Loading...
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