HomeMy WebLinkAboutStaff Report 187-05incomplete. The references provided by HEXAGRAM do not include any AMR projects it had
completed that automated reading of residential or commercial electric meters. The proposal
from Datamatic indicates that the gas and water hardware it proposes to install is not compatible
with all of the water and gas meters currently in service in the areas included in the scope of this
project. The Datamatic proposal does not include any costs for furnishing and installing
collectors and repeaters for the remote meter reading using a Fixed Network solution that utilizes
radio frequency to communicate with the meters without the need to leave the office. This
suggests that Datamatic intends to furnish two separate systems, one that uses radio frequency
and is used with the walk-by and the mobile meter reading units and a second system that will
use telephone lines. In addition, the Datamatic proposal does not include any provisions for
automating the meter reading function for large commercial electric meters. Only ITRON, Inc.
submitted a proposal that was superior in meeting the listed requirements in the specification and
met all of the criteria listed below.
Summary of Solicitation Process
Proposal Description/Number Automated Meter Reading (AMR) System, RFP Number
110680
Proposed Length of Project 4 months
Number of Proposals Mailed 16
Total Days to Respond to Proposal 25
Pre-proposal Meeting Date None
No. of Company Attendees at Pre-N/A
proposal Meeting
Number of Proposals Received: 6*
Company Name . Location (City, State) Selected for oral
interview?
ITRON, Inc. Spokane, Washington Yes
DATAMATIC, LTD Plano, Texas No
HEXAGRAM, Inc. Cleveland, OH No
AMRON Technologies Inc. Hartsville, SC No
SENSUS, Inc. New Orleans, LA No
Hunt Technologies, Inc. Pequot Lakes, MN No
Range of Proposal Amounts Submitted $97,275 to $556,179
*Bid summary provided in Attachment B
The wide range in the proposal amounts submitted is primarily due to vendors submitting
incomplete proposals. Five out of the 6 proposals received were incomplete and did not include
all of the system components and features described in the scope of work of the Request for
ProposaL The lowest proposal is $97,275 and the highest proposal is $556,179. When
comparing the total proposal cost to automate the 4,355 meters included in the scope of this
project to the cost for doing similar projects at two other utilities, the per meter cost was $150 for
one utility (based on a total of 80,000 meters) and $115 for another utility (based on a total of
97,000 meters). ITRON's per meter average cost for this project is $127. Considering the size
of this project in comparison to the size of the two projects listed above, staff believes that
ITRON's proposal to automate the meter reading of 4,355 meters is in~line with the industry
CMR:187:05 Page 4 of6
\.
"
file at all' times during the term of this Contract with,th~ city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR's liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed and the System provided under this
Contract.
SECTION 9 -WORKERS' COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers' compensation orto undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SECTION 10 -TERMINATION OR SUSPENSION OF CONTRACT OR
SERVICES
10.1 The city manager may suspend the provision of the
System and/or the performance of the Services, in whole or in part,
or terminate this Contract, with or without cause, by giving thirty
(30) days' prior written notice thereof to CONTRACTOR. Upon
receipt of such notice, CONTRACTOR will immediately discontinue its
provision of the System and/or the performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its provision of the System and/or the performance of the Se~ices
by giving thirty (30) days' prior written notice thereof to CITY,
but only in the event of a substantial failure of performance by
CITY or in the event CITY indefinitely withholds or withdraws its
request for the ,initiation or continuation of the Ser vices to be
performed or System to be provided.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered and the
Equipment and Licensed Software shipped to CITY on or before the
effective date of suspension or termination; provided, however, if
this Contract is suspended or terminated on account of a default by
CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only
for that portion of the System and/or Services which are of direct
and immediate benefit to CITY, as such determination may be made by
the city manager acting in the reasonable exercise of her
discretion.
6
')
performance of this Contract, it will. not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or e~loyee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14 -NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municip al Code, no
discrimination will be made in the employment of any person under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, o:rmay be, five thousa:nd
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compl,iance with all
Federal and State of California laws covering
nondiscrimination in employmenti and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, r eligion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty -five dollars ($25) for each person for each
calendar day during which such person was SUbjected to acts of
discrimination, as damages for breach of contract, or both. Only a
finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 15 -MISCELLANEOUS PROVISIONS
8
any further action is necessary or desirable to comply with the requirements of the FCC, each party to this Contract will, or will cause its
proper officers, directors, partners, affiliates or associates, as the case may be, to take all such necessary action including, without limitation,
the execution and delivery of such further instruments and documents or amendments to this Contract as may reasonably be necessary to
comply with such requirements.
