HomeMy WebLinkAbout000884 Original Contract CONTRACT DOCUMENTS
City of Port Angeles
for Record #000884
ELECTRIC METERS
PURCHASE CONTRACT NO. LO-14-036
yOT PORT.
-ca RE y
°RKS ANo
CITY OF PORT ANGELES
WASHINGTON
December, 2014
CRAIG FULTON,P.E., DIRECTOR OF PUBLIC WORKS &UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF PUBLIC WORKS &UTILITIES
Reviewed by: Approved by:
7
Mike Puntenney William Bloor
Deputy Director of Public Works&Uti ' ' City Attorney
PROJECT NO. LO-14-036 PAGE 1 OF 16
December 1, 2014
CITY OF PORT ANGELES
�i0F pORTq,CF INVITATION TO BID
For
ELECTRIC METERS
Sealed bids will be received by the Contract Specialist until 2:OOPM, January 6`h, 2015, and will be
opened and read in the Public Works conference room, Port Angeles City Hall, 321 East Fifth Street,
Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
Form 2S, 240 Volt, Class 200 Electric Energy Meters
Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing
contractsgcityofpa.us .
All bids must be on the form provided. Faxed or email bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive minor irregularities
in the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response
to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national
origin or handicap in consideration of an award of any contract or subcontract, and shall be actively
solicited for participation in this project by direct mailing of the invitation to bid to such businesses as
have contacted the City for such notification. Further, all bidders are directed to solicit and consider
minority and women owned businesses as potential subcontractors and material suppliers for this
project.
Mike Puntenney
Deputy Director of Public Works &Utilities
PUBLISH: Peninsula Daily News: December 21, 2014
PROJECT NO. LO-14-036 PAGE 2 OF 16
G �N
INSTRUCTIONS FOR BIDDERS
me®F Equipment Bids
CORKS ANO�
BID SUBMITTAL: adhere to instructions may constitute
disqualification of proposal.
All bids must be sealed with the outside of the
envelope marked with the BID OPENING COMPLIANCE WITH SPECIFICATIONS:
DATE JANUARY 6TH, 2015, PURCHASE The equipment must be in accordance with the
CONTRACT NO. LO-14-036. The NAME specifications.
AND ADDRESS OF THE BIDDER shall also
appear on the outside of the envelope. Bids Failure on the Contractor's part to comply with
shall be directed to the Contract Specialist, and any specification herein will be grounds for
mailed to PO Box 1150, or delivered to 321 East disqualification of the bid.
Fifth Street, Port Angeles,Washington 98362.
All items called for in the specifications,
It is the intent of the attached specifications to including but not limited to the equipment
describe the minimum requirements for the constructed as shown, and the necessary
equipment requested in sufficient detail to manuals, must be complied with before the final
secure bids on comparable equipment. All parts payment can be processed.
which are necessary in order to provide a
complete unit as described, meeting all safety Where the description of an item includes both
requirements, and ready for operation, shall be specifications and a brand name and number, the
included in the bid and shall conform in specifications shall govern in case of conflict.
strength, quality of workmanship and material to Brand name and number are for reference as to
that which is usually provided the trade in the type and quality required and do not
general. Any variance from the specifications or preclude offers of a comparable or better
standards of quality must be clearly pointed out product, provided full specifications and
in writing by the bidder. descriptive literature accompany the offer.
Failure to include full descriptive literature may
Do not make reference to brochures or be cause to reject the offer.
supporting literature on the bid sheet. All
notations for bid compliance or exceptions WARRANTY:
are to be made on the bid sheet or on a plain The purchased supplies or equipment furnished
piece of paper attached and referenced to the must have full manufacturer's warranties, and
bid item. the warranties must inure to the benefit of the
City.
If a bidder's corporate policy mandates use of an
official quotation form, it may be submitted. Vendor agrees to these warranty provisions by
However, the cost data must be duplicated on signing the bid proposal.
the City's bid cost data and agreement sheet.
The City's bid sheet must be signed by the SAFETY:
bidder or its agent in order for the proposal This unit shall completely comply with all State
to be accepted. If alternate equipment is and Federal laws, rules, regulations and codes in
proposed, bidders are required to submit a effect at the time of delivery.
separate bid sheet for each unit offered.
