuss all standard features of the software package and include contact information for questions. 1 8. Billing Interface Software Sourcecode 9. Data Operations Center Graphics Interface User Manual. 10. Web -based Portal Interface User Manual 1 (G &O #12031) 11680 -5 1 1 1 The number of copies of final operations and maintenance materials to be submitted shall be determined by the Contractor's requirement plus two copies to be'provided to the Engineer. Only equipment and materials properly installed and operating in good ' order with approved Operational and Maintenance information will be recommended for acceptance in the final work 1 1.3 PERFORMANCE REQUIREMENTS The AMI system shall be designed to collect, transfer, store, and analyze water 1 consumption data from the Owner's water service meters. The Fixed Network AMI system shall: • Read each AMI equipped meter remotely and within the specified range of the fixed DCU(s) but without need for a mobile data collection device. • Provide reads for all AMI- equipped meters on a scheduled basis and when pm thi • Discover ropted and integrat Cty. e into the system all AMI- equipped meters. 1 • Provide 100 percent accurate read or no read. • Be tamper -proof with respect to the ability of unauthorized persons or 1 equipment to affect the reading accuracy. • Operate at full performance in an underground meter box setting and shall ' withstand typical meter vault conditions such as water and soil buildup. The MTU may extend through the meter box lid. 1 • Interface effectively with the Owner's Paladin utility billing software. • Provide the City with desktop computer -based graphics software that charts individual histories of water usage at each water service. Graphics shall be capable of showing hourly, daily, monthly and yearly consumption for each water service as well as high -low usages for a 1 selected period. • The AMI software shall provide separate and distinct alarms for tamper ' detection, register malfunction, cut wire between MTU and register, reverse flow detection and leak detection. (G &O #12031) 11680 -6 1 • Provide a web -based portal hosted by the AMI manufacturer with 1 customer analytical tools for determining historical water use trends and system performance for a period of at least 12 months. 1 • The water meters, registers, and MTUs shall fit within the Owner's standard meter box sizes as shown on Figures 3 and 4 at the end of this section. • All AMI equipped meters that are installed to the manufacturer's recommendations shall be read by the AMI data collection system on 29 out of 30 attempted readings (i.e., all meters shall be read most of the time). • The total AMI system shall read 98 percent of the AMI equipped meters that are installed to the manufacturer's recommendations on all attempts (i.e., most meters shall be read all of the time). The Contractor shall modify the data collection system as necessary to achieve this performance standard. Failure to meet the performance requirements within two 30 -day intervals per year shall require that the Contractor correct, at its own expense, the data collection system such that its performance precision is improved within the standards set forth in this section. Additional or replacement equipment required to achieve this standard, including 1 DCUs and /or "relay stations," shall be designed, furnished, and installed by the Contractor at no additional expense to the Owner. Unpredictable conditions and events that affect the performance of the AMI system, such as vandalism, terrorism, natural disaster, or other as determined by the Owner, shall be omitted from consideration when determining the precision of the system. Weather typical to the Yakima, Washington region shall not be considered 1 unpredictable conditions or events. 1.4 DELIVERY, STORAGE, AND HANDLING The Contractor shall be responsible for delivery of all equipment to the Contractor's own storage areas and /or directly to the place of installation in Yakima, Washington. 1 (G &O #12031) 11680 -7 1 1 1 1.5 GUARANTEES ' A WARRANTY The Contractor shall warrant all work and equipment being supplied to the ' Owner against defects in workmanship and material for a minimum period of 2 years from Substantial Completion of the entire project. The Contractor shall repair or replace, at the Contractor's expense, any parts or ' equipment that fail during the 2 -year warranty period. The warrantee shall be in printed form and shall be provided with the Operations and Maintenance manuals: If different standard warrantee periods are ' provided for individual system components from their respective manufacturers, these warrantee periods shall be remain in effect and shall be identified at the time the bid proposal is submitted. 1 B PERFORMANCE GUARANTEE The Contractor shall guarantee that the AMI system provides the ' performance required in Part 1.3 of these Specifications. It will be the responsibility of the Contractor to provide personnel trained in the operation of the proposed equipment during the operational test of the facilities to demonstrate compliance with Part 1.3. If the equipment does not perform as specified, the Contractor shall immediately remedy the ' problem, replace the equipment with equipment that does meet the performance requirements, or remove the equipment and refund the entire purchase price to the Owner. 1 1.6 PAYMENT All costs for furnishing and installing meters and registers, including removal of the existing water meter, filling out a meter change form, and resetting the meter box, if necessary, shall be included in the unit price bid for the meter size furnished as follows: ' • 3/4 -Inch Water Service Meter and Register 1 • 1 -Inch Water Service Meter and Register • 1 -1/2 -Inch Water Service Meter and Register • 2 -Inch Water Service Meter and Register • 3 -Inch Water Service Meter and Register • 4 -Inch Water Service Meter and Register (G &O #12031) 11680 -8 1 1 1 • 6 -Inch Water Service Meter and Register The Contractor shall turn over existing meters to the Owner when they are 1 removed. All costs for furnishing and installing turbine water service meters and registers, 1 including removal of the existing water meter, filling out a meter change form, and resetting the meter box, if necessary, shall be included in the unit price bid for the meter size furnished as follows: • 1 -1/2 -Inch Water Service Turbine Meter and Register • 2 -Inch Water Service Turbine Meter and Register • 3 -Inch Water Service Turbine Meter and Register 1 • 4 -Inch Water Service Turbine Meter and Register The Contractor shall turn over existing meters to the Owner when they are removed. All costs for furnishing positive displacement water service meters and registers shall be included in the unit price bid for the meter size furnished as follows: • 3/4 -inch Water Service Meter and Register, City Installation • 1 -Inch Water Service Meter and Register, City Installation 1 • 1 -1/2 -Inch Water Service Meter and Register, City Installation • 2 -Inch Water Service Meter and Register, City Installation • 3 -Inch Water Service Meter and Register, City Installation 1 The City will be responsible for installing these meters and registers. All costs for furnishing fire meters compound type and registers shall be included in the unit price bid for the meter size furnished as follows: • 4 -Inch Badger FSAA Meter and Register, Or Equal, City Installation • 6 -Inch Badger FSAA Meter and Register, Or Equal, City Installation (G &O #12031) 11680 -9 1 1 1 1 • 8 -Inch Badger FSAA Meter and Register, Or Equal, City Installation 1 The City will be responsible for installing these meters and registers. All costs for furnishing and installing registers, not included in the service meter ' bid items, including removal of existing registers, shall be included in the unit price bid for the register size as follows: 1 • 3/4 -Inch Register • 1 -Inch Register ' • 1-1/2-Inch Register 1 • 2 -Inch Register • 4 -Inch Register ' The Contractor shall turn over existing registers to the Owner when they are ` removed. All costs for designing, furnishing, and installing the complete AMI system (minus new meters, registers and meter transmitter units) with all equipment, ' enclosures, accessories, software, training, testing, and shipping as specified herein, shall be included in the lump sum price bid for: 1 • Fixed Network Advanced Metering Infrastructure (AMI) System All costs for providing 2 years of maintenance support and technical assistance shall be included in the lump sum bid price for • Fixed Network Advanced Metering Infrastructure (AMI) System The Contractor shall be paid 15 percent of the lump sum bid price for FIXED NETWORK ADVANCED METERING INFRASTRUCTURE SYSTEM after ' receipt by the Owner and approval by the Engineer of complete preliminary design drawings and equipment submittals. The Contractor shall be paid an additional 50 percent of the lump sum bid price for FIXED NETWORK ' ADVANCED METERING INFRASTRUCTURE SYSTEM after procurement and installation of all equipment in Yakima, Washington. The Contractor shall be paid an additional 25 percent of the lump sum bid price for FIXED NETWORK ' ADVANCED METERING INFRASTRUCTURE SYSTEM after successful demonstration of compliance with the Performance Guarantee listed in Part 1.5.B of these Specifications. The Contractor shall be paid the remaining 10 percent of the lump sum bid price for FIXED NETWORK ADVANCED METERING (G &O #12031) 11680 -10 1 INFRASTRUCTURE SYSTEM once training of the Owner's personnel is 1 complete after equipment installation. All costs for furnishing and installing the meter transmitter units (MTUs) 1 including all equipment, installation (includes connecting MTU with meter registers), accessories, software, programming, training, testing, and shipping as specified herein shall be included in the unit price bid for: • Single Port Capable MTU • Dual Port Capable MTU 2 All costs for modifying the existing meter lids to accommodate the MTU signal, 1 shall be included in the unit price bid for: • Meter Lid Modification 1 All costs for providing web based customer and utility hosting of the water utility data shall be included in the unit price bid for: • AMI Data Hosting All costs for furnishing and installing interface devices, which shall convert a 4 -20 mA signal from commercial wastewater meters to an MTU, which shall include all equipment, installation (includes any wiring and conduit), accessories, software, construction permits, programming, training, testing and shipping as specified herein shall be included in the unit price bid for: • Wastewater Signal Interface Device. PART 2 PRODUCTS 1 2.1 GENERAL The AMI system shall be provided as a complete system by a single Contractor. The equipment criteria provided in the following sections are intended to provide minimum requirements for preparation of bid proposals. The design, sizing, location, and selection of the various equipment items are solely the responsibility of the Contractor to provide a system that meets the performance requirements of Part 1.3 of these Specifications. 1 1 1 (G &O #12031) 11680 -11 1 1 2.2 PREFERRED MANUFACTURERS 1 A COLD WATER METERS AND REGISTERS Water meters, compound fire service meters, and registers shall be 1 manufactured by Badger, Hersey, Neptune or Sensus. B AMI EQUIPMENT 1 Preferred Advanced Metering Infrastructure equipment including MTUs, and DCUs are manufactured by Badger, Neptune Mueller or Sensus or 1 equal. 1. Preferred MTUs 1 a. Neptune Model R450 Radio Frequency Meter Interface Unit 1 b. Mueller Mi.Node c. Sensus Model M- Series for FlexNet d. Badger Model Galaxy Smart Endpoint (SE) 1 2. Preferred DCUs (Fixed Network AMI) 1 a. Neptune R450 Data Collector b. Mueller Mi.Hub 1 c. Sensus FlexNet 1 d. Badger Galaxy SE Network Gateway Transceiver 1 2.3 EQUIPMENT A COLD WATER METERS Meters 5/8 inch through 2 inch, shall be bronze body, cold water, positive displacement meter compatible with open architecture AMI equipment, unless noted otherwise in the unit price bid. Meters shall be of the 1 oscillating piston or nutating disc type. Multi jet meters are not acceptable under this Specification. (G &O #12031) 11680 -12 1 1 5/8 -inch through 2 -inch meters shall meet or exceed the AWWA Standard 1 C700 (latest revision) for Cold Water Meters — Displacement Type — Bronze Body and the minimum Specifications herein. Turbine meters 1-1/2 inch through 4 inch shall meet or exceed the AWWA Standard C701 (latest revision) for Cold Water Meters — Turbine Type and the minimum specifications herein Fire Service meters 4 inch and greater shall meet or exceed Badger Model FSAA Fire Meter Assembly'and the AWWA Standard C703 -11 Cold Water Meters — Fire Service Type, shall be Underwriters Laboratories Listed and Factory Mutual approved, and shall have a UL Listed /FM approved stainless steel "V" strainer, with removable cover. Compound type meters greater than 2 inch shall meet or exceed the . AWWA Standard C702 -10 for Cold Water Meters — Compound Type, and shall have large, easy to read LCD display. All meters shall meet or exceed NSF/ ANSI Standard 61 and 372 that 1 limits the allowable lead content in water meters. The meter manufacturer shall guarantee the main case for a period of 41 20 years from the date of delivery to the Owner. The meter serial number and direction of flow shall be clearly visible from 1 the top of the meter and shall be stamped on the main case of the meter. The meter shall be capable of withstanding working pressures of 1 150 pounds per square inch. The bottom plate shall be made of bronze or cast iron, and held in place with stainless steel bolts with integral washer heads. The measuring chamber shall be constructed of suitable engineering 1 plastic as described in AWWA C700. All measuring chamber assemblies shall operate smoothly and be capable of sustaining long -term accuracy. All motion from the piston or disc shall be transferred to the register via magnetic drive. All meters shall be provided with a strainer screen. The strainer shall be rigid, fit snugly, easily removed, and have an effective straining area at least twice that of the inlet opening. 