Silicon Valley Power Rfp For Advanced Metering And Utility Infrastructure

  • Uploaded by: Esme Vos
  • 0
  • 0
  • May 2020
  • PDF

This document was uploaded by user and they confirmed that they have the permission to share it. If you are author or own the copyright of this book, please report to us by using this DMCA report form. Report DMCA


Overview

Download & View Silicon Valley Power Rfp For Advanced Metering And Utility Infrastructure as PDF for free.

More details

  • Words: 38,256
  • Pages: 148
Request for Proposal (RFP) for an Advanced Metering and Utility Communication Infrastructure

July 2009

RFP-SC-SVPAMI-01

City of Santa Clara, Silicon Valley Power

Table of Contents 1.0

Introduction ........................................................................................................ 3 1.1 Purpose of the RFP ........................................................................................ 3 1.2 Project Objectives and Scope ......................................................................... 3 1.3 City of Santa Clara and SVP Overview ......................................................... 6 1.4 Key Contact ................................................................................................... 7 1.5 Registered Responder Information/ Intent to Bid Form ................................. 7 1.6 Confidentiality ............................................................................................... 8 1.7 Access to RFP amd Responder's Library ....................................................... 8 1.8 Key Action Dates ........................................................................................... 8 1.9 Rights of the City of Santa Clara ................................................................... 9

2.0

General Rules and Procurement Information ............................................... 10 2.1 Questions Pertaining to the RFP .................................................................. 10 2.2 Responder’s Conference .............................................................................. 10 2.3 Modification or Cancellation of the RFP ..................................................... 11 2.4 Proposal Costs .............................................................................................. 11 2.5 Subcontractors.............................................................................................. 11 2.6 Public Records Act....................................................................................... 12 2.7 Contract Terms and Conditions.................................................................... 13 2.8 Insurance Requirements ............................................................................... 13 2.9 Collusion ...................................................................................................... 13 2.10 Acceptance, Rejection, and/or Disqualification of Proposals .................... 13 2.11 Non-Conforming Proposal ......................................................................... 14 2.12 Gratuities .................................................................................................... 14 2.13 Firms or Persons Not Eligible to Submit a Proposal .................................. 15 2.14 Project Duration ......................................................................................... 15 2.15 Pricing ........................................................................................................ 15 2.16 Demonstration ............................................................................................ 16

3.0

Current Environment ...................................................................................... 17 3.1 Overview ...................................................................................................... 17 3.2 Existing Technical Architecture ................................................................... 18 3.3 Existing Fiber and Wi-Fi Assets .................................................................. 20

4.0

Proposed Solution ............................................................................................ 23 4.1 Goals and Objectives ................................................................................... 23 4.2 Proposed Technical Architecture ................................................................. 23 4.3 Environmental Concerns .............................................................................. 29

5.0

Administrative Requirements ......................................................................... 31 5.1 Company Information .................................................................................. 31 5.2 Staffing ......................................................................................................... 33 5.3 Project Management Approach .................................................................... 35 5.4 General Information ..................................................................................... 45 5.5 City Responsibilities .................................................................................... 45

6.0

System Requirements ....................................................................................... 47 6.1 Mandatory Functional Requirements, 6.2 Optional/Future Functional Requirements, 6.3 Mandatory Technical Requirements, and 6.4 Optional/Future Technical Requirements .................................................... 48 6.5 Operations and Maintenance Requirements ................................................. 51

7.0

Contract ............................................................................................................ 55

RFP-SC-SVPAMI-01

1

City of Santa Clara, Silicon Valley Power

8.0

Pricing Instructions.......................................................................................... 56

9.0

Response Format, Submission, and Delivery Instructions ........................... 59 9.1 Overview ...................................................................................................... 59 9.2 Administrative/Technical Proposal Format.................................................. 59 9.3 Price Proposal .............................................................................................. 62 9.4 Proposal Submission and Delivery Instructions ........................................... 63

10.0

Proposal Evaluation ......................................................................................... 65 10.1 Proposal Opening and Content Validation ................................................. 66 10.2 Review of Administrative Requirements ................................................... 66 10.3 Review of System Requirements ............................................................... 67 10.4 Review of Pricing Proposal ........................................................................ 67 10.5 Selection of Responder .............................................................................. 67

11.0

Attachments ...................................................................................................... 68

Attachment A1 – Registered Responder Information/Intent to Bid Form................ 69 Attachment A2 – Confidentiality Statement ................................................................ 70 Attachment B – List of Subcontractors ........................................................................ 71 Attachment C – Standard Service Agreement ............................................................. 72 Attachment D – Pricing Worksheets ............................................................................ 73 Attachment E – Customer Reference Form ................................................................. 74 Attachment F – Key Personnel Reference Form ......................................................... 75 Attachment G – Responder Information Form ........................................................... 76 Attachment H – Responder Signature Form ............................................................... 77 Attachment I – Certification of Non-Discrimination Form ........................................ 80 Attachment J – SVP VPN Access Policy ...................................................................... 83

RFP-SC-SVPAMI-01

2

City of Santa Clara, Silicon Valley Power

1.0 Introduction The City of Santa Clara’s (the City) municipally-owned electric utility, Silicon Valley Power (SVP), is seeking to implement an Advanced Metering Infrastructure (AMI) Solution, including a Meter Data Management System (MDMS) and a broadband Utility Communication Infrastructure (UCI), to serve as a foundation for its SVP Meter Connect Program and enable other City benefits. The City intends to its existing utility communication and IT infrastructure(s) to create a working smart grid as it is conceived today, and to build a strong, flexible and scalable foundation for the smart grid of the future. At the same time, the City seeks a multifunctional communication system to support a fast-growing demand for remote and mobile, wireless IP-based, narrow band and broadband applications for a diverse group of City departments (i.e., Water and Sewer, Police, Fire, Public Works, Parks and Recreation). The City will be procuring and implementing this technology and its associated production applications as part of a series of separate Request for Proposals (RFPs) including: x

MDMS Solution RFP – This RFP process is now closed. Siemens was selected to implement eMeter’s MDMS solution called EnergyIP. The City anticipates contract execution in August 2009, with implementation beginning in the 4th quarter of 2009.

x

AMI Solution RFP – This is the first step in procuring a production AMI Solution as described in this RFP.

The City may issue subsequent RFPs to support an incremental approach to expanding the AMI Solution until the entire jurisdiction is built-out and automated. However, at the City’s option, based on the success of the initial implementation, we may choose to amend the contract resulting from this RFP to include this full build-out.

1.1 Purpose of the RFP The goal of this RFP is to procure and implement the first step in a full rollout of a production AMI Solution. The AMI Solution seeks not only to replace existing reading methods and systems, but to also bring robust, end-to-end IP-based connectivity to stationary and mobile devices throughout the entire Santa Clara area.

1.2 Project Objectives and Scope The high-level project objectives are as follows:

RFP-SC-SVPAMI-01

3

City of Santa Clara, Silicon Valley Power

x

Gather, communicate, process, analyze, store, and manage utility meter data

x

Provide advanced metering functions for large commercial and industrial customers

x

Provide advanced analytical functions to realize and maximize the return of AMI investments, including improvements in customer service, operational effectiveness, energy efficiencies, and performance of department transmission and distribution (T&D) assets, etc.

x

Establish an outdoor, wireless, IP-based communication infrastructure to support smart grid and other City applications.

The project scope will consist of: x

AMI Head-End application software and related services (the City will provide the hardware, operating system, and database software); the application software will need to immediately be able to support the numbers of meters, devices, etc. as identified in RFP Section 6.1.0

x

Network that would initially provide the ability to connect to various IP-based endpoints including 5,170 electric meters and 528 water meters (these numbers include replacing specific electric meters currently connected via telephone to MV-90 and the water meters associated with those customer accounts; the totals also include ); the network will need to be capable of expanding to support the numbers of meters, devices, etc. as identified in RFP Section 6.1.0

x

Meters, including the 5,170 electric meters identified above, plus 14 spares (5,184 total) and the 528 water meters as identified above, plus 12 spares (540 total) – please see RFP Section 6.1.0 for specific types and quantities

x

Project Plan and Project Schedule

x

AMI Solution Implementation – Phase 1 estimated at one (1) year, including: x

Implementation Plan

x

System and network documentation

x

System and network installation

x

Lab Proof of Concept – to include set up and testing of electric and water meters under various scripts to test end-to-end functionality on all specified head-end system, communication system and meter-based functions.

x

Field Proof of Concept – to include 500 electric meters (30 of which would be industrial meters) and 50 water meters (the type and location of these to be identified by the City); this shall include testing from end-to-end on all specified Head-End System (HES), communication system and meter-based functions

x

Final Roll-out of the remaining electric meters (4,770) and water meters (478)

RFP-SC-SVPAMI-01

4

City of Santa Clara, Silicon Valley Power

x

x

Final Testing - this shall include testing from end-to-end of all specified HES, communication system and meter-based functions including volumetric and other performance attributes

x

User/training documentation

x

User training

x

Electric and Water Meter Recycling Plan

x

Project Management support

x

As part of the implementation, the entire system must operate successfully and meet all performance requirements for a period of three (3) months before the implementation will be considered complete

Operations and Maintenance – Phase 2 support estimated at two (2) years, including: x

Software licensing (includes application and any required third-party software)

x

Three (3) month comprehensive warranty of the AMI Solution including meeting minimum performance requirements from the time the solution is fully implemented

x

Software maintenance and upgrades (includes application and any required third-party software)

x

Software changes required due to operating system software patches

x

System operations support

x

Network operations and monitoring support

x

Network hardware upgrades and maintenance

x

Help Desk support

x

Replacement of faulty meters

x

Achievement of defined service levels

x

On-Site support as necessary

x

Project Management Operations support

x

AMI Solution turnover/transition, including additional training as necessary (to be directed by a Responder-developed and City-approved Turnover/Transition Plan)

The City’s goal is to select a comprehensive solution that will enable Santa Clara to meet the business needs of both their internal and external customers (City employees and citizens).

RFP-SC-SVPAMI-01

5

City of Santa Clara, Silicon Valley Power

1.3 City of Santa Clara and SVP Overview The City of Santa Clara is located in the County of Santa Clara, California, and is approximately 45 miles southeast of San Francisco and three miles west of downtown San Jose. Santa Clara was incorporated in 1852 as a charter city and currently has a population of approximately 120,000. The City is currently organized into 15 departments consisting of the City Manager’s Office, City Clerk, City Attorney, Information Technology, Human Resources, Finance, Police, Fire, Electric Utility (Silicon Valley Power), Water and Sewer Utilities, Public Works and Engineering, Street Maintenance and Automotive Services, Parks and Recreation, Planning and Inspection, and Library. The City departments are described at www.santaclaraca.gov. This RFP is sponsored by the City’s municipal electric utility - Silicon Valley Power (SVP). The name Silicon Valley Power came into being in March 1998. The name change was in recognition of the vital role the utility plays in serving a growing community, as well as powering some of the world's largest high-tech, bio-tech, and infotech companies, and has a vibrant start-up community. SVP’s mission is to be a progressive, service-oriented utility offering reliable, competitively priced services for the benefit of the City of Santa Clara and its customers. As the City of Santa Clara looks toward the future, SVP is preparing for a new world in which electric utilities are at the center of environmental and energy issues and innovations, including plug-in electric vehicles that talk to the grid, a proliferation of customer-based onsite generation, appliances that monitor their own electric usage to maximize cost efficiency, etc. SVP prides itself on working with its customers to enhance the value they receive from municipal ownership of their not-for-profit electric utility. Additional information regarding SVP can be found at www.siliconvalleypower.com. Other City project stakeholders and their roles associated with this procurement are as follows: 1. Customer Service - customers call Customer Service to start or stop service, report service issues, make billing inquiries, make payments, obtain bill payment information, make general inquiries, make complaints, and check on account status. 2. Finance and Billing - manages, administers, and maintains on-line computerized systems for Utility Billing (the Harris Public Utility Billing System (PUBS); generates monthly utility bills for all City of Santa Clara residential, commercial, and industrial customers; and investigates researches, prepares findings, and works with customers to resolve their concerns, complaints, and/or suggestions. 3. Electric Metering - manages field and office personnel who provide customer assistance regarding utilities (electric, water, sewer, refuse, etc.); support meter reading and utility field services.

RFP-SC-SVPAMI-01

6

City of Santa Clara, Silicon Valley Power

4. Distribution Operations and Engineering – manages an effective generation and distribution operation on behalf of its customers. The primary goal of this operation is reliability in terms of power availability and power quality. Initiatives to enhance distribution capabilities include the Operating and Planning Technology Project (O&PT) and iPower. There may be an opportunity to support these initiatives through the AMI/UCI strategy by providing near-real time, interval-based usage data from all customers and improved communications facilities. 5. Information Technology – there are two data centers involved – the SVP Data Center and the City Data Center. The City’s IT Department is a stakeholder in that the Harris PUBS is housed in the City’s data center. 6. Water – the AMI solution will initially need to support 528 water meters. The remaining 26,472 AMI-enabled water meters may be included in separate procurement(s) directly with the Water Department.

1.4 Key Contact The Key Contact for this RFP is: Joe Blackwell AMI Project Coordinator City of Santa Clara Silicon Valley Power 1601 Civic Center Drive Santa Clara, CA 95050 Email: [email protected]

1.5 Registered Responder Information/ Intent to Bid Form All Responders must submit a completed Registered Responder Information/Intent to Bid Form by the date identified in Section 1.8 – Key Action Dates. This form is included in the RFP as Attachment A1. This form will signify a Responder’s intent to submit a bid. Also, Responders that complete and submit this form will receive copies of all RFP addenda (if any) and all questions submitted by Responders with the corresponding SVP responses. Failure to do so and resulting non-receipt of information regarding addenda and/or RFP questions and answers shall be the sole responsibility of the Responder. Responders should email this form to the Key Contact identified in RFP Section 1.4.

RFP-SC-SVPAMI-01

7

City of Santa Clara, Silicon Valley Power

1.6 Confidentiality Through the course of the procurement, Responders may become privy to sensitive, proprietary, and/or confidential information pertaining to City systems, operations, etc. As such, all Responders must also submit a completed Confidentiality Statement. This statement is included in the RFP as Attachment A2. Responders must submit (email) this statement with RFP Attachment A1 as described above.

1.7 Access to RFP and Responder’s Library The City will make the RFP and all related attachments available to the public via the following website: http://datapark.svpower.com/amirfp. In addition, the City will make additional project related documents available via a Responder’s Library. Access to this library will be provided only to those Responder’s who submit a Registered Responder Information/Intent to Bid Form and a Confidentiality Statement. Once the Key Contact identified in Section 1.4 above receives these documents, the City will email each Responder a user ID, Responders Library website address, and a telephone number to call to receive a password. Once each Responder has a user ID and password, they will be able to access the Responder’s Library website. Responders will be notified of any additions to the public site or Responder’s Library via an email notification.

1.8 Key Action Dates The following table identifies the Key Action Dates pertaining to this procurement and the resulting implementation. Activity

Date

Issue RFP Registered Responder Information/Intent to Bid Form and Confidentiality Statement Due Responder’s Conference Deadline for Final Responder Questions to the City City’s Responses to Responder Questions Sent Proposals Due Contract Execution (targeted)

7/21/09 8/7/09 (5:00 p.m. PT) 8/19/09 (1:00 p.m. PT) 8/28/09 (5:00 p.m. PT) 9/4/09 9/24/09 (5:00 p.m. PT) 12/1/09

All Key Action Dates are subject to change. The City will notify registered Responders of any changes in the Key Action Dates via RFP addenda.

RFP-SC-SVPAMI-01

8

City of Santa Clara, Silicon Valley Power

1.9 Rights of the City of Santa Clara This RFP does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of proposals or in anticipation of a contract. The City reserves the right to: x

Make the selection based on its sole discretion

x

Reject any and all proposals

x

Issue subsequent Requests for Proposals

x

Postpone opening proposals if necessary for any reason

x

Remedy errors in the Request for Proposal process

x

Approve or disapprove the use of particular Subcontractors

x

Negotiate with any, all, or none of the Responders

x

Accept other than the lowest offer

x

Waive informalities and irregularities in the proposals

x

Enter into an agreement with another Responder in the event the originally selected Responder defaults or fails to execute an agreement with the City

An agreement shall not be binding or valid with the City unless and until it is reviewed and approved by the City Attorney’s Office, approved by the City Council, if so required, and executed by authorized representatives of the City and of the Responder.

RFP-SC-SVPAMI-01

9

City of Santa Clara, Silicon Valley Power

2.0 General Rules and Procurement Information This section of the RFP details the procedures that the City has established for managing and directing the RFP process. The purpose of these procedures is to ensure that the City receives proposals that are the result of an open, competitive process, and to ensure that Responders receive fair and equitable treatment in the solicitation, receipt, and review of their proposals.

2.1 Questions Pertaining to the RFP Responders requiring clarification of the intent or content of this RFP or on procedural matters regarding the competitive proposal process may request clarification by submitting questions to the Key Contact listed in Section 1.4. To ensure a response, questions must be submitted in writing, via e-mail by the scheduled date identified in Section 1.8 – Key Action Dates. Written question and answer sets will be provided to all Responders without identifying the submitters. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives. Questions received after the date and time stated above will not be accepted. A Responder who desires clarification or further information on the content of the RFP, but whose questions relate to the proprietary aspect of that Responder’s proposal and which, if disclosed to other Responders, would expose that Responder’s proposal, may mark such questions “CONFIDENTIAL” and submit them in the same manner as above no later than the scheduled date specified in Section 1.8 to ensure a response. The Responder must explain why such questions are sensitive in nature. If the City concurs that the disclosure of the question or answer would expose the proprietary nature of the proposal, the question will be answered and both the question and answer will be kept in confidence. If the City does not concur with the proprietary aspect of the question, the question will not be answered in this manner and the Responder will be so notified.

2.2 Responder’s Conference The City will hold a Responder’s Conference, during which Responders will be afforded the opportunity to meet with City staff and discuss the content of the RFP and the procurement process. Details pertaining to the conference are as follows:

RFP-SC-SVPAMI-01

10

City of Santa Clara, Silicon Valley Power

Date: Time: Location: Address:

8/19/09 1:00 p.m. to 4:00 p.m. Santa Clara City Council Chambers 1500 Warburton Avenue Santa Clara, CA 95050

While Responders will be able to ask questions at the conference, the City encourages responders to submit their questions (which must be done in accordance with RFP Section 2.1) prior to the conference. For any questions submitted prior to the conference, the City will develop written answers and make every attempt to have them available at the conference. The Q&A’s will be assembled so as to not divulge the source of the query. While attendance at the conference is not mandatory, Responders are encouraged to attend. If questions asked at the conference cannot be adequately answered during the discussion, the City will table those questions and provide answers to them in written form following the conference. This Q&A set will capture all questions and answers discussed during the conference (whether the answers were provided at the conference or not), as well as answers to questions submitted in writing to which the City could not respond to prior to the conference, and questions received after the conference. This Q&A set will be emailed to all Responders who attended the conference by the date indicated in the Key Action Dates.

2.3 Modification or Cancellation of the RFP The City reserves the right to modify or cancel the RFP in whole, or in part, at any time. The City may modify the RFP prior to the date that proposals are due by issuance of an addendum (or addenda). Addenda will be numbered consecutively. Responders will be given the opportunity to ask questions pertaining specifically to each addendum by following the question submission process detailed in RFP Section 2.1, but must do so within five (5) working days of the release of the addendum.

2.4 Proposal Costs The City will provide no reimbursement of any kind to Responders for any costs incurred in responding to this RFP.

2.5 Subcontractors Responders may utilize Subcontractors as part of their solution. If Responders plan to utilize Subcontractors, Responders must identify the Subcontractors and summarize their

RFP-SC-SVPAMI-01

11

City of Santa Clara, Silicon Valley Power

scope of work on RFP Attachment B – List of Subcontractors, and include this list in their proposal as described in RFP Section 9.0. In addition, throughout the Responder’s proposal, specifically in their responses to the Administrative and Technical Requirements, Responders must identify any tasks and/or deliverables to be completed by Subcontractors and describe their roles in accordance with the requirements.

2.6 Public Records Act Respondents should familiarize themselves with the provisions of the California Public Records Act (Cal. Gov. Code § 6250 et seq.). In no event shall the City of Santa Clara, or any of its agents, representatives, consultants, directors, officers or employees be liable to a Responder or Responder’s team member for the disclosure of all or a portion of a Respondent’s proposal submitted under this RFP. Responses to this RFP become the exclusive property of the City. At such time the City recommends a Responder to the City Council, all proposals received in response to this RFP become a matter of public record and shall be regarded as public records, with the exception of those elements in each proposal which are defined by the Responder as business or trade secrets and plainly marked as "Confidential," “Trade Secret," or "Proprietary." The City shall not in any way be liable or responsible for the disclosure of any such proposal or portions thereof, if they are not plainly marked as "Confidential," Trade Secret," or "Proprietary" or if disclosure is required under the Public Records Act. Any proposal which contains language purporting to render all or significant portions of the proposal "Confidential," "Trade Secret," or "Proprietary," may be regarded as nonresponsive. Although the California Public Records Act recognizes that certain confidential trade secret information may be protected from disclosure, the City of Santa Clara may not be in a position to establish that the information a Responder submits is a trade secret. If the City of Santa Clara receives a request for public disclosure of all or any portion of a Responder’s proposal that the submitting firm has designated as a trade secret, proprietary information, or other confidential information exempted from disclosure, the City of Santa Clara will use reasonable efforts to notify the applicable Responder of the request and give such respondent an opportunity to assert, in writing and at its sole expense, a claimed exception under the California Public Records Act or other applicable law within the time period specified in the notice issued by the City of Santa Clara and allowed under the California Public Records Act.