SECTION 5. THE LICENSED SOFTWARE.
5. I License. Subject to the terms and conditions of this Contract, CONTRACTOR grants to CITY a nonexclusive, nontransferable license to
use the Licensed Software, including the Related Documentation, set forth on Exhibit B hereto in connection with the System. In exchange
for the licenses granted hereunder, CITY shall pay to CONTRACTOR the liceflse fee(s) set forth in Exhibit B for the current configuration
of the Licensed Software.
5.2 CONTRACTOR's Property. The Licensed Software, Related Documentation and methods of processing, shall remain the sole and
exclusive property of CONTRACTOR and shall not be sold, revealed, disclosed or otherwise communicated, directly or indirectly, by CITY
to any person, company or institution whatsoever except as described in Section 5.4.
5.3 Scope of License. CITY may use the Licensed Software on computers used or owned by CITY. CITY shall advise CONTRACTOR of the
location of each copy of Licensed Software. The Licensed Software shall be used only for the processing of CITY's own business
information, which shall include servicing and maintaining records on behalf of its customers. CITY shall not: (a) sublicense the Licensed
Software or permit any third party to use the Licensed Software, (b) use the Licensed Software in the operation ofa service bureau, or (c)
reverse engineer, disassemble, modify, prepare derivative works of, or otherwise alter the Licensed Software. Without the payment of an
additional license fee, CITY shall not use the Licensed Software to process business information concerning customers derived through
merger, a·sset acquisition or other entity combination.
CITY may, at its own expense, copy all or part of the Related Documentation for its internal use. CITY shall reproduce and include" any
copyright or trade secret notices on any such copies. "
CONTRACTOR reserves all rights to the Licensed Software, the Related Documentation and the Equipment not specifically granted to
CITY in this Contract.
5.4 Proprietary Information. In addition to the rights and obligations set forth in Section 8, CITY acknowledges and agrees that the information
contained in the Licensed Software and Related Documentation is proprietary or confidential information and is the property of
CONTRACTOR (or another party who has licensed to CONTRACTOR), and that the proprietary information is being made available to
CITY by CONTRACTOR in confidence and solely on the basis of CITY's confidential relationship with CONTRACTOR. The proprietary
information is considered by CONTRACTOR to be a trade secret of CONTRACTOR. CITY will not provide or otherwise make available
any Licensed Software or Related Documentation, in any form, except as required by law or judicial or governmental order, without
CONTRACTOR's prior written consent, except to employees or consultants of CITY whose access to the information is necessary to enable
CITY to exercise its rights under this License and who are subject themselves to an obligation to maintain the confidentiality of such
information.
The"CITY's obligation of confidentiality under this Contract shall ~urvive termination ofthis Contract.
SECTION 6. WARRANTIES AND EXCLUSION OF WARRANTIES.
CONTRACTOR warrants that, for one (I) year from date of shipment and under normal use, the Equipment shall be free from defects in material
and workmanship and the Licensed Software shall perform substantially in accordance with the Specifications.
If any Equipment or Licensed Software is returned by CITY to a location designated by CONTRACTOR during the applicable warranty period
and CONTRACTOR determines that the Equipment or Licensed Software fails to meet the applicable warranty, such Equipment or Licensed
Software will be repaired or replaced free of charge and returned to CITY, F.O.B. CONTRACTOR's place of repair or manufacture.
Transportation charges will be paid by CITY for Equipment or Licensed Software sent to CONTRACTOR under warranty and paid by
CONTRACTOR when Equipment or Licensed Software is repaired or replaced under warranty and returned to CITY. Any such repaired or
replaced Equipment or Licensed Software or part thereof shall be covered for the remainder of the appl icable original warranty period set forth
above. In the event CONTRACTOR is u·nable to repair or replace defective Equipment and Licensed Software, CONTRACTOR shall refund to
CITY the price paid by CITY for such product. Repairs or replacements necessitated by inadequate maintenance, acts of God, normal wear and
tear or fault of CITY or its agents or contractors shall be at t::ITY's sole expense.