1 1 (G &O #12031) 11680-13 1 1 • 1 B ABSOLUTE ENCODER TYPE REGISTERS 1 All meter registers shall meet or exceed the AWWA Standard C707 (latest revision). for Encoder Type Remote - Registration Systems for Cold Water Meters when equipped with an open architecture radio MTU. Registers 1 shall be the absolute encoder type. Registers utilizing generator pulses are not acceptable under this Specification. 1 Registers shall be permanently and hermetically sealed in a copper or stainless steel housing. Similar size, type, and registration of registers shall be interchangeable. Registers shall be stamped with the date of ' manufacture and serial identity number. A tamper -proof seal pin or locking screw shall be used to secure the register to the main case. Registers shall not contain batteries. The register lens shall be constructed of glass or Lexan plastic. Removal of the register shall not require depressurizing the water service line. ' The data interface unit shall accept a 4 -20 mA signal from an existing wastewater flow indicator /transmitter and convert the signal for transmission to the AMI data collection system. The data interface device . shall be a Sensus T866 MicroRTU or equivalent and shall be powered by 120V AC. External wires used to connect the register to the MTU shall be color coded for clarity and shall be factory potted at both ends to prevent water intrusion. 1 Registers shall indicate consumption in 1 cubic foot increments on a minimum of six odometer wheels. The odometer placement shall be in the 1 center of the register face with the reading obtained from left to right. The register shall have a test dial that indicates consumption of 1 /10` of the rightmost odometer wheel. Upon inquiry from a MTU, the register shall 1 transmit the exact position of the odometer wheels and the unique register identification number. The data transmission shall be in an ASCII format. 1 Registers provided shall be capable of operating with the MTUs provided without modification or programming by the Owner. C ADVANCED METERING INFRASTRUCTURE SYSTEM t 1. Meter Transmitter Unit (MTU) 1 The MTU must maintain operation within the temperature range of -40 degrees F to +140 degrees F. The housing shall be sealed to 1 (G &O #12031) 11680 -14 1 prevent water and moisture intrusion and be capable of full 1 submersion in water without damage. The MTUs shall be capable of operating with one or two registers 1 as indicated in the schedule provided in this section. The MTUs shall be capable of operating with existing 3 inch, 4 1 inch, and 6 -inch compound Hersey meters with retrofitted registers type MC2. 1 MTUs shall be factory potted at both ends to connect to the meter registers. Where meters are being replaced and splicing is required to connect MTUs and meter registers, MTU- register splicing may be done prior to delivery. Where existing meters are being retained and splicing is required to connect the MTUs and registers, all splicing must be done in the field to minimize meter downtime. If splicing is required for connecting to existing meters, it shall be included in the cost of the MTU. Splicing shall be performed using only equipment, materials and procedures recommended by the MTU manufacturer to create a water tight and mechanically sound connection. Submit splicing materials and written description of splicing p g p p g methods to the City for approval. MTU dimensions shall not exceed 6 inches by 6 inches by 3 inches excluding components that protrude through the meter box lid. The MTU shall be easily mounted on the underside of the meter 1 box lid, the side of the meter box or through the meter box lid. If the MTU is installed through the meter box lid, the installation shall be ADA compliant. Batteries utilized by the MTU shall be 1 designed for a minimum of a 20 -year lifespan under typical operating conditions. The battery shall be disposable without permit. 1 The MTU shall comply with all FCC requirements for operations. The Contractor shall provide any licenses required by the FCC to operate the AMI equipment. The MTU shall maintain continuous communication with the register unless removed from service. The MTU shall not transmit any data while disconnected from the register. The MTU shall only transmit current data. 1 1 (G &O #12031) 11680 -15 1 1 1 Each data communication between the MTU and DCU shall include the unique MTU identification number, time, date, meter reading, and communication disruption status. No programming shall be required when installing the MTU. Each MTU shall be programmed prior to delivery. MTUs must be capable of transmitting the radio signal to the data receiving system through the water meter box lid shown on Figure 3 and 4. If lid modifications are required as part of the MTU installation, the extent of such modifications must be ' disclosed at the time of bid and included in the lump sum bid price for meter lid modification. ' Training shall be provided to City workers on how to install MTUs for future installation. ' 2. Date Interface Unit The data interface unit shall accept a 4 -20 mA signal from an existing wastewater flow indicator /transmitter and convert the signal for transmission to the AMI data collection system. The data interface shall be a Sensus T866 Micro RTU or equivalent and ' shall be powered by 120V AC. 3. Data Collector Unit (DCU) 1 DCUs shall have a continuous source of power. In the event of a power outage, the DCU shall not lose data for a period of up to 7 days or require any manual maintenance to return to typical operation when the power supply returns. The Contractor shall indicate the expected annual power consumption and estimate the annual power costs in the Design Report. DCUs shall be weather resistant and capable of operating during rain, hail, snow, wind, and other normal weather conditions in the Yakima, Washington area. DCUs shall be able to operate within the temperature range of —40 degrees F to +140 degrees F, and wind gusts up to 75 miles per hour. • DCUs shall provide service to all locations within the Yakima, Washington water service area. Figure 1 identifies the water service area and potential locations of DCUs. Figure 2 provides additional information on potential DCU sites including photographs, addresses and coordinates. It is the Contractor's (G &o #12031) 11680 -16 1 responsibility to determine the number and location for all DCUs 1 needed to provide coverage to all meters in the City of Yakima water system. 1 DCUs shall be designed and mounted such that they comply with all state and local building codes, including height restrictions. The Contractor shall be responsible for the design and installation of all structures required for mounting the DCUs. If DCUs require permanent electrical power supply to operate, installation shall conform to the most current version of the National Electric Code and the Washington Administrative Code. All DCUs shall be located within City of Yakima owned right -of -way or, if approved by the Owner, on City of Yakima property. Figures 1 and 2 show locations, photographs, coordinates, elevation, and presence /absence of electrical service for prospective DCU sites. The DCU shall have an internal time clock that automatically adjusts for changes in time such as daylight savings time and leap ' years. Each data transmission from the MTU to the DOC shall include the local time and date of the meter reading. The DCU shall comply with all FCC requirements for operations. The Contractor shall provide any licenses required by the FCC to operate the AMI equipment. Each DCU shall transmit data to the DOC via a secure cellular phone connection. Data transmitted between the DCU and DOC shall have a quality control routine to ensure that all data was 1 properly transferred. 4. Data Operations Center (DOC) — 1 The AMI manufacturer will host the data server and allow the City to access the data through a web -based browser. Data will be made available to the City for a period of no less than 3 years. The v AMI manufacturer is responsible for all security, maintenance and operation of a secure server at a location under their control, the server will not be located at City facilities. The AMI manufacturer will ensure that data server is functional at all times and will provide a backup server in the event of a server malfunction as well as emergency power to keep the server operational at all times. In the event the AMI manufacturer goes out of business or transfers ownership of the data server operation, the City will be given the option and provided technical assistance for installing their own data server. (G &o #12031) 11680 -17 1 The Owner currently uses an Itron interface with its Paladin utility billing system that was custom made for the City of Yakima The AMI manufacturer's billing interface software shall provide an 1 export file as described below. a. Export File — The export file will provide a listing of those accounts being billed and the meters on the accounts. Each billing ' export file can contain one or more routes and shall be as follows: File Header (1) Record `FHDNN01.00 ' OINN' — right padded with spaces to 250 chars ii. Cycle Header ' (1) Record Type 'CND' (2) Billing Cycle Char(2) (3) Route Count Char(4) — left ' padded with `0' (4) Date Char(8) — `mmddyyyy' 1 iii. Route Header (1) Record Type `RHD' (2) Billing Cycle Char(2) (3) Route Number Char(6) — right padded with blanks (4) Survey Indicator Char (l) — not used (5) Route Message Ind Char(1) — `Y' or `N' (6) Total Number Keys Char(4) — left 1 padded with `0', not used (7) Total Reading Records Char(4) — left padded with `0' r (G &o #12031) 11680 -18 1 (8) Total Demand Meters Char(4) — left 1 padded with '0', not used (9) Total Keyed Readings Char(4) — left padded with '0', not used (10) Total Probed Readings Char(4) — left padded with '0', not used 1 (11) Total Offsite Readings Char(4) — left padded with '0', not used (12) Total Customer Records Char(4) — left padded with '0' (13) Total Meter Records Char(4) — left padded with '0' (14) Time Allotted Char(6) — left padded with '0', not used (15) Total Gas Meters Char(4) — left padded with '0', not used (16) Total Water Meters Char(4) — left padded with '0' (17) Total Electric Meters Char(4) — left 1 padded with '0', not used (18) Total Location Meters Char(4) — left 1 padded with '0', not used (19) Total Extra Meters Char(4) — left padded with '0', not used (20) Region Char(2) — left padded with '0 not used (21) Zone Char(2) — left padded with '0', not used (22) Office Char(2) — left padded with `0', not used (23) Bill Cycle Chr(2) — left padded with '0' (G &O #12031) 11680 -19 1 1 1 (24) Drop Cycle Char(2) — left padded with `0', not ' used (25) Total Remote Reads Char(4) — left padded with `0' (26) Mobile AMR Char(1) — left padded with `0', not used I (27) Padding Char(40) — padded with ` ', not used iv. Route Message (1) Record Type `RTM' (2) Route Message CHAR(100) — right 1 padded with spaces (3) Padding Char(15) — padded with ` ', not used v. Customer Records (one for each customer on the route) (1) Record Type 'CUS' ' (2) Billing Cycle Char(2) (3) Route Number Char(6) — right padded with blanks (4) Number of Meters Char(3) — left padded with `0' (5) Account Number Char(20) — right padded with spaces 1 (6) Customer Name Char(20) — right padded with spaces (7) Address Line 1 Char(20) — right padded with spaces (8) Address Line 2 Char(20) — right padded with spaces 1 (9) Reserved Char(3) — right padded with spaces, not used (10) Group Code Char(I) — right padded with `0', not used (11) Customer Info Char(20) — right padded with spaces (G &O #12031) 11680 -20 - 1 1 (12) Extra Customer Char(1) — right 1 padded with `N', not used (13) Segment Code Char(4) - right padded with spaces, not used (14) Utility Id Char(2) — right padded with spaces, not used (15) Pass Through Data Char(1) — right padded with spaces, not used (16) Padding Char(1) — right padded with spaces, not used vi. Meter Record (one for each Customer meter) (1) Record Type `MTR' 1 (2) Billing Cycle Char(2) (3) Route Number Char(6) — right padded with blanks (4) Meter Reads Char(3) — `001' (5) Meter