RFP-SC-SVPAMI-01

12

City of Santa Clara, Silicon Valley Power

2.7 Contract Terms and Conditions Submitting a proposal in response to this RFP constitutes acknowledgement and acceptance of all requirements, terms and conditions set forth in the RFP (minus any exceptions, if any, taken by Responders), which includes all contract requirements as discussed in RFP Section 7.0 and Attachment C – Standard Service Agreement.

2.8 Insurance Requirements The selected Responders, at the Responder’s sole cost and expense and for the full term of the agreement or any extension thereof, shall obtain and maintain, at a minimum, all of the insurance requirements outlined in Attachment C. All policies, endorsements, certificates and/or binders shall be subject to the approval of the City of Santa Clara as to form and content. The selected Responder agrees to provide the City with a copy of said policies, certificates and/or endorsement upon award of contract through the City’s insurance database.

2.9 Collusion By submitting a proposal, each Responder represents and warrants that its proposal is genuine and made in the interest of or on behalf of any person not named therein, that the Responder has not directly induced or solicited any other person to submit a sham proposal or any other person to refrain from submitting a proposal, and that the Responder has not in any manner sought collusion to secure any improper advantage over any other person submitting a proposal.

2.10 Acceptance, Rejection, and/or Disqualification of Proposals The City reserves the right to award an agreement to the Responder whose proposal most closely satisfies the needs of the City and is deemed to be most advantageous to the City. The City reserves the right to accept or reject any proposal. The City also reserves the right to waive any minor informality or irregularity in any proposal. In the City's sole discretion, the City may:

RFP-SC-SVPAMI-01

13

City of Santa Clara, Silicon Valley Power

x

Enter into negotiations with any or all of the Responders

x

Interview one or more Responders regarding specific areas of their proposals, as part of the evaluation process

x

Take other action that the City deems appropriate including rejecting all proposals

The City reserves the right to reject any proposal where: x

Any of the RFP forms are left blank or are materially altered; or

x

Any document or item necessary to the proposal is incomplete, improperly executed, indefinite, ambiguous, or is missing.

Additionally, factors such as, but not limited to the following may also disqualify a Responder without further consideration: x

Evidence of collusion among Responders

x

Any attempt to improperly influence any member of the Evaluation Team

x

Responder's default under any type of agreement which resulted in the termination of that agreement

x

Responder’s default under any previous agreement with the City

x

Existence of any unresolved litigation between Responder and the City

x

Evidence of incorrect information submitted as part of Responder’s proposal

x

Evidence of Responder’s inability to successfully complete the responsibilities and obligations contained in the RFP, and as detailed in Responder’s proposal

2.11 Non-Conforming Proposal A proposal shall be prepared and submitted in accordance with the provisions of these RFP instructions and specifications. Any alteration, omission, addition, variance, or limitation of, from or to a proposal may be sufficient grounds for non-acceptance of the proposal, at the sole discretion of the City.

2.12 Gratuities No person shall offer, give or agree to give any City employee any gratuity, discount or offer of employment in connection with the award of contract by the City. No City employee shall solicit, demand, accept or agree to accept from any other person a gratuity, discount or offer of employment in connection with a City contract.

RFP-SC-SVPAMI-01

14

City of Santa Clara, Silicon Valley Power

2.13 Firms or Persons Not Eligible to Submit a Proposal In order to avoid any conflict of interest or perception of a conflict of interest, Responder(s) selected to provide professional services under this RFP will be subject to the following requirements: x

The consultant or other entity who works on the procurement will be precluded from submitting proposals or bids as a prime Responder or Subcontractor.

x

The consultant or any other entity who participated in the procurement shall not have a financial, ownership or other interest in any potential Responder.

2.14 Project Duration The project begin work date is currently estimated for 12/1/09. The Implementation Phase will last approximately one (1) year, and includes the system operating for three (3) months or three billing cycles. The Operations and Maintenance Phase will last approximately two (2) years, including a three (3) month comprehensive warranty. These durations are estimates. The City reserves the right to make changes to these durations as necessary. The City will work with the selected Responder to finalize dates and durations during contract negotiations.

2.15 Pricing Responders must submit pricing according to: 1) the instructions in RFP Section 8.0; 2) the format identified in RFP Section 9.3; and 3) within the sheets provided in Attachment D – Price Worksheets. NOTE: The total of the Implementation Phase plus the Operations and Maintenance Phase will constitute a “not-to-exceed” price. Please note that the City’s goal is to provide the best service possible and that cost will be only one of the factors considered in the evaluation of the proposals.

RFP-SC-SVPAMI-01

15

City of Santa Clara, Silicon Valley Power

2.16 Demonstration This procurement may require a Demonstration of a Responder’s solution. The purpose of the Demonstration is to verify the claims made in the Responder’s proposal, corroborate the evaluation of the proposal, and confirm that the hardware and software are actually in operation. The Responder must make all arrangements for demonstration at no cost to the City. The Responder will determine the location of the demonstration; however, its performance within California is preferred and will be attended at the City’s expense. Demonstrations outside California will be attended only if the Responder agrees to reimburse the City for travel and per diem expenses. Proposals may not be altered or enhanced during the demonstration. The City reserves the right to determine whether or not a demonstration has been successfully passed.

RFP-SC-SVPAMI-01

16

City of Santa Clara, Silicon Valley Power

3.0 Current Environment In this section, we describe the current environment, including an overview of the meter data collection and billing process, and the technical architecture utilized to support this process.

3.1 Overview SVP’s electric utility infrastructure consists of 450 circuit miles of a 12kV radial distribution system. The system is 60% underground and 40% overhead, and includes a number of customer distribution transformers. There are 24 substations and approximately 10,000 utility poles and 8,000 street light poles in the City of Santa Clara. Although the majority of poles are owned and maintained by the City, some are jointly owned by the county or other carriers. Today, there are 51,000 electric and 27,000 water meters located in the City. Most residential and commercial electric meters are read via a walk-by process involving the monthly visitation and inspection of every meter to obtain consumption data. Approximately 6,000 of the 51,000 electric meters and 200 of the 27,000 water meters are radio-based residential meters. The City’s Municipal Services Department is responsible for all utility billing. Municipal Services employs a staff of meter readers to conduct the walk-by meter reading process. Once collected, the readings are entered in the Harris Public Utility Billing System (PUBS) and invoices are generated from the consumption data based upon a council approved rate structure. Currently, customer invoice services are outsourced to Regulus Group, LLC and cash receipts processing is outsourced to San Jose Water Company. The maps on the following pages illustrate the electric and water meters (by density) that are included in this project. Additionally, the maps illustrate SVP’s total service area.

RFP-SC-SVPAMI-01

17

City of Santa Clara, Silicon Valley Power

GREAT

S TA

MA

ND

R

T YE FA LA ST TE MO

MISSION CO

HW

Y1

UE

EX

PY

LLEGE BL VD

01

BOWERS AVE

US

AG NT

CENTRAL EXPY

TR

E BL IM

RD

SAN TOMAS EXPY

DE LA CRUZ BLVD

SAN TOMAS EXPY

MONROE ST

SCOTT BLVD

CENTRAL EXPY

KIFER RD

EL CAMINO REAL

EXPY LAWRENCE OY AVE

KIELY BLVD

B

R PA

POMER

T TS KE ST Y M LO EL

R MA

K

S WA

A

HIN

LAWRENCE EXPY

BENTON ST

ON GT ST

HOMESTEAD RD

VI

GREAT AMERICA PKWY

IN TA UN MO

SM TA

D AN

R

T YE FA LA ST TE U AG NT MO

Y XP EE

MISSION CO LLEGE BL VD

WY

101

BOWERS AVE

US H

CENTRAL EXPY

IM TR

E BL

RD

SAN TOMAS EXPY

DE LA CRUZ BLVD

SAN TOMAS EXPY

MONROE ST

SCOTT BLVD

CENTRAL EXPY

KIFER RD

EL CAMINO REAL

EXPY LAWRENCE

KIELY BLVD

PA RK

POMER OY AVE

ST ET RK MA ST MY LLO BE

E AV

IN SH WA

LAWRENCE EXPY

BENTON ST

ON GT ST

HOMESTEAD RD

3.2 Existing Technical Architecture The following diagram illustrates what the meter reading and billing process will look like after the implementation of the Meter Data Management System (MDMS), which is scheduled to begin on 9/1/09 and be completed by 6/1/10. Following the diagram, we define all the components within it.

Meter Reading and Billing Process Technical Architecture (following the procurement of the MDMS) Large Industrial Electric Meters

Public Switched Telephone Network (PSTN) Lines

Itron MV-90 Data Collector

SVP Data Center

Test & Control Workstation Meter Data Management System (MDMS)

Database

Itron MV-RS Data Collector

Finance Department

Itron MV-RS Handhelds

Water Meters

RFP-SC-SVPAMI-01

Harris PUBS

City Data Center

Electric Meters

18

City of Santa Clara, Silicon Valley Power

Electric Meters Of the 51,000 electric meters, approximately 300 industrial meters are capable of being read via remote, telephony-based interrogation systems for interval consumption and demand measurement. Approximately 6,000 residential meters are capable of shortdistance, walk-by radio-based interrogation for consumption measurement. Water Meters All of the existing 27,000 water meters are read manually, with the exception of approximately 200 radio walk-by enabled meters. The MDMS will support water meter reads, associated data, and provisioning. Itron MV-90 Data Collector Large industrial electric meters are connected to the MV-90 Data Collector through Public Switched Telephone Network (PSTN) Lines. Initially, the MDMS will interface with the Itron MV-90 Data Collector. When the AMI Solution is fully deployed throughout the entire city, a communications platform will replace the Itron MV-90 Data Collector. That platform will allow the MDMS to poll the large industrial electric meters directly. Itron MV-RS Data Collector The Itron MV-RS Data Collector is a Windows-based system housed in the City’s Finance Department. The MV-RS application provides an interface to the MV-RS handhelds and administers meter reading routes and the collection of daily meter reads for electric and water accounts. The MV-RS Data Collector communicates with the MVRS handhelds when the units are inserted in cradles connected to the data collector. The MV-RS Data Collector interfaces with the Harris Public Utility Billing System (PUBS) via a custom, file transfer interface that delivers meter reading route detail and daily meter reads which the PUBS uses to generate customer invoices. The existing data from the MV-RS data collector will be migrated to the MDMS. After full MDMS implementation, the MV-RS Data Collector will continue to operate to support the use of the Itron MV-RS Handhelds. The City anticipates that the MV-RS Data Collector and the MV-RS Handhelds will be retired upon roll-out of the complete AMI solution. Itron MV-RS Handhelds The Itron MV-RS Handhelds are carried by the meter reading staff employed by the City and are used to collect all water and electric meter reads. The MV-RS handhelds are equipped to automatically read electric and water meters that utilize radio transmitters known as ERT’s. Additionally, the MV-RS handhelds can accept meter reads that are manually input by the meter reading staff based upon visual inspection of the meters. The MV-RS handhelds communicate with the MV-RS Data Collector when the units are inserted into cradle devices connected to the data collector. Once inserted into the cradles, the meter reads, whether manually or automatically collected, are uploaded to the MV-RS Data Collector and meter reading route information is downloaded for RFP-SC-SVPAMI-01

19

City of Santa Clara, Silicon Valley Power

subsequent action by the meter reading staff. As mentioned above, the MV-RS Data Collector will continue to operate to support the use of the Itron MV-RS Handhelds. The City anticipates that the MV-RS Data Collector and the MV-RS Handhelds will be retired upon roll-out of the complete AMI solution. Meter Data Management System (MDMS) The MDMS (eMeter’s EnergyIP) will collect and store meter data. The MDMS will act as the core part of the system and will be the central repository for all meter related data. Interfaces to other systems should be based upon open standards and common data models. The MDMS will be housed in the SVP Data Center. MDMS Database The MDMS Database (Oracle) will process, archive and reroute large volumes of operational data. This database will manage the large number of meter event data and play a significant role in supporting metering reports, customer service activities, and outage management. The MDMS Database will also be used by analytical applications, data mining, decision support, and other user queries. The MDMS Database will be housed in the SVP Data Center. MDMS Test and Control Workstation The MDMS Test and Control Workstation will be housed in the SVP Data Center. This workstation will be provided by SVP. Harris PUBS The Harris PUBS is located within the City’s Data Center. The PUBS interfaces with the Itron MV-90 via a CMEP interface, and with the Itron MV-RS, located in the City’s Finance Department via a custom interface. The Finance Department’s Municipal Services Division Customer Service staff is responsible for handling all utility billing. Staff deal with customer calls either directly, by phone, or through a web portal. Customer Service is responsible for adding new customers; adding, changing, or terminating services; handle billing inquiries; and troubleshooting problems (i.e. no power). Customer Service must be able to perform a number of functions including obtain instantaneous meter reads, access Customer usage profile, usage by time-of-day, season, identify what causes high bill, enter customer preference for meter read/bill due date flexibility, request remote meter connect/disconnect, perform meter health checks, and check for unauthorized usage.

3.3 Existing Fiber and Wi-Fi Assets In this section, the City provides Respondents with an overview of the City’s existing fiber and Wi-Fi assets. Responders may utilize these fiber and/or the Wi-Fi assets as part of their solution. RFP-SC-SVPAMI-01

20

City of Santa Clara, Silicon Valley Power

3.3.1 Fiber Backbone SVP has fiber backbone deployed throughout its service territory. It connects all substations with operation centers. Currently, 28 substations serving 106 distribution feeders are connected with two additional substations in design. There are 144 fibers in each fiber ring. Traffic is provisioned over an OC-3 fiber ring currently, but it is being upgraded to OC-48. SVP has deployed the GE JungleMux Ethernet over fiber to support SCADA data. Currently SVP keeps track of how much fiber is lit, and leases out dark fiber to companies located in Santa Clara. Bandwidth utilization is estimated by application demand. The GE JungleMux does not support traffic management. SVP will make the document “SVP Fiber Optic Backbone Route” available via a Responder’s Library for those Responders who submit Appendix A1 - Registered Responder Information/Intent to Bid Form and Appendix A2 – Confidentiality Statement.

3.3.2 Wi-Fi Network In August of 2008, Silicon Valley Power (SVP) purchased a privately held wireless network. The network is in service today and SVP continues to make ongoing performance improvements to the network resulting in a high quality, consistent performing and highly available Metro Wi-Fi network. In the remainder of this section, we provide additional information pertaining to this network. 3.3.2.1 Network Design, Capacity and Availability x x x x

x x

The network is inter-connected to the core SVP utility network via SVP fiber, which injects 1 GbE of capacity into the network over the SVP fiber backbone. The network is managed by eleven 5.8 GHz Mesh Gateways each capable of delivering 12-15 Mbps of data communications to its components within the mesh network. The total aggregate capacity of the mesh network is 130-165 Mbps, which serves the 215 mesh radios with an average planned throughput capacity of a minimum of 600 Kbps per Access Point if all radios operate at full capacity simultaneously. 175 of the 215 mesh radios are capable of delivering 1-2 Mbps peak, 40 are capable of delivering 500 Kbps to 999 Kbps and 5 are sub-500 Kbps. The low performers are in a performance improvement program which will soon result in all radios being capable of delivering a minimum of 500 Kbps throughput performance. Network Availability is ranging between 99%-99.5% and is expected to improve to three nines availability, 99.9% or higher, as additional Mesh Gateway radios are installed and additional capacity is injected into the network. The Mesh Radios are mounted on City of Santa Clara street light poles or utility poles with street lights. Power for the network is delivered from the street light photo cell and the mesh is not on battery back-up for continuous power.

RFP-SC-SVPAMI-01

21

City of Santa Clara, Silicon Valley Power

3.3.2.2 Mesh Network Summary x x

x x x

All mesh radios contain dual radio architecture which utilizes the 5.8 GHz (802.11a) layer for backhaul communications between the radios and 2.4 GHz radios for the access or client layer. The 2.4 coverage is expected to range from 500-1,000 feet or more with line of sight to the radio. The output power, sensitivity and antenna gain of the 2.4 radios along with line of sight and vegetation will all impact the range of the 2.4 mesh clients capabilities for connecting with the pole mounted 2.4 GHz. The mesh network delivers a combination of single or multi SSID functionality and could be upgraded to all multi SSID functionality for the AMI implementation. As this is a legacy network, there is no plug and play Ethernet input functionality for external devices such as collectors or other meter management. All connectivity is currently only through the 2.4 GHz access layer. A small 5.8 GHz repeater can be mounted with an AMI collection device to provide Ethernet connectivity for the collector thereby resolving the lack of Ethernet for direct connections into the 5.8 GHz layer legacy network.

3.3.2.3 Coverage x x

The network covers 7.4 square miles of the 18.3 square miles in Santa Clara, which is approximately 40% of the city. The network is estimated to cover 30,000 of the 43,000 residential meters (70%), 3,000 of the 6,000 commercial meters, (60%) and 25 of the 1,800 industrial meters (1%) in Santa Clara. SVP will make the documents “Metro Wi-Fi Density Map” and “Metro Wi-fi Access Point Data Sheet” available via a Responder’s Library for those Responders who submit Appendix A1 - Registered Responder Information/Intent to Bid Form and Appendix A2 – Confidentiality Statement.

RFP-SC-SVPAMI-01

22

City of Santa Clara, Silicon Valley Power

4.0 Proposed Solution In this section, the City addresses the proposed solution in relation to goals and objectives, proposed technical architecture, and environmental concerns.

4.1 Goals and Objectives Silicon Valley Power has constructed a set of strategic drivers for indentifying the economic justification and benefits for the AMI and UCI project. These include: x

Operational Efficiencies: lower operating costs over a range of activities including meter reading, distribution system maintenance, and outage management

x

Revenue Protection: reduced high usage from illegal activities, improved meter accuracy, reduced lost revenue related to move-in/move-out, and reduced meter reading errors.

x

Customer Service Improvements: increased billing accuracy for both electric and water meters, more up-to-date and informative bills and customer calls, and increased information on consumption available to customers. This will result in reduced operational costs to manage customer relationships and billing.

x

Environmental and Social Benefits: predominantly related to conservation, energy efficiency, reduced greenhouse gas emissions, and improved safety for SVP field personnel.

x

Improved customer satisfaction with City SVP utility related services.

x

Enhanced power system engineering and operations based upon access to system data.

4.2 Proposed Technical Architecture In this section, SVP describes the proposed, future AMI technical architecture. This discussion is organized as follows: x

Future View and Components in the MDMS Solution

x

Proposed View and Components in the AMI Solution

x

Proposed AMI/MDMS Solution

RFP-SC-SVPAMI-01

23

City of Santa Clara, Silicon Valley Power

4.2.1 Future View and Components in the MDMS Solution To illustrate the future view of the MDMS solution, we took the diagram from RFP Page 18 and added the future interfaces for illustrative purposes only. Following the diagram, we define the components that were added (to be added) in the future.

Future Interfaces (dashed lines)

Large Industrial Electric Meters

Future Systems Online Presentment Outage Management System

Public Switched Telephone Network (PSTN) Lines Enterprise Service Bus

Itron MV-90 Data Collector

SVP Data Center

Work Management System Asset Management System

Test & Control Workstation

GIS

Meter Data Management System (MDMS) Firewall PI Historian

Database

Itron MV-RS Data Collector

Finance Department

Harris PUBS

Itron MV-RS Handhelds

Water Meters

RFP-SC-SVPAMI-01

Other Existing Systems

City Data Center

= Internal SVP Systems Electric Meters

24

City of Santa Clara, Silicon Valley Power

Enterprise Service Bus The Enterprise Service Bus will provide an open network messaging approach that uses a common method to expose sources of information across many applications. Data requestors and users will access data using the same method, and this will prevent the need to build customized point-to-point interfaces whenever an application is changed/added. The Enterprise Service Bus will be housed in the SVP Data Center. Potential Future Interfaces to Existing Systems x

GIS - Currently, the City utilizes GIS (ESRI) capabilities within several departments. At present, these interests are not coordinated and no central GIS facility exists. SVP recognizes the value of GIS in leveraging the benefits of an AMI/UCI infrastructure for benefits such as outage management and asset control. The likelihood of a coordinated GIS initiative to fully realize these benefits for Santa Clara is uncertain, but must be supported in the future.

x

PI Historian - The OSISoft PI Historian is a utility data storage application that provides SVP with access to real-time or historical role-based data.

Potential Future Interfaces to Future Systems x

Online Bill Presentment - Online presentment is the facility by which electric utility customers view their usage information via web-based services. This online facility may be housed and administered using systems owned by the electric utility, or outsourced to a third party services provider.

x

Outage Management System - The Outage Management System will receive the Electric Meters last breath message and initiate automated City response(s)/action(s). It is anticipated the Outage Management System will be able to message other systems such as IVR, web sites, and E-Mail groups with programmed and ad-hoc outage information and alerts. The Outage Management System will coordinate what type of messages to produce based on the number/location of meters being affected (i.e. a single event, transformer event, loop event, campus event, City wide event, etc.).

x

Work Management System- Work Management is responsible for assigning, dispatching field crews to perform assessments, installations, maintenance, and repair of the electrical system to support delivery of electricity to customers. This system must interface with engineering planning, distribution/grid operations, and customer service.

x

Asset Management System – The Asset Management System will need to coordinate with the MDMA as to the meter non-power data such as type of meter, meter characteristics, location, date of service, and other values. Currently two systems exist that are manually updated (no automated interface exist at this time).