CONTRACTOR agrees to pass through to CITY all available warranties offered by third-party manufacturers applicable to Third Party
Equipment imd Third Party Software purchased or licensed under this Contract.
THE WARRANTIES SET FORTH IN THIS SECTION 6 ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED,
INCLUDING BUT NOT LIMITED" TO, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE OR COURSE OF PERFORMANCE, COURSE OF DEALING OR USAGE OF TRADE. CONTRACTOR
AND CITY AGREE THAT CITY'S EXCLUSIVE REMEDY AND CONTRACTOR'S SOLE LIABILITY FOR ANY BREACH OF
ANY OF SUCH LIMITED WARRANTIES IS AS SET FORTH ABOVE.
Notwithstanding the foregoing, CONTRACTOR shall have no liability" or obligation because of faulty installation or programming of the
Equipment or Licensed Software if such installation or programming was not performed by CONTRACTOR or because of use of Licensed
Software on a system configuration not designed by CONTRACTOR, normal wear and tear, improper operation or maintena"nce contrary to
CONTRACTOR's instructions, or alterations, repairs or modifications by someone other than CONTRACTOR without CONTRACTOR's
approval, or because of damages or accidents caused by improper or violent treatment, excessive stra.in or use of improper materials.
CONTRACTOR shall have no obligation under this paragraph or otherwise under this Contract for correcting any damages to the Equipment or
Licensed Software as a result of any of the foregoing, but if such services are available, they can be provided by CONTRACTOR under this
05i31 lOS 2
Table of Contents
Revisioll SUl1l1l1alY .......................................................................................................................... 4
1 DOCllJ11ellt Overview ............. : ................................................................................................. 5
1.0 Agreement ................................................................... ; ................................................. 5
1.1 Description .................................................................................................................... 5
1.2 Definitions ..................................................................................................................... 5
1.2.1 General Project Definitions ..................................................................................................... 5
1.2.2 Fixed Network Definitions ..................................................................................................... 5
2 Project OvervieJv ..................................................................... ' ................................................ 8
2.0 Project Objectives ............................. .-........................................................................... 8
, 2.1 Assumptions ...................... ; ........................................................................................... 8
2.2 Change Control Process ... ~ ................................................................... ; ....................... 8
3 Fixed Network A!chitectllre ...................................................................... , ............................. 9
3.0 Fixed Network System Diagram .............................................................. ; .................. 9
3.1 Hardware Server Requirements ................................................................................. 9
3.2 Software Server Requirements .................................................................................. 10
4 Project Definition alld Requirements .................................................................................. 11
4.0 Pre-Implementation Reqriirements ........................................................................... 11
4.1 Fixed Network Requirements .................................................................................... 11
5 Fixed Network Turnkey System Project Phases .................................................................. 12
5.0 ProJect Definition Phase ............................................................ , ................................. 12
5.1 EndPoint Deployment Design & Development ........................................................ 13
5.2 Mobile AMR System Installation .............................................................................. 14
5.2.1 Integrate Mobile AMR functionality within MY -RS ............................................................ 14
5.3 ERT installation Work Order System Design and Development. .......................... 15
NOTE: The following section is based upon employing !tron's EndPoint Link System ................... 15
5.4 AMR Endpoint Deployment Services ....................................................................... 17
5.5 Route and System Acceptance ................................................................................... 26
5.6 Sample Endpoint Installation Schedule .................................................................... 27
6 FN System Design & Development Phase ........................................................................... 28
7 System Configure/Build/Deploy Phase ................................................................................ 31
8 Training Plzase ..................................................................................................................... 36
9 Closing Phase ...................................... : ................................................................................ 38
10 Illstallation Schedule ............................................................................................................ 39
Turnkey !tron Fixed Network System Installation Schedule .............................................. 39
11 DOCll1J1 entation ..................................................................................................................... 40
City of Palo Alto Fixed Network Scope of Work Page 2 6/712005
2 Project Overview
CPAU and Itron will jointly implement the System as defined herein. Itron will provide
Project Services to support this effort in conjunction with Project Services provided by
CPAU.