Reserved 2 Char(2) — ` ', saved for future use (6) Route Group Code Char(1) — `0' (7) Meter Reserved 2 Char(1) — `0', saved for future use (8) Meter Reserved 3 Char(7) — saved for future use (9) Survey Code 1 Char(1) — `0' (10) Meter Reserved 4 Char(2) — ` ', saved for future use (11) Survey Code 2 Char(1) — '0' (12) Bill Code Char(1) — `R' (13) Meter Status Char(1) (14) Optical Probe Id Char(14) — right padded with spaces (15) Meter Number Char(12) — right padded with spaces (16) Meter Reserved 5 Char(2) — ` ', saved for future use (17) Meter Type Char(2) — `00' (18) Meter Read Sequence Char(8) — left padded with '0' (G &O #12031) 11680 -21 1 • 1 1 (19) Meter Info Char(20) — service order id left padded with `�' (20) Meter Reserved 6 Char(2) — ` ', saved for future use I (21) Meter Location Char(2) — `00' (22) Meter Reserved 7 Char(2) — ` ', saved for future use I (23) Read Instructions 1 Char(2) — `00' (24) Meter Reserved 8 Char(2) — ` ', saved for future use I (25) Read Instructions 2 Char(2) — `00' (26) Special Message Char(1) — `0' (27) Meter Reserved 9 Char(2) — ` ', saved I for future use (28) Special Message Ind Char(I) — `Y' (29) Meter Category Char(1) — `W' for I (30) Location Extra water meter Char(1) — right padded with spaces (31) Time Code Char(3) — `000' (32) Meter Audit 1 Char(2) — right padded with spaces I (33) Meter Audit 2 Char(2) — right padded with spaces (34) Meter Audit 3 Char(1) — right I padded with spaces (35) Meter Audit 4 Char(1) — right padded with spaces I (36) Padding Char(14) — right padded with spaces, not used 1 vii. Meter Special Text (one record for each meter) (1) Record Type `MTS' I (2) Billing Cycle Char(2) (3) Route Number Char(6) — right padded with blanks I (4) Meter Number Char(12) — right padded with spaces (5) Special Text Char(100) — Meter 1 Route message, Meter Usage and Meter Previous (G &O #12031) 11680 -22 t 1 Read (char(10) left 1 padded with `0') concatenated together with a space between each viii. Reading Record (one record for each meter) 1 (1) Record Type `RDG' (2) Billing Cycle Char(2) (3) Route Number Char(6) — right padded with blanks (4) Text Prompt `WATR' (5) Prompt Code `Y' (6) Reading Direction `L' (7) Compare Code Char(3) — `000' (8) Validation Code Char(3) — `000' (9) Reading Reserved Char(1) — ` ', saved for future use (10) Channel Number Char(2) — `00' (11) Number of Dials Char(2) — left padded with `0' (12) Number of decimals Char(2) — left padded with `0' (13) Read Method Char(1) — `K' (14) Previous Read Char(10) — left padded with `0' (15) High 1 Char(10) — left padded with `0' (16) Low 1 Char(10) — left padded with `0' (17) Meter Constant Char(6) — right padded with spaces (18) Constant Flag Char(1) — `0' (19) HHF Flag Char(1) — '1' (20) Positive Dial Creep Char(5) — `00000' (21.) Consecutive Estimates Char(1) — left padded with `0' (22) Reading Reserved 1 Char(1) — ` ', saved for future use (23) Read Type Char(2) — '01' (24) Max Percent Char(6) — `000000' (25) Min Percent Char(6) — `000000' (26) Negative Dial Creep Char(5) — '00000' (G &o #12031) 11680 -23 1 lb , 1 (27) Padding Char(31) — right padded with spaces, I not used ix. Route Trailer I (1) Record Type `RTR' (2) Billing Cycle Char(2) I (3) Route Number Char(6) — right padded with blanks (4) Survey Indicator Char(1) — not used I (5) Route Message Ind Char(1) — `Y' or `N' (6) Total Number Keys Char(4) — left • padded with `0', not I used (7) Total Reading Records Char(4) — left padded with `0' I (8) Total Demand Meters Char(4) — left padded with `0', not used (9) Total Keyed Readings Char(4) — left padded with `0', not used I (1 0) Total Probed Readings Char(4) — Ieft padded with `0', not used I (11) Total Offsite Readings Char(4) — left padded with `0', not used I (12) Total Customer Records Char(4) — left padded with `0' (13) Total Meter Records Char(4) — left I (14) Time Allotted padded with '0' — left padded with `0', not used I (15) Total Gas Meters Char(4) — left padded with `0', not used t (16) Total Water Meters Char(4) — left padded with `0' (17) Total Electric Meters Char(4) — Ieft - ' padded with `0', not used (G &O #12031) 11680 -24 1 (18) Total Location Meters Char(4) — left 1 padded with `0', not used (19) Total Extra Meters Char(4) — left padded with `0', not used (20) Region Char(2) — left padded with `0', not used (21) Zone Char(2) — left padded with `0', not used (22) Office Char(2) — left padded with `0', not used (23) Bill Cycle Char(2) — left padded with `0' (24) Drop Cycle Char(2) — left padded with `0', not used (25) Total Remote Reads Char(4) — left padded with `0' (26) Mobile AMR Char(1) — left padded with `0', not used (27) Padding Char(40) — padded with ` ', not used x. Cycle Trailer (1) Record Type `CTR' (2) Billing Cycle Char(2) (3) Route Count Char(4) — left padded with `0' (4) Date Char(8) — `mmddyyyy' 1 xi. File Trailer (1) Record `FTRNN01.00 OINN' — right padded with spaces to 250 chars (G&O #12031) 11680 -25 1 l 1 b. Import File ' The import file will be similar in format to the export file. Each file will contain the File Header and Trailer records, Cycle Header and Trailer records, Route Header and ' Trailer records with the same structure. Only the record type and Billing Cycle from these records will be processed. The file can contain the customer and meter special text records but they are not processed. For each meter read there must be a Meter Record (MTR) and Read Record (RDG). The read record will be for the previous meter record. Meter and Read record requirements: 1 i. Meter Record (1) Record Type 'MTR' — first three characters (2) Meter number Char(20), right padded with spaces, position 46 thru 65 (3) Previous Route Order Meter read ' sequence from export file, Char(8), left padded with '0', I (4) New Route Order position 62 thru 69 Same as previous route order unless ' route order updated by reader, Char(2), left padded with '0', position 70 thru 77 (5) Service Order Number Meter Info from export file, should ' not be altered by reader, position 102 thru 121 1 (G &o #12031) 11680 -26 1 ii. Reading Record 1 (1) Record Type `RDG' First three characters (2) Current Reading Char(10), left padded with `0', position 34 thru 43 (3) Read Date Char(8), format `mmddyyyy', position 48 thru 55 (4) Read Code Char(1), position 62 (a) N — Normal 1 (b) S — Skipped (c) C — Customer read (d) Blank — Missed Read (e) — Operator manual entry or Office Read (5) Estimate Reason Code Char(2), position 64 thru 65 (a) Damaged (b) UN /WA (c) No Account (d) Bad Dog (e) Fogged (f) Dirty 1 (g) Blocked Cover (h) Can't Locate (i) Meter Removed 1 (j) Bugs In Tile (k) Under Car (1) Locked Fence 1 (m) Paved Over (n) 18 Need Key (o) 19 Paved Over (p) 20 Under Gravel (q) 21 Under Dumpster (r) 50 See Trouble Message 1 The Contractor is responsible for furnishing all code and instructions necessary to modify the Owner's Paladin utility billing software to allow data transfer to and from the installed AMI (G &o #12031) 11680 -27 1 1 1 system. The Contractor shall verify the billing system version prior to beginning this task. Data shall transfer quickly and without error or loss of information from the DOC to the billing software. The DOC shall be self- contained within a desktop computer and utilize a Microsoft Windows operating system. Software provided on the DOC shall also be provided on a "backup" compact disk. All software shall be registered to the Owner. The software package shall provide the Owner with reports that ' indicate the system's compliance with the minimum performance standards. The reports shall be provided as follows: a. A "System Compliance by Date" report shall indicate for each 24 -hour period the total number of meters in the AMI network, total number of meters read, total number of meters unread, percentage of unread meters, and indication of whether the percentage of unread meters exceeds the performance standards. 1111 b. A "System Compliance by Meter" report shall indicate the meter identification number, number of days in the AMI . system for this report period, number of days meter was ' unread, percentage of unread days, and whether the percentage of unread days exceeds the performance ' standards. These data shall be provided for each meter that was unread for one or more days during the report period. The report shall be separated into two categories which ' differentiate between meters that have been in the AMI system for 60 days or greater and meters that have been in the AMI system for less than 60 days. 1 c. Charts showing individual histories of water usage at each water service. Graphics shall be capable of showing hourly, daily, monthly and yearly consumption for each water service as well as high -low usages for a selected period. 1 d. Alarm conditions for each water service indicating tamper detection, register malfunction, cut wire between MTU and register, reverse flow detection and leak detection. 1 (G &O #12031) 11680 -28 1 2.4 SERVICE POLES — FOR FIXED NETWORK AMI When an existing fixed structure is not available for mounting DCUs, service poles shall be provided and installed as necessary to mount the DCUs. The Design Report shall identify locations where service poles are required and the cost for all service poles shall be included in the bid price for the AMI system. All wooden poles installed as part of this project shall meet the applicable provisions of the latest revisions of the following standards: American National Standards Institute (ANSI) - Standard 05.1 Specification and Dimensions of Wood Poles American Wood- Preservers' Association (AWPA) - Standard A5 Standard Methods for Analysis of Oil -Borne Preservatives 1 American Wood- Preservers' Association (AWPA) — Standard Cl 1 All Timber Products — Preservative Treatment by Pressure Processes American Wood- Preservers' Association (AWPA) — Standard C4 Poles — Preservative Treatment by Pressure Processes 411 American Wood- Preservers' Association (AWPA) - Standard C8 Poles — (Western Red and Alaskan Yellow Cedar) Full - Length Thermal Treatment American Wood- Preservers' Association (AWPA) Standard M1 1 Standard for the Purchase of Treated Wood Products American Wood- Preservers' Association (AWPA) — Standard M20 1 Guidelines for Minimizing Oil -Type Preservative Migration Products American Wood- Preservers' Association (AWPA) — Standard P5 Standards for Water -Borne Preservatives 1 � American Wood - Preservers' Association (AWPA) — Standard Standards for Oil -Borne Preservatives 1 1 (G &O #12031) 11680 -29 1 All poles shall be free standing without the need for guy wires or bracing. Minimum setting depths for poles shall be as follows: Pole Length (feet) Setting Depth (feet) 40 6.0 ' 45 6.5 50 7.0 ' Pole holes shall be approximately 8 inches larger than the butt diameter of the pole and shall be at least as large at the bottom as the top. All poles shall be installed plumb. When backfilling, holes shall be thoroughly tamped the full depth. Earth shall be banked up around each pole. After completion of the job, holes shall be inspected ' and any settlement refilled. At pole locations where the Engineer has determined the existing soil to be J unsuitable for backfill, the Contractor shall be responsible for installing Engineer approved select backfill material. The tops of poles shall not be cut unless approved by the Engineer. Under no circumstances shall the butt of any pole be cut. t All poles shall have "pole toppers" and pole wrap. Poles shall be wrapped from base to 8 inches above the ground line and pole bottom shall be completely covered with pole wrap. 1 The Contractor shall design, provide, and install all poles to a sufficient height to ensure the performance of the AMI system. Design calculations and drawings for ' pole installation shall be provided as a submittal for each proposed service pole installation and shall be signed by a Professional Engineer licensed in Washington State. Poles should be designed to withstand wind gusts up to 75 miles per hour. ' 2.5 UTILITY AND WATER CUSTOMER DATA INTERFACE A CLIENT /USER INTERFACE ' Proposer must include menus, navigators, data elements and major � g � or screen J ' shots for both the utility and water customer user interfaces in its proposal. Describe provisions and guidelines for customizing screens, menus and navigators. Indicate whether the user interface is a client that must be installed on each work station or is browser based. The preferred solution for the user interface is browser based. However, if client software is required, then it shall run on Windows XP SP3 or Windows 7 (or latest service pack). Include a description of the software update process. (G &o #12031) 11680 -30 1 Indicate the minimum hardware and software requirements for the 1 client/user interface (City standard is 4 gigs of RAM, 3Ghz, Windows XP Professional, Internet Explorer 7/8). See Section 11680 -1.3 for performance requirements. B NOTIFICATIONS FOR QUESTIONABLE READINGS 1 Describe any system capabilities to validate meter readings for reasonableness, unusually high or low readings, and potential meter rollovers. PART 3 EXECUTION 3.1 GENERAL The Contractor shall design and install all equipment necessary to provide a fully 1 functioning AMI data collection system. 