RFP-SC-SVPAMI-01

25

City of Santa Clara, Silicon Valley Power

4.2.2 Proposed View and Components in the AMI Solution The following diagram illustrates the proposed view of the AMI Solution. Following the diagram, we define all the components within this solution.

Field Area Network (FAN) IP-based Wireless Network

Distribution Meters, Grid Sensors, and Controllers

Large Industrial Electric Meters Plug-In Hybrid Electric Vehicle (PHEV)

Water Meters

Fan Collector (RadioBased)

Mobile Workforce

SVP Data Center Backhaul or Wide Area Network (WAN)

Electric Meters

AMI Head-End System (HES)

Other IPBased Devices

Home Area Network (HAN)

Future Network

RFP-SC-SVPAMI-01

26

City of Santa Clara, Silicon Valley Power

Electric Meters In the AMI Solution, the electric meters will be enabled to serve as a premise gateway between the utility, customer site, and customer’s load controllers over a Home Area Network (HAN) – note that the HAN is part of the future solution. In addition, the 300 MV-90 meters will be replaced. Water Meters The solution will need to support water meter reads, associated data, and provisioning. Any water meters associated with the 300 MV-90 electric meter accounts will be replaced as part of this solution. Distribution Meters, Grid Sensors, and Controllers The distribution meters, grid sensors, and controllers will be placed on feeders, circuits, and branches to gather real-time operational data and the health and performance of the distribution circuits. For advanced distribution automation activities, these devices can act as capacitor bank controllers, voltage regulators, and/or remote circuit switches. Field Area Network (FAN) The FAN is expected to be implemented as a wireless, IP-based network. FAN Controller The FAN Controller (radio-based collectors) will manage communications over the FAN to the electric meters; distribution meters, grid sensors, and controllers; and eventually to the HAN. Each collector will support a portion of the utility service territory, and as such, multiple collectors will be required to communicate to all field devices across the entire utility service territory. Backhaul or Wide Area Network (WAN) The Backhaul or WAN will provide data connectivity across the utility service area. This network must provide adequate bandwidth to support all existing and forecasted devices, employ redundancy, and have a very high availability. Today, there is a significant amount of existing fiber optic communications infrastructure interconnecting SVP distribution facilities within the City. As mentioned in RFP Section 3.3, the Backhaul Network may make use of the City’s existing core network, which includes fiber optic and Wi-Fi components. Other IP-Based Devices These may be any form of wireless, IP-based device used by the general public or City staff to perform a variety of value added functions. Examples include mobile computers, mobile communication devices, and personal digital assistants. RFP-SC-SVPAMI-01

27

City of Santa Clara, Silicon Valley Power

Mobile Workforce The mobile workforce is expected to encompass City employees working in the field performing a variety of functions. Their activities can be coordinated via applications and tools that communicate over a broadband wireless network. Plug-In Hybrid Electric Vehicle (PHEV) A PHEV is a hybrid electric vehicle with batteries that can be recharged by attaching to a power service. AMI Head-End System (HES) The AMI Head-End System (HES) will manage the communications, operations, and diagnostic monitoring of the electric meters and field devices. The HES will perform load balancing on the communications network resulting from scheduled meter reads, support meter read retries when communications fail, and provide clients with meter diagnostic information. Home Area Network (HAN) The future HAN will include the utility-owned premise gateway, as well as customerowned and operated devices and systems that broker messaging between the customer's HAN-attached devices and the utility's premise gateway. HANs can be either wire or wireless-based. Devices may include in-home displays (IHDs), PCs with a HAN interface, thermostats, pool pumps, building automation systems, customer energy management systems (EMS), sub-meters, field tools, etc.

4.2.3 Proposed AMI/MDMS Solution The following diagram illustrates the proposed AMI/MDMS solution. Note: The interface between the MDMS and the AMI Head-End was part of the MDMS procurement. The selected AMI Responder will need to assist the selected MDMS Responder (Siemens/eMeter) and the City in the implementation of this interface.

RFP-SC-SVPAMI-01

28

City of Santa Clara, Silicon Valley Power

Proposed AMI/MDMS Solution

Field Area Network (FAN) IP-based Wireless Network

Distribution Meters, Grid Sensors, and Controllers

Future Interfaces (dashed lines)

Large Industrial Electric Meters

Future Systems Online Presentment Outage Management System

Water Meters

Work Management System

Plug-In Hybrid Electric Vehicle (PHEV)

Fan Collector (RadioBased)

SVP Data Center

Enterprise Service Bus

Asset Management System

Test & Control Workstation

GIS

Meter Data Management System (MDMS)

Mobile Workforce

Firewall PI Historian

Backhaul or Wide Area Network (WAN)

Electric Meters

Other IPBased Devices

AMI Head-End System (HES)

Database

Itron MV-RS Data Collector

Finance Department

Itron MV-RS Handhelds

Home Area Network (HAN)

Other Existing Systems

Harris PUBS

City Data Center

= Internal SVP Systems

Water Meters

Electric Meters

Future Network

4.3 Environmental Concerns SVP anticipates increased requirements to comply with environmental monitoring and reporting. Reduction to greenhouse gas emissions, along with capture of green power energy credits will become increasingly important going forward. In addition, as more customers install distributed energy resources at their premises, concerns for safety for SVP field personnel will grow. Overall, it is the desire of the City to procure products and services which help minimize the environmental impact resulting from the use and disposal of these products. This includes products that can be recycled, as well as those that can be disposed of as nonhazardous waste. Such products, referred to as "Environmentally Preferable Products" (EPPs), include, but are not limited to, those that contain post-consumer recycled content, RFP-SC-SVPAMI-01

29

City of Santa Clara, Silicon Valley Power

conserve energy or water, minimize waste, reduce the amount of toxic material used, and reduce the generation of hazardous waste in their production, distribution, and use. Computers and other electronic equipment are a growing focus of environmentally preferable purchasing activities due to their high prominence in the waste stream, numerous hazardous chemical constituents, and their significant energy use. The billions of dollars required to properly dispose of this electronic waste will almost entirely come from State and local agencies’ budgets. Moreover, when these products are improperly disposed of they can release heavy metals and other hazardous substances that contaminate groundwater and pollute the air, as well as pose a significant threat to human health. Responders are required to meet or exceed all local, State, and Federal requirements and guidelines for recycling and disposing of electric and water meters, and related packaging materials, including those requirements identified by the: x California EPA - The California Environmental Protection Agency is charged with developing, implementing and enforcing the state's environmental protection laws that ensure clean air, clean water, clean soil, safe pesticides and waste recycling and reduction. x California Integrated Waste Management Board - The California Integrated Waste Management Board's mandated responsibility is to reduce waste, promote the management of all materials to their highest and best use, and protect public health and safety and the environment. The Board promotes a Zero Waste California in partnership with local government, industry, and the public. This means managing about 93 million tons of waste generated each year by reducing waste whenever possible, promoting the management of all materials to their highest and best use, regulating the handling, processing and disposal of solid waste, and protecting public health and safety and the environment. x

California Department of Toxic Substances Control - The Mission of the Department of Toxic Substances Control is to provide the highest level of safety, and to protect public health and the environment from toxic harm.

The best way to keep electronic equipment (including metering equipment) out of landfills is to design them with consideration for ease of recycling in mind. For example, make certain components easily removable, avoid toxic paint, use bromine-free plastics, mark any potentially hazardous components clearly, and publish disassembly information for many products in order to maximize their ability to be disassembled and recycled.

RFP-SC-SVPAMI-01

30

City of Santa Clara, Silicon Valley Power

5.0 Administrative Requirements In this section, we detail the Administrative Requirements pertaining to this solicitation. Responders must meet and adhere to all of the Administrative Requirements. Failure to positively identify the Responder’s intention to fulfill these requirements may, at the discretion of the City, result in a determination of material defect and result in disqualification of the Responder’s response. To address the Administrative Requirements, Responders should repeat the headings from this section in their proposal and then provide full written responses to the requirements under each heading. Regarding the repeated heading, Responders should number their proposals according to the instructions in RFP Section 9.0 – Response Format, Submission, and Delivery Instructions. Please do not attach company brochures in lieu of providing written responses. Additionally, if a Responder plans to utilize the services of one or more Subcontractors to meet any of the RFP Administrative Requirements, Responders must identify any tasks and/or deliverables to be completed by Subcontractors and describe their role in accordance with the requirements.

5.1 Company Information Responders must address all the company information related requirements in this section. Additionally, if a Responder plans to utilize the services of one or more Subcontractors to meet any of the RFP requirements, the Responder must provide responses to all the company information requirements identified in this section for each Subcontractor.

5.1.1 Background Responders must provide company background information via responses to the following: x

Company name and address

x

Number/location of offices (specifically identifying the one(s) that would support this project)

x

Length of time in business

x

Total years serving the utility industry

x

Total years experience with AMI solutions

x

Number of employees

x

Average turnover rate per year for the last two (2) years

RFP-SC-SVPAMI-01

31

City of Santa Clara, Silicon Valley Power

x

Annual gross revenue for last three (3) years

x

Description of company history/background

x

Description of company services

5.1.2 Experience Responders must provide company experience information via responses to the following: x

Description of overall experience/capabilities, as well as a description of experience/capabilities specific to the work detailed in the RFP.

x

List of clients with similar solutions, a description of each solution, including the length of time each solution has been installed, the number and type of meters supported in each solution, the interfaces supported, the deliverables provided, the installation services provided, the implementation services provided, and ongoing services provided.

x

If the Responder has had a contract terminated for default during the past three (3) years, all such incidents must be described. Termination for default is defined as notice to stop performance due to the Responder’s nonperformance or poor performance, and the issue was either (a) not litigated; or (b) litigated and such litigation determined the Responder to be in default. Please submit full details of all terminations for default, including the other party's name, address, and telephone number. Please present the Responder’s position on the matter. The City will evaluate the facts and may, at its sole discretion, reject the Responder's proposal if the facts discovered indicate that completion of a contract resulting from this RFP may be jeopardized by selection of the Responder. If the Responder has experienced no such terminations for default in the past three (3) years, please indicate as such. If the Responder has had a contract terminated for convenience, nonperformance, non-allocation of funds, or any other reason, which termination occurred before completion of the contract, during the past three (3) years, describe fully all such terminations, including the name, address and telephone number of the other contracting party. A Responder response that indicates that the requested information will only be provided if and when the Responder is selected as the apparently successful Responder is not acceptable. Restricting the Responder’s response to include only legal action resulting from terminations for default is also not acceptable.

5.1.3 Financial Stability Responders must provide documents to demonstrate financial capability, to demonstrate financial solvency, and the capacity to fulfill the obligations of this RFP. Responders must provide three (3) years of financial statements that comply with one of the following: RFP-SC-SVPAMI-01

32

City of Santa Clara, Silicon Valley Power

a.) Audited or reviewed by an independent certified public account. b.) Compiled by an independent CPA, public accountant, or internal accountant and are certified as accurate by the Responder’s Chief Financial Officer or President, or annual report for the last three (3) years. A Responder’s 10-K is acceptable. If the most recent financial statements are more than nine (9) months old, then it must be certified as accurate by either the Chief Financial Officer or President. c.) Tax returns for the Responder are acceptable in lieu of audited, reviewed, or certified financial statements or annual reports. If a 10-K is not provided by an applicant other than an individual, there shall be a statement of ownership for Responder’s business entity.

5.1.4 Customer References Responders must provide three (3) references for similar projects that have been completed in the last five years. For each project, Responders must include a completed Attachment E – Customer Reference Form. The City may, at its discretion, contact any or all of the references provided.

5.2 Staffing Responders must address all the staffing-related requirements in this section. Additionally, if a Responder plans to utilize the services of one or more Subcontractors to meet any of the RFP requirements, the Responder must provide responses to all the staffing requirements identified in this section for each Subcontractor.

5.2.1 Proposed Organization The Responder’s response must contain a complete description of the organization, functionality, and skill set of the proposed project team. Specifically, Responders must provide the following: x

Proposed organization chart (project team)

x

Identification of key staff (including names and titles)

x

Job descriptions for each key staff position

Key staff includes, but is not limited to a Project Manager and Technical Lead (for the Implementation Phase), an Operations Manager for the Operations and Maintenance Phase, and any other implementation and/or ongoing operations staff identified by the Responder. RFP-SC-SVPAMI-01

33

City of Santa Clara, Silicon Valley Power

The requirements/qualifications pertaining to the Project Manager are as follows: x

Must have minimum five (5) years utility industry experience

x

Must have minimum five (5) years project management experience

x

Must have experience installing devices and implementing similar systems

x

Must be dedicated to the project through the implementation

x

Must be on-site (at the City) a minimum 20% of the time (average one day per week) during the implementation

x

Must be available to the City as needed during normal business hours

x

Project Management Professional (PMP) Certification desired

The requirements/qualifications pertaining to the Technical Lead are as follows: x

Must have minimum five (5) years utility industry experience

x

Must have minimum five (5) years AMI solution development, implementation (including electric and water meter device installation) and operations experience (including system, network, and devices)

x

Must be dedicated to the project through the Implementation Phase, as well as the Operations and Maintenance Phase

x

Must be on-site (at the City) a minimum 20% of the time (average one day per week) during the implementation

x

Must be available to the City as needed during normal business hours

The requirements/qualifications pertaining to the Operations Manager are as follows: x

Must have minimum five (5) years utility industry experience

x

Must have minimum five (5) years project management experience

x

Must have minimum five (5) years AMI solution operations experience (including system, network, and devices)

x

Must be dedicated to the project during the Operations and Maintenance Phase

x

Must be on-site (at the City) a minimum 20% of the time (average one day per week) during Operations and Maintenance

x

Must be available to the City as needed during normal business hours

x

Project Management Professional (PMP) Certification desired

RFP-SC-SVPAMI-01

34

City of Santa Clara, Silicon Valley Power

Changes to key staff either before or after project start will require City approval. The experience and qualifications of the new staff member must be equal to or greater than those of the formerly identified staff member, as determined by the City. The job descriptions must identify the key staff member’s responsibilities and the qualifications needed for one to fill the position.

5.2.2 Key Staff Resumes The resumes must include a summary of the person’s experience (especially that which is specific to this RFP), a chronological, detailed account of their experience, education information, and identification of any certifications.

5.2.3 Key Staff References Responders must provide three (3) references for each key staff person proposed by using Attachment F – Key Personnel Reference Form. The references provided for each individual must be for projects of similar size and scope (or larger) to the AMI project.

5.3 Project Management Approach Responders must address all the project management (PM) related requirements in this section.

5.3.1 Project Management Methodology In response to this RFP, Responders must submit a description of their PM approach/methodology. It is preferred that Responders follow the PM methodology described by the Project Management Institute (PMI). Responders must also describe their experience in utilizing the proposed methodology and identify whether any of the proposed staff have experience in utilizing the methodology.

5.3.2 Project Plan and Schedule In support of this project, Responders will be required to develop a detailed Project Plan and Schedule. The Project Plan and Schedule must include the following sections: x

Project Plan x

General Project Information

x

Stakeholder and Participant Information

RFP-SC-SVPAMI-01

35

City of Santa Clara, Silicon Valley Power

x

x

Project Description x

Purpose

x

Scope

x

Goals and Objectives

x

Assumptions and Constraints

x

Risk Management Plan

x

Communication Management Plan

x

Issue Management Plan

x

Change Control Plan

x

Quality Management Plan

x

Problem Resolution Plan

Project Schedule

As described in RFP Section 5.3.3.1, there are two phases to this project: Implementation and Operations and Maintenance. Both the Project Plan and Schedule will primarily be used for the Implementation Phase. However, Responders should plan to continue to utilize (and therefore keep updated) the components relevant to the management of the Operations and Maintenance Phase. In response to the RFP requirements above, Responders shall provide a draft Project Plan and a draft Project Schedule (the schedule must be in MS Project format). The schedule must identify the relevant project phases, tasks, milestones, and deliverables (as defined in the following section), with associated timeframes and resource assignments. In their response, Responders must also identify the need for any specific information, materials, and/or decisions necessary from the City.

5.3.3 Project Phases, Milestones, Deliverables, and Progress Payments NOTE: RFP Section 5.3.3 includes an extensive amount of information and project related requirements. While these requirements are in the Administrative Requirements section, there are a number of them that are more technical in nature, and as such, are to be addressed in response to RFP Section 6.0. These items include deliverables that are identified with an “*”. To further assist Responders in addressing the requirements in Section 5.3.3, in Section 5.3.3.5, the City lists the specific information Responders need to provide in response to this section.

RFP-SC-SVPAMI-01

36

City of Santa Clara, Silicon Valley Power

5.3.3.1 Project Phases The key project phases include Implementation, as well as Operations and Maintenance. The City will pay Responders for both phases as discussed later in RFP Section 5.3.3.4. For purposes of this RFP, “System” is the same as “Solution” which is defined to include AMI Head-End application software, data, communications network, meters, and related devices all integrated and functioning together, as well as the services provided to perform as described in the RFP and resulting contract. AMI Head-End hardware and operating system software, as well as database software, are not included as those items will be provided by the City. Please note that Responders will need to specify their required AMI Head-End hardware, operating system software, and database software specifications in response to RFP Section 6.0. As identified in RFP Section 6.3 – Mandatory Technical Requirements, acceptable database software includes Oracle or SQL Server. Phase 1 - Implementation The Implementation Phase is expected to last approximately one (1) year. It consists of Phase 1A – Foundation Tasks, Phase 1B - Lab Proof of Concept, Phase 1C – Field Proof of Concept, and Phase 1D - Final Roll-out in which the remainder of the electric and water meters will be rolled-out and tested. The City provides additional information pertaining to the requirements of Phase 1 later in this section and in RFP Sections 6.0, 6.1, 6.2, 6.3, and 6.4. At the end of the Phase 1D - Final Roll-out, the system will need to operate successfully (three months/billing cycles) before the Implementation Phase will be considered complete. Phase 2 – Operations and Maintenance The Operations and Maintenance Phase will last approximately two (2) years. We provide additional information pertaining to the requirements of Phase 2 later in this section and in RFP Section 6.5. 5.3.3.2 Project Milestones The key project milestones (by phase) are as follows: Implementation Phase x

Begin Implementation

x

Begin Solution Component Installation (includes):

RFP-SC-SVPAMI-01

37

City of Santa Clara, Silicon Valley Power

x

x

Begin Head-End Software Installation

x

Begin Network Installation

x

Begin MDMS Interface Support

Complete Solution Component Installation (includes): x

Head-End Software Installation Complete

x

Network Installation Complete

x

MDMS Interface Support Complete

x

Begin Lab Proof of Concept

x

Complete Lab Proof of Concept (includes testing completed, results submitted and accepted)

x

Begin Field Proof of Concept

x

Complete Field Proof of Concept (includes testing completed, results submitted and accepted)

x

Begin Training

x

Complete Training

x

Begin Final Roll-Out

x

Complete Final Roll-Out

x

Begin Final Testing

x

Complete Final Testing

x

Begin Three Month Period of System Working Successfully

x

End Three Month Period of System Working Successfully

x

Implementation Complete

Operations and Maintenance Phase x

Begin Operations and Maintenance Period

x

Begin 90 Day Comprehensive Warranty Period

x

Submit First Set of Monthly Reports

x

Submit First Quarterly Invoice

x

End 90 Day Comprehensive Warranty Period

x

Submit Final Turnover/Transition Plan

x

Begin System Turnover/Transition

x

Complete System Turnover/Transition

RFP-SC-SVPAMI-01

38

City of Santa Clara, Silicon Valley Power

x

Submit Last Set of Monthly Reports

x

Submit Last Quarterly Invoice

x

Operations and Maintenance Period Complete

5.3.3.3 Project Deliverables The key project deliverables (by phase) are as follows: Implementation Phase Deliverable Set 1 x

x

Project Plan (updated – first draft is due with proposal response) – must include the following high-level documents: x

Risk Management Plan

x

Communication Management Plan

x

Issue Tracking Plan

x

Change Control Plan

x

Quality Management Plan

x

Problem Resolution Plan

Project Schedule (updated – first draft is due with proposal response)

Deliverable Set 2 x

Technical Architecture Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*

x

Network Architecture Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*

x

Data Flow Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*

x

Application and Third Party Software List (updated – first draft is due with proposal response – see RFP Section 6.0)*

x

Implementation Plan (updated – first draft is due with proposal response)

x

Meter Installation Plan (must include installation process for electric and water meters, and list of meters to be replaced)*

x

Electric and Water Meter Recycling Plan (updated – first draft is due with proposal response) x

RFP-SC-SVPAMI-01

The Electric and Water Meter Recycling Plan shall meet all state and federal requirements (please see RFP Section 4.3 for more information) 39

City of Santa Clara, Silicon Valley Power

x

System and Network Documentation (including reports, functions, features, security, system administration information, etc.)