The unit shall be tested by the successful bidder
All bids must be made on the required bid form for compliance with all OSHA/WISHA
and in cases of errors in the extension of prices regulations and the State Department of Labor
in the bid, the unit prices will govern. All blank and Industries Safety Rules.
spaces for bid prices must be filled in, with ink
or typewritten, and the bid form must be fully DELIVERY&ACCEPTANCE:
completed and executed when submitted. Only
one copy of the bid form is required. Faxed and The terms of delivery shall be in accordance
emailed bids will not be accepted. Failure to with Schedule A, Paragraph D of the Contract.
Deliveries shall be free on board(FOB).
PROJECT NO. LO-14-036 PAGE 3 OF 16
be ordered. Purchase Orders for additional
For any exception to the delivery date as quantities may be placed with successful bidders
specified in this Contract, Vendor shall give over this period from the date of award. Prices
prior notification and obtain written approval bid shall be good for all equipment and materials
thereto from the City. Time is of the essence and ordered during that period. All orders shall be
the Contract is subject to termination for failure placed using City of Port Angeles Purchase
to deliver as specified and/or appropriate Orders. Payments shall be made monthly for
damages. The acceptance by the City of late materials received and invoiced.
performance with or without objection or
reservation shall not waive the right to claim Offers made in accordance with the Invitation to
damage for such breach nor constitute a waiver Bid shall be good and firm for the period
of the requirements for the timely performance specified in the bid unless the Bidder
of any obligation remaining to be performed by specifically limits its offer to a shorter period by
Vendor. written notification on the bid document.
However, bids so modified may be declared non
The successful bidder shall be responsible for responsive.
delivery to the City's Light Operations Site,
2007 South O Street, Port Angeles, Washington, Minority and women owned businesses shall be
between the hours of 7:30 AM and 3:00 PM afforded full opportunity to submit bids in
during the City's normal work day. Delivery response to this invitation, shall not be
shall be made within the time period specified discriminated against on the grounds of sex,
on the Bid Form. race, color, age, national origin or handicap in
consideration of an award of any contract or
GENERAL INFORMATION: subcontract, and shall be actively solicited for
The City of Port Angeles reserves the right to participation in this project by direct mailing of
consider delivery time and may waive any minor the invitation to bid to such businesses as have
irregularities or minor defects or reject any and contacted the City for such notification. Further,
all bids. Any bid may be withdrawn prior to the all bidders are directed to solicit and consider
above scheduled time for the opening of bids or minority and women owned businesses as
authorized postponement thereof. Any bid potential subcontractors and material suppliers
received after the time and date specified shall for this project.
not be considered. No Bidder will be permitted
to withdraw its proposal between the closing Signing of the bid sheet by Bidder and
time for receipt of proposals and the execution subsequent acceptance by the City of the lowest
of contract, unless the award is delayed for a responsive bid will constitute a binding
period exceeding sixty (60) calendar days. The agreement between the City and Bidder. Bidder
City of Port Angeles may, at its option, in understands and agrees that final contract
awarding this purchase contract, take into payment will not be made until the City
consideration the revenue it would receive from certifies that all stated specifications have been
purchasing the equipment from a supplier complied with and the equipment is delivered
located within its boundaries, in accordance with and accepted by the City.
RCW 39.30.040.
Bids will be evaluated and submitted to the
For the Schedule(s), offers made in accordance authorized purchasing agent for approval as
with the Invitation to Bid shall be good and firm soon as possible after bid opening. All bidders
for the period of 90 calendar days after contract will be notified of results in writing.
award unless the Bidder specifically limits its
offer to a shorter period by written notification Upon award of the contract to the successful
on the bid document. However,bids so modified bidder, the City will send the Contractor
may be declared non-responsive. Quantities duplicate, complete sets of Contract Documents,
shown are of total estimated initial quantities to which will include the City's Purchase Order
PROJECT NO. LO-14-036 PAGE 4 OF 16
Requisition. The Purchase Order Requisition
will include the final agreed upon price and the
specific equipment and options being purchased.
The Vendor will then sign the duplicate sets of
Contract Documents and return them for signing
by the City. Each party will retain a fully
executed set of the Contract Documents.
The Invitation to Bid is released by the City of
Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy Hanley,
Contract Specialist, (360) 417-4541 or to
contractsgcityofpa.us .
PROJECT NO. LO-14-036 PAGE 5 OF 16
1J0 F PORT ANCF!
USN
CITY OF PORT ANGELES
gmSW STANDARD TERMS AND CONDITIONS
HI(S PNOJ PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND
THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND
THE STATE OF WASHINGTON,WHICH ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or
specification will be effective without written consent of the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels,unless otherwise stated herein.
3. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed
for payment until receipt of a properly completed invoice or invoiced items. Not more than 50% of
the contract amount will be paid prior to receipt of the transformer.
4. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid,
F.O.B. Destination.
5. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any
rejection of goods or material resulting because of non-conformity to the terms and specifications of
this Contract, whether held by the City or returned,will be at Contractor's risk and expense.
6. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and
other written documents affecting this Contract shall contain the applicable purchase contract number.
7. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits
or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase,
installation, or use of goods and materials ordered, and to assume all expenses and damages arising
from such claims, suite or proceedings.
8. WARRANTIES:
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
Contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of five years after delivery and acceptance by the City
of Port Angeles, that:
(1) All supplies furnished under this Contract will be free from defects in material or
workmanship and will conform with all requirements of this Contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and method of,
shipment of such supplies will conform with the requirements of this Contract.
b. When return, correction, or replacement is required, transportation charges and responsibility for
the supplies while in transit shall be borne by the Contractor only during the first year of the warranty
period. However, the Contractor's liability for the transportation charges shall not exceed an amount
PROJECT NO. LO-14-036 PAGE 6 OF 16
equal to the cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall also be
subject to the terms of this clause to the same extent as supplies initially delivered. The warranty, with
respect to supplies or parts thereof, shall be equal in duration to that in paragraph 8.a of this clause
and shall run from the date of delivery of the corrected or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are excluded from
any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the Contractor,
the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 8.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
9. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
10. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax.
No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish
Contractor,upon acceptance of articles supplied under this Contract with an exemption certificate.
11. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods
and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind.
12. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein that occur prior to delivery. Such loss, injury or
destruction shall not release Contractor from any obligation hereunder.
13. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and
against any damage, cost or liability for any injuries to persons or property arising from acts or
omissions of Contractor, its employees, agents or subcontractors howsoever caused.
14. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges
resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns to the
City any and all claims for such overcharges.
15. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's
breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the
City for any default on the part of the Contractor, and the Contractor is adjudged by a court of
competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred
by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the
PROJECT NO. LO-14-036 PAGE 7 OF 16
Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue
shall be laid in Clallam County.
16. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating
the standards of quality, performance, or use desired. Brands of equal quality, performance, and use
shall be considered, provided the bidder specifies the brand and model and submits descriptive
literature when available. Any bid containing a brand which is not of equal quality, performance, or
use specified must be represented as an alternate and not as an equal, and failure to do so shall be
sufficient reason to disregard the bid.
17. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all OSHA/WISHA
regulations and the State Department of Labor and Industries Electrical Workers Safety Rules.
18. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
PROJECT NO. LO-14-036 PAGE 8 OF 16
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this _q_ day of�� 2015, between
the City of Port Angeles (hereinafter called the "City") and Carlson Sales Metering Solutions,
LLC (hereinafter called the "Contractor", "Vendor", or"Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the performance of
the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the
Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the
Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents"
or "Contract". All obligations of the City and the Contractor are fully set forth and described
herein.
In the event of a discrepancy between any of the Contract Documents, as above defined, the
City shall give a written interpretation thereof, which interpretation shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in the
Instructions to Bidders, and the City agrees to purchase and receive from Contractor the
equipment as described and set forth in the Contract Documents and the provisions of the
Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without the
express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable laws of
the State of Washington. Any legal proceedings to determine the rights and obligations of the
parties hereunder shall be brought and heard in Clallam County Superior Court.
PROJECT NO.LO-14-036 PAGE 9 OF 16
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a manner
which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race,
creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental
handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the above-
stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor or the
Contractor's subcontractors, the City may serve written notice of intention to terminate such
Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within
thirty (30) days after serving such notice upon the Contractor such violation shall cease and an
arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon
the expiration of the said thirty (30) days, cease and terminate. In the event of any such
termination, the City may purchase the materials necessary for complete performance of this
Contract for the account and at the expense of the Contractor, and the Contractor shall be liable
to the City for any excess cost thereby.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver
of any prior or subsequent breach, no term or condition of this Contract shall be held to be
waived, modified, or deleted except by a written instrument signed by the parties hereto.
PROJECT NO. LO-14-036 PAGE 10 OF 16
CARLSON SALES METERING CITY OF PORT ANGELES
SOLUTIONS, LLC.