3.2 INSTALLATION A DATA OPERATIONS CENTER (DOC) The Contractor shall program and install billing software modifications at the DOC within a City designated area at City Hall located at 129 North 2 °a Street, Yakima, Washington, 98901. Software programming, • installation and integration with the City's existing billing system shall not interrupt the function of the existing water meter reading equipment or utility billing system. Establishment of the Data Operations Center will be 1 coordinated with the City of Yakima IT Division, the City of Yakima Utility Billing Division and Paladin Data Systems Corporation. The Paladin point of contact is Bert Smith at (866) 367 -4572. B DATA COLLECTOR UNIT (DCU) The Contractor shall furnish, install and set up all DCUs within City of Yakima right -of -way or on City of Yakima property. The Contractor shall identify the location and mounting configuration of all DCU sites in the Design Report prior to construction. All installation work shall conform to National Electric Code and be approved by Washington State Labor and Industries. 1 1 (G&O #12031) 11680 -31 1 1 ID 1 C METER SETS I The Contractor shall furnish and install meters, registers, and MTUs as indicated in the table below. Any modifications required to existing service meter settings shall be the responsibility of the Contractor. 1 D WASTEWATER METER INTEGRATION I The Contractor shall furnish and install data interface units for commercial wastewater meters shown in Figure 6 of this Specification. Work shall include installation of conduit and wiring necessary for a complete I functioning system including AC power. All installation work shall conform to National Electric Code and be approved by Washington State Labor and Industries. • - - I nstall • . . Approximate Replace ' MTU . Approximate_- Approximate Existing Meter Current Meter with City of • Number of Number of U Meter Size , Number in , and Existing Yakima to Single Port Dual Port Type (inches) Water System Register " Meter Install " . MTUs. ` MTUs Touch 2,100 III Read 3/4 2,206 Register Yes No 2,110 48 Only Touch 160 Read 1 184 Register Yes No 184 0 I Touch Only 70 Read 1 -1/2 88 Register Yes No 86 1 Only I Touch 40 Read 2 62 Register Yes No 60 1 Only I Touch Read 3 30 No Yes No 30 0 Touch 4 15 No Yes No 15 0 Read I Touch Read 6 3 No Yes No 3 0 Touch 8 1 No . Yes No 1 0 1 Read Touch 10 1 No Yes No 1 0 Read Manual 3/4 14 726 Yes No Yes for 14,726 0 I Read 2000 Manual 1 1,025 Yes No Yes for 7 1,025 0 Read I Manual Read 1 -1/2 295 Yes No Yes for 10 295 0 If Manual 2 249 Yes No Yes for 35 249 0 Read (G &O #12031) 11680 -32 1 II ,,-, .,--,,, . ,, . 4 :.,: Install:. , 1 Approximate Replace i ,. MTU' ' ` Approximate ,Approximate:. • Existing - Meter' '' Current ' Meter - with 'City of Number of µ, Number of':, Meter: ! :'.Size '- Number in and ' Existing Yakima to; Single Ports Dual Port 1 "`. Type". `(inches) Water System .Register. ' ' Meter.' : Install , MTUs :. , N MTUs Manual 3 39 Yes No Yes for 25 39 0 Read Manual 4 10 Read Yes No Yes 10 0 Manual 6 1 Yes No No 1 0 Read Compound Fire 4 5 Yes No Yes 5 5 Service Compound Fire 6 6 Yes No Yes 6 6 Service Compound Fire 8 1 Yes No Yes 1 1 Service Compound 3 38 No Yes No 38 0 Compound 4 ' 15 No Yes No 15 0 Compound 6 1 No Yes No 1 0 Total , 19,001 .: ',,,T"°- ' .,:,` . 18,901 62 Copies of the Owner's standard details for water service meter 1 installations are provided at the end of this Section as Figure 3. Deviations from these standard installations shall only be allowed after approval by the City and the Engineer. The above schedule provides the approximate number of meters, registers and MTUs that will be installed under this contract. The Owner reserves the right to vary contract quantities in accordance with Section 1 -04.4 of the WSDOT Standard Specifications. The Contractor shall fill out a meter change form for each meter replaced 1 or modified using the form that is provided as Figure 5 at the end of this section. The meter change forms shall be provided to the City's project representative within 2 working days of meter installation. 3.3 OPERATIONAL TEST 1 Once the Contractor has completed the AMI system installation, the Contractor shall perform an operational test for the AMI system. The Contractor shall notify 1 the'Owner and the Engineer at least 72 hours in advance of the commencement of the operational test. The operational test shall commence as scheduled regardless of weather conditions at the time of the test, unless otherwise approved by the Owner. II I (G&O #12031) 11680 -33 1 The operational test shall determine the AMI system's ability to: 1 • Collect accurate meter readings • Identify and integrate new AMI equipped meters into the system • Identify meters that have been disconnected from the system ' • Analyze and Report data • Transfer data to the City of Yakima water utility billing system ' All meters installed shall be identified by the AMI system and provide an accurate reading during the test. The Contractor shall provide the Owner with a signed copy of the operational test results for review. The operational test will be evaluated and deemed sufficient if the following conditions are met: • All AMI equipped meters are identified by the data collection system. • The data collection system reports correct data. • The collected data are easily and accurately transferred to the billing system. ' • The data collection system identifies disconnected AMI equipped meters. ' • Data Operations Center graphics interface test • Web -based customer portal test If the operation test is unsuccessful, the Contractor shall identify, locate, and correct all deficiencies prior to subsequent testing. All subsequent tests shall ' include the same meter locations and conditions as determined for the initial test in addition to any meter sets installed between tests. The Contractor shall notify the Owner of all corrections, new equipment, or changes to the system between each test. 3.4 TRAINING The Contractor shall provide training as specified in Section 01800 to the Owner. Training shall include two 8 -hour sessions covering each of the following topics: (1) AMI system operation and maintenance; (2) Utility data interface; and (3) Water customer data interface. Training shall be completed within 10 working days of passing the operational test. City personnel in the Operations Department (G &O #12031) 11680 -34 1 and the Billing Department need to be trained separately. Provide a list of 1 training requirements with proposal. The training shall be videotaped and two copies of the edited videotape should be 1 provided to the Owner upon completion of the training. Training of the Owner's personnel shall be done by experienced technical manufacturers' representatives. * ** END OF SECTION * ** 1 1 1 41 1 1 1 1 1 1 (G &O #12031) 11680 -35 1 C C7 w I =OM NM • • MI MN = 111 I MI I MI N NM MIL I 1 1 FIGURE 1 1 City of Yakima Water System Map 1 1 1 1 1 1 1 1 1 1 1 1 1 um mow ion ® ® no ® ® ® . I= ® ® ® ® ® amens = IIM M•101111111 INII MI IIMI NMI III•1 • e • =I NM MN MI OM • NMI NM ` r 4 NA al 0 4500' 9000' 1 `, LEGEND C/71'UM/73 '. {. ." CNYOP YAK/M4 L WATER SERVICE ARM 'e COLLEC7/ON Po /NT • ## 10 11 8 s 36 T 34 - • 33 + _. _... 9 2 • 20 \ \ FRUILVALE BLVD 36 1 5 28 TERRACE HEIGHTS DR 1 . 6 26" ,14 LINCOLN AVE 1 .= SIMMITVIEW AVE yA 0' a 32 23 22 31 I ,. ,.. 3 1 16 nETON DR 1 Dr li Noe 'LL BLVD 17 ��� 27 I4 • 4 j p ! 30 ` II 3 SR 2A Y 25 I" MEAD AVE 4 19 v W AS HiHCTON AK. 3 r 1 29 '2 ._ f .-y ,- Lr I CITY OF YAKIMA --- AMI REQUEST FOR PROPOSALS J J 1 . Ii POSSIBLE AMI FIGURE COLLECTOR LOCATIONS n . GGr a7 & Osborne, Inca - _ CONSUL,. ENGINEERS u'. \•MrwAVEDM1.era - ma mVVICURAVb 1 ( =IMCC C MS NW 1 l ip 1 FIGURE 2 I City of Yakima Potential Data Collector Sites 1 1 1 1 1 III 1 1 1 1 1 1 1 1 1 I Figure 2 City of Yakima AMI Sites Asi Pr° L 5 0114., ° ' _� I 1. KIWANIS WELL AND POLE 1 Atilfilitt P i o•■■•........r im. 1 1 , , I 2. AIRPORT WELL 1 1 1 1 NM MIle MN MO MEN MI MI MI NM W SIM MI MN OM • OM —OM MN y 3, ..- f .a j a Q d 1 iiipi z w CI a CV ..t 4 o P CA = V1 3 M 4 • . n .............................m II R f �P ia I I ' HH I i A I 1 10 1 1 1 -_ 1 1 1 5. STONE CHURCH BOOSTER STATION 1 Pole 1 1 1 6. 40 AVENUE RESERVOIR AND NEXT DOOR FIRE STATION 1 1 1 1 1 ill 1 1 ..........___ .. 1 ..... .. ,.. _ .Y . ... . _ . - 1 .kko ..0. 1 ii ,...... 1 , ... . . . . s :. . R 1 7. 3 LEVEL RESERVOIR 1 4 . _ ,./ , . .... 1 11111,,. ; ill . . , :n. ` ` a a,;,. 1 • 1 8. 2 LEVEL RESERVOIR 1 1 1 1 1 ■ 1 , t 1 I • 1 1t ' `.: y � 1 i 7 1 1 9. 40 AVENUE BOOSTER STATION 1 _. . - -`• ._ 111, .,.... ,,,sepit . , antiovir- - -- - .s.�r .._. I alp_ , ,i , 1 _ 0 1 II 1 10. SELAH RESERVOIR 1 1 I' 1 1 „or - 11. CITY OF YAKIMA REPEATER SITE 1 1 1 • � 1 r • '' IT , " micu pill 0 041 12. CITY OF YAKIMA PUBLIC WORKS 1 1 1 j ,, 1 �' - 5 { . d� � Aiiiillia__._ 41 k i , . 1, 4 p 1 A 1 i' !l r I w • .,.. 0 �_ Ss r u r - ? ` 1 P I 13. CITY OF YAKIMA WWTF 1 1 `} 1 14. CITY OF YAKIMA CITY HALL 1 1 1 4 4111 _... .0146„. ... 1 . . .___ 14 , . tttt; 1 yY _, 1 -y - i • ' red � rt I f 1 15. MILLER PARK 1 1 4 ..., _ ,_7.:. _._ !. i _ c.-...... ill a in_ - ___,Ipt. _....:___ _ . ., 1 1 I it.,-2 1 - . . , „. , 1 16. FRANKLIN PARK I 1 1 1 1 1 1 T t R _ L IIII I i. ' •''� likir 9 17. LARSON PARK 1 , , , -.14,0„..._ , i I __ . - f . 1 . _ . _ _ . onsi imipthim, Q . 113 I _ , v , . , ., ........ I4.1"...., _., , ' 18. YAKIMA COUNTY FAIRGROUNDS 1 I' 1 1 i .11 ____________ __ _,...:-.,,,,,: :_, . _ '''''' 1 ___ ________ , ., 1 .. ___ \, , • T 19. YAKIMA COUNTY SHERIFF 1 low 4411 f MEOW i 20. ELKS PARK IIIII 1 CI l MO >i I- 1 1 21. GILBERT PARK 1 1 1 I I 1 1 1 1 �.... 1 1 22. LIONS PARK qv 23. MILLER PARK 1 1 1 1 1 ,,-;4f6i - , • ..., r,4 .... iiihr .e t, , .. �'. . • 1 1 ► . 1 --...... .1.4. 1 24. MILROY PARK I r MP OP . 1 -74111181 .. _ i... 4 i 4 ... • .. _ • .. .. 25. RANDALL PARK s--- w 1 E f l i 'a � i .r .,, , k 1 26. YAKIMA COUNTY COURT HOUSE 1 1 1 1 �s a 1 1 27. FIRE STATION 95 6.1111111 . 1 ' ` 28. FIRE STATION 91 1 1 r „ y 1 1 29. YAKIMA AIR TERMINAL 1 1 1 u . 411 . 0,, 30. K -MART LIFT STATION 1 1 1 1 31. RACE STREET LIFT STATION 1 1 1 1 1 1 1 1 4 ; - Ill '. ' 32. BEECH STREET LIFT STATION 1 1 33. TAMARACK LIFT STATION 34. LAKE ASPEN LIFT STATION (NO PICTURES) 1 1 1 1 1 1 , J , . . ..., ., ,. 1 ... __ 1 illir I a 1 35. LAKESIDE LIFT STATION 1 F 1 - °' #;R '\,, 4 , ,,,,,. 1 1 36. CARRIAGE HILL LIFT STATION I A � 1 'ti... '1,r -,111N . , '-'' '' p Pc .yt 1 1 , 1 37. STONEHEDGE LIFT STATION I 1 1 I „t,„„ „ft, .. ,,,/ / 4 ., ,,, ,, ,.., . .. ..,,,..,_ ,,, .......... „ , _ ...%. 38. SIERRA ESTATES LIFT STATION 1 1 1 • 1 II III II I I 1 1 1 ID , 1 1 1 1 I CITY OF YAKIMA POTENTIAL DATA COLLECTOR SITES NO. SITE NAME SITE ADDRESS PARCEL GROUND BUILDING POLE POWER FENCING COMMENTS NUMBER ELEVATION TOWER I Kiwanis Well Maple Street E /Fair Av Wa 1913203037 1040 Yes 80' 480/3 Phase No No Power to Pole but pole has telementry antenna on top of pole. Bulling has 10' x 20 fool room for use. 2 Airport Well 2108 W Washington Ave 18133531001 1058 Yes No 480/3 Phase No Antenna can be no higher than eusting 10' (above building) because of FAA regulations. 3 Gardner Well /Park Cornell Ave/Wesl Platte Street 18133874033 1034 Vas No 480/3 Phase Yes 4 Kissel Well West Mead Avenue /S 32nd Ave 18133522014 1108 Yes 40' 480/3 Phase Yes No Power to Pole but pole has telemeniry antenna on top of pole. 5 Stone Church Booster Pump 3303 Englewood Ave 1813154428 1140 Yes No 480/3 Phase Yes I 6 40Th Avenue ResevoalFire Station 511 North 40th Ave 1873221008 1264 No 20' 720 1 Phase No Stainless Steel Enclosure. May able to locate equipment inside next door fire station. 7 3rd Level Reservoir Scenic Drive /Scenic Road 18131631402 1531 No 20' 240/120 1 Phase Yes 8 2nd Level Reservocr 1310 Reservoir Road 18131811400 1380 Yes No 480/3 Phase Yes 9 40th Avenue Booster Pump Station N 4016 AvonuefW Powerhouse Road 18131521011 1150 Vas No 480/3 Phase No 10 City of Selah Reservoir Site Look Out Point Drive Selah 18131123001 1750 No No No Yes Need Selah's Permission to UWlze. No Power nearby 11 City of Yakima Repeater S0e Look Out Point Drive Selah 18131113008 1760 No Yes Yes Yes inaccessible without someone from yaklme to take us out I 12 City of Yakima Public Works 13 City of 2301 Frudvale Blvd 18131413427 1115 Yes Yes Yes Yes 'Yakima 2220 E Viola Ave 10132044003 1000 Yes Yes 380/3 Phase Yes 14 City Hall 120 North 2nd Street 19131955483 1068 Yes No Yes No 15 Miller Park 502 N 4th Street 1913183346 1070 Yes No Yes No Old Abandon Pool Building 18 Franklin Park 2101 Tleton Drive 18132343438 1130 Yes No Yes No 17 Larson Park Arlington SIreeVS12ih Street 18132523006 1065 Yes No Yes No Power In Street. Bathroom, Powerpole North Side in trees. 18 Yakima County Fairgrounds 1600 Pacific Avenue 19132921007 1040 Yes No Yes Yes Need Yakima County Permission ra 19 Shenils Office 1822 South 1st 050,1 79133111014 1040 Yes No Yes Yes Need Yakima County Permission 20 Elks Park 911 Nataway Street 18131324410 1095 V. No Yes No 21 Gilbert Park SON Avenue/ West Lincoln 18132113408 1280 140 No No No Power In Street, Power Pole on Properly NW. 22 Lions Park 509 W Pine Street 18132444432 1065 Yes No Yes No Pool Building or Bathroom. 