Deliverable Set 3 x

User/Training Documentation (including Training Manual, Training Materials, Help Guide, etc.)

x

Training Plan (updated - first draft is due with proposal response)

x

Test Plan (updated - first draft is due with proposal response)

x

System Turnover/Transition Plan (updated - first draft is due with proposal response )

Other Implementation Deliverables x

Training Results Documentation

x

Testing Results Documentation, includes: x

Lab Proof of Concept Test Results

x

Field Proof of Concept Test Results

x

Final Test Results

Operations and Maintenance Phase Deliverables x

Monthly Reports - includes status reports, system performance reports, change management reports, risk management reports, issues management reports, quality management reports, problem resolution reports, monthly updates to project schedule, etc.

x

Quarterly Invoices

x

Final Turnover/Transition Plan

x

Turnover/Transition Plan Results

Deliverables are intended to be submitted as project documentation. For each deliverable, the use of a Deliverable Expectations Document (DED) will allow the City and Responders to agree in advance as to what information will be included. Responders will develop a DED at the beginning of the development of each deliverable. The DED must include an outline (with corresponding table of contents) and a sample of the level of detail to be included in each section of the deliverable. Once the DED is developed, Responders will submit it to the City for review. The City will provide comments back to the Responder regarding the DED. This feedback may be in written format or be delivered via a face-to-face meeting. The City must formally accept (sign-off) on each DED in writing before Responders attempt to complete each deliverable.

RFP-SC-SVPAMI-01

40

City of Santa Clara, Silicon Valley Power

5.3.3.4 Payments All of the key phases, milestones, and deliverables are required. Regarding the Implementation Phase, progress payments will be tied to the deliverables and milestones. As part of their offer, Responders must provide a comprehensive system warranty (less hardware) for the first three (3) months of the Operations Phase. Regarding the Operations and Maintenance Phase, Responders will bill the City on a quarterly basis. The following table illustrates how the project phases, milestones, deliverables, and payments will be tied together.

RFP-SC-SVPAMI-01

41

City of Santa Clara, Silicon Valley Power

Phase

Date (estimated)

Milestone

Progress Payments

Deliverable

Begin Implementation

N/A

N/A

Implementation

N/A

Deliverable Set 1 Accepted

5%

Implementation

N/A

Deliverable Set 2 Accepted

5%

Implementation

N/A

Deliverable Set 3 Accepted

5%

Implementation

Lab Proof of Concept Completed (includes testing completed, results submitted, and results accepted by the City)

Testing Results Accepted

5%

Implementation

Training Complete

Training Results Documentation Accepted

5%

Implementation

Field Proof of Concept Completed (includes testing completed, results submitted, and results accepted by the City)

Testing Results Accepted

25%

Implementation

12/1/09

Implementation

9/1/10

Final Roll-Out Completed

N/A

20%

Implementation

12/1/10

Final System Testing Complete (complete and confirmed after system operates successfully for 90 days)

Final System Test Results Documentation Accepted

20%

Implementation

12/2/10

Implementation Complete

N/A

N/A 90% of Implementation Costs Paid (10% will be held back until completion of the comprehensive warranty period)

Total

RFP-SC-SVPAMI-01

42

City of Santa Clara, Silicon Valley Power

Date (estimated)

Milestone

Operations and Maintenance

12/2/10

Begin Operations and Maintenance/Day One of 90 Day Comprehensive Warranty

N/A

N/A

Operations and Maintenance

1/2/11

Submit First Set of Monthly Reports

Monthly Reports

N/A

Operations and Maintenance

3/2/11

End of 90 Day Warranty

Operations and Maintenance

3/2/11

Responder Submits First Quarterly Invoice

Quarterly Invoice

Operations and Maintenance

12/31/11

Submit Final Transition Plan

Transition Plan Accepted

N/A

Operations and Maintenance

6/1/12

Begin Turnover/Transition

Transition Results Accepted

N/A

Operations and Maintenance

12/1/12

Complete Turnover/Transition

Transition Results Accepted

N/A

Operations and Maintenance

12/2/12

Submit Last Set of Monthly Reports

Last Set of Monthly Reports

N/A

Operations and Maintenance

12/2/12

Submit Last Quarterly Invoice

Last Quarterly Invoice

N/A

Operations and Maintenance

12/2/12

End Operations and Maintenance Phase

N/A

N/A

Phase

Progress Payments

Deliverable

Remaining 10% of Implementation Costs (Holdback) Paid Responder will bill the City and be paid for specific products and services provided on a quarterly basis

All Operations and Maintenance Costs Paid

Grand Total

All dates identified in the table are estimates and are subject to change. Responders may add any additional milestones and/or deliverables they believe are necessary for successful project completion. All project phases, milestones, and/or deliverables, and related payments and dates agreed upon by the City and Responders will be reflected in the final contract. 5.3.3.5 Summary of Information to be Submitted in Response to 5.3.3 In response to the RFP Section 5.3.3, Responders shall provide the following: a) Statement of understanding and compliance with the information and requirements in RFP Section 5.3.3.1. RFP-SC-SVPAMI-01

43

City of Santa Clara, Silicon Valley Power

b) Statement of understanding and compliance with the information and requirements in RFP Section 5.3.3.2. c) Statement of understanding and compliance with the information and requirements in RFP Section 5.3.3.3. Responders must also include drafts of the following deliverables: a.

Project Plan

b.

Project Schedule

c.

Implementation Plan

d.

Electric and Water Meter Recycling Plan

e.

Training Plan

f.

Test Plan

g.

System Turnover/Transition Plan

d) Statement of understanding and compliance with the information and requirements in RFP Section 5.3.3.4. Responders must also identify any additional milestones and/or deliverables they believe would be necessary for project completion.

5.3.4 Deliverable Acceptance and Project Completion In response to the RFP, Responders must acknowledge and state their compliance with the information in this section. The City will accept the system as fully implemented when the following criteria have been met (this criteria will be finalized and jointly agreed to during contract negotiations): x

Respondents must provide five (5) hardcopies of each document. Electronic copies must be provided in Microsoft Office 2007 (compatible down) format (Word, Project, Visio, etc.) as necessary for each deliverable.

x

All deliverables must confirm to the approved Deliverable Expectation Document (DED) format.

x

Once the Responder presents a deliverable, the City will, within ten (10) working days, either accept the deliverable, or provide written notice to the Responder that specifically states why the deliverable is not being accepted. The Responder will have five (5) working days to correct the deliverable and resubmit it to the City, at which point the City will, within five (5) working days, either accept the deliverable or again provide written notice to the Responder that specifically states why the deliverable is not being accepted. This process will continue until the deliverable is accepted by the City.

RFP-SC-SVPAMI-01

44

City of Santa Clara, Silicon Valley Power

x

City users have been trained to an adequate level of proficiency to use all features and perform their roles consistent with planned operational usage. (The Responder is not responsible for inadequate proficiency caused by general personnel problems or failure to attend scheduled training.)

x

The AMI solution will not pass the “Final System Test” until it has been operating in a stable manner, consistent with planned performance levels and functionality, for a period of 90 consecutive days (through three (3) monthly billing cycles).

5.4 General Information In response to this section, Responders must complete and submit the following forms: x

Attachment G – Responder Information Form

x

Attachment H – Responder Signature Form

x

Attachment I – Certification of Non-Discrimination Form

5.5 City Responsibilities In response to the RFP, Responders must acknowledge and state their compliance with the information in this section. The City’s responsibilities are as follows: x

The City will assign resources to work with the Responder. This will include project management related resources, testing resources, and documentation review resources.

x

The City will provide workspace for two (2) individuals, including telephone and VPN connection for Responder personnel working on-site. The provision of these items shall not change or alter, in any way, the status of Responder personnel as independent contractors, not employees, of the City. The VPN Policy is provided in RFP Attachment J.

x

The City will provide all AMI Head-End hardware and operating system software. This hardware and software is for AMI project use only, and will remain property of the City and SVP, and will be used according to City information technology use policy.

x

The City will provide all required source data and related materials. However, the City will maintain ownership of this data and materials.

x

The City will provide all required information pertaining to interfaces including the Harris PUBS and MDMS data structures and process flows.

RFP-SC-SVPAMI-01

45

City of Santa Clara, Silicon Valley Power

x

The City will attend weekly project status meetings.

x

The City will provide facilities for training, as necessary.

x

The City will review all Deliverable Expectation Documents (DEDs).

x

The City will provide formal acceptance of each DED in writing when complete.

x

The City will review all deliverables.

x

The City will provide formal acceptance of each deliverable in writing when complete.

RFP-SC-SVPAMI-01

46

City of Santa Clara, Silicon Valley Power

6.0 System Requirements In this section, we detail the System Requirements pertaining to this solicitation. For purposes of this RFP, “System” equals “Solution,” which is defined to include AMI Head-End application software, data, communications network, meters, and related devices all integrated and functioning together, as well as the services provided to perform as described in the RFP and resulting contract. AMI Head-End hardware and operating system software, as well as database software, are not included in this definition, as those items will be provided by the City. Responders will need to specify their required AMI Head-End hardware, operating system software, and database software specifications in response to this section (see item #7 on the following page). As identified in RFP Section 6.3 – Mandatory Technical Requirements, acceptable database software includes Oracle or SQL Server. Responders must meet and adhere to all of the System Requirements. Failure to positively identify the Responder’s intention to fulfill these requirements may, at the discretion of the City, result in a determination of material defect and result in disqualification of the Responder’s response. These requirements are broken into three areas: Functional Requirements (Mandatory and Optional/Future), Technical Requirements (Mandatory and Optional/Future), and Operations and Maintenance Requirements. Please note that Responders are to provide estimated pricing for the Optional/Future requirements, but are NOT to include these costs in their Implementation or Operations and Maintenance costs. Please see RFP Section 8.0 for additional information pertaining to pricing. To address the System Requirements, Responders should repeat the headings from this section in their proposal and then provide full written responses to the requirements under each heading (the requirements pertaining to RFP Sections 6.1 6.2, 6.3, and 6.4 are contained in Word tables). Regarding the repeated heading, Responders should number their proposals according to the instructions in RFP Section 9.0 – Response Format, Submission, and Delivery Instructions. Please do not attach company brochures in lieu of providing written responses. If a Responder plans to utilize the services of one or more Subcontractors to meet any of the RFP System Requirements, Responders must identify any tasks and/or deliverables to be completed by Subcontractors and describe their role in accordance with the requirements. Prior to addressing the System Requirements, Responder’s must address each of the following requirements: 1) Provide Proposed Technical Architecture Diagram 2) Provide Narrative Description of the Technical Architecture RFP-SC-SVPAMI-01

47

City of Santa Clara, Silicon Valley Power

3) Provide Proposed Network Architecture Diagram (should include network equipment list) 4) Provide Narrative Description of the Network Architecture 5) Provide a Data Flow Diagram (this should include identification of the data elements the Head-End System will collect, and those that it expects it will transmit to and receive from the eMeter EnergyIP MDMS) 6) Application and Third Party Software List 7) Provide identification and specifications pertaining to AMI Head-End hardware, operating system software, and database software (all to be procured by the City) 8) Provide a discussion of how the software will be configured to meet the City’s needs, without source code changes and how those configurations will be retained through software version upgrades 9) The City intends to complete a full roll-out of the AMI network and associated meters (see related device counts in RFP Section 6.0.1) by 2013. At the City’s option, based on the success of the original implementation, we may choose to amend the contract resulting from this RFP to include the full roll-out. As such, Responders should describe how they would expand the AMI Solution to be completed by 2013, including specific, scheduled checkpoints for new technology assessment. Please also discuss other solution functions and/or approaches the City might want to consider in the future.

6.1 Mandatory Functional Requirements, 6.2 Optional/Future Functional Requirements, 6.3 Mandatory Technical Requirements, and 6.4 Optional/Future Technical Requirements The Functional and Technical requirements are provided in the separate Word file (in table format) labeled AMI System Requirements. Responders should use these tables within their proposals, inserting a blank row under each requirement to address each requirement. In regards to the requirements, Responders should explain what they are going to do, how they are going to do it, when they are going to do it, and who (from their proposed team) is going to do it. The Word table is organized as follows:

RFP-SC-SVPAMI-01

48

City of Santa Clara, Silicon Valley Power

6.1

Mandatory Functional Requirements 6.1.0 AMI Solution – General 6.1.1 Meters 6.1.2 Field Area Network (FAN) 6.1.3 Head-End System 6.1.4 AMI Solution Function

6.2 Optional/Future Functional Requirements 6.2.1 Meters - Electric 6.2.2 FAN Controller/Collector 6.2.3 Head-End System 6.2.4 Premises Gateway – Home Area Network (HAN) 6.2.5 Demand Response (DR) 6.3

Mandatory Technical Requirements 6.3.0 Standards and Recommended Practices 6.3.1 System Configuration and Scalability 6.3.2 System Management 6.3.3 Data Validation and Exception Handling 6.3.4 Database 6.3.5 User Environment 6.3.6 System Configurability 6.3.7 Report Generation 6.3.8 System Administration, User Authorization and Authentication 6.3.9 Information Protection and Encryption 6.3.10 System User Web Browser Application 6.3.11 System Integration 6.3.12 MDMS Interface

6.4 Optional/Future Technical Requirements 6.4.0 Recommended Practices 6.4.1 Other Interface Items Each requirement has an associated Requirement Type. The Requirement Types are defined as follows: FR = Functional Requirement PR = Performance Requirement NOTE: While there are PR requirements throughout the spreadsheet, there are also a number of PR requirements that have been collected in Section 6.1.4.17. These PR requirements will help form the basis of the Service Level Agreements (SLAs) to be developed with the successful Responder as part of contract negotiations. For more information on SLAs, please see Section 6.5.

RFP-SC-SVPAMI-01

49

City of Santa Clara, Silicon Valley Power

In their responses to each Optional/Future requirement in 6.2 and 6.4, Responders should indicate which requirements their solution already has the functionality to support, or whether they are already working to upgrade their solution to accommodate these requirements at a later date, or whether the Responder does not plan support such requirements in the future.

RFP-SC-SVPAMI-01

50

City of Santa Clara, Silicon Valley Power

1

RFP-SC-SVPDCCS-01

FR

PR

System Requirements Spreadsheet

Comply with applicable U.S. meter standard for induction and solid state watt-hour meters and communication standards including: 1. ANSI C12.1-2001 2. ANSI C12.20 (Class 0.2) – 2002 3. ANSI/IEEE C37.90.1 - 2002 4. ANSI/IEEE 62.45 – 2002 5. ANSI C12.10 – 2004 6. ANSI C12.18 – 1996 7. ANSI C12.19 – 1997 8. ANSI C12.21 9. ANSI C12.22 10. IEC 61000-4-4 – 2004-07 11. IEC 61000-4-2 – 2001-04 12. IETF IPv4 13. Support for latest revision of above standards where applicable. 14. Comply with FCC regulations (provide documentation of compliance with proposal response) 15. FCC Part 15 Class B 16. FCC Part 15, sub-paragraph 247

6.1.1.1.1

Meters – Electric, General

Handle up to 20,000 net metering points.

6.1.0.6

6.1.1.1

PR

Receive and process more than 500,000 endpoint values up to six (6) times a day – channels or endpoints only.

6.1.0.5

Meters

PR

Handle up to 10,000 electric distribution meters, grid sensors, controller, collectors and other endpoint devices.

6.1.0.4

6.1.1

PR

Handle up to 5,000 water distribution system meters and devices.

6.1.0.3

PR

Handle up to 50,000 residential and non-residential water meters.

6.1.0.2

PR

Handle up to 100,000 residential, commercial and industrial electric meters.

AMI Solution - General

6.1.0

6.1.0.1

MANDATORY FUNCTIONAL REQUIREMENTS

6.1

PR PR FR FR FR FR FR FR PR

Store at least the last 100 informational messages in a log with a timestamp indicating the receipt of the message. Data to persist until overwritten. Store at least the last 512 communications events in a log with a timestamp indicating the occurrence of the event. Data to persist until overwritten. Provide two-way secure communication with authorized systems and devices. Meter shall be capable of transmitting stored data to Responder supplied Field Tool locally and to AMI Head-End System (HES) . Indicate the programmable number of significant digits that energy and demand registers can be set to. Provide example of specified formats. Indicate the number of significant digits for display if different. Possess a unique internal (e.g. serial number) and external (e.g. network address) identity to enable targeted messaging and communications (i.e. individually addressable meters and distribution devices). Continue to record data (energy usage, diagnostic events, and informational messages) during a communications failure/outage. For all residential electric meters provide integrated 200A remote connect/disconnect switch. Externally indicate electric service connect/disconnect status so that it is visible to customer or SVP employee on site. Have a projected minimum service life of 20 years including battery, with a meter failure rate of less than 0.1% per year. Provide engineering statistical calculation of projected life including Mean Time Between Failure (MTBF) for proposed meters, including communication module, batteries, and remote connect/disconnect unit. Provide all actual field performance data to date for proposed meters currently installed on operational systems and supply cumulative failure-in-time (FIT) data for meters, including communication module, batteries, and remote connect/disconnect unit by manufacturer/model number.

6.1.1.1.6

6.1.1.1.7

6.1.1.1.8

6.1.1.1.9

6.1.1.1.10

6.1.1.1.11

6.1.1.1.12

6.1.1.1.13

6.1.1.1.14

System Requirements Spreadsheet

PR

Store at least the last 100 diagnostic events/errors in a log with a timestamp indicating the occurrence of the event/error. Data to persist until overwritten.

6.1.1.1.5

2

PR

Store 15 minute interval energy consumption data for a minimum of 45 days for two (2) channels. Data to persist until overwritten.

6.1.1.1.4

RFP-SC-SVPDCCS-01

FR

Acceptable electric meter manufacturers include: 1. Elster 2. GE 3. Landis&Gyr 4. Itron

6.1.1.1.3

FR

Quantity and types of electric meters to be procured and installed with this RFP (numbers also include spares): 3980 2S - Single Phase 3 Wire Meter 11 3S - Single Phase 3 Wire Meter w/ Single CT 30 5S - Three Phase Transformer Rated 3 Wire Meter Delta w/Demand 164 9S - Three Phase Transformer Rated 4 Wire Meter Wye w/Demand 854 12S - Network Meter From 3Wire Meter 145 16S - Three Phase Self-Contained Meter

6.1.1.1.2

Has viewable liquid crystal display (LCD) in full daylight with meter register visible at 25ft., with viewing angle of +/- 60 degrees.

FR FR

FR FR

FR FR FR FR FR

FR FR

Support a minimum of two (2) channels of interval data for residential meters. Support a minimum of four (4) channels for commercial and industrial meters. Support measurement of voltage data (line-to-line or 3-phase). This data shall be the maximum, minimum, and average over a programmable interval of 1, 5, 15, 30, or 60 minutes with end-of-interval timestamp. Support measurement of peak demand kW, both instantaneous and over a settable time period. Meter recording interval length shall be remotely configurable. Support net metering. This records kWh consumption/generation on one (1) channel. Support bi-directional metering to support distributed generation measurement. This records kWh consumption/generation on two (2) channels. This is needed for distributed generation applications where SVP needs to measure both the gross premises load and energy generated. Information from two channels to be used to determine net energy received from/sent to utility. Support power outage flag that will be set for each interval in which a power outage occurs. Large commercial and industrial meters shall additionally have pulse output capabilities (for backwards compatibility with existing energy management systems or other users of pulse output). Non-residential, non-self-contained meters shall additionally support multi-voltage with ratio settings for input current transformers(CTs)/potential transformers (PTs). Non-residential meter shall additionally support interval data collection for VArHr(Volt Ampere-reactive Hour) . Keep a log of communications events in the meter including, but not limited to: 1. Link fail 2. Link switch 3. Link up 4. Link quality Shall be validated with an external time source at least once per day. Originating source shall be traceable to NIST time standard. Meter clock time shall be automatically reset during the daily time validation if meter time is out of synch (based upon set limits) with the external time source. Shall correct for Daylight Savings Time (DST) changes twice per year. Shall log all successful and failed internal clock time corrections or adjustments.

6.1.1.2.3

6.1.1.2.4

6.1.1.2.5

6.1.1.2.6

6.1.1.2.7

6.1.1.2.8

6.1.1.2.9

6.1.1.2.10

6.1.1.2.11

6.1.1.2.12

6.1.1.2.13

6.1.1.2.14

6.1.1.2.15

6.1.1.2.16

6.1.1.2.17

3

PR

Support interval data collection for energy consumption, kWh, for interval data lengths of 1, 5, 15, 30, or 60 minutes or one single daily interval 24 hours in length. Expected interval data length will be 15 minutes for all meters.

6.1.1.2.2

System Requirements Spreadsheet

FR

FR

FR

FR

FR

Record self reads at 12 midnight for each register or channel every day.

PR

6.1.1.2.1

Meters – Electric, Functions

RFP-SC-SVPDCCS-01

6.1.1.2

6.1.1.1.15

PR

PR

Shall be lead free per CA AB 1953. Acceptable water meter manufacturers include: 1. Badger Meters 2. Sensus Shall have a projected minimum service life of 20 years including battery, with a meter failure rate of less than 0.1% per year. Provide engineering statistical calculation of projected life including Mean Time Between Failure (MTBF) for proposed meters including communication module and batteries. Provide all actual field performance data to- ate for proposed meters including communication modules and batteries currently installed on operational systems and supply cumulative failure-in-time (FIT) data for meters by manufacturer/model number. Store fifteen minute interval water consumption data for a minimum of 45 days for one channel. Data to persist until overwritten. Provide two-way secure communication with authorized systems and devices.