2.0 Project Objectives
• Install an Itron Fixed Network meter reading system
• Install 2,748 Electric meters with AMR capability
• Install 964 ERTs on existing compatible gas meters
• Install 643 Water ERTs on existing compatible registers or replace meter/register
with compatible meter/register and attach water ERT.
• Redefine routes based on Fixed Network meter reading system.
• There may be meters added to or excluded from the current meter routes,
however, the overall number of ERTs in the project shall not Change.
2.1 Assumptions
• FN Collection Engine will be installed by ITRON at CPAU facility
• Itron will conduct a site survey prior to final system design to more accurately
determine quantity and location of CCU(s) and repeater(s).
• CPAU will purchase appropriate Collection Engine Hardware (defined herein)
from their current computer hardware vendor(s).
• CPAU will provide new meters and/or registers if existing target meters are not
AMR compatible.
• 90% of the target gas and electric and water meters are outside and readily
accessible by field installers with.out requiring customer appointment.
• Water ERT modules will be installed through the lid or under an Itron qualified pit
Hd material. See Appendix 0 -50W-2 ERT Reading Performance Under Pit Lids.
• CPAU will install Electric CT/PT and demand meters.
o Field installation work by ITRON or by ITRON contractors/sub-contractors is not
subject to prevailing wage or Union Labor requirements.
2.2 Change Control Process
CPAU and Itron shall jointly implement a Change Control Process to track and
manage project and system scope changes related to the deployment. The
Change Control Process is a mechanism to manage and control changes
throughout the life of the project. Change control meetings shall be scheduled as
needed by the project management teams.
Change requests are divided into two categories: Type 1 The change is minimal
and has no cost, schedule, effect on production, or other material impact; Type 2
the change. has cost, schedule, effect on production, or other material impact.
CPAU and Itron project management teams shall mutually determine the change
type classification.
The change control process is described in Appendix A
City of Palo Alto Fixed Network Scope of Work Page 8 6/7/2005
Appendix B -Change Request Form
All change orders, with or without a change in total project cost, must be signed and
approved by the CPAU Project Manager, or his designated representative, before any
work described in the change order can begin. Some change orders require a higher
level of approval from a CPAU Manager or Director, and may require additional days for
approval.
Need: Change Request Description:
0 Urgent
0 Essential
0 Desirable
Justification for Change:
Change Requested By:
Name and Title Signature Date
Impact Summary:
Impact to Schedule: Impact to Resources: Requester informed of
Impact to
Project Manager
$ Date:
Approval: Date:
Itron Project Manager:
CPAU Project Manager:
City of Palo Alto Fixed Network Scope 'Of Work Page 42 6/7/2005
Suggested Head End Configuration -Fixed Network 2.0
The proposed sysfem requires a Database Server and a Message Processor. For optimum performance
Itron recommends a dediCated· Database Server.
Database Server Requirements
(Dedicated Server Recommended)
2 -2.8 GHzXeon CPU
2GB RAM
2x36.4GB RAID Windows 2000 Server
Message processor Requirements
1 -~.p6 9HZ;Pentium 4'CPU
1GBRAM
2 )(73GElHAIP
Wiroows 2000 Server
Based on BMR# HW W0040 Ver2 Feb
February 14; 2005 Itron, Inc.
Page 6 of 7
/ System' Maintenance Policy
~'-'~~·"=~"·'''"~"~T·~=''''W.''''· Fixed Network Hardware and Software
~ . I City of P;llb Alto
i Exhibit B
Warranty Exc;lusjcm: Replacement parts that eire sold directly to a customer,
except for furnished parts as documented under Preventive Mdintenance
and Corrective Maintenance herein, or service provider for use as spare ports
inventory, or for installation by c0stomerpersbnnel or personnel not under
contractor direct employment by Itroh, inc., areexduded from mon's
Replacement PartWarianty coverage.
Refurn.~d Parts: Replacement parts purchase,q frornltron thot ore. hot part of
dn Itroh Service and Maintenance Agreement oeon ltron'fqctory
repair/re)Juild, may be returned within fourteeh (104) calendar doys ofreceipt
for full rE3flJr)d, .minus a restocking charge of twenty~five percent '{:25%} orthe.