23 Martin Luther King Park 5 filth and East Race 1913194151 1050 Yes No No No Old Abendonded Pool Building No power visible. 24 Milroy Park 1520 W Lincoln Ave 18132423548 1100 Yes No No NO Old abandon building. 25 Randall Park 1399 5 4816 Ave 18132733006 1120 Yes No Yes No Bathrooms and Power Southeast Comer. 1 26 Yakima County Court House 128 N. 2nd St 10131822484 1088 Yes No Yes No Need Yakima County Permission 27 Fire StaBOn 95 807 E. Nob Hill Blvd 18133014597 1030 Yes No Yes Yes 28 Fire Station 01 401 N Front St 18131344424 1070 Yes Yes Vas Yes Attached Fire Tower but can not use because of fire operations. 29 Yakima Air Terminal 2106W Washington Ave 18133531001 1058 Yes No Yes Yes Need Airport Permission. Antenna can be no higher than ousting 10' (above building) because of FAA regulations, 30 K4A0H Lift Station 2304 E. Nob Hill Blvd/SW comer of property 19132041401 1010 No No 440/3 Phase No Light Pole Nearby, All nearby power underground. 31 Race St 110 Station E. Race 5t 8 15th SL 19132033081 1030 No No 208/3 Phase Yes I 32 Beech Lift Station 182 & Beech St 19132031409 1030 No No 208/3 Phase Yes 33 Tamarack L5 Station 416 St across from 1504 N. 4th St in field. 18131311498 1080 No No 208/3 Phase Yes Fencing is in bad shape. 34 Lake Aspen Lift Staten SW of 2300 River Rd. 61 18131412423 1110 208/3 Phase 35 Lakeside Lift Station South 011425 Lakeside CI next to waterfall 18131043401 1130 No No 240 / Single Ph No 38 Carnage Hill Lift Station In Easement South of 4506 Conestoga Ave 18131532495 1280 No No 208/ 3 Phase No 37 Stonehedge Lift Station 68th 8 Prospect SW side of road 18131741428 1480 No No 208/3 Phase No 38 Sierra Estates Lift Station NE comer of Tleton and 96th Ave 18131933010 1250 No No _ 208/3 Phase No Empty lot of Demolished House 1 1 M. \YAKIMA \12031.00 -AMI RFP \ SPREADSHEETS \AMI SITES 9/28/2012 1 1 1 e l 1 1 1 FIGURE 3 City of Yakima Water Service Connection Standard Details 1 1 1 1 1 1 1 1 1 1 1 1 1 III I City of Yakima Standard 3 / -inch Meter Set 1 r . I r .. . f"r 1 . _. \ , - 11 . . .... 1 ....„....„„.:4; .„.„ 1 ..,._.......,,..,..„.:„....„..,...„ „,..,., • , .. . i ,..„ , .„,.. •T. a t t „ . k 7 • , .0,7- or \ I. • f'° r r .w' _ems.__.. f 0T01602J92 90 :9N _ - - - ---- -- - -- _ . , 4 ; i 1 , ... . a __ . _ . . ._ ..,,, ...._..... • I . , .... 0 ... .. -.- . • 1 M h C ', a•^ .16 4 1' 1 1 • 1 1 CITY OF YAKIMA STANDARD PREFABRICATED COVER SECTION 1 a . 1' x 5 DIA. CONCRETE 1 WELL CURBS 2" THICK EXTRUDED 3" COMPOUND METER POLYSTYRENE BOARD • • SEE NOTE G - 3" FL x FL 3" FL x FL Z ' BEND 1 In 3" R.S. GATE • I // / //I///1•f % / % / //I. VALVE 3" R.S. GATE �II ill VALVE 4" D.I. SERVICE LINE ' ' & " 1 1 5 '� IIiII ii II I . 1 .• - 4" MJ x 3" FL REDUCER, 5' LENGTH OF 4" D.I. PIPE ID ROMAC GRIP RING ACCESSORY • � • BOTTOM WELL KIT REQUIRED ON CONCRETE CURB BLOCKS SECTION AND N TO BE SET OTCHED TO 3" FL x FL TEE MAINTAIN TWO (2) INCHES CLEARANCE OVER THE SERVICE LINE ROMAC GRIP RING 1 1/2" x 10 1/2" I — ACCESSORY KIT REQUIRED 4" MJ x 3" FL REDUCER, MAIN BRASS NIPPLE ROMAC GRIP RING ACCESSORY AT MAIN VALVE 1 1/2" BALL VALVE KIT REQUIRED 1 1/2" x 7" • BRASS NIPPLE 3" FL x FL 1 NOTE x MJ TEE , 1. 3" COMPOUND METER SHOWN. IF LARGER THAN 3" COMPOUND METER IS USED, RESIZE THE SERVICE LINE, 90' BENDS, GATE VALVES AND TEES TO 1 TO APPROPRIATE SIZE AND DELETE THE REDUCERS. ws COMPOUND METER INSTALLATION I NTS City of Yakima — Engineering Division 1 1 / 1 APPROVED: 7.9.99 I CITY OF YAKIMA - STANDARD DETAIL I COMPOUND METER INSTALL I W9 1 • 1 • 1 CITY OF YAKIMA STANDARD COPPER METER SETTERS SHALL BE 1 PREFABRICATED COVER SECTION OR VBB77-27B-44, EQUIVALENT TO FORD # OR 2' R RESPECTIVELY # VBBB -44, 1 1/2' OR 2' RESPECTIVELY • II II, 2 1 " THICK EXTRUDED • POLYSTYRENE BOARD W/ 1' x 4' DIA. CONCRETE • HOLE TO READ METER • WELL CURBS / / / /// ////. ∎ %/% WM/IPr // ∎ . z in 1 5' MIN. TYPE K COPPER OR CROSS — 1 1 • LINKED POLYETHELENE TUBING a FLOW BOTTOM NCRETE WE CURB SECTION TOT 1 ON CO BLOCKS AND NOTCHED BE SET TO MAINTAIN TWO (2) INCHES CLEARANCE OVER WATERLINES w10 1 1 /2" & 2" METER INSTALLATION NTS City of Yakima — Engineering Division 1 • 1 1 1 1 APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL li 1/2" & 2" METER INSTALLATION' W10 1 1 5' STEEL LINE POST SET AT END R/W 1 OF CURB STOP. TOP TO BE 4 TO 6 INCHES BELOW THE SURFACE SET CURB STOP TO PERMIT INSTALL 1 EXISTING STREET OF RISER IN PUBLIC RIGHT OF WAY I SELECT BACK FILL WATER MAIN Z • SERVICE LINE — TYPE K In COPPER OR CROSS LINKED POLYETHYLENE 1 ■ BALL VALVE CURB STOP ant I 1 / 1 1 IP THREAD INLET x CTS OUTLET 90' ELBOW • CTS INLET x IP THREAD 1 O OUTLET CURB STOP l 1 ',T) J I 1 ., — FLOW . j .........._. — —1.-- — J I 111 W13 3/4" & 1" SERVICE LINE w/o METER I NTS City of Yakima — Engineering Division i ■ APPROVED: ' 7.9.99 1 CITY OF YAKIMA - STANDARD DETAIL I 3/4" & 1" SERVICE LINE I W13 • 1 CITY OF YAKIMA STANDARD METER COVER & RING FURNISHED BY THE ANGLE METER ADAPTER CITY AT CONTRACTORS EXPENSE FINISHED GROUND r ti 36" x 18" DIA. WHITE J 1 1/2" THICK EXTRUDED 80 PIP RISER POLYSTYRENE INSULATION BOARD W/ HOLE TO READ METER fti ANGLE BALL VALVE ALL BACKFILL MATERIALS SHALL BE COMPACTED PRIOR TO SETTING THE METER TILE in 2 "x8 "x16" PATIO BLOCK (TYP) Q U DIELECTRIC COUPLING REQUIRED WHEN USING 16 GAUGE INSULATED SOLID METALLIC PIPE COPPER TRACING WIRE STRAPPED TO CROSS LINKED POLYETHYLENE & CONNECT TO CORP. COCK WHEN USING CROSS LINKED POLYETHYLENE, ATTACH PIPE TO 5' 5' OUT LEG REQUIRED W/ FITTING 1 METAL POST W/ NYLON ZIP —TIES. NOTES 1. USE CROSS LINKED POLYETHYLENE OR TYPE K COPPER 1 2. WHEN USING CROSS LINKED POLYETHYLENE A BENDING SUPPORT MUST BE USED AT ALL 90' BENDS 3. WHEN USING CROSS LINKED POLYETHYLENE AN INTERNAL TUBING STIFFENER MUST BE USED ON ALL FITTINGS 4. ALL BENDS TO BE MADE WITH COPPER TUBING BENDER 1 W14 5/8 " , 3/4" & 1" METER INSTALLATION NTS City of Yakima — Engineering Division 1 . 1 APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 15/8 ", 3/4" & 1" METER INSTALL I W14 1 1 1 FIGURE 4 1 City of Yakima Water Meter Vault Lid Detail 1 1 1 1 11 1 1 1 1 .1 1 1 �1 1 1 FIGURE 4 1 City of Yakima Water Meter Vault Lid Detail 1 1 1 1 1 1 1 1 1 1 1 1 1 1 - z N / \ / 1 1 1 �, 1 _ , 1 V \ N-----___ _---z ,,, 1 1 7" or 10" R 1 _ -cr 1/2" TYP. r,,..• 1 N 1 N 1 WATER METER LID 1 SCALE: 1 1 /2 " =1' -0" 1 I CITY OF YAKIMA FIGURE 4 Ir WATER METER LID Gisy &Osborne, Lao. CONSULTING ENGINEERS 1 1 1 FIGURE 5 1 City of Yakima Meter Change Out Form 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA NOTIFICATION OF CHANGE IN WATER METER STATUS Address: 1 Account Number: Route Sequence Number: 1 (Circle appropriate changes) (Circle Reason) Change Change Add Set Remove Change Meter Meter 1 Meter Radio Read Radio Read Meter Meter Register Frozen Vandalized Comments: 1 1 Old Meter New Meter Meter #: Meter #: ID #: ID #: Radio Read #: Radio Read #: Radio Read Radio Read Make & Model: Make & Model: ' Size & Make: Size & Make: 1 Final Reading: Installed Reading: Removed by: Installed by: 1 Date Removed: Date Installed: Authorized Signature 1 & Date: Does register & meter size match? Water: On Off Locked -off Cut off at water main 1 FINANCE: Meter rebuilt. Please change installation date 1 Additional Information: 1 1 FIGURE 6 City of Yakima Commercial Wastewater Meter Information 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ili City of Yakima Wastewater Meters 1 All Pictures show readout only and not the actual meter. AMI connection will be installed near readout. 1 1 n O Q 6 -1 1 1 i ` 1 1 r 1 A. BORTON AND SONS • . ■ Ilk.'' , - r , i v ' 4 s 4fr i t t . 4 _ 16, ' - AP d pie „IV I r 1111L. 0 r • 1 ) 1 1 1 B. CINTAS • o ono►+ C. COLUMBIA REACH \\4 D. CONGDON ORCHARDS 1 1 1 M 1 E. DEL MONTE 1 MC= I 1 r F. FROSTY PACKING COMPANY PROCESS WATER 1 1 1 . ,, , _ . 1 1 r tgs. t 1 1 1 G. FROSTY PACKING COMPANY DOMESTIC 1 1 t. F . 1 III H. HOLTZINGER FRUIT at - wkil 1 j • IP 1 a a 4 jirir ii li r" i , r of , 3 . . ,, ,....... ,J ..1 rigoasia_ i_ it. ' ' I _. I. HOPS EXTRACT 1 I 1170 I J. JEWEL APPLE 1 1 c , , - ,„,, , , ... . , „ ., _ ,..,,.. 1 , v ..-: „i _ ...,_ ,,_ .., _....._ - , ,_ . '1' .,-, G 1 K. JOHN I HAAS 1 1,; i 1 1\' r ' n 1 ill L. LONGVIEW FIBRE i l itiri L I 1 1 M. MICHELSENS PACKAGING 1 1 1 1 1 1 ill 1 t I .. g i i 11111114 i N. NOEL CANNING 1_ 1 1 • • .. I " ! sp. 1 O. SENECA FOODS ... • . , III ._ ....,......, ....._ .,i,.. , _ ?-:,.....-P. 1 i 1 6 LUI h ON i Ill 1 1 x { ,,' t , 1 P. WASHINGTON FRUIT . � w i 1 1 Eu pr . � p l 1 Q. WESTERN SWEET CHERRY GROUP 1 I" 1 1 . 41 ' ;4:4,1,4'..;:;',"..1!,''' -:: . - ' . - : ,/ ., 1 s { r, o„cuner.. ,.. ..t.., ._, 1 R. WESTERN SWEET CHERRY GROUP 1 1 1 S. HANSEN FRUIT 1 R • 1 l�ti' } j II _ II ,, •r .... II • .. . T. CONGDON MEAD 1 1 1 1 1 1 I I I IF a 1 1 1 • 1 U. YAKIMA MEDICAL Li Ell 0 1 ■ 1 I 1 V. COUNTY FAIRGROUNDS 1 1 1 1 1 161 . 1 1 1 i A GORTON AND SONS 2550 8orbn Road Toshiba LV820/IF822 4* Y Y Y ABOVE Ipul however new condluits maybe required 8 DINTAS INDUSTRIAL LAUNDRY 010 North 5th Ave Mob . IFC EBdomegnNk Flow Converter Y Y Y ABOVE to gel out put to banana., Melons have output however new co dmlts C COLUMBIA REACH 310) River 8009 F LO-DAR Marsh McBA080 Y Y V ABOVE y be required b pet out put to transmitter. Meters have output however new candiuib D CONGDON ORCHARDS 1117 South 84th Ave Master Mater Dia 8 Y Y Y ABOVE • may be requbetlbge ?output? transmitter_ I E DEL MONTE 108 West Walnut Street E11100 Oanlo.. Megb 3100 Y Y V ABOVE _ Chessel CharteE Recorder _ FROSTY PACKING COMPANY F PROCESS 2820 River Road FL000R March M4800.y V V Y ABOVE Separle TrarbmlKN required for eedl Meter Maims have output however new 0004l9lb FROSTY PACKING COMPANY ay be required b gel out puI b transmitter G DOMESTIC 2821 River Road Y Y V ABOVE :Soper. Transmitter required far each Meter I H HOLTZWGER FRUIT — 1312 North Bth Avenue Toehibe Y Y V ABOVE 4METERS Outputs loaded bet only Ma • mnmers are required. One with three 1 HOPS EXTRACT 306 North 2rdA woos $91mer19lndushres MagSIp1W d' Y Y Y ABOVE inputs and the omen with ore lnpd. Seamebq Model FT415 Magmenler Pulse J JEWE APPLE 801 North lMAwnua Sprmd6 tea r 8 Y Y Y MOVE 2 ME IEIA SOLAR POWER. Meth outputs i are located only one 30 Bet apart. With K JOHN I HASS 31 Math 1st Avenue FLO -DAR Marsh Mc8im0y _ _ N Y Y ABOVE 00,80 * only 0rr0 trap sly 30 unit ( pa r t. % RADAR AND ULTRASONIC FOR OPEN L LONGVIEW FIBRE 2001 LOngd000900nue iFLO-0 Met. McBimey Model 484 Y Y Y ABOVE CHANNEL, OLD FLODAR UNIT M MK:FIELSENS PACKAGING 202 NOM 2nd Avenue _Foxbaro8000A 4• Y Y Y ABOVE .Red Lion Readout N NOEL CANNING 1011 NOM 3rd Street velocity hMrumenb AVFM.II Ultreneodc Mee- Y Y Y ABOVE I Bob Senca Footle Meter use same digital for meadow. Only one transmitter required tar born O SENECA FOODS 2418 River Road SBmetrkaWMX Series V Y V ABOVE Sanwa Meters Boo Urlipluee 4412 Ebctromagnettc How Modell ' Both Sena Foods Meters use same digital UFUI II, Tuba Sere F0301056, UN Mag Type Ireedout Backup Meter. Only oneban0mitB1 O SENECA FOODS 2419 Ricer Road UPO4F MIR 4 Y Y Y ABOVE ,tired la both Senor M&wm. 1 2ME TERS Two transmitting units required P WA9FIMGTON FRUR Ri r Road McCmraetw Ulba Mp Fb 8' 8 N Y Y Y ABOVE one breach meter. O WESTERN SWEET CHERRY GROUP 6106 West Nab HR BIW UIB MOg UMOB•P/ d• V Y V ABOVE R WESTERN SWEET CHERRY GROUP 6108 West Nob HIII Blvd V Y Y ABOVE I S HANSEN M IT 10 Eeel Mead Avenue FLODARFLOSTATION Y Y Y ABOVE T C000000 ME AD 201 West Mead Avenue SIEMANS MAC FLOW 600E V Y V ABOVE U YAKMA MEDICAL 1619 West Street LULTRA MAC -__ Y Y Y ABOVE V COUNTY FAIRGROUNDS 1301 South Fair Avenue ,HYDRO RANGER PARSHAL FLUME Y Y Y _ ABOVE/INSIDE OutWe metal Box Required. 1 1 • 1 • 1 i 1 1 1 1 1 1 APPENDIX 1 1 1 1 1 1 L 1 1 1 APPENDIX A CONTRACT 1 1 1 1 1 1 1 1 A ',1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this itlay of h called the Owner, and BADG METER, INC, a We shift err Corporation, called the Contractor. 2013, by and between the City of Yakima, • t . Wisconsin WITNESSETH: I That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the, parties hereto covenant and agree as follows: . I I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE AMOUNT OF: $ 4,950,696.k for the Water Utility Advanced Metering Infrastructure System, Project No. 2261, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or 1 , additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in three hundred and sixty (360) calendar days. If work has not commenced with the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the I , ., 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard ' Specifications for each and every, day said work remains uncompleted after expiration of the specified time, as liquidated damages. i 1 The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be fumished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same I . according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attomey's fees and court costs, arising out of, relating to, or resulting from The I Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV: The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. Is ,, V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. I 1 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR T ' this 5 day of /Aa 2013. BADGER METER, INC. 1. a Isar . oration _ - Contractor or ii f f, r),➢ e _ By: '' / -! to '' $ — City Manager 4 °` 1 � 1 ; 9 1 1 1 , Kimberly K. Stol frirr,''' ` 4+ f� l� (Print Name) , C L Cleric C'. ! %r ' DI Vice President — Sales and Marketing �, ,a ,y i (President, Owner, etc.) 5-' ,, ' `.