6.1.1.3.4

6.1.1.3.5

6.1.1.3.6

6.1.1.3.7

6.1.1.3.8

4

FR

Shall be sealed and waterproofed.

6.1.1.3.3

System Requirements Spreadsheet

FR

FR

FR

FR

Quantity and types of water meters to be procured and installed with this RFP (numbers also include spares): 456 5/8 x 3/4 inch Remote Meter – Positive Displacement 6 5/8 x 3/4 inch Pit Meter – Positive Displacement 25 1 inch Pit Meter – Positive Displacement 15 1 1/2 inch Positive Displacement Pit Meter – Multi-jet, Turbine 26 2 inch Positive Displacement Pit Meter – Multi-jet, Turbine 3 3 inch Compound Meter, Pit Application - Turbine 2 4 inch Compound Meter, Pit Application - Turbine 3 6 inch FCMT Meter, Pit Application - Turbine 4 8 inch FCMT Meter, Pit Application - Turbine

6.1.1.3.2

FR

Comply with applicable U.S. meter standards for water meters and communication standards including: 1. AWWA C700 2. NSF/ANSI 61 3. IETF IPv4 4. Comply with FCC regulations (provide documentation of compliance with proposal response) 5. FCC Part 15 Class B 6. FCC Part 15, sub-paragraph 247

6.1.1.3.1

Meters – Water, General

FR

Shall be able to be remotely disconnect/reconnect premises electrical service for residential customers upon receipt of authorized AMI system message.

6.1.1.2.19

RFP-SC-SVPDCCS-01

6.1.1.3

FR

Shall keep time even if there is no communication with the network and shall maintain holdover accuracy to ANSI C12.1 specifications.

6.1.1.2.18

Provide recommended water meter pit cover specification for optimum signal transmission. Able to visually read water meter consumption inside pit upon removal of cover.

6.1.1.3.12

6.1.1.3.13

Support interval data lengths of 15, 30, or 60 minutes or one single daily interval of 24 hours in length. Provide “wake up” mode operation to maximize battery life. Provide leak and reverse flow detection alarm. Provide battery-end-of-life indicator alarm. Provide alarm for communication failure with meter encoder.

6.1.1.4.2

6.1.1.4.3

6.1.1.4.4

6.1.1.4.5

6.1.1.4.6

FR

Provide for operation of control points for grid controllers. Store 15 minute interval data for a minimum of 45 days for four channels. Data to persist until overwritten. Provide two-way secure communication with authorized systems and devices. Possess a unique internal (e.g. serial number) and external (e.g. network address) identity to enable targeted messaging and communications (i.e. individually addressable meters). Continue to record data during a communications failure/outage.

6.1.1.5.3

6.1.1.5.4

6.1.1.5.5

6.1.1.5.6

6.1.1.5.7

5

FR

Record selected analog I/O, digital I/O, or accumulator values.

6.1.1.5.2

System Requirements Spreadsheet

FR

PR

FR

FR

Comply with applicable utility standards for field installation of equipment and communication standards including: 1. ANSI/IEEE C37.90.1 - 2002 2. ANSI/IEEE 62.45 – 2002 3. IEC 61000-4-4 – 2004-07 4. IEC 61000-4-2 – 2001-04 5. FCC Part 15 Class B 6. FCC Part 15, sub-paragraph 247 7. IETF IPv4 8. Comply with FCC regulations (provide documentation of compliance with proposal response) 9. Support for latest revision of above standards where applicable.

FR

FR

FR

FR

FR

PR

FR

FR

6.1.1.5.1

Meters –Distribution, Grid Sensors and Controllers

Support measurement of interval water consumption.

6.1.1.4.1

Meters – Water Meter, Functions

FR

Confirm ability to transmit water consumption reads from SVP water meter pits to FAN Controller/Collector. Provide transmission range for water meters set in pit, directly or indirectly

6.1.1.3.11

RFP-SC-SVPDCCS-01

6.1.1.5

6.1.1.4

FR

Possess a unique internal (e.g. serial number) and external (e.g. network address) identity to enable targeted messaging and communications (i.e. individually addressable meters).

6.1.1.3.10

FR

PR

Shall have measurement resolution of one (1) gallon for water consumption.

6.1.1.3.9

6

System Requirements Spreadsheet

FR

Network design must be self healing and self initializing. Describe how network re-establishes communication after interruption.

6.1.2.1.3

RFP-SC-SVPDCCS-01

FR

Shall be modular to permit change of network communications technology.

6.1.2.1.2

PR

Comply with FCC regulations (provide documentation of compliance with proposal response) and communications standards including: 1. FCC Part 15 Class B 2. FCC Part 15, sub-paragraph 247 3. IETF TCP/UDP 4. IETF IPv6

6.1.2.1.1

Field Area Network (FAN)

PR

As part of system acceptance testing, Responder shall demonstrate functionality of five (5) different distribution meters, grid sensors and controllers for testing on SVP’s installed AMI network in order to show successful system integration, testing and verification of operation.

6.1.1.5.13

FAN - General

FR

List all distribution and/or other end point devices supported by the proposed AMI Solution, including, but not limited to: 1. Programmable Capacitor Controller 2. Remote Automation Recloser 3. Remote Control Switch 4. Fault Indicators 5. Network Protectors 6. Distribution Meters 7. Voltage Regulators with Tap Changer Position Indicator 8. Power Quality Meter 9. Water Pressure Sensor 10. Temperature Sensor 11. Video Camera

6.1.1.5.12

6.1.2.1

PR

Distribution Meters shall be able to operate for extended periods in the absence of grid power (at least eight hours)

6.1.1.5.11

6.1.2

PR

Operate off voltages between 110 and 480 volts.

6.1.1.5.10

FR

When a Distribution Meter replies to a request for voltage, it shall report: 1) timestamp, and 2) voltage.

6.1.1.5.9

FR

Respond to a request from an authorized source for presence of input voltage (device power).

6.1.1.5.8

PR

PR FR

FR

Shall have a outage rate of less than 0.01% per annum over the required operating life of the system (20 years). Provide engineering statistical calculation of projected life including MTBF for meter including communication module. Provide all actual field performance data to-date for meters installed on operational systems and supply cumulative failure-in-time (FIT) data for FAN Controller/Collector by manufacturer/model number. Shall be available 24 hours per day, 7 days a week with an allowance for down time for maintenance. Time-synchronized with an external time source at least once per day. List source origination, accuracy and update procedure. Components storing payload data shall utilize non-volatile memory for storing and retaining this information. Report data storage strategy for message handling, uploaded meter reads, file transfer, and program download. Capable of connecting to a main voltage ranging from 120V to 240V. Describe installation and operation requirements including: 1. Weight 2. Size 3. Power 4. Environment 5. Location 6. Mounting

6.1.2.2.3

6.1.2.2.4

6.1.2.2.5

6.1.2.2.6

6.1.2.2.7

6.1.2.2.8

Support a secure, routable, utility extensible message format. Shall permit remote: 1. Status report (up/down) 2. Diagnostics 3. Link status report 4. Communications event log retrieval 5. Reporting of results of FAN connectivity and strength to the HES

6.1.2.3.2

6.1.2.3.3

7

Support prioritized message processing.

6.1.2.3.1

FAN Controller/Collector - Functions

PR

Hardened to operate in a noisy electrical environment. Responder shall provide their certifications for Electromagnetic Compatibility (e.g. ANSI C12.20, IEC 61000-4-2, etc.).

6.1.2.2.2

System Requirements Spreadsheet

FR

FR

FR

FR

FR

PR

Operate for extended periods in the absence of grid power for at least eight (8) hours.

6.1.2.2.1

FAN Controller/Collector - General

RFP-SC-SVPDCCS-01

6.1.2.3

6.1.2.2

Support message priority for the following: 1) High priority – immediate need (e.g. on-demand meter read) 2) Medium priority – standard operational need (e.g. scheduled meter read) 3) Low priority – system information collection (e.g. error log collection)

6.1.3.1.3

FR FR FR

Meter shall be preprogrammed with default SVP configuration prior to shipment from the manufacturer. Meter shall be physically assigned a utility meter number (before it arrives at utility) which identifies manufacturer, meter form, voltage, communications type, etc. Individual meters shall be identifiable within shipping containers and packaging (can be RFID - Radio Frequency ID tag or bar code). Meter identification mechanism shall require minimal manual interaction, and should be usable by various users (warehouse tech, meter shop tech, meter installer).

6.1.4.1.4

6.1.4.1.5

6.1.4.1.6

System Requirements Spreadsheet

FR

All meters to be tested to NIST standards for accuracy specification. Responder to state meter test equipment manufacturer/model to be used and calibration methodology. Responder to indicate if meter testing to be integrated with SVP meter shop.

6.1.4.1.3

8

FR

Provide description of meter installation end-to-end process including meter preparation, asset management, use of Field Tool, and environmental handling of new meter packaging and disposal of old meters. Note that SVP has acquired a Meter Asset Management System as part of the supplier provided MDMS.

6.1.4.1.2

RFP-SC-SVPDCCS-01

FR

Field tool(s) to be procured include five (5) for electric meters and five (5) for water meters. Alternatively, please indicate if proposed tool supports both electric and water meters, and if so, provide five (5) total.

6.1.4.1.1

Field Tools and Meter Installation

PR

Log an event message for each meter if the daily time validation detects meter time that is greater than 120 seconds out of synch with system time source.

6.1.3.2.3

6.1.4.1

FR

Validate the internal clock time for meters, distribution devices and all other field communications components at least once per day and synchronize with system time if the difference exceeds a configurable tolerance. Log reported resynch events.

6.1.3.2.2

AMI Solution Function

FR

All messages received by the HES including all meter and non-meter reads shall be time stamped upon receipt by the HES.

6.1.3.2.1

Head End System - Functions

FR

Perform data flow control after a communication or power outage to prevent resources from being overloaded.

6.1.3.1.2

6.1.4

6.1.3.2

PR

Process requests from the MDMS for 500 (or 1% of the AMI meter population) on-demand requests per day for refresh of meter interval data (not including the pre-scheduled meter data collection schedules).

Head-End System - General

6.1.3.1

6.1.3.1.1

Head-End System

6.1.3

FR

FR FR PR FR

FR FR FR FR FR

FR FR

FR FR

Upon completion of proper authorization by the meter of a Field Tool, meter shall be able to identify itself to Field Tool and provide access to its data and configuration settings at installation time, and later in support of ongoing operations & maintenance activities. Meter shall communicate locally to a Field Tool independently of the normal AMI communications mechanism. Meter shall support local download to a Field Tool of all meter and communications data and logs stored in meter memory through both wireless and optical port communications. Meter shall support local download to a Field Tool of all meter and communications data and logs stored in meter memory within one (1) minute or less. Field Tool shall check security/authentication for local meter data download attempts to ensure downloads can only be executed by authorized utility or third party personnel. Includes secure local download of all meter and communications data and logs stored in meter memory (e.g. register read, demand, interval data, logs, voltage, PF, etc.). Field Tool shall support meter ID (barcode/RFID) and logging of GPS location for installed meter. Meters and distribution devices shall log source of request for data download attempts from both Field Tool and FAN Controller/Collector. Field Tool shall provide work order functionality to allow for investigation, resolution, and initiation (for asfound problems identified in field) of trouble reports. Field Tool shall test the AMI communications interface on the meter. Field Tool shall uniquely identify meters by their physical location (i.e. LAT/LONG) and relay this information to the HES. The Field Tool must be able to specify unique location identifier for each meter when multiple meters are at the same LAT/LONG. Field Tool shall support multiple applications (e.g. work order management, meter management/configuration, FAN Controller/Collector testing/management, etc.). Field Tool shall allow user to seamlessly move back and forth between multiple applications running simultaneously, without exiting the applications. Upon meter installation, the Field Tool shall synchronize the meter's internal clock. As meters self-register, the HES shall initially place them into a read group. Field Tool shall remotely configure the meter's recording interval length. Field Tool shall access channel multipliers, meter multipliers, unit of measure per channel, and other basic meter info. Meter shall accept installed service point information from the installer's Field Tool. Field Tool shall accept old meter ID and communicate it to the HES. Field Tool shall accept old meter final reading from installer field tool and communicate it to the HES. 9

6.1.4.1.8

6.1.4.1.9

6.1.4.1.10

6.1.4.1.11

6.1.4.1.12

6.1.4.1.13

6.1.4.1.14

6.1.4.1.15

6.1.4.1.16

6.1.4.1.17

6.1.4.1.18

6.1.4.1.19

6.1.4.1.20

6.1.4.1.21

6.1.4.1.22

6.1.4.1.23

6.1.4.1.24

6.1.4.1.25

6.1.4.1.26

RFP-SC-SVPDCCS-01

System Requirements Spreadsheet

FR

FR

FR

FR

FR

FR

Meter packing labels shall include class, voltage, wire, cycles, test amps, KW, catalog number, Purchase Order number and release, quantity, meter form, born-on date, lot number, utility meter numbers in box, manufacturer serial number.

6.1.4.1.7

FR FR FR

FR

PR

If not self-registered on install, meter shall self-register on the HES the first time that communication is established. Pre-condition: meter must be supplied a unique identifier before the meter can authenticate. In the case of self-registration failure, meter shall be able to automatically reattempt self-registration after a configurable period of time. Upon installation, meter shall perform a self diagnostic and detect and log all failures. SVP defined critical failures shall be reported to the HES immediately (including, at a minimum, check sum error, meter failure from firmware upgrade, metrology failure, program or memory failure, and time synch failure). Upon installation, meter shall be able to communicate the following to Field Tool: 1. Meter health check/diagnostic results 2. Communications network check results Meter shall complete installation self-registration and self-diagnostic processes in less than two minutes combined. This is driven by the fact that total meter installation time shall be less than 15 minutes.

6.1.4.1.30

6.1.4.1.31

6.1.4.1.32

6.1.4.1.33

6.1.4.1.34

FR

Network shall provide “guest” access for new devices connecting to network. HES shall authenticate new devices connecting to network. Provide updated reports at least once a day, as well as on-demand that contain key diagnostics and statistics from all AMI meters, devices, and field communication network elements. Reports shall include (at a minimum) meter read status reports, event/transaction status reports, trouble reports, and meter additions/removals. HES should be modular to permit change of network communications technology.

6.1.4.2.3

6.1.4.2.4

6.1.4.2.5

6.1.4.2.6

10

FR

Describe network management system operator interfaces and displays.

6.1.4.2.2

System Requirements Spreadsheet

FR

FR

FR

Describe network management system and operation for all managed devices in the network including device management, device status and event notification.

6.1.4.2.1

FR

FR

Upon installation, meter shall self-register on the HES via the Field Area Network (FAN). Self-registration data shall include: 1. New meter ID 2. New meter installation read 3. Communications address 4. Meter log information 5. Removed meter ID 6. Removed meter read 7. Security credentials 8. Customer devices present within HAN (may not use this information until customer enrolls) 9. Current program identification

6.1.4.1.29

Meter Integration/Network Management

FR

Upon installation, the meter shall recognize it is in the wrong socket (configuration, i.e. number of clips) and alarm this condition.

6.1.4.1.28

RFP-SC-SVPDCCS-01

6.1.4.2

FR

By default, meter disconnect switch shall be in the "closed"/connected position upon installation.

6.1.4.1.27

PR PR FR FR

HES shall provide event notification when a receipt of acknowledgement from meter of a read schedule setup from the meter takes longer than five (5) minutes of the setup event request being sent. HES shall provide event notification when receipt of acknowledgement of a MDMS polled read request from meter takes longer than one (1) minute. Meter shall send all read meter data according to its stored default read schedule (without being prompted by any external command or communication). HES will perform load balancing on the communications network resulting from scheduled meter reads, support meter read retries when communications fail, and provide clients with meter diagnostic information.

6.1.4.3.4

6.1.4.3.5

6.1.4.3.6

6.1.4.3.7

Process response to requests for on-demand access to meter and log data. Optimize group on demand reads to minimize the impact on system performance. Retrieve logs on demand from meters and distribution devices and all FAN Controller/Collectors. Automatically issue a remote meter test upon on-demand read request failure. Record the source, type, and ID of all distribution system device data. Identify distribution system devices that did not send requested data. Prioritize scheduled and unscheduled read data for recipients with time sensitive data requirements.

6.1.4.4.2

6.1.4.4.3

6.1.4.4.4

6.1.4.4.5

6.1.4.4.6

6.1.4.4.7

6.1.4.4.8

FR

Meter shall authenticate message/request sources (systems or devices) prior to processing or displaying such information. Meter shall reject and log messages/requests that are received from unauthorized systems or devices. 11

6.1.4.5.2

6.1.4.5.3

RFP-SC-SVPDCCS-01

System Requirements Spreadsheet

FR

FR

FR

FR

FR

FR

FR

FR

FR

FR

Meter shall receive, send, store, log, and process many types of event and informational messages including disconnect, reconnect, prepayment, meter read schedule, maintenance, demand response curtailment start/end, customer override, etc.

Event Message/Management

Issue an on-demand read request initiated from the MDMS.

6.1.4.4.1

On Demand Reads

FR

Receive and log the meter acknowledgement of successful default read schedule setup.

6.1.4.3.3

FR

Meter read time shall be remotely set and meter shall store its own default read schedule.

6.1.4.3.2

FR

Solution shall support meter read schedules from MDMS including download of default meter schedule into meters and processing of meter reads by MDMS using scheduled polling.

6.1.4.3.1

Scheduled Reads

FR

Responder shall state method used to ensure accuracy of transmitted meter readings including data integrity and security.

6.1.4.2.8

6.1.4.5.1

6.1.4.5

6.1.4.4

6.1.4.3

FR

Responder shall calculate the projected amount of data generated daily, weekly, monthly, and annually and provide this information to SVP in the form of a report.

6.1.4.2.7

FR

FR FR

FR

FR

FR

HES shall send and receive various types of event messages (e.g. demand response, load control, disconnect/reconnect, prepayment, etc.) to and from all solution components (e.g. meters, distribution devices and FAN Controller/Collectors). HES shall allow scheduling of conflicting events by processing higher priority messages first. HES shall schedule event messages to be delivered to the meter, display device or control equipment to ensure the utility meets regulatory requirements (e.g. day ahead event by 3:00 p.m. of the previous day, day of event by 10 a.m. of day and real-time events on-demand). All event messages sent by the HES shall be acknowledged by the targeted device (FAN, meters, etc.). For synchronous requests, the target component will respond with the result of the request. For asynchronous requests, the target component will acknowledge receipt of request and will asynchronously notify HES of results. HES shall log all messages (event and informational) sent to and received from all solution components (meters, communications devices, etc.) with the message date/time, event/message type identifier, and source/target(s) identifier. In the event that an event message is not acknowledged (if expected), HES shall be able to automatically retry the operation. This frequency and timing of this functionality shall be configurable, dependent on the event message type and device target. HES shall for bulk operations (e.g. daily non-pay disconnect events), HES shall support leveling of event messages so as to minimize impacts to the system and support personnel. For curtailments, emergency or otherwise, this may include the capability for broadcast messages keyed by rate class, geography, tariff etc.

6.1.4.5.8

6.1.4.5.9

6.1.4.5.10

6.1.4.5.11

6.1.4.5.12

6.1.4.5.13

6.1.4.5.14

System Requirements Spreadsheet

FR

Remotely configurable to record the amount of gross and/or net energy consumed and generated (kWh) within the current bill cycle so that it can be displayed on a premises device and/or meter display.

6.1.4.6.2

12

FR

HES shall communicate alpha/numeric informational messages to the meter and/or other customer display devices.

6.1.4.6.1

Local Display Configuration

FR

Meter shall log all messages sent to and received from the HES. Meter message logs shall include the following information at a minimum: message type, process status, system/device source, date/time received or sent (internal meter clock), event schedule (start and end) date/time (if applicable), hourly and/or time-ofuse (TOU) price information (if applicable for the event type).

6.1.4.5.7

RFP-SC-SVPDCCS-01

6.1.4.6

PR

Meter shall send an acknowledgement of receipt of event and informational messages to the HES within a configurable length of time (as quickly as 60 seconds).

6.1.4.5.6

FR

FR

Meter shall send an acknowledgement of receipt of event and informational messages to the HES.

6.1.4.5.5

FR

Meter shall prioritize messages (event and informational) received from the HES (e.g. connect/disconnect, load control, etc.) based on message attributes (type, source, explicit priority, etc.).