Title: (a a
Title: /
Dated: -3/
Dated:
ATTEST:
ATTES
ity Clerk
Appr ved to as to fo
City Attorney
Project No.LO-14-036 Page 11 of 16
CITY OF PORT ANGELES SCHEDULE A
INVITATION FOR BID ELECTRIC METERS
Purchase Contract: LO-14-036
GENERAL DESCRIPTION: Form 2S, 240 Volt, Class 200 revenue grade electric utility energy
meters.
WARRANTY: Any defect in design, material, and/or construction discovered within twelve
(12) months shall be corrected manufacturer's expense on all meters furnished.
FREIGHT: Freight shall be FOB destination.
SPECIFICATIONS FOR ELECTRIC METERS:
A. STANDARDS
1. Electrical equipment and materials shall conform to the latest editions of all
applicable standards.
2. The following is a list of specific abbreviations which may be referenced in this
section:
a) ANSI—American National Standards Institute
b) COPA—City of Port Angeles
3. Meters shall meet or exceed the requirements of the following standards:
a) ANSI C12.1 for electric meters.
b) ANSI C12.10 for physical aspects of watthour meters.
c) ANSI C12.20 for electric meters of 0.2 and 0.5 accuracy classes.
B. CONSTRUCTION
1. Meters shall comply with all of the following construction requirements:
a) ANSI Form 2S
b) Class 200
c) Voltage: 240
d) Provide security sealed (T-Seal) non-glass cover preinstalled.
e) No external potential link.
0 Measure delivered and received energy.
g) Field and Shop programmable to change display registers and parameters.
h) ANSI standard optic port for programming, reading, resetting, and
presetting of energy registers with cover installed.
i) Be able to individually display the following in the scroll sequence:
(1) Segment Check
(2) Delivered kWH
(3) Received kWH
(4) Net kWH
(5) Sum kWH
Project No. LO-14-036 Page 12 of 16
2. Meters shall be "pre-badged" to the following requirements:
a) "City of Port Angeles" shall be shown above the COPA meter number.
b) COPA meter numbering shall start with "E50000."
c) Barcode of COPA meter number shall be shown below COPA meter
number.
d) COPA required information shall be printed on a factory nameplate, not
on a separately applied sticker.
e) Factory nameplate must include: Manufacturer, Meter Form, Class,
Voltage, Number of Wires, Hz, TA, kh, Type, and Factory Serial Number.
f) Nameplate must be UV resistant.
C. SUBMITTALS
1. Provide sufficient product information with bid to determine whether product
meets these specifications.
2. Nameplate layout, specifications and a sample must be provided to COPA for
approval prior to manufacturing.
3. Provide factory programming parameters to COPA for approval prior to
manufacturing.
4. Provide factory test results electronically in Excel formatted file at time of
shipment.
D. DELIVERY
1. Bid price shall include delivery to COPA, 2007 S. O Street, Port Angeles, WA
98363
2. Meters will NOT be shipped all at once. Starting at the time of the initial
shipment, delivery shall be at the rate of 192 meters (2 pallets)per month, until
the total number of meters shown on the Bid Form is reached. All shipment
costs to be included in the bid price. Initial shipment shall be within 120 days of
the Notice to Proceed.
3. Meters shall be delivered in COPA meter number order, with sequential factory
serial numbers.
4. Bid price shall include all software and licensing required for programming, and
for the supplier to provide 8 hours of on-site software instruction by a factory
qualified instructor at a COPA facility.
Project No. LO-14-036 Page 13 of 16
Bid No. LO-14-036
BID FORM
Electric Meters
-Bidder must bid on all bid items for a bid to be considered valid. Contract will be awarded to the
bidder submitting the lowest cost conforming bid for delivery within the times specified. The he
bidder hereby bids the following amounts for all material described in the Contract Documents.
EXTENDED
BID ITEM: DESCRIPTIONS: QUANTITY UNIT AMOUNT
PRICE:
I Electric Meters 1,536
Sales Tax � 3.2,
Total Amount
Indicate estimated number of days after the purchase
order is received that initial delivery will be shipped
to the city,not to exceed 120 days, DAYS:
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda No(s). -,Z-_ to this project manual.