� • ! .'"Address: 4545 West Brown Deer Rd. CITY CONTRAC r NOXii (/'y ,J � . RESOLUTION NO:-11/1-." • ' ' Milwaukee, WI 53223 I 1 c 1 BOND #105871961 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: I That whereas the City of Yakima. Washington has awarded to BADGER METER. INC. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Water Utility Advanced Metering Infrastructure System, Project No. 2261, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said I contract to furnish a bond for the faithful performance of said contract NOW, THEREFORE, we, the principal, and Travelers Casualty and Surety Company of America (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Connecticut , duly U authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the sum of $4,950,696.66 (Total Contract Amount) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. 1 THE CONDITIONS OF THIS OBLIGATIONS IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who•shall supply said I principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials. harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said I work and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contact or from defects developing in the material or workmanship provided or performed under said contract, within a period of two years after its acceptance by the City of Yakima, Washington, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and I effect. - This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. I IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 1 ofRehruary , 2013. Badger Meter, Inc. 1 (Principe° By: /.,�.12.t.0 /0_," / (S ignature) • 1i I l ver1v T,P_ Smi • " (Print Name) 1 I Approved as to form: N Vice President — Controller (Title) I ( City Attorney) Travelers Casualty and Surety Company of America • : (Surety) 1 By: ' ' /' (Signature) t r , - _ C - Tracy K. Matthews I Attorney-In-Fact (Print Name) .. ` (Title) 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A AA POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America - St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company . St. Paul Guardian Insurance Company Attorney -In Fact No. 219535 Certificate No. 0 0 4 3 5 3 0 5 5 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty - Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin • (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint • Daniel J. Kwiecinski, Daniel J. Sapiro, Kathleen A. Crary, Kathleen A. Yoss, Wendy S. Miller, Lisa M. Slakes, Tracy K. Matthews, Cathy Hutson, and Lucy A. Hantzsch of the City of Milwaukee , State of Wisconsin , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions orproceedings allowed by law. • 1 22nd IN WITNESS WHEREOF, the Companies have caused this instrument tei be signed and theu seals to be hereto affixed, this day of Januar 2008 Farmington Casualty Com an 'a, o - , g y is , � . : •. St. Paul Mercury Insurance Company Fidelity and Guaranty , ;, p y Insurance: Company, '•. f' Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of.America" St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Compa0 St. Paul Guardian Insurance Company 1 I+su . PS 1 Y,• N o�unqu , ,. .""r. G �� y JS F l0.E 6� �TN..�NSG • INSUq J p�tY ANp 17�SIIgE )tY t 9 T. 5 t 0 Z 1�7� , Nco^pow y ,F N m 0/` ORP ryR A )1 - r i s"" F 1 ' `` i O 1982 O+ i f; - -- n. a HARTFORD NARtFORq 1 < ! w fIF �t t,1 :of 1896 1951 N �. o: v.sEALit CONN. o ° CD NN. e S .' � � as s 1- p ,.......... %st 6 ' n > r °d �'> . A N ti . s4A ,V,,m E 4 f v : •.. s �e 14,7 At" • f*/ . State of Connecticut By: `— City of Hartford ss. Georg:J Thompson, •enior ice President On this the 22nd day of Januar 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, - Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, - executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. f t•Terk_ In Witness Whereof, I hereunto set my hand and official seal. ` j/W t • It Atet^^�+ My Commission expires the 30th day of June, 2016. n Pu * W w" l� Marie C. Tetreault, Notary Public 44 4i aCC - 58440 -6 -11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by, the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice ! President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul ua Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and i Surety Company, Travelers Casualty and Surety Company of America, and Unted States Fidelit y;and Guaranty Company do hereby certify that the above and foregoing �' is �'_ �,� is a true and correct copy of the Power of Attorney executed by said Companies, which'is in•fu11 force an8 i effect and has not been revoked. ��3�.� •. r y h p 19th day February j IN TESTIMONY WHEREOF, I have hereunto set m hand andcaffiked the -seal ,of said�Cotn antes this da of Y , 20 1 Kevin E. Hughes, Assistant Sec tart' p�SU.I�f 1'l Iv „�y 1010Ale, 0 .1 S ..�RU9 J. lw s�gq O ��tA @ Npyyq�r 'iM0 [jqp.� foN pyy� e s ti o � S .. o At � • ONPAA >FtP WiCARPORA T�: �'1� N. ° 9 i 1982 o '_ :” 414 t ? Z: : rt t i NA c4NN. i ti _ 1951 � �� � .senl. o" �• '° CONN. ° c N .,I ` ` "p Yo 'i S KANGE S •ids a�:.. :�a ' +e ! "" ........ * �a NW" To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. I ( WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I m 1 ACRD CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 4......---- 01/21/2013 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES • NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). . PRODUCER 1- 414 - 443 -0000 CONTACT NAME: Hays Companies of Wisconsin, Inc. PHONE FAX (AIC. No. Ext): INC. No): 1200 North Mayfair Road, Suite 100 E ADDRESS: Milwaukee, WI 53226 INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: TRAVELERS PROP CAS CO OF AMER 25674 INSURED INSURER B: AMERICAN GUAR &'LIAB INS 26247 Badger Meter, Inc. INSURER C: 4545 West Brown Deer Road INSURERD: Milwaukee, WI 53223 INSURERS: INSURER F : COVERAGES CERTIFICATE NUMBER: 31665903 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W /Y LIMITS LTR INSR VD POLICY NUMBER (MM /DD/YYYY) (MM /DDYYY) I A GENERAL LIABILITY F ' COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) X Y660 268J2023 TIL 13 01/01/13 01/01/14 EACH OCCURRENCE $ 1,000,000 $ X DAMAGE TO RENTED $300,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 10 , 000 P ERSONAL &ADV INJURY $ 1, 000, 000 I GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 PRO- i POLICY LOC _ $ ' A AUTOMOBILE LIABILITY Y810 268J2035 TIL 13 01/01/13 01/01/14 COMBINED SINGLE LIMIT 1, 000, 000 (Ea accident) X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS - , X HIRED AUTOS X NON -OWNED PROPERTY DAMAGE $ - AUTOS (Per accident) A X UMBRELLALIAB X OCCUR YSMCUP268J2047 TIL - 13 01/01/13 01 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 5,000,000 I DED X RETENTION $ 10, 000 .. $ B WORKERS COMPENSATION WC 9806273 01 01/01/13 01/01/14 X WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N TORY LIMITS . FR ANY PROPRIETOR/PARTNER /EXECUTIVE • E.L. EACH ACCIDENT ' $ 500, 000 OFFICER /MEMBER EXCLUDED? N I A (Mandatory in NH) • E.L. DISEASE - EA EMPLOYEE $ 500, 000 I If yes, describe under 500, 000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) , 1 I CERTIFICATE HOLDER CANCELLATION • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I City of Yakima THE EXPIRATION DATE THEREOF, NOTICE' WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 North 2nd Street _ AUTHORIZED REPRESENTATIVE . I Yakima, WA 989014 Q„� _ I USA �"�"+� • © 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) . The ACORD name and logo are registered marks of ACORD II diannewandel 31665903 ' • I COMMERCIAL GENERAL LIABILITY 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY j BLANKET ADDITIONAL INSURED 1 (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 1. WHO IS AN INSURED — (Section 1I) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance "property damage" caused by "your work" t 1 o include as an additional insured on this Cover- and included in the "products- completed op- age Part, but: erations hazard" unless the . "written contract a) Only with respect to liability for "bodily injury", requiring insurance" specifically requires you "property damage" or "personal injury"; and to provide such coverage for that additional II insured, and then the insurance provided to ! b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- . I you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is r insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and 1 by this endorsement is limited as follows: collectible "other insurance ", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is , this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance ", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non - contributory basis, . 1 quired by that "written contract requiring in- this insurance is primary to "other insurance" surance ". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section 111 — Limits Of Insurance. for such loss, and we will not share with that 1 "other insurance. But the insurance provided to b) The insurance provided to the additional in= the additional insured by this endorsement still is � sured does not apply to "bodily injury", "prop- excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance ", whether primary, excess, contingent or 1 of the rendering of, or failure to render, any on any other basis, that is available to the addi- , professional architectural, engineering or sur- tional insured when that person or organization is 1 veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance ". prepare or approve, maps, shop draw- 4. As a condition of coverage ings, opinions, reports, surveys, field or- 9 provided to the ders or change orders, or the preparing, additional insured by this endorsement: approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural . or rence" or an offense which may result in a claim. To the extent possible, such notice ( engineering activities. should include: !I, I CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 n 1 COMMERCIAL GENERAL LIAbiLITY i. How, when and where the "occurrence" any provider of "other insurance" which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to "other insur - damage arising out of the "occurrence" or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or "suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. 1 must: 5. The following definition is added to SECTION V. i. Immediately record the. specifics of the — DEFINITIONS: claim or "suit" and the date received; and "Written contract requiring insurance" means Notify us as soon as practicable. that part of any written contract or agreement under which you are required to include a The additional insured must see to it "suit" as person or organization as an additional in- receive written notice of the claim or suit " as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- ' c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit ", cooperate ' with us in the investigation or settlement of a. After the signing and execution of the the claim or defense against the "suit ", and contract or agreement by you; otherwise comply with all policy conditions. b. While that part of the contract or 1 d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. I {1 1■.. • I MINNIMMI ' o �c- o p I u 1 Pann 9 of 2 . © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 . 1 a 1 1 1 1 i COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT I The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City • contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess I of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be 1 used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible I I for verification of every applicable subcontractor. The contractor shall sign and return with their proposal response the E- Verify Declaration below. Failure to do so may be cause for rejection of proposal. I i . E- VERIFY COMPLIANCE DECLARATION I .I The undersigned declares, under penalty of perjury under the laws of Washington State that: i 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. . I I 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. I 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the I E- Verify program at any time and that non - compliance could lead to suspension of this contract. i 1 Firm Name: BADGER METER, INC. Dated this 18th day of February 2013 , I 1 ■ '''' ` Signature: '1/ i 141/ C _1 Printed Name: Pamela G. Stokke -Ceci, Assistant Secretary Phone #: 800- 876 -3837 Email Address: bids @badgermeter.com 1 1 1 1 • 1 • ■ MINIMUM WAGE AFFIDAVIT WISCONSIN I STATE OF Wt S WIGl-0N) ) ss COUNTY OF Y-A14 ) I MILWAUKEE I. I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of I laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that 1 have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to Amy knowledge F' and belief. 