6.1.4.5.4

FR FR FR FR

FR FR FR FR

FR PR PR FR

Log the results of all remote testing and diagnostics activities and any automatic actions taken based on those results. Make the results of all received alerts and remote testing and diagnostic results available to the MDMS. Have configurable alert levels and notifications based on the severity of a problem detected and the number of endpoints affected. Classify specific testing/diagnostic results to either require or not require human intervention (configurable) in the determination of issuing trouble reports. Support on demand or scheduled meter tests issued remotely via the HES or on-site via Field Tool. Support a remotely or locally initiated meter test for communications connection status. Support a remotely or locally initiated meter test for energized status. Support a remotely or locally initiated meter test for load side voltage. Support a remotely or locally initiated meter test for disconnect switch status. Support a remotely or locally initiated meter test for internal clock time accuracy. Initiate meter tests automatically based on a schedule stored within the meter, based on a schedule stored within the FAN Controller/Collector, or based upon the detection of certain events by the meter. Send non-energy usage messages and alarms to the HES that contain date/time from internal meter clock, message code/type, and meter identifier. Diagnose self-test results and determine if failures are critical or non-critical in order to assess what kind of notification should be provided (e.g. immediate, nightly, only upon request, etc.). Prioritize failures by safety/service versus other failure types. Test/check that meter is recording data correctly and consistently. Detect, log, and report program or memory failure. Detected failures shall be logged and generate an event report to the HES. Perform self check at least once per month and as often as once per day and results logged and reported in with next scheduled read. Send safety/service failure events within five (5) minutes of detection. Meter shall make diagnostic log information available either on-demand or upon next default scheduled meter read to HES via FAN.

6.1.4.7.3

6.1.4.7.4

6.1.4.7.5

6.1.4.7.6

6.1.4.7.7

6.1.4.7.8

6.1.4.7.9

6.1.4.7.10

6.1.4.7.11

6.1.4.7.12

6.1.4.7.13

6.1.4.7.14

6.1.4.7.15

6.1.4.7.16

6.1.4.7.17

6.1.4.7.18

6.1.4.7.19

13

FR

Remotely detect network communications problems including loss of redundant communications pathways, diminishing signal strength, repeated delays in acknowledgement, etc.

6.1.4.7.2

System Requirements Spreadsheet

FR

FR

FR

FR

FR

FR

Provide comprehensive remote testing and diagnostic capabilities for each system component (communications and meters) based on a (periodic) schedule or on demand. Remote testing and diagnostic alarm messages are to be considered high priority.

6.1.4.7.1

Testing and Diagnostics

RFP-SC-SVPDCCS-01

6.1.4.7

FR FR

FR FR FR

FR FR

Permit remotely or locally initiated reversion of software/firmware to a previous version. Automatically revert to a previous version of software/firmware if a critical failure is detected on start-up following upgrade; reversion shall not happen repeatedly. Current meter software/firmware version shall be remotely and locally readable. Configurable to retain stored register reads over a software/firmware upgrade. Configurable to reset stored register reads over a software/firmware upgrade. Retain all meter configuration settings, status, customer information, and event logs over a software/firmware upgrade. Designed with failsafe logic to avoid misoperation of the disconnect switch and load control/distributed generation during software/firmware upgrades. Firmware upgrade shall not cause remote connect/disconnect to operate or change current state. Log firmware download and upgrade attempts, failures, successes, reversions, etc. with timestamp. Coordinate software/firmware upgrade scheduling, including identifying which meters need to be upgraded. Compare pre-software/firmware upgrade meter data, meter status and connect/disconnect position preupgrade status with post-upgrade status to ensure that upgrades are successful.

6.1.4.8.4

6.1.4.8.5

6.1.4.8.6

6.1.4.8.7

6.1.4.8.8

6.1.4.8.9

6.1.4.8.10

6.1.4.8.11

6.1.4.8.12

6.1.4.8.13

FR FR FR FR FR

Able to be remotely disconnected/reconnected on demand. Able to be remotely disconnected/reconnected according to utility pre-configured rules. Detect duplicate service disconnect/reconnect events and ignore the duplicate events (e.g. meter is already on -- reconnect event accepted with no action taken). Meter shall be able to cancel or update/reschedule scheduled disconnect/reconnect events prior to their completion. Send a meter read and acknowledgement to HES upon a successfully completed or failed electric service disconnect/ reconnect event. Enable an SVP employee working on-site at the customer premises to be able to physically operate its service disconnect/reconnect switch at any time (24x7x365). 14

6.1.4.9.3

6.1.4.9.4

6.1.4.9.5

6.1.4.9.6

6.1.4.9.7

6.1.4.9.8

RFP-SC-SVPDCCS-01

System Requirements Spreadsheet

FR

FR

Accept scheduled service disconnect/reconnect.

6.1.4.9.2

FR

FR

FR

Meter is to remain energized and continue to monitor and record consumption (i.e. zero consumption for each interval) when disconnect switch is in the open/disconnected position.

Remote Connect/Disconnect

FR

Continue normal operation while downloading software/firmware upgrades until instructed to change to the new version.

6.1.4.8.3

FR

FR

Accept and install software/firmware upgrades provided locally from Field Tool.

6.1.4.8.2

FR

Accept and install software/firmware upgrades provided from HES.

6.1.4.8.1

Software/Firmware Upgrades

6.1.4.9.1

6.1.4.9

6.1.4.8

FR

Allow for electric service disconnects and electric service limiting events to be prioritized, scheduled, and balanced throughout the day. (e.g. to avoid large volumes of disconnects occurring at the same time).

6.1.4.9.14

FR FR

Record the source, type, and ID of all distribution system devices including distribution meter, grid sensor and contoller data. Identify distribution meters, grid sensors and controllers that did not send requested read data. Support all AMI scheduling, diagnostic, logging, reporting and prioritization functionality for distribution meters, grid sensors and controllers to the extent that the distribution devices support those functions. Accommodate self registering and non-self registering distribution meters, grid sensors and controllers.

6.1.4.12.3

6.1.4.12.4

6.1.4.12.5

6.1.4.12.6

System Requirements Spreadsheet

FR

Detect and communicate a power outage at the premises prior to communications loss (last gasp) by meters, and if supported by distribution devices.

6.1.4.13.2

15

FR

All meters and distribution grid devices shall be able to communicate energized status (i.e. has voltage).

6.1.4.13.1

Outage Detection

FR

Request distribution meter reads on demand.

6.1.4.12.2

FR

FR

Collect reads from distribution meters at least once per day.

6.1.4.12.1

PR

PR

Remotely program the meter for bi-directional or net energy metering and receive acknowledgement within one (1) minute of request.

6.1.4.11.2

Distribution Metering, Grid Sensors and Controllers

FR

Able to re-program meter remotely to support bi-directional or net metering. This re-programming event will be logged in the meter and sent back with the next regular meter read.

FR

6.1.4.11.1

Distributed Generation

6.1.4.10.1

HES shall be capable of supporting Sub-Metering for up to ten (10) Sub-Meters via grouping of meter reads.

FR

Support sending notification messages to an in-home/business device informing customer of impending/scheduled disconnect or service limiting event (including date and time of scheduled event).

6.1.4.9.13

Sub-metering

FR

Support automatic disconnect/reconnect/limiting events based on configurable rules (e.g. scheduling, customer class, extreme weather, tariff).

6.1.4.9.12

RFP-SC-SVPDCCS-01

6.1.4.13

6.1.4.12

6.1.4.11

6.1.4.10

FR

Enable remote disconnect/reconnect/limiting events to be sent and executed on demand.

6.1.4.9.11

FR

Schedule, reschedule and cancel remote disconnect/reconnect/service limiting events for future dates/times.

6.1.4.9.10

FR

Support an external authorization/authentication routine (i.e. by remote systems or field tool) to enable only active and eligible SVP employees to operate its service disconnect/reconnect switch on-site at the customer premises.

6.1.4.9.9

FR FR

Tamper events shall be sent with a higher priority than normal status messages. HES to collect and log all tamper detection events sent by meters (logged with event timestamp, tamper event type, and meter/device ID).

6.1.4.14.4

6.1.4.14.5

FR FR

Confidentiality - Provide assurance that information is not disclosed to unauthorized persons, processes, or devices. Data Integrity - Provide assurance that data is unchanged from its source and has not been accidentally or maliciously modified, altered, or destroyed.

6.1.4.16.4

6.1.4.16.5

16

FR

System Requirements Spreadsheet

FR

Authorization – Provide verification of an individual’s right to access specific system resources. Authorize all communications on the AMI network (utility and 3rd party messaging) and reject and log messages received from unauthorized systems/devices. This includes messages being transported on backhaul network WAN and across FAN.

6.1.4.16.2

6.1.4.16.3

FR

Describe Responder’s method for design and implementation of end-to-end system security. Discuss security upgrade processes to hardware, software, communication messages and devices. Identify applicable implementation of security standards including AMISec Security Requirements Specification. Address each of the items listed below. Authentication - Establish the validity of the originator of a transmission or message. Provide secure communication mechanism and configurable authentication capabilities to protect against Spoofing, Man in the Middle, replay attacks, etc.

6.1.4.16.1

Secure Communications

6.1.4.15.1

FR

FR

Communicate tamper events to the HES as soon as they occur (when possible). If the meter/device is unable to communicate at the time the tamper event is detected, meter/device shall store tamper events and transmit them when meter communications are re-established to HES or locally to Field Tool.

6.1.4.14.3

Record and report momentary power interruptions per IEEE 1159/IEC 61000-4-30 standards.

FR

For each tamper event, the meter shall, at a minimum, transmit and locally log the following information: 1. Event Timestamp 2. Tamper status (event type) 3. Meter/Device ID

6.1.4.14.2

Power Quality

FR

FR

Detect physical tampering, such as, seal tampering, meter ring removal, case/cover removal, meter removal, etc. Generate a tamper event alarm.

Monitor and log the duration of power outages of all meters and distribution devices associated with a FAN Controller/Collector for later statistical analysis.

6.1.4.14.1

Tamper Detection

RFP-SC-SVPDCCS-01

6.1.4.16

6.1.4.15

6.1.4.14

6.1.4.13.3

PR PR PR PR PR PR

PR PR PR

PR

Have adequate online data storage capacity to ultimately support the scalability requirements indicated in requirement 6.1.0. Receive, log, and return requests for on-demand meter data (up to 24 hours of data) within 60 seconds of the meter receipt. Receive, log, and return requests for on-demand meter data (up to 45 days of data) within 5 minutes of the meter receipt. Issue and receive results for on-demand read requests from the meter within ten (10) seconds, 80% of the time, but at no time longer than 30 seconds. HES shall transmit energy related information over FAN Controller/Collector to premises meter display device within one (1) minute. Detect if any network components are not responding within the following intervals based on the number of meters affected (the following are estimates only - different network topologies will result in different values): 1. < 200 meters - next read 2. 200 - 1000 meters - within six (6) hours 3. 1000 - 5000 meters - within one (1) hour 4. 5k - 20k meters - within 15 minutes 5. 20k - 50k meters - within one (1) minute Remotely perform a meter, distribution device or FAN Controller/Collector communication test (testing parameters shall be configurable) and receive results within 60 seconds. Send safety/service failure events within five (5) minutes of detection. Allow authorized SVP employees (while on-site at the customer premises) to operate the service disconnect/reconnect switch immediately (regardless of interval) or to schedule a connect/disconnect for a future interval. Support delivery of disconnect/reconnect event messages to the meter that are persistent until the meter acknowledges event status or the event is ended.

6.1.4.17.3

6.1.4.17.4

6.1.4.17.5

6.1.4.17.6

6.1.4.17.7

6.1.4.17.8

6.1.4.17.9

6.1.4.17.10

6.1.4.17.11

6.1.4.17.12

System Requirements Spreadsheet

PR

Provide a secure communication mechanism and configurable authentication capabilities to protect against Spoofing, Man in the Middle, replay attacks, etc.

6.1.4.17.2

17

PR

Provide full system high availability (99.9%).

6.1.4.17.1

System Performance Requirements

FR

Availability - Provide assurance that allowing the sharing of information will not create situations in which authorized users are denied service. Include an intrusion prevention system that monitors communications, infers when an attack is occurring and notifies components of the AMI Solution to take action. It may also take direct action to block malicious traffic and malformed messages.

6.1.4.16.7

RFP-SC-SVPDCCS-01

6.1.4.17

FR

Non-repudiation - Provide assurance that the sender of data is provided with proof of delivery and that the recipient is provided with proof of the sender’s identity, so neither can later deny having processed the data.

6.1.4.16.6

PR PR

PR

Low priority messages exchanged between the Head-End System and premises and/or field devices will be delivered in one minutes 80% of the time, but in no case longer than five minutes. Besides the failure rate data requested for meters and FAN Controller/Collectors above, provide engineering statistical calculations for: 1. Meter and distribution system device installation/registration failures 2. Meter read failures 3. Success rate for system end-to-end connectivity provided all hardware operational (i.e. number of messages successfully transmitted from HES, successfully received by end device via FAN Controller/Collector, successfully acknowledged by device back to HES via FAN Controller/Collector) Transmit specific event and account information to MDMS within 60 seconds of receipt from the meter, distribution device, FAN Controller/Collector or HES.

6.1.4.17.17

6.1.4.17.18

6.1.4.14.19

FR

FR

FR FR

Monitor voltage in order to detect an RMS (Root Mean Square) voltage variation according to IEC 61000-430 and IEEE 1159 standards. Detect and log RMS variation based on magnitude, duration, and direction. (per phase, aggregate) Able to measure RMS variation at the customer site in order to detect the origin of an RMS variation (Customer side or Network side). Allow on demand retrieval of power quality data including detailed RMS variation events and detailed harmonics information both remotely to HES via FAN, and locally with Field Tool by authorized SVP employees. Correlate tamper events with planned meter maintenance. Capable of storing and returning event based power quality information until read. Data to persist until overwritten.

6.2.1.4

6.2.1.5

6.2.1.6

6.2.1.7

System Requirements Spreadsheet

PR

Measure harmonics level data according to IEC 61000-4-7 and IEEE 519 for voltage and current.

6.2.1.3

18

FR

Remotely configure to record the customer's current rate schedule so that it can be displayed on a premises device and/or meter display.

6.2.1.2

RFP-SC-SVPDCCS-01

FR

Configure with appropriate tariff/rate program at installation time (updated from default configuration).

6.2.1.1

Meters - Electric

PR

Medium priority messages exchanged between the Head-End System and premises and/or field devices will be delivered in 30 seconds 80% of the time, but in no case longer than two minutes.

6.1.4.17.16

6.2.1

PR

High priority messages exchanged between the Head-End System and premises and/or field devices will be delivered in 10 seconds 80% of the time, but in no case longer than one (1) minute.

6.1.4.17.15

OPTIONAL/FUTURE FUNCTIONAL REQUIREMENTS

PR

Automatically retry transmitting disconnect/reconnect events to the meter if it does not receive an acknowledgement within 60 seconds of the original transmission.

6.1.4.17.14

6.2

PR

Support transmitting remote disconnect/ reconnect/limiting commands to the meter and the command be executed within 60 seconds of the request being sent.

6.1.4.17.13

FR FR PR

PR FR

FR

FR FR FR FR FR

FR

Able to display pending, active and ended event messages. Include the event type, event schedule date/time (start and end), hourly/time-of-use pricing and customer cost. Able to display the date and time (local time) when the event information was last received/updated locally. Data to persist until overwritten. (e.g. event notification received mm/dd/yy, 10:00 a.m.). Transmit utility messages and/or energy information to a display device and/or load control equipment within ten (10) seconds of being received or recorded by the meter. Execute and log local meter display provisioning and configuration requests. Remotely configurable to customize customer individual information attributes as available for display. Complete remotely initiated meter display configuration requests within 60 seconds of being received. Remotely configurable to record the energy consumed and generated in kWh, in time-of-use (TOU) periods, for energy consumed and generated within the current bill cycle so that it can be displayed on a premises device and/or meter display. Remotely configurable to record the peak demand in kW (consumed and generated) recorded to date in the current bill cycle with the date/time it occurred so that it can be displayed on a premises device and/or meter display. Remotely configure to display consumption (e.g. WH or kWh) for the last completed recording interval. Display on meter local display or premises device. Remotely configure to display customer instantaneous demand (e.g. W or kW) so that it can be displayed on meter local display or premises device. Remotely configure to record and display the customer instantaneous volts, amps and VARs. Display on meter local display or premises device. Report restoration information (voltage quality and quantity). Meter disconnect/reconnect switch shall be able to be configured to open during an overvoltage event when certain set thresholds are reached. Configuration thresholds should include maximum voltage and duration of that voltage to trigger disconnects. Able to reconnect automatically (i.e. close disconnect/reconnect switch) after voltage has returned to and remained within configurable voltage thresholds for a configurable amount of time (e.g. voltage is within limits and remained above 90% of nominal voltage for at least three seconds). Reconnection time to be randomized to prevent all load from returning simultaneously.

6.2.1.11

6.2.1.12

6.2.1.13

6.2.1.14

6.2.1.15

6.2.1.16

6.2.1.17

6.2.1.18

6.2.1.19

6.2.1.20

6.2.1.21

6.2.1.22

6.2.1.23

6.2.1.24

19

FR

Remotely configure to record the customer's current bill cycle schedule (start/end date and number of days) so that it can be displayed on a local display device and/or meter display.

6.2.1.10

RFP-SC-SVPDCCS-01

FR

Provide date and time in "local time," displaying the time in Pacific Daylight Time or Pacific Standard Time as appropriate.

6.2.1.9

System Requirements Spreadsheet

FR

FR

FR

Send all meter display information and messages to the customer local display device (the device must meet SVP standards – see 6.1.1.1 above).

6.2.1.8

6.2.3

6.2.2

Identify the probable cause of a communications failure within the FAN Controller/Collector.

6.2.2.2

PR FR

FR FR FR

FR

FR FR FR

Communicate event messages to all AMI meters within one (1) minute. Critical messages exchanged between the HES and meter/distribution devices will be delivered in ten (10) seconds. HES shall automatically rebalance default meter read groups on a periodic basis in order to balance/optimize the overall meter read schedule performance. Rebalancing shall be accomplished by automatically selecting meters from "over" committed groups and reallocating them to one or more "under" committed groups for maximum default scheduled read efficiency. HES shall record the results of read group analysis and the resulting actions taken. Request and receive results from HES for an automatically initiated group on demand read. HES shall communicate informational messages in English or Spanish language, configurable by customer preference. HES shall prioritize all messages (event and informational) that are sent to the meter, customer's HAN devices (display, load control, etc.), and other customer designations such as e-mail, cell phones, etc. (customer display devices must meet SVP standards). HES shall support multiple message prioritization schemes. Each scheme will support prioritizing and limiting messages (event and informational) by end device, message type, source and destination. The priority and limits by class, source and destination shall be configurable by the utility. HES shall enable alerting when configured messaging limitations are exceeded. Send an alarm/event to the AMI Solution operator when a configurable number of consecutive communications link failures are detected (e.g. three consecutive link failures). Interface with the Outage Management System (OMS) to provide outage/ restoration information from the AMI Solution for many meters over a short period of time. System shall be 99.9% accurate in reporting outages so that repair crews can be dispatched to the correct locations. Report outage/restoration information to OMS within 1-5 minutes. Enable harmonics data collection that follows IEC 61000-4-30 (Class B and IEEE 519) standards.

20

6.2.3.2

6.2.3.3

6.2.3.4

6.2.3.5

6.2.3.6

6.2.3.7

6.2.3.8

6.2.3.9

6.2.3.10

6.2.3.11

6.2.3.12

6.2.3.13

6.2.3.14

RFP-SC-SVPDCCS-01

System Requirements Spreadsheet

PR

PR

FR

PR

Communicate event messages to 500 AMI meters within ten (10) seconds.

PR

FR

PR

6.2.3.1

Head-End System

Retrieve logs on demand from meters and all FAN Controller/Collector components (including premises gateways) within 60 seconds of the request.

6.2.2.1

FAN Controller/Collector

6.2.4

FR FR FR FR

FR FR FR FR PR FR

Securely route messages between the FAN and the customer's HAN for the purpose of monitoring/controlling/programming customer devices. Receive event messages from HAN devices (e.g. customer's local display device) and securely route them through the FAN. Require unique IDs for HAN-connected customer equipment to enable remote communications between the utility and specific customer equipment. Detect failures in communicating with subscribed HAN devices and report exceptions to the HES. Securely route messages between the utility to and from customer Generation Control Equipment which is part of the customer's Building Management System (BMS) including: 1. Increase/decrease demand 2. Increase/decrease generation 3. Increase/decrease VARs Any of these requests may specify a time period for which to perform the operation or an "undo" command. This is the "generation dispatch" functionality. Differentiate between multiple individual generators at a customer site over HAN. Log messages sent between the HES and the HAN connected devices via Premises Gateway over FAN. Send HAN device message log information to the HES according to a regular schedule (configurable frequency) or on demand via Premises Gateway over FAN. Configurable to immediately report certain messages/events (based on message/event type) to the HES in real-time upon being recorded. Remotely request self-test of customer equipment that is accessible over customer HAN (if supported by customer equipment). Enable customer notification of communication status with HAN devices within two (2) minutes of enrolling them. Interface with water meters via the Premises Gateway at the water meter's premises location or via any other Premises Gateway as an alternate to direct interface with the AMI communication network. Field Tool shall be capable of testing the HAN interface on the meter. Support a remotely or locally initiated test of HAN operational status.

6.2.4.5

6.2.4.6

6.2.4.7

6.2.4.8

6.2.4.9

6.2.4.10

6.2.4.11

6.2.4.12

6.2.4.13

6.2.4.14

6.2.4.15

6.2.4.16

6.2.4.17

6.2.4.18

21

FR

Remotely test communications with customer devices attached to a HAN.

6.2.4.4

RFP-SC-SVPDCCS-01

FR

Time-synchronized with an external time source at least once per day.

6.2.4.3

System Requirements Spreadsheet

FR

FR

FR

FR

PR

Physically located under the cover of the meter.