CLJrrentLisf or Repair/Exchange price. . . .
. Minin'1vli! purchase: All replacement.partpur.chdsesdr'e>subJecrto d$' 100,00
mlnirr\urn order.
Special Freight:. Next day delivery drid/orpreferredcdtrier; $, 25.0Q minimum
or Jtron's incurred freight charges;
, ""0111 Fixed Network SerVice Policy v4.2 10
tXHHH I C
ACORQM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YY)
6/06/05 -
PRODUCER PHONE#: 509-358-3900 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
MARSH ADVANTAGE AMERICA ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR A SERVICE OF SEABURY & SMITH ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PO BOX 2151 INSURERS AFFORDING COVERAGE SPOKANE, WA 99210
INSURED INSURER A: St. Paul Fire & Marine Ins. Co
Itron, Inc. et al INSURER B:
Attn. Michelle Smith INSURER C:
P.O. Box 15288 INSURER D:
Spokane WA 99215 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER ri~~~YJ~6%;~~E Pgk~CEY(~~]~~ T~$~ LIMITS LTR
A ~ERAL LIABILITY TE 08400864 8/31/04 8/31/05 EACH OCCURRENCE $ 1000000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 250000 J CLAIMS MADE [K] OCCUR MED EXP (Anyone person) $ 10000
PERSONAL & A[lV INJURY $ 1000000 c-------------
GENERAL AGGREGATE $ 200000Q I--2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ n IlpRO-\xl LOC POLICY JECT
A AUTOMOBILE LIABILITY TE 08400864 8/31/04 8/31/05 COMBINED SINGLE LIMIT rx $
ANY AUTO (Ea accident) 1000000 I--
ALL OWNED AUTOS BODILY INJURY I---$
SCHEDULED AUTOS (Per person)
I--
X HIRED AUTOS BODILY INJURY X $
NON-OWNED AUTOS (Per accident)
-
-PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY . AUTO ONLY -EN ACCIDENT $
HANYAUTO OTHER THAN EAACC $ ._---AUTO ONLY: AGG $
A EXCESS LIABILITY TE 08400864 8/31/04 8/31/05 EACH OCCURRENCE $ 25000000 tKJ OCCUR D CLAIMS MADE AGGREGATE $ 25000000
$ F1 DEDUCTIBLE $
RETENTION $ 10000 $
A WORKERS COMPENSATION AND WVA8400554 10/01/04 10/01/05 XJWC STATU., I TORY LIMITS IOTH-ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1000000
E.L. DISEASE -EA EMPLOYEE $ 1000000
E.L. DISEASE -POLICY LIMIT $ 1000000.
OTHER
A ELECTRONIC E&O TE 0840086.4 8/31/04 8/31/05 1,000,000
"CLAIMS MADE" 100,000 DED.
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
RE: OPERATIONS OF THE NAMED INSURED.
,
CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF PALO ALTO DATE THEREOF, THE ~ INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
OFFICE OF THE CITY CLERK NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
P.O. BOX 10250 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
PALO ALTO, CA REPRESENTATIVES.
94303 ~~i71i\~\~~~.B\~ji\~)~~~~ntage Am.
I Bv:
ACORD 25-S (7/97) @ ACORD CORPORATION 1988
~.~ ,r~
ATTACHMENT C
-
d. Project overview +
e. Conformance table for RFP +
f. Pricing Summary +
g. Vendor profile +
• Other (exceptions to City of Palo Alto Proposal
Instructions and Special Conditions) -(note17)
4. Potential of uQgrading and migrating to more Incomplete Bid
advanced meter reading technologies NO BID NO BID NO BID (See Note 13)
• AMR system will enable easy integration with value-+
added services such as customizable billing and intemet-
based information access
• Other functions, such as load profiling, demand-side
management (DSM), and other data acquisition are +
ancillary.
• If any component of the Bidder's package is planned for
I
future availability, the timetable for each component +
availability shall be specified.
• Failure to respond to any requirements outlined in the
RFP or failure to enclose copies of the required +
"" documents, may disqualify a proposal.
s. Other NO BID NO BID NO BID
• Number of years company has been providing AMR +
reading systems.