L. _/2
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative legally
authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER 51 6e - ZZ C_
TYPE OF BUSINESS: ❑ Corporation ❑ Partnership(general) ❑ Partnership
(limited)
❑ Sole Proprietorship 0 Limited Liability Company
ADDRESS l A�
CITY/STATE/ZIP—t//f
P H 0 N E,;,5 FAX 36-0 -S73 J�2,6-9
NAME(PLEASE PRINT)
TITLE q
SIGNE DATE
Project No.LO-14-036 Page 14 of 16
6F nardrrc
a
NON-COLLUSION AFFIDAVIT
�AC kt:�J
STATE OF WASHINGTON)
}
COUNTY OF
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named;
and(s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder
on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from
bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an
advantage over any other bidder or bidders.
Signature of Bidder/Contractor
Subscribed and sworn to before me this u - day of �,r .,< ;t^L _t_t .a 20`
LJ
saeaaas m (I >
Notary Public in-and for the
State of r c
PUBLIGc
,,F at
�g a
°®a®®1ee �8 ®� My Comm.. Exp.: ?- (? ! 1 l
or WO �
Project No.LO-14-036 Page 15 of 16
Product Specification Sheet
E 13 0 F ON uf-%lul ZE3 A L
Leading-Edge Technology for Advanced >.
Residential frig Applications
The FOCUS®family of metering products provides the utility
industry with an advanced, reliable and economical solid-state rrs,
meter platform for advanced metering applications. The FOCUS f
a s
AL utilizes a single circuit board design which allows room for
installation of a modular communications board or a KYZ option
output board. Fewer parts and connectors throughout the design
increase reliability and contribute to better overall endpointt��
performance. Highly accurate load performance and the use
of a field-proven Digital Multiplication Measurement Technique
ensure reliability and dependability during the entire life of the
FOCUS meter.
Meter reconfiguration can be accomplished optically through
the configuration port located on the front cover.
Select from displayable positive, negative, net and added
(security) metrics
°
Change the displayed information, order or digits
Configure a CT/PT meter multiplier to obtain a direct reading
Preset or reset kWh
Adjust calibration
With a focus on customer satisfaction, we are committed
to providing the best metering solution in terms of capability, ® °
technology and affordability. By utilizing our experience and
technology with that of our strategic allies and development
partners, we provide metering solutions that cover the range °
of utilities' residential metering needs.
Landis
,z ��
Specifications
General Specifications Active Energy"kWh-only"meter
Digital Multiplication Measurement Technique
Non-Volatile Memory
Designed for 20+years life I
Meets ANSI standards for performance
Utilizes ANSI protocol (between meter and AMI device)
8-Digit LCD
Display scroll sequence programmable(factory or end user)
Configuration Port—cover does not have to be removed
Operating Temperature -40C to+85C under cover
Nominal Voltage 120V or 240V
Operating Voltage 80%to 115% of Vn
Frequency 60HzI-5%
Humidity 5%to 95% relative humidity, non condensing
Starting Load(Watts) Class 20 0.005 Amp(0.6W)
Class 100 0.030 Amp(3.6W)
Class 200 0.050 Amp(12W)
Class 320 0.080 Amp(19.2W)
Class 480 0.120 Amp(28.8W)
Voltage Burden _ < 1.8W Max
Load Performance Accuracy Accuracy Class 0.5%—typical accuracy 0.2%
Available Forms Self-Contained 1 S, 2S, 2SE, 12S, 25S
Transformer Rated 3S,4S
K-Base 2K
Display Options Energy Metrics:+kWh, -kWh, Net kWh,and added kWh(Security)
Metric Energy Display Format—4x1, 4x10, 5x1, 5x10, 6x1 or 6x10
AMI Platform Modular or Integrated
Selectable Meter Multiplier Up to 240 as result of PT ratio CT ratio
Applicable Standards ANSI C12.1 for electric meters
ANSI C12.10 for physical aspects of watt hour meters
ANSI C12.19 Utility Industry End Device Data Tables
ANSI C12.20 for electricity meters, 0.2 and 0.5 accuracy classes
CAN3-C17-M84 Canadian specifications for approval of type of electricity meters
2800 Duncan Road
Lafayette, IN 47904 U.S.A Landis
Phone: 765.742.1001 • Tech Support: 800.777.2774 -
FAX: 765.429.0936 yr
www.landisgyr.com Irnanage energy I_x .11ei
�,OF 901174NCF
V �N
' BIDDER'S CHECKLIST
KS
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been property executed?
3. Have all Addenda, if any,been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No. LO-14-036 Page 16 of 16