6.2.4.2

PR

Capable of supporting a HAN.

6.2.4.1

Premises Gateway – Home Area Network (HAN)

6.2.5 FR FR FR

AMI Solution shall be able to automatically launch and terminate demand response events, once it has received the event message by the HES. AMI Solution shall be able to receive and process demand response event cancellations or reschedule messages. AMI Solution shall be able to log demand response events and send acknowledgement of successful processing to DR System.

22

6.2.5.2

6.2.5.3

6.2.5.4

RFP-SC-SVPDCCS-01

System Requirements Spreadsheet

FR

AMI Solution shall be able to interface to DR System.

6.2.5.1

Demand Response (DR)

RFP-SC-SVPDCCS-01

Revenue metering information model

ANSI C12.19/MC1219

Inter-control center communications Substation automation and protection Application level energy management system interfaces Information security for power system control operations Phasor measurement unit (PMU) communications Physical and electrical interconnections between utility and distributed generation (DG) Security for intelligent electronic devices (IEDs) Cyber security standards for the bulk power system

IEC 60870-6 / TASE.2 IEC 61850 IEC 61968/61970 IEC 62351 Parts 1-8 IEEE C37.118 IEEE 1547 IEEE 1686-2007 NERC CIP 002-009

Home Area Network (HAN) Device Communications and Information Model

ZigBee/HomePlug Smart Energy Profile

FR

FR

System Requirements Spreadsheet

Home Area Network device communication, measurement, and control

OpenHAN

23

Price responsive and direct load control

Open Automated Demand Response (Open ADR)

NIST Special Publication (SP) Cyber security standards and guidelines for federal 800-53, NIST SP 800-82 information systems, including those for the bulk power system

Substation and feeder device automation

DNP3

BACnet ANSI ASHRAE 135- Building automation 2008/ISO 16484-5

Advanced metering infrastructure (AMI) and Smart Grid end-to-end security

AMI-SEC System Security Requirements

Application

Responders are to indicate their support/implementation plans for adopted NIST Interoperability Standards including:

6.3.0.2 Standard

Responders are to indicate which standards that their products and systems conform with, and how their system implements recommended best practices.

Standards and Recommended Practices

6.3.0

6.3.0.1

MANDATORY TECHNICAL REQUIREMENTS

6.3

6.3.4

6.3.3

6.3.2

6.3.1

Support the meter populations as indicated in requirement 6.1.0.

Scalable to support 15 minute interval reads from all meters and down to one (1) minute for a subset of 2,000 meters.

6.3.1.2

6.3.1.3

Describe in detail the Responders approach to: 1) Business Continuity 2) Disaster Recovery

6.3.2.2

FR FR

Any data error shall not affect system functions that are not directly associated with it.

Generate an error code and description which can be used to help facilitate debugging end user problems. Error code must be referenced to the actual exception generated.

6.3.3.3

6.3.3.4

Support hot backup and recovery of its database, either incrementally or in whole, without stopping any operational processes.

6.3.4.4

24

FR

Support automated data storage and retrieval.

6.3.4.3

RFP-SC-SVPDCCS-01

FR

Not require Database Administrator (DBA) or system level authority.

6.3.4.2

System Requirements Spreadsheet

FR

Application software shall be compatible with Oracle or SQL Server.

6.3.4.1

FR

FR

For applications using a web-based user interface, the system shall support validation of all form fields processed on a client request. This will include user input fields, select options, checkboxes, radio buttons, hidden fields, valid data type, data length, valid character ranges, etc.

6.3.3.2

Database

FR

Detect and prevent logical data errors when the data is input either by user entry or data files imported from other systems.

FR

FR

FR

FR

FR

6.3.3.1

Data Validation and Exception Handling

Monitor and generate notifications and alarms for individual processes, group of processes, and work or data flows within the system to ensure reliable operation.

6.3.2.1

System Management

Support separate development/test, training and production environments.

6.3.1.1

System Configuration and Scalability

6.3.7

6.3.6

6.3.5 FR

Provide a web-based client for browsing the data and making changes as detailed in the functional requirements outlined above. The client should support viewing usage data, receiving and acknowledging event notifications and alarms, initiating and viewing reports, modifying configurations, and initiating and updating service requests. Web clients should be compatible with the industry’s leading browsers, e.g. Internet Explorer, Firefox, etc.

6.3.5.2

FR FR

Include a toolset to change format, content or functionality of user screens and online help contents. Please indicate the types of configuration changes that would require a system restart.

Include a toolset to group, prioritize, filter, and send the system generated alarms and events to predetermined email addresses, text pagers, cellular text messages, and/or phone numbers. Please indicate the types of configuration changes that would require a system restart.

6.3.6.3

6.3.6.4

FR

FR FR

Allow SVP to configure the report recipient groups and send the system generated reports to predetermined email addresses and predetermined storage file locations.

Allow SVP to set up or change the report deliveries without modifying source program code and without any proprietary language skills.

Allow reports to be generated on demand and/or via a scheduled process.

Provide SVP operating personnel with performance and health reports on demand or via a scheduled process.

List all supported or provided industry standard reporting tools (i.e. Hyperion, Crystal, Cognos, Obvient, etc.).

Conduct analysis to identify assets, service points, and applications that have chronic or excessive problems, report them, and support problem resolution efforts to address problems.

6.3.7.4

6.3.7.5

6.3.7.6

6.3.7.7

6.3.7.8

6.3.7.9

25

FR

Provide SVP with ad-hoc reports as needed (describe ability to do so and typical report types).

6.3.7.3

RFP-SC-SVPDCCS-01

FR

Provide all reports and logs as identified throughout all the system requirements.

6.3.7.2

System Requirements Spreadsheet

FR

FR

FR

Describe the standard reports and trend analysis provided via the proposed HES.

6.3.7.1

FR

FR

Include a toolset to make configuration changes to reflect new business rules for data validation and estimation. Please indicate the types of configuration changes that would require a system restart.

6.3.6.2

Report Generation

FR

Allow SVP to set up or change data validation and estimation rules, user screens, and alarm/event notifications without modifying source program code and without any proprietary language skills.

6.3.6.1

System Configurability

FR

Include context sensitive online help.

6.3.5.1

User Environment

FR FR

The system shall log system access and database transactions for all actions throughout the system.

The system shall support capturing username, timestamp, success/failure of transaction, source IP address, and transaction description as part of the security log attribute.

The system shall not allow administrative or super user access over the Internet.

Provide user friendly tools for system administration function.

Describe the system administration process.

6.3.8.3

6.3.8.4

6.3.8.5

6.3.8.6

6.3.8.7

Support encryption for data in transit between external Web users and the HES web server (online presentment).

Support secure connections over a Virtual Private Network (VPN).

6.3.9.2

6.3.9.3

FR

Support a session kill on a browse away and browser close.

Support encryption and random generation of the session ID.

Not allow more than one active session for the same user from multiple machines. However, it should allow multiple sessions for the same user from the same machine.

Allow users to manually edit missing data and estimated data.

6.3.10.3

6.3.10.4

6.3.10.5

6.3.10.6

FR

Provide a means to interface with utility network management and outage management systems to correlate detected system issues to reduce the generation of extraneous trouble reports.

6.3.11.3

System Requirements Spreadsheet

FR

Transmit all data received from the meters, distribution devices and FAN Controller/Collectors to the MDMS (e.g. usage, logs, alerts, meter reads, device status, power quality, etc.).

6.3.11.2

26

FR

Receive, log and process requests (e.g., meter read schedules, connect, disconnect, demand limit request, meter tests) from MDMS.

FR

FR

6.3.11.1

System Integration

FR

Support a session logout that will terminate the user session with a configurable session timeout value.

6.3.10.2

FR

Provide web browser user interface application for authorized and authenticated utility personnel.

FR

FR

FR

FR

FR

FR

6.3.10.1

System User Web Browser Application

For presentation to external end users (e.g., the online presentment application), the system shall support the masking of sensitive data such as Social Security Number. Only the last few digits will be displayed on web pages.

6.3.9.1

Information Protection and Encryption

FR

The system shall support system administration for establishing user access privileges, preferably via the use of the SVP Active Directory by the System Administrator.

6.3.8.2

FR

FR

The system shall support secure access and authentication and permission-based functionality for internal and external users and Application Programming Interfaces (API)s.

6.3.8.1

System Administration, User Authorization and Authentication

RFP-SC-SVPDCCS-01

6.3.11

6.3.10

6.3.9

6.3.8

FR PR

Receive and process meter read schedules from MDMS and confirm request.

Receive and process on-demand meter read requests from MDMS and confirm request.

Process and deliver and process meter reads to MDMS.

Receive and process non-meter read schedules from MDMS and confirm request.

Receive and process non-meter on-demand information requests from MDMS and confirm request.

Deliver non-meter values to MDMS.

Deliver meter event and alarms to MDMS.

Deliver non-meter event and alarms to MDMS.

Deliver events and alarms to MDMS AMI Head-End System and FAN.

System performance must be optimized for handling real-time event and alarm data (e.g. outages, system failures, etc.).

Interface must handle data communication traffic within one (1) minute for on-demand requests and five (5) minutes for scheduled meter read and system maintenance requests.

6.3.12.4

6.3.13.5

6.3.13.6

6.3.13.7

6.3.13.8

6.3.13.9

6.3.13.10

6.3.13.11

6.3.13.12

6.3.13.13

6.3.13.14

27

FR

Describe all provided interface development tools.

6.3.12.3

System Requirements Spreadsheet

FR

FR

FR

FR

FR

FR

FR

FR

FR

FR

Provide synchronization tracking method for request for file exchange with MDMS, logging request for file exchange, and completion of file exchange requests.

Metering Department

4.

6.3.12.2

Customer Call Center

3.

PR

AMI System Operations

2.

FR

Time stamp all interface data exchanges to one (1) msec.

Telecomm Control Center

1.

Notify other SVP enterprise systems or organizations, which subscribe to meter data, when a configurable percentage of meters cannot be read after an AMI Solution recovery attempt. Examples of enterprise subscribers to meter data include, but are not limited to:

6.3.12.1

MDMS Interface

RFP-SC-SVPDCCS-01

6.3.12

6.3.11.4

6.4.1

RFP-SC-SVPDCCS-01

6.4.1.2

6.4.1.1

28

2) To which type of systems (besides MDMS) will your HES interface with in the future?

1) To which type of systems (besides MDMS) can your HES currently interface with?

FR

FR

System Requirements Spreadsheet

Describe and list commercial integration interfaces for Responder specific APIs and open APIs (e.g. MultiSpeak) for integration with other enterprise IT systems. Responders shall answer the following pertaining to interfaces:

Other Interfaces Items

Provide the future capability to support Service Oriented Architecture (SOA)/Enterprise Service Bus for all system integration points.

Recommended Practices

6.4.0

6.4.0.1

OPTIONAL/FUTURE TECHNICAL REQUIREMENTS

6.4

6.5 Operations and Maintenance Requirements The City is looking for Responders to provide two (2) years of Operations and Maintenance support (including an initial 90 day comprehensive warranty period). This support will commence the day after implementation is complete (including written notice of completion). During the Operations and Maintenance Phase, the selected Responder must sustain the services already implemented, and work to continuously improve and optimize those services. As mentioned in RFP Section 1.0, the first part of the City’s AMI procurement included a Meter Data Management System (MDMS). As shown in the figure below, the implementation and operation of that system is going to overlap with the implementation and operation of the Head-End System (please note that the dates shown are estimates).

9/10

9/09 MDMS Implementation

9/12 MDMSOperations

AMI Implementation

AMIOperations

12/09

12/10

12/12

In the remainder of this section, the City identifies the Operations and Maintenance requirements specific to this procurement. Please note that the City realizes that some of these requirements, and the selected AMI Solution Responder tasks, may need to be revised during contract negotiations. This is due to the fact that the MDMS operations will have begun before the AMI Solution operations, and because the selected Responder will need to work with both the City and the MDMS vendor (Siemens/eMeter) in supporting project operations. For the purposes of this RFP, Responders should keep the above in mind as they respond to the following operations and maintenance requirements: 1) Software Licensing – describe the application software licenses and any thirdparty software licenses required for the two (2) year Operations and Maintenance period. Please also describe the licensing that would be applicable for such software licenses over the following eight (8) years. 2) Software Maintenance and Upgrades - describe the software maintenance support to be provided (for both application and any third party software). Software maintenance addresses the ease and efficiency with which servicing and RFP-SC-SVPAMI-01

51

City of Santa Clara, Silicon Valley Power

preventive and corrective maintenance can be conducted; i.e., the ability of the software to be repaired and restored to service. Please also describe the software upgrades (both application and any third-party software) that would be included and occur over the two (2) year Operations and Maintenance period. Describe the typical upgrade process and timeframe. As related to the process, please describe how the Responder plans to install and test these upgrades. 3) Support for Software Changes based on Operating System Patches – describe how Responder will handle changes to application and any third-party software that are necessary based on operating system patches; critical operating system patches must be compatibility certified within 30 days of release and supported thereafter. 4) System Operations – describe how Responder will operate the system (solution). Responders will work with the City and the MDMS vendor to provide comprehensive and collaborative system operations. Describe support to be provided based on best practices regarding system operations support in a multivendor environment, including lines of responsibility demarcation. 5) Network Operations – describe how Responder would operate and monitor the network. 6) Network Hardware Maintenance and Upgrades – describe the network hardware maintenance support to be provided. Network hardware maintenance addresses the ease and efficiency with which servicing and preventive and corrective maintenance can be conducted; i.e., the ability of the network to be repaired and restored to service. Describe the network upgrades that would occur over the two year Operations and Maintenance period (this must include any upgrades driven by changes in regulations). Describe the typical upgrade process and timeframe. As related to the process, please describe how the Responder plans to install and test the upgrades. 7) Help Desk Support – describe any Help Desk support that would be required over the two (2) year Operations and Maintenance period. Include answers to the following: a. Where is the Responder’s Help Desk located? b. What are the hours of operation? c. How many hours of support would be provided (per month)? d. How is the Help Desk staffed? Are the various types (levels) or support provided? e. How are Help Desk tickets tracked? How are issues escalated? f. What is average call answer speed? RFP-SC-SVPAMI-01

52

City of Santa Clara, Silicon Valley Power

g. What is the average time required to close a Help Desk ticket? Please state whether this is estimated or calculated based on current operating experience. h. Responders will work with the City and the MDMS vendor to provide comprehensive and collaborative Help Desk support. Describe support to be provided based on best practices regarding Help Desk operations support in a multi-vendor environment, including lines of responsibility demarcation. 8) Project Management Operations (PMO) Support – describe Responder’s approach to handling project management operations. This includes working with the City and the selected MDMS vendor by attending meetings and providing reports in support of communications management, change management, risk management, issues management, quality management, and problem resolution. Please identify the type, description, method, and frequency of operations and performance reports that would be provided over the two year Operations and Maintenance period. Please also describe the on-site support to be provided. 9) Replacement and Installation of Faulty Meters – Provide meter failure rate and describe how Responder will work with the City to identify and replace failed meters. 10) Service Level Agreements – in RFP Section 6.1.4.17, there are a number of Performance Requirements. These requirements will help form the basis of the Service Level Agreements (SLAs) to be developed with the successful Responder as part of contract negotiations. These service levels would also include, but not be limited to, the following: a. Definition of Availability - Availability is defined in the following as the ratio of uptime to total time (uptime + downtime): A = uptime / (uptime + downtime) and is normally expressed as a percent (of total time). b. Downtime normally includes corrective and preventive maintenance. When system expansion activities compromise the user’s ability to operate apparatus via the system, this may also be included in downtime. c. AMI Solution Availability - The AMI (with its associated redundant configuration and automatic failover functions) shall provide an overall availability of 99.9% or greater. Responders shall provide supporting predicted availability calculations within their proposals. 11) Comprehensive System Warranty – Responders must warrant that the goods sold constitute a system suitable for the purposes articulated in the contract. For this project, the warranty will begin the first day of the Operations and Maintenance Phase and conclude 90 days later (at a minimum). Responder shall be responsible for any and all necessary additions, modifications, repair or replacement of all elements of the solution (minus Head-End hardware, operating system, and database software) to ensure satisfactory operation and subsequent expansion of the system. SVP will notify Responder promptly of any failure of the system to RFP-SC-SVPAMI-01

53

City of Santa Clara, Silicon Valley Power

meet functional and/or performance requirements. Responder shall provide, at Responder’s expense, a remedy that returns the system to full functionality without delay. 12) Turnover/Transition Plan – Responders must provide a plan that describes how they will turnover/transition the AMI Solution (meters, communication network, AMI Head-End application, and all related hardware, software, data and documents) to SVP. Please note that at the City’s option, we may choose to amend the contract to continue to provide operations and maintenance support, for all or part of the solution, for any number of reasons including a delay in the transition.

RFP-SC-SVPAMI-01

54

City of Santa Clara, Silicon Valley Power

7.0 Contract The City has included a copy of its Standard Service Agreement as Attachment C. The City’s Standard Service Agreement includes insurance requirements, which Responders will be expected to fulfill upon award. Please review the contract in its entirety. If Responder desires to take any exception to the Agreement, Responder shall provide the following information in response to RFP Section 9.2.6: x

Responder shall identify the contract item number (and page number) at issue.

x

Responder shall identify their specific issue with the item.

x

Responder shall propose a change (alternative language) pertaining to each item.

NOTE: The above factors will be taken into account in evaluating proposals. Proposals that take exceptions to the proposed agreement may be determined by the City, at its sole discretion, to be unacceptable and no longer considered for award.

RFP-SC-SVPAMI-01

55

City of Santa Clara, Silicon Valley Power

8.0 Pricing Instructions The Pricing Worksheets are included as Attachment D. There are five separate pricing sheets as follows: 1. Implementation 2. Operations and Maintenance 3. Optional/Future Items (grouped by requirement topic area) 4. Optional Network Expansion and Meter Installations 5. Out-Year Software Licensing, Maintenance and Upgrades The general instructions for completing these sheets are as follows: a) Responders must complete each sheet in its entirety. b) Responders must provide firm, fixed prices, not price estimates, for Implementation (Sheet 1), as well as the Operations and Maintenance(Sheet 2). NOTE: The City acknowledges that the Travel and Expenses items in both these sheets are estimates, but expect Responders to make their best effort in estimating these costs. c) Responders are to provide price estimates for the Optional/Future Items, Optional Network Expansion and Meter Installations, and Out-Year Software Licensing and Maintenance (Sheets 3 through 5 respectively). d) Do not leave pricing cells blank. Enter "0" if there are no costs involved and insert "Not Applicable" or "Included in Item #" in the Comment column. e) Prices should not include sales or any other taxes. f) Please list any assumptions made by Responder as they pertain to each item on the sheets; insert assumptions in the “Comment” column. Responders may attach an additional sheet for these assumptions if necessary (if so, please ensure to reference each assumption to specific items in the pricing sheets). g) In addition to the Pricing Worksheets, please provide an additional sheet that lists hourly rates specific to the various job titles (labor categories) proposed on this project. If any offshore labor is proposed, please use a separate sheet for it and estimate the percentage of expected utilization in each labor category. h) All pricing must be valid for 90 days from the date of proposal submittal. Hourly rates pertaining to labor categories must be valid through the end of the Operations and Maintenance period.

RFP-SC-SVPAMI-01

56

City of Santa Clara, Silicon Valley Power

i) Prices must NOT include licensing and/or maintenance costs pertaining to HeadEnd System hardware, operating system software, or database software. j) List any additional cost items not already identified in the price sheets in the appropriate “Other” sections and explain what they are and why they would be necessary. Specific, additional instructions for completing each sheet are as follows: 1. Implementation i.

There must be no software licensing costs pertaining to the Implementation Phase.

ii.

Regarding Project Management, pricing should include all project management related support as applicable to the Implementation.

iii.

If applicable, please provide pricing for any product and system configurations, customizations, and/or enhancements. Please itemize these items and use the “Comment” column to tie them directly to the specific RFP requirements that will be supported by the enhancement/customization.

iv.

Regarding the interface to the MDMS (eMeter’s EnergyIP), pricing should include specific personnel and the hours pertaining to each that would be utilized to support Siemens/eMeter and the City in implementing this interface.

v.

Please include the estimated person-days and blended labor rate ($/day) for each implementation item.

2. Operations and Maintenance

RFP-SC-SVPAMI-01

i.

Pricing must include a comprehensive three (3) month warranty that begins at the start of the Operations and Maintenance Phase.

ii.

Regarding Project Management Operations (PMO) support, pricing should reflect the Responder working with the City and Siemens/eMeter by attending meetings and providing reports in support of communications management, change management, risk management, issues management, quality management, and problem resolution. This should include time spent both on-site and off-site.

iii.

Provide pricing for application and any third-party software licensing fees (consider the three required environments – development/test, training, and production). Be sure to itemize.

57

City of Santa Clara, Silicon Valley Power

iv.

Provide pricing for application and any third-party software maintenance and upgrade fees. Be sure to itemize.

v.

Provide pricing for the delivery of a Turnover/Transition Plan (to be approved by the City), and the completion of Turnover/Transition tasks.

3. Optional/Future Items i.

Please provide estimated pricing for each group of items/requirements as shown. In the “Comments” column, please list the specific requirements (by RFP requirements number) that the Responder would be able to support within each group.