1 Contractor. • Pamela G. Stokke -Ceci, Assistant Secretary, Badger Meter, Inc. ' Subscribed and'swom to before me on this 18th day of February , 2013 1 Not Public in an for the State of Wisconsin �VLsA%* i 'ngtan•resid-inga � t , Y P0 II My Commission Expires: 1 , ;:o `/0 / * STEPEHAA I C ` s • ' lIt 1 F G / • z, ; 110 1 1 1 ' APPENDIX B PREVAILING WAGE RATES • t 1 1 1 1 I It, 1 Page 1 of 16 1 1 State of Washington I Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly . wage rate and the hourly rate I of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: i 12/04/2012 County Trade Job Classification Wage Holiday Overtime Note I Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $60.24 5N 1C Yakima Brick Mason Journey Level $41.03 5A 1M I Yakima Building Service Employees Janitor $9.04 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.04 1 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $37.40 7B 1 N Yakima Divers Et Tenders Diver $100.28 5D 1M 8A I Yakima Divers Et Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M , Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M I Yakima Divers Et Tenders Surface Rcv a Rov Operator $48.67 5A 1 B Tender Yakima Dredge Workers Assistant Engineer $49.57 5D" 1T 8L 1 - Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D ' 1T 8L I Yakima Dredge Workers Maintenance $49.06 5D 1T 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L I Yakima Drywall Applicator Journey Level y $38.43 5D 1M 'Yakima Drywall Tapers Journey Level $32.51 7E 1P I Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers ;Yakima Electricians - Inside Cable Splicer $54.82 5A 1E I 1 https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 2 of 16 1 Yakima Electricians - Inside Journey Level $52.94 5A 1 E 1 Yakima Electricians - Inside Welder $56.71 5A 1 E Yakima Electricians - Motor Shop Craftsman $15.37 1 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $64.95 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $59.37 5A 4A 1 Construction Yakima Electricians - Powerline Groundperson p $42.16 5A 4A 1 Construction Yakima Electricians - Powerline Head Groundperson $44.50 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment $59.37 5A 4A 1 Construction Operator Yakima Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction 1 Yakima Electricians = Powerline Journey Level Lineperson $59.37 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $49.95 5A 4A 1 Construction Yakima Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction 1 Yakima Electricians - Powerline Powderperson $44.50 5A 4A Construction Yakima Electronic Technicians Journey Level $23.40 1 1 Yakima Elevator Constructors Mechanic $75.24 7D 4A Yakima Elevator Constructors Mechanic In Charge $82.00 7D 4A Yakima Fabricated Precast Concrete Craftsman - In- Factory Work $9.04 1 Products Only Ill Yakima Fabricated Precast Concrete Journey Level - In- Factory $9.04 1 Products Work Only 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B 1 Yakima Heat a Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 1 Yakima Hod Carriers a Mason Tenders Journey Level $33.71 7A 2Y Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics 1 Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $9.04 1 1 Yakima Inspection /Cleaning /Seating Of Cleaner Operator, Foamer $9.73 1 Sewer a Water Systems By Operator Remote Control 1 Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator $11.48 1 Sewer a Water Systems By 1 https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 Page 3 of 16 I Remote Control Yakima Inspection /Cleaning /Sealing Of Head Operator $12.78 1 ? Sewer Et Water Systems By I Remote Control Yakima Inspection /Cleaning /Sealing Of Technician $9.04 1 Sewer Et Water Sy By I Remote Control Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator $10.53 1 Sewer Et Water Systems By I Remote Control Yakima Insulation Applicators Journey Level $38.43 5D 1M Yakima Ironworkers Journeyman $52.44 7N 10 I Yakima Laborers Air, Gas Or Electric Vibrating $32.75 7A 2Y Screed Yakima Laborers Airtrac Drill Operator $33.71 7A 2Y I Yakima Laborers Ballast Regular Machine $32.75 7A 2Y ,Yakima Laborers Batch Weighman $30.75 7A 2Y Yakima Laborers Brick Pavers $32.75 7A 2Y I Yakima Laborers Brush Cutter $32.75 7A 2Y Yakima Laborers Brush Hog Feeder $32.75 7A 2Y Yakima Laborers Burner $32.75 7A 2Y I Yakima Laborers Caisson Worker $33.71 7A 2Y Yakima Laborers Carpenter Tender $32.75 7A 2Y I Yakima Labo Cement Dumper paving $33.31 7A 2Y Yakima Laborers Cement Finisher Tender $32.75 7A 2Y Yakima Laborers Change House Or Dry Shack $32.75 7A 2Y I Yakima Laborers Yakima Laborers Chipping Gun (under 30 Lbs.) $32.75 7A 2Y Chipping Gun(30 Lbs. And $33.31 7A 2Y Over) I Yakima Laborers Choker Setter $32.75 7A 2Y Yakima Laborers Chuck Tender $32.75 7A 2Y Yakima Laborers Clary Power Spreader $33.31 7A 2Y 1 Yakima Laborers Clean -up Laborer $32.75 7A 2Y Yakima Laborers Concrete Dumper /chute $33.31 7A 2Y Operator I ' Yakima Laborers Concrete Form Stripper $32.75 7A 2Y Yakima Laborers Concrete Placement Crew $33.31 7A 2Y Yakima Laborers Concrete Saw Operator /core $33.31 7A 2Y 1 Driller Yakima Laborers Crusher Feeder $30.75 7A 2Y Yakima Laborers Curing Laborer $32.75 7A 2Y I Yakima Laborers Demolition: Wrecking Et Moving $32.75 7A 2Y (incl. Charred Material) . Yakima Laborers Ditch Digger $32.75 7A 2Y • I Yakima Laborers Diver $33.71 - 7A 2Y Yakima Laborers Drill Operator $33.31 7A 2Y (hydraulic,diamond) 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 4 of 16 1 Yakima Laborers Dry Stack Walls $32.75 7A 2Y 1 Yakima Laborers Dump Person $32.75 7A 2Y Yakima Laborers Epoxy Technician $32.75 7A 2Y Yakima Laborers Erosion Control Worker $32.75 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $33.31 7A 2Y Yakima Laborers Fine Graders $32.75 7A 2Y III Yakima Laborers Firewatch $30.75 7A 2Y Yakima Laborers Form Setter $32.75 7A 2Y Yakima Laborers Gabian Basket Builders $32.75 7A 2Y Yakima Laborers General Laborer $32.75 7A 2Y Yakima Laborers Grade Checker a Transit $33.71 7A 2Y Person Yakima Laborers Grinders $32.75 7A 2Y Yakima Laborers Grout Machine Tender $32.75 7A 2Y Yakima Laborers Groutmen (pressure)including $33.31 7A 2Y 1 Post Tension Beams Yakima Laborers Guage and Lock Tender $33.81 7A 2Y 8�C Yakima Laborers Guardrail Erector $32.75 7A 2Y 1 Yakima Laborers Hazardous Waste Worker (level $33.71 7A 2Y A) Yakima Laborers Hazardous Waste Worker (level $33.31 7A 2Y B) Yakima Laborers Hazardous Waste Worker (level $32.75 7A 2Y C) 1 Yakima Laborers High Scaler $33.71 7A 2Y Yakima Laborers Jackhammer $33.31 7A 2Y Yakima Laborers Laserbeam Operator $33.31 7A 2Y 1 Yakima Laborers Maintenance Person $32.75 7A 2Y Yakima Laborers Manhole Builder - mudman $33.31 7A 2Y • Yakima Laborers Material Yard Person $32.75 7A 2Y Yakima Laborers Motorman -dinky Locomotive $33.31 7A 2Y Yakima Laborers Nozzleman (concrete Pump, $33.31 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, I Shotcrete, Water Bla - Yakima Laborers Pavement Breaker $33.31 7A 2Y Yakima Laborers Pilot Car $30.75 7A 2Y _ 1 Yakima Laborers Pipe Layer(lead) $33.71 7A 2Y Yakima Laborers Pipe Layer /tailor $33.31 7A 2Y Yakima Laborers Pipe Pot Tender $33.31 7A 2Y 1 Yakima Laborers Pipe Reliner $33.31 7A 2Y Yakima Laborers Pipe Wrapper $33.31 7A 2Y Yakima Laborers Pot Tender $32.75 7A 2Y Yakima Laborers Powderman $33.71 7A 2Y 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 1 Page 5 of 16 I Yakima Laborers Powderman's Helper $32.75 7A 2Y Yakima . Laborers Power Jacks $33.31 7A 2Y Yakima Laborers Railroad Spike Puller Power $33.31 7A 2Y I Yakima Laborers Raker Asphalt $33.71 7A 2Y Yakima Laborers Re- timberman $33.71 7A 2Y I Yakima Laborers Remote Equipment Operator $33.31 7A 2Y Yakima Laborers Rigger /signal Person $33.31 7A 2Y Yakima Laborers Rip Rap Person $32.75 7A 2Y I Yakima Laborers Rivet Buster $33.31 7A 2Y Yakima Laborers Rodder $33.31 7A 2Y Yakima Laborers Scaffold Erector $32.75 7A 2Y I Yakima Laborers Scale Person $32.75 7A 2Y Yakima Laborers Sloper (over 20 ") $33.31 7A 2Y I - Yakima Laborers Sloper Sprayer $32.75 7A 2Y Yakima Laborers Spreader (concrete) $33.31 7A 2Y Yakima Laborers Stake Hopper $32.75 7A 2Y I Yakima Laborers Stock Piler $32.75 7A 2Y Yakima Laborers Tamper Et Similar Electric, Air $33.31 7A 2Y Et Gas Operated Tools I Yakima Laborers Tamper (multiple Et Self- $33.31 7A 2Y propelled) Yakima Laborers Timber Person - Sewer (lagger, $33.31 7A 2Y I Yakima Laborers Shorer & Cribber) Toolroom Person (at Jobsite) $32.75 7A 2Y Yakima Laborers Topper $32.75 7A 2Y I Yakima Laborers Track Laborer $32.75 7A 2Y Yakima Laborers Track Liner (power) $33.31 7A 2Y Yakima Laborers Traffic Control Laborer $32.61 7A 111 8R I Yakima Laborers Traffic Control Supervisor $32.61 7A 111 8R Yakima Laborers Truck Spotter $32.75 7A 2Y Yakima Laborers Tugger Operator $33.31 7A 2Y I , Yakima Laborers Tunnel Work -Miner $33.81 7A 2Y 8Q, Yakima Laborers Vibrator $33.31 7A , 2Y I Yakima Laborers Vinyl Seamer $32.75 7A 2Y Yakima Laborers Watchman $28.07 7A 2Y Yakima Laborers Welder $33.31 7A 2Y I Yakima Laborers Well Point Laborer $33.31 7A 2Y Yakima Laborers Window Washer /cleaner $28.07 7A 2Y Yakima Laborers - Underground Sewer General Laborer a Topman $32.75 7A 2Y I Er Water Yakima Laborers - Underground Sewer Pipe Layer $33.31 7A 2Y Et Water I Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.04 1 Installers ;Yakima Landscape Construction Landscape Equipment $15.45 1 I Operators Or Truck Drivers 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 6 of 16 II Yakima Landscape Construction Landscaping Or Planting $9.04 1 Laborers Yakima Lathers Journey Level $38.43 5D • 1M Yakima Marble Setters Journey Level $41.03 5A 1M 1 Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) , Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $28.12 6Z 1W I Yakima Pile Driver Journey Level $48.82 5D 1M Yakima Plasterers Journey Level $48.23 M. 1R Yakima Plaveround Et Park Equipment Journey Level $9.04 1 1 Installers Yakima Plumbers Et Pipefitters Journey Level $72.04 6Z 1Q Yakima Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P 1 Yakima Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P Concrete _ Yakima Power Equipment Operators Bobcat $48.62 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P 1 Equipment Yakima Power Equipment Operators Brooms $48.62 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $51.40 7A 3C 8P Yakima Power Equipment Operators Cableways $51.89 7A 3C 8P Yakima Power Equipment Operators Chipper $51.40 7A 3C 8P Yakima Power Equipment Operators Compressor $48.62 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 I M Yakima Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P Screed I Yakima Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. _ I Yakima Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $50.98 7A 3C 8P 1 Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P I Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 Page 7 of 16 I Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom (including Jib With I Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, or 150' of boom (including jib with I attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. I Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $48.62 7A 3C 8P Under I Yakima Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P Through 199 Tons Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C 8P I Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 8P Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P I Attachments A -frame Over 10 Tons Yakima Power Equipment Operators Crusher $51.40 7A 3C 8P I Yakima Power Equipment Operators Deck Engineer /deck Winches $51.40 7A 3C 8P (power) Yakima Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P I Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Over Yakima Power Equipment Operators ' Dozers D -9 a Under $50.98 7A 3C 8P . I Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C' 8P Or Crane Mount Yakima Power Equipment Operators Drilling Machine $51.40 7A 3C 8P I Yakima Power Equipment Operators Elevator And Man -lift: $48.62 7A 3C 8P Permanent And Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P I Gamaco 8 Similar Equipment Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments I Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments Yakima Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P I Prints, Cut Sheets, Etc Yakima Power Equipment Operators Gradechecker /stakeman $48.62 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P 1 . 