+ • References -minimum 5 references with contacts for
CPAU AMR System Proposal Team Evaluation Page 4 of 15 06/14/2005
..
ATTACHMENT C
• Provide a solution for remote disconnect. I
+
II II II II I
2. Best Price Incomplete
Bid -See NO BID NO BID NO BID
• Equipment cost + Note 14
.. Labor cost (full turnkey and 50% turnkey) +
• Implementation cost +
• Software license fee +
• Software maintenance for 5 years +
• Support +
• Training +
• Other +
3. Compliance with Specifications and needs Incomplete
Bid -See NO BID NO BID NO BID
• AMR System Requirements -(notell, Note 14
12)
• AMR System level features +
AMR System Business Functions + •
',: . System Implementation (project planning and +
professional project management)
• Documentation and Training +
• Resource Requirements + If II , I
CPAU AMR System Proposal Team Evaluation Page 6 of15 06/14/2005
ATTACHMENT C
'i~
I
Instructions and Special Conditions)
II II
/
II II II· I
4. Potential of uugrading and migrating to more
advanced meter reading technologies
• AMR system will enable easy integration with value-+ Incomplete NO BID NO BID NO BID
added services such as customizable billing and intemet-Bid -See based information access Note 14
• Other functions, such as load profiling, demand-side
management (DSM), and other data acquisition are +
ancillary. i
• If any component of the Bidder's package is planned for -future availability, the timetable for each component
availability shall be specified.
• Failure to respond to any requirements outlined in the -
RFP or failure to enclose copies of the required
documents, may disqualify a proposal.
5. Other
• Number of years company has been providing AMR +
reading systems.
.. References -minimum 5 references with contacts for
Utilities with 3 years experience with similar product +
',:
• Financial health of the company
Final Vendor Ranking GJ Incomplete I NOBID I NOBID I NO BID
Bid -See
CP AU AMR System Proposal Team Evaluation Page 8 of 15 06114/2005
ATTACHMENT C
Notes:
1. Vendor has provided the option of using an ELSTER meter with a built-in ITRON ERT, or wait until July 05 for new ITRON
SENTINEL meter.
2. ITRON recommends using a parallel third party disconnect system (remote disconnect switch with one-way pager), which they
state is the most cost-effective way of supporting this service. Once a site is disconnected using the alternate product, the
Fixed Network can be used to confirm the operation has been successful by monitoring the readings.
3. SENSUS operates on a per-meter monthly fee basis (with additional charges for on-demand readings and disconnects) and a
10-year minimum contract that includes an inflation adjuster.
4. A Regional Network Interface (RNJ) is housed at the vendor's services headquarters. Therefore, it is assumed that the host
software is not open and non-proprietary, and therefore not capable of interfacing with other utility applications.
5. Proposal was incomplete and not submitted according to format requested per page 19-22 ofRFP.
6. This information was not very clear from the vendor's response.
7. Information requested is not included, or not clearly defined in the vendor's response to the RFP.
8. Vendor has taken exception to the City of Palo Alto Proposal Requirements including Taxes and Professional Liability
Insurance.
9. Proposal does not include three-phase electric meter conversion, and no alternate has been proposed.
10. Proposal requires that CPAU ship all single-phase electric meters to Datamatic for integration. The proposal for converting
single-phase meters is for installing the meter interface units only and not new meters with meter interface units.
11. Based on the Conformance Table provided with RFP response, it appears that Datamatic is not including a Fixed Network
Solution as part of their proposal.
12. Datamatic's proposal for polyphase electric meters appears to require a different host meter reading system that requires some
communication means to connect the host system to the meter modem, which will require on-going recurring monthly
communication charges.
13. AMRON Technology's proposal does not meet CPAU's objectives of being able to read gas, and water revenue meters.
AMRON Technology's proposal does not include a walk-bye, a drive-by and Fixed Network Solution. AMRON Technology
proposes a web-enabled software solution for reading electric meters only.
14. HUNT Technology's proposal does not meet CPAU's objectives of being able to read electric, gas, and water revenue meters.
HUNT Technology's proposal does not include a walk-bye, drive-by solution. HUNT Technology proposes a system that
CP AU AMR System Proposal Team Evaluation Page 14 of15 06/14/2005
;""~'!., •
.,