1 https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 8 of 16 1 Yakima Power Equipment Operators Guardrail Punch /Auger $51.40 7A 3C 8P 1 Yakima Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over I Yakima Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off -road Equipment Under 45 Yards t Yakima Power Equipment Operators Horizontal /directional Drill $50.98 7A 3C 8P Locator Yakima Power Equipment Operators Horizontal /directional Drill $51.40 7A 3C 8P Operator Yakima Power Equipment Operators Hydralifts /boom Trucks Over $50.98 7A 3C 8P 10 Tons Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $48.62 7A 3C 8P I Tons And Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P I Over Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P 111 Yards Yakima Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P 1 Yakima Power Equipment Operators Locomotives, All $51.40 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P 111 Yakima Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) Yakima Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P I Yakima Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing Yakima Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P I Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution Et Mulch Seeding Operator Yakima Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P Manlifts), Air Tuggers,strato Yakima Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons I Yakima Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over Yakima Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons Yakima Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 I Page 9 of 16 I Yakima Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P Yakima Power Equipment Operators Power Plant $48.62 7A 3C 8P ' Yakima Power Equipment Operators Pumps - Water $48.62 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P ' 100 Feet In Height Based To Boom Yakima Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving 1 Equipment Yakima Power Equipment Operators Rigger And Bellmanr $48.62 7A 3C 8P ; Yakima Power Equipment Operators Rollagon $51.89 7A 3C 8P t Yakima Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $50.98 7A 3C 8P Materials I Yakima Power Equipment. Operators Roto -mill, Roto - grinder $51.40 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P ' < Yakima Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P : 45 Yards Yakima Power Equipment Operators Scrapers - Concrete & Carry All $50.98 7A 3C 8P I Yakima Power Equipment Operators Scrapers, Self - propelled: 45 $51.89 7A 3C 8P Yards And Over Ya Pqt Servir - n Yakima kima Power ower Equipment Operators $hotcrete /gunite ce Enginees Equipment Equipme t $48.62 $50.98 7.4 7A 3C 8P I Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P 3C 8P Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P I Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 I Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons I Yakima Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & $51.89 7A 3C 8P Screedman I Yakima Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P I Height, Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom Yakima Power Equipment Operators Transporters, All Track Or $51.89 7A 3C SP Truck Type Yakima Power Equipment Operators Trenching Machines $50.98 7A 3C 8P 1 • I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 10 of 16 i Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 $51.40 7A 3C 8P 1 Tons And Over Yakima Power Equipment Operators Truck Crane Oiler /driver Under $50.98 7A 3C 8P 100 Tons 1 Yakima Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P Yakima Power Equipment Operators Welder $51.89 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $48.62 7A 3C 8P 1 Yakima Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P 1 Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete 1 Yakima Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P 1 Underground Sewer Et Water Equipment Yakima Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water 1 Yakima Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $51.89 7A 3C 8P 1 Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water 1 Yakima Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P I Underground Sewer Et Water With Boom Attachment Over 42 M Yakima Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P t Underground Sewer Et Water Screed Yakima Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. 1 Yakima Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42 m 1 Yakima Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P 1 Underground Sewer Et Water Tons With Attachments Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 1 20 Tons Through 44 Tons Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P 1 https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 Page 11 of 16 I Underground Sewer & Water Tons, Or 150' Of Boom (including Jib With Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P I Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) . Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P I Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P Underground Sewer & Water Through 199 Tons I Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P I Underground Sewer & Water Of Boom (including Jib With Attachments) _ Yakima Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P I Underground Sewer & Water Attachments A -frame Over 10 Tons Yakima Power Equipment Operators- Crusher $51.40 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer /deck Winches $51.40 7A 3C 8P Underground Sewer & Water (power) I Yakima Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Underground Sewer & Water Over I Yakima Power Equipment Operators- Dozers D -9 & Under $50.98 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Underground Sewer & Water Or Crane Mount Yakima Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P ' Underground Sewer Et Water I Yakima Power Equipment Operators- Elevator And Man -lift: $48.62 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P ° I Underground Sewer & Water Gamaco & Similar Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer & Water With Attachments I Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer & Water Attachments 'Yakima Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P I Underground Sewer & Water Prints, Cut Sheets, Etc Yakima Power Equipment Operators- Gradechecker /stakeman $48.62 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch /Auger $51.40 7A 3C 8P t Underground Sewer & Water . ' https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 12 of 16 i Yakima Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P I Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P I Underground Sewer & Water Articulating Off -road Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill $50.98 7A 3C 8P I Underground Sewer & Water Locator Yakima Power Equipment Operators- Horizontal /directional Drill $51.40 7A 3C 8P Underground Sewer & Water Operator Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $50.98 7A 3C 8P Underground Sewer & Water 10 Tons Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $48.62 7A 3C 8P I Underground Sewer & Water Tons And Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $52.44 7A 3C 8P Underground Sewer & Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer & Water Not Including 8 Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P 1 Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P I Underground Sewer & Water $0.50 Per Hour Over Mechanic) Yakima Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators Motor Patrol Grader - Non $50.98 7A 3C 8P Underground Sewer & Water finishing Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer & Water Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons Yakima Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer & Water Tons And Over I Yakima Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 � 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 Page 13 of 16 1 1 Yakima Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P ' I Underground Sewer Et Water Mount) Yakima Power Equipment Operators- Plant Oiler Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer Et Water 1 Yakima Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $48.62 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P I Underground Sewer Et Water 100 Feet In Height Based To Boom Yakima Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P I Underground Sewer Et Water Rubber Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P 1 Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $50.98 7A 3C 8P Underground Sewer Et Water Materials I Yakima Power Equipment Operators- Roto -mill, Roto - grinder $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P 1 Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 8P Underground Sewer Et Water 45 Yards I Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 $51.89 7A 3C 8P , I Underground Sewer Et Water Yards And Over Yakima Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Shotcrete /gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons 1 Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C ,8P 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 14 of 16 i Underground Sewer Et Water Over 50 Metric Tons To'90 I Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons Yakima Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P I Underground Sewer Et Water Screedman Yakima Power Equipm- Operators- Subgrader Trimmer $51.40 7A 3C BP Underground Sewer a Water Yakima Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P I Underground Sewer Et Water Height, Base To Boom Yakima Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P Underground Sewer Et Water Height Base To Boom I Yakima Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type Yakima Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $51.40 7A 3C 8P Underground Sewer Et Water Tons And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver Under $50.98 7A 3C 8P Underground Sewer Et Water 100 Tons Yakima Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C 8P 1 Underground Sewer a Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers ' ll Yakima Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers Yakima Power Line Clearanc- Tree Tree Trimmer Groundperson $28.95 5A 4A 1 Trimmers Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/16/2013 1 i Page 15 of 16 1 Yakima Residential Electricians Journey Level $21.98 1 _ 'Yakima Residential Glaziers , Journey Level $22.43 61 1B I Yakima Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 I Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Journey Level $20.55 1 I Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics I Yakima Residential Sheet Metal Journey Level (Field or Shop) $37.10 5A 1X Workers Yakima Residential Soft Floor Lavers Journey Level $17.55 1 I ; Yakima Residential Sprinkler Fitters Journey Level $9.04 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 I , Yakima • Residential Terrazzo Workers Journey Level $9.04 1 Yakima Residential Terrazzo /Tile Journey Level $17.00 1 Finishers I Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $50.61 5A 1X I Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 I Electrical) Yakima Soft Floor Lavers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.04 1 1 I Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 t I Structural) s Yakima Stone Masons Journey Level • $41.03 5A 1M i Yakima Street And Parkin Lot Journey Level $9.04 1 I Sweeper Workers Yakima Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor I Yakima Surveyors Chainman $50.46 7A 3C 8P Yakima Surveyors Construction Site Surveyor $51.89 7A 3C 8P Yakima Telecommunication Journey Level ' $20.00 1 I Technicians Yakima Telephone Line Construction - Cable Splicer $35.09 5A 28 Outside I Yakima Telephone Line Construction - Hole Digger /Ground Person $19.22 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $33.63 5A 2B 1 Outside 1 https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 1/16/2013 Page 16 of 16 ' Yakima Telephone Line Construction - Special Aparatus Installer I $35.09 5A 2B I Outside Yakima Telephone Line Construction - Special Apparatus Installer 11 $34.37 5A 2B 1 Outside Yakima Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) Yakima Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B I Outside (Light) Yakima Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside I Yakima Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson /Installer $24.66 5A 2B I Outside Yakima Telephone Line Construction - Television System Technician $29.42 5A 2B Outside — Yakima Telephone Line Construction - Television Technician $26.43 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside Yakima Terrazzo Workers Journey Level $32.15 5A 1M Yakima Tile Setters Journey Level $32.15 5A 1M Yakima Tile, Marble 8 Terrazzo Journey Level $28.07 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $41.27 7A 1K I Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck a Trailer(c.wa- $36.36 61 2G 760) I Yakima Truck Drivers Dump Truck(c.wa -760) $36.36 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $36.36 61 2G Yakima Truck Drivers Transit Mixer $36.36 61 2G Yakima Well Drillers a Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers & Irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers a Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1/16/2013 1 1 Materials, equipment, installation and operating manuals, and all warrantees . • associated with the Badger Meter Galaxy AMI system are made part of this contract by this reference and as submitted with the original proposal provided by Badger Meter, Inc., December 4, 2012. Refer to proposal for all literature provided. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1