4. Optional Network Expansion and Meter Installations i.

Please identify the staff required (by title), and the hours and rates for each. Please also identify the network devices (by type, number, and unit cost), and the meters (by type, number, and unit cost).

5. Out-Year Software Licensing, Maintenance and Upgrades

RFP-SC-SVPAMI-01

i.

Please list software licensing fees (itemize both application and thirdparty software) for years four (4) through ten (10)

ii.

Please list software maintenance and upgrade fees (itemize both application and third-party software) for years four (4) through ten (10)

58

City of Santa Clara, Silicon Valley Power

9.0 Response Format, Submission, and Delivery Instructions In this section, the City describes the mandatory proposal format and provide the proposal submission and delivery instructions.

9.1 Overview All RFP requirements must be answered and all requested information must be provided. All pages in the proposal must be standard 8.5" x 11" paper, except charts, diagrams, etc., which may be foldouts. If foldouts are used, the folded size must fit within the 8.5" x 11" format. All charts and diagrams must be sized so they are readable. Proposals must be provided in an appropriately sized three-ring binder. Page numbers must be located in the same page position throughout the proposal. Figures, tables, charts, etc. must be assigned their own numbers and must be referenced by these numbers in the proposal text and in the proposal Table of Contents. Figures, tables, charts, etc. must be placed as close to text references as possible.

9.2 Administrative/Technical Proposal Format Proposals must be structured and presented in the following manner: x

Cover Letter

x

Table of Contents

x

Executive Summary

x

Administrative Requirements Response

x

Technical Requirements Response

x

Contract Terms and Conditions

The City provides additional instructions pertaining to these items in the following sections.

9.2.1 Cover Letter The proposal must contain a Cover Letter on letterhead, signed by an individual who is authorized to contractually bind the Responder, and indicating the title that person holds RFP-SC-SVPAMI-01

59

City of Santa Clara, Silicon Valley Power

in the firm. The Cover Letter must also include a statement that the Responder commits to fulfilling all the requirements of RFP-SC-SVPAMI-01.

9.2.2 Table of Contents The proposal must contain a Table of Contents. Figures, tables, charts, etc. must be assigned index numbers and must be identified in the Table of Contents.

9.2.3 Executive Summary The proposal must contain the Executive Summary that describes the salient features of the proposal. It must condense and highlight the contents of the proposal and include conclusions and recommendations. The Executive Summary must list each Subcontractor and explain each Subcontractor’s role in relation to meeting the RFP requirements. RFP Attachment B – List of Subcontractors – must be included at the end of the Executive Summary.

9.2.4 Administrative Requirements Response In responding to the Administrative Requirements, Responders should repeat the heading names from the Administrative Requirements section and address each of the requirements under those headings. Responses shall include a narrative description of what the Responder is going to do, how they are going to do it, and who is going to do it. There are a number of RFP Attachments that correspond to the Administrative Requirements sections, and those attachments should be inserted into the Responders proposal as required.

9.2.5 System Requirements Response In responding to the System Requirements, Responders should repeat the heading names from the System Requirements section and address each of the requirements under those headings. Please note that there are nine (9) separate requirements within Section 6.0 that must be addressed prior to addressing the Functional and Technical requirements in the Word tables. Responders will be provided a table, in an MS Word document, that includes the requirements listed in RFP Sections 6.1, 6.2, 6.3, and 6.4 (6.1 and 6.3 contain the Mandatory Requirements). Responders should insert a row under each requirement and insert their response to the requirement in that row. Responses shall include a narrative

RFP-SC-SVPAMI-01

60

City of Santa Clara, Silicon Valley Power

description of what the Responder is going to do, how they are going to do it, when they are going to do it, and who (of their proposed staff) is going to do it. Responders must also provide responses to each of the items in RFP Section 6.5.

9.2.6 Contract Terms and Conditions Response Responders must include a statement of compliance with all contract terms and conditions as identified in the City’s Standard Service Agreement – Attachment C.

9.2.7 Summary and Responder Checklist The following must be included in Responder Administrative/Technical Proposals: 1) Cover Letter 2) Table of Contents 3) Executive Summary (including Attachment B – Subcontractor List) 4) Administrative Requirements Response - provide a response to all RFP items, and also be sure to include (as requested in the requirements) the following: a) Attachment E – Customer Reference Form b) Key Staff Resumes c) Attachment F – Key Personnel Reference Form d) Draft Project Plan e) Draft Project Schedule f) Draft Implementation Plan g) Draft Electronic and Water Meter Recycling Plan h) Draft Training Plan i) Draft Test Plan j) Draft System Turnover/Transition Plan k) Attachment G – Responder Information Form l) Attachment H – Responder Signature Form

RFP-SC-SVPAMI-01

61

City of Santa Clara, Silicon Valley Power

m) Attachment I – Certification of Non-Discrimination Form 5) System Requirements Response - provide a response to all items and include: a) Response to RFP 6.0 including: i.

Draft Proposed Technical Architecture Diagram

ii.

Narrative Description of the Technical Architecture

iii.

Draft Proposed Network Architecture Diagram (should include network equipment list)

iv.

Narrative Description of the Network Architecture

v.

Draft Data Flow Diagram

vi.

Application and Third Party Software List

vii.

Identification and specifications pertaining to AMI Head-End hardware, operating system software, and database software (all to be procured by the City)

viii.

Discussion of how the software will be configured to meet the City’s needs, without source code changes and how those configurations will be retained through software version upgrades

ix.

Description of how Responders would expand the AMI Solution to be completed by 2013, including specific, scheduled checkpoints for new technology assessment. Please also discuss other solution functions and/or approaches the City might want to consider in the future.

b) Responses to RFP Section 6.1 through 6.4 (use Word tables) c) Responses to RFP Section 6.5 6) Response to RFP Section 7.0

9.3 Price Proposal Responders Price Proposal will consist of the Pricing Worksheets included as Attachment D. Responders must complete these sheets in their entirety. This proposal must be submitted in a separate, sealed envelope/box as described in the following section.

RFP-SC-SVPAMI-01

62

City of Santa Clara, Silicon Valley Power

9.4 Proposal Submission and Delivery Instructions Responders must provide five (5) copies plus one (1) original (marked Master Copy) of the Administrative/Technical Proposal, and five copies plus one original (marked Master Copy) of the Pricing Proposal by the date and time identified in Section 1.8 – Key Action Dates. One (1) copy of the Administrative/Technical Proposal, in Microsoft Word, must be submitted on Compact Disc (CD) and be placed in the Master Copy of the Administrative/Technical Proposal behind the cover letter. One copy of the Pricing Proposal, in Microsoft Word, must be submitted on Compact Disc (CD) and be placed in the Master Copy of the Pricing Proposal behind the cover letter. Failure to provide the appropriate number of copies in the correct format may be grounds for immediate disqualification. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective proposal are not desired. It is also desired that Responders used recycled paper, and that proposal pages are double-sided whenever possible. The proposals must be completely sealed, with the Administrative/Technical Proposal in one box, and the Price Proposal in another. Each sealed container must be labeled as follows: x

Name of Responder

x

Address of Responder

x

RFP Number

x

Proposal Name (Administrative/Technical OR Price)

x

Proposal Due Date and Time

x

Number of Copies Provided

Proposals must be delivered to the following address by the date and time identified in Section 1.8 – Key Action Dates (or indicated in any RFP addenda that changes the Key Action Dates): Joe Blackwell AMI Project Coordinator City of Santa Clara Silicon Valley Power 1601 Civic Center Drive Santa Clara, CA 95050

RFP-SC-SVPAMI-01

63

City of Santa Clara, Silicon Valley Power

Upon receipt, proposals will be stamped with date and time received. Any proposals received after the date and time indicated in RFP Section 1.8 – Key Action Dates (or indicated in any RFP addenda that changes the Key Action Dates) will not be accepted. Non-conformance with the submission and delivery requirements may be grounds for immediate disqualification.

RFP-SC-SVPAMI-01

64

City of Santa Clara, Silicon Valley Power

10.0

Proposal Evaluation

City staff will evaluate proposals provided in response to this RFP based on the following criteria: x

Quality and completeness of proposal

x

Quality, performance and effectiveness of the solution, goods and/or services to be provided by the Responder

x

Responder’s experience, including the experience of staff to be assigned to the project, with engagements of similar scope and complexity

x

Cost to the City

x

Responder’s financial stability and length of time in business

x

Responder’s ability to perform the work within the time specified

x

Responder’s prior record of performance with City or others

x

Responder’s ability to provide future records, reports, data and/or services

x

Responder’s compliance with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the Responder

x

Risk assessment based on the following factors: o Relevant experience and performance record in similar projects involving the proposed technical components and business processes o Responder’s depth of resources and reputation for success in similar projects o Clarity of the proposed approach and methodology o Degree to which the proposed solution has been proven (in use) in other cities, counties and/or electric and water utilities for the relevant functions o Project timing o Other risk factors that may be identified

RFP-SC-SVPAMI-01

65

City of Santa Clara, Silicon Valley Power

In the following sections, the City details the evaluation approach.

10.1 Proposal Opening and Content Validation All proposals must be delivered to contact/address as identified in Section 1.5 – Key Contact, and by the date/time specified in Section 1.8 - Key Action Dates (or indicated in any RFP addenda that changes the Key Action Dates). All proposals received by the time and place identified will be acknowledged as having been received. The City will assign an Evaluation Team to review all proposals. The Evaluation Team will review each proposal for the presence of the proper number of proposal copies and required information in conformance with the requirements of this RFP. Absence of the required number of copies or required information may result in the proposal being deemed nonresponsive and rejected.

10.2 Review of Administrative Requirements The Evaluation Team will review and evaluate the Responder’s responses to all of the Administrative Requirements. Scores will be determined according to the elements described in the following sections. Company Background and Experience will be evaluated based on the Responder’s company background, experience, market focus, size and completion of similar projects in like or dissimilar industries. Scoring of these responses will be based on the consensus of the Evaluation Team. The evaluation process may involve contacting any or all of the customer references. The City may interview these customers so it can confirm the information submitted. Customers must respond positively in order for the Responder to be successful in this portion of the evaluation. The City will evaluate the Responder’s proposed organization and staff in terms of their organization, skills, knowledge, references, and experience as described in the narrative response and in their resumes. Scoring of these responses will be based on the consensus of the Evaluation Team. The City will evaluate the project management approach based on the Responder’s description. Scoring of these responses will be based on the consensus of the Evaluation Team. The City will evaluate the proposed Project Plan and Schedule, including the proposed milestones, deliverables, resources, and timeframes. Scoring of these responses will be based on the consensus of the Evaluation Team.

RFP-SC-SVPAMI-01

66

City of Santa Clara, Silicon Valley Power

10.3 Review of System Requirements The Evaluation Team will assess and score each Responder’s technical solution in terms of the probability of successful implementation of a solution that meets the RFP requirements.

10.4 Review of Pricing Proposal Each Responder’s Pricing Proposal will be reviewed for completeness and checked for accuracy. Responder proposals will be evaluated, scored, and prioritized based on the pricing that is the most advantageous to the City.

10.5 Selection of Responder After evaluating all proposals, SVP will notify Responders of their status. If SVP determines that more than one Responder meets the City’s qualifications, these Responders may be asked to respond to more detailed questions and participate in an interview and/or provide a demonstration. SVP may enter into contract negotiations with the qualified Responder or Responders. SVP shall negotiate an agreement based on the City’s Standard Agreement format with the highest-ranking Responder(s) after the selection process. The selected Responder(s)' negotiated fee shall be stated in the City's Standard Agreement on a not-to-exceed basis and shall include payment for professional services and reimbursable expenses. Negotiations, if initiated, are not a guarantee that SVP will execute a contract. SVP reserves the right to cancel this RFP at any time. In the event a contract is awarded for services resulting from this RFP, no indication of such services to the City of Santa Clara will be used in any advertising without prior agreement of the City of Santa Clara. The parties may agree in writing to modify the scope of the project. An increase or decrease in the price resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the project.

RFP-SC-SVPAMI-01

67

City of Santa Clara, Silicon Valley Power

11.0

Attachments

In this section, we provide the following attachments: x

Attachment A1 – Registered Responder Information/Intent to Bid Form

x

Attachment A2 – Confidentiality Statement

x

Attachment B – List of Subcontractors

x

Attachment C – Standard Service Agreement

x

Attachment D – Pricing Worksheets

x

Attachment E – Customer Reference Form

x

Attachment F – Key Personnel Reference Form

x

Attachment G – Responder Information Form

x

Attachment H – Responder Signature Form

x

Attachment I – Certification of Non-Discrimination Form

x

Attachment J – SVP VPN Access Policy

RFP-SC-SVPAMI-01

68

City of Santa Clara, Silicon Valley Power

Attachment A1 – Registered Responder Information/Intent to Bid Form In order to register as a Responder for the City of Santa Clara, SVP AMI RFP, and relay your intent to bid, please provide the following information, including signature, and fax a copy of the form to: Joe Blackwell AMI Project Coordinator City of Santa Clara Silicon Valley Power Fax: 408-244-2990

Date:

_____________________________________________

Company Name:

_____________________________________________

Company Primary Contact:

_____________________________________________

Street Address:

_____________________________________________ _____________________________________________

Mailing Address:

_____________________________________________ _____________________________________________

Phone:

_____________________________________________

Fax:

_____________________________________________

Email:

_____________________________________________

Signature:

_____________________________________________

RFP-SC-SVPAMI-01

69

City of Santa Clara, Silicon Valley Power

Attachment A2 – Confidentiality Statement I certify that I will keep confidential and secure and will not copy, give or otherwise disclose to any other party who has not signed a copy of this confidentiality agreement, all information concerning the technology, infrastructure, planning, processes, development or procedures pertaining to the City of Santa Clara, Silicon Valley Power (SVP) AMI Solution Project (the Project), which I learn in the course of my duties on the Project. I understand that the information to be kept confidential includes, but is not limited to, specifications, administrative requirements, and terms and conditions, and includes concepts and discussions as well as written or electronic materials. I understand that if I leave the Project before it ends, I must still keep all project information confidential. I agree to follow any instructions pertaining to the confidentiality of project information. I agree to advise the City of Santa Clara, SVP immediately in the event that I either learn or have reason to believe that any person who has access to project confidential information has or intends to disclose that information in violation of this agreement.

Date:_____________________________________________________________ Signature:_________________________________________________________ Printed Name:______________________________________________________ Title:_____________________________________________________________ Organization:_______________________________________________________ Telephone Number:___________________________________________________________ Fax Number:________________________________________________________

RFP-SC-SVPAMI-01

70

City of Santa Clara, Silicon Valley Power

Attachment B – List of Subcontractors Subcontractor Name

RFP-SC-SVPAMI-01

Subcontractor Address

71

Subcontractor Scope of Work

City of Santa Clara, Silicon Valley Power

Attachment C – Standard Service Agreement The City’s Standard Agreement follows this page (paginated separately). This agreement will be amended, finalized, and signed during contract negotiations.

RFP-SC-SVPAMI-01

72

City of Santa Clara, Silicon Valley Power

IDS Insurance No. __________________________

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] PREAMBLE This agreement for the performance of services (“Agreement”) is made and entered into on this______ day of __________, 200__, (“Effective Date”) by and between _________________, [choose one: corporation/partnership/individual], with its principal place of business located at ____________________________ (“Contractor”), and the City of Santa Clara, California, a chartered California municipal corporation with its primary business address at 1500 Warburton Avenue, Santa Clara, California 95050 (“City”). City and Contractor may be referred to individually as a “Party” or collectively as the “Parties” or the “Parties to this Agreement.” RECITALS A.

City desires to secure professional services more fully described in this Agreement, at Exhibit A, entitled “Scope of Service”; and

B.

Contractor represents that it, and its subcontractors, if any, have the professional qualifications, expertise, necessary licenses and desire to provide certain goods and/or required services of the quality and type which meet objectives and requirements of City; and,

C.

The Parties have specified herein the terms and conditions under which such services will be provided and paid for.

The Parties agree as follows: AGREEMENT PROVISIONS 1.

SERVICES TO BE PROVIDED. Except as specified in this Agreement, Contractor shall furnish all technical and professional services, including labor, material, equipment, transportation, supervision and expertise (collectively referred to as “Services”) to satisfactorily complete the work required by City at his/her own risk and expense. Services to be provided to City are more fully described in Exhibit A entitled “SCOPE OF SERVICES.” All of the exhibits referenced in this Agreement are attached and are incorporated by this reference. Contractor acknowledges that the execution of this Agreement by City is predicated upon representations made by Contractor in that certain document entitled “__________________________” dated ________________, 20___, (“Proposal”) set forth in Exhibit A, which constitutes the basis for this Agreement.

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 1 of X

2.

TERM OF AGREEMENT. Unless otherwise set forth in this Agreement or unless this paragraph is subsequently modified by a written amendment to this Agreement, the term of this Agreement shall begin on the Effective Date of this Agreement and terminate on ______________, 20__.

3.

4.

CONTRACTOR’S SERVICES TO BE APPROVED BY A LICENSED PROFESSIONAL. A.

All reports, costs estimates, plans and other documentation which may be submitted or furnished by Contractor shall be approved and signed by a qualified licensed professional in the State of California.

B.

The title sheet for specifications and reports, and each sheet of plans, shall bear the professional seal, certificate number, registration classification, expiration date of certificate and signature of the professional responsible for their preparation.

QUALIFICATIONS OF CONTRACTOR - STANDARD OF WORKMANSHIP. Contractor represents and maintains that it has the necessary expertise in the professional calling necessary to perform services, and its duties and obligations, expressed and implied, contained herein, and City expressly relies upon Contractor’s representations regarding its skills and knowledge. Contractor shall perform such services and duties in conformance to and consistent with the professional standards of a specialist in the same discipline in the State of California. The plans, designs, specifications, estimates, calculations, reports and other documents furnished under Exhibit A shall be of a quality acceptable to City. The criteria for acceptance of the work provided under this Agreement shall be a product of neat appearance, well organized, that is technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by City for similar projects.

5.

MONITORING OF SERVICES. City may monitor the Services performed under this Agreement to determine whether Contractor’s operation conforms to City policy and to the terms of this Agreement. City may also monitor the Services to be performed to determine whether financial operations are conducted in accord with applicable City, county, state, and federal requirements. If any action of Contractor constitutes a breach, City may terminate this Agreement pursuant to the provisions described herein.

6.

WARRANTY. Contractor expressly warrants that all materials and services covered by this Agreement shall be fit for the purpose intended, shall be free from defect, and shall conform to the specifications, requirements, and instructions upon which this Agreement is based. Contractor agrees to promptly replace or correct any incomplete, inaccurate, or defective

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 2 of X

Services at no further cost to City when defects are due to the negligence, errors or omissions of Contractor. If Contractor fails to promptly correct or replace materials or services, City may make corrections or replace materials or services and charge Contractor for the cost incurred by City. 7.

PERFORMANCE OF SERVICES. Contractor shall perform all requested services in an efficient and expeditious manner and shall work closely with and be guided by City. Contractor shall be as fully responsible to City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons directly employed by it. Contractor will perform all Services in a safe manner and in accordance with all federal, state and local operation and safety regulations.

8.

RESPONSIBILITY OF CONTRACTOR. Contractor shall be responsible for the professional quality, technical accuracy and coordination of the Services furnished by it under this Agreement. Neither City’s review, acceptance, nor payments for any of the Services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and Contractor shall be and remain liable to City in accordance with applicable law for all damages to City caused by Contractor’s negligent performance of any of the Services furnished under this Agreement. Any acceptance by City of plans, specifications, construction contract documents, reports, diagrams, maps and other material prepared by Contractor shall not in any respect absolve Contractor from the responsibility Contractor has in accordance with customary standards of good professional practice in compliance with applicable federal, state, county, and/or municipal laws, ordinances, regulations, rules and orders.

9.

COMPENSATION AND PAYMENT. In consideration for Contractor’s complete performance of Services, City shall pay Contractor for all materials provided and services rendered by Contractor at the rate per hour for labor and cost per unit for materials as outlined in Exhibit B, entitled “SCHEDULE OF FEES.” Contractor will bill City on a monthly basis for Services provided by Contractor during the preceding month, subject to verification by City. City will pay Contractor within thirty (30) days of City’s receipt of invoice.

10.

PROGRESS SCHEDULE. The Progress Schedule will be as set forth in the attached Exhibit F, entitled “MILESTONE SCHEDULE” if applicable.

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 3 of X

11.

TERMINATION OF AGREEMENT. Either Party may terminate this Agreement without cause by giving the other Party written notice (“Notice of Termination”) which clearly expresses that Party’s intent to terminate the Agreement. Notice of Termination shall become effective no less than thirty (30) calendar days after a Party receives such notice. After either Party terminates the Agreement, Contractor shall discontinue further services as of the effective date of termination, and City shall pay Contractor for all Services satisfactorily performed up to such date.

12.

NO ASSIGNMENT OR SUBCONTRACTING OF AGREEMENT. City and Contractor bind themselves, their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written approval of City. Contractor shall not hire subcontractors without express written permission from City.

13.

NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed to be an agreement for the benefit of any third party or parties and no third party or parties shall have any claim or right of action under this Agreement for any cause whatsoever.

14.

INDEPENDENT CONTRACTOR. Contractor and all person(s) employed by or contracted with Contractor to furnish labor and/or materials under this Agreement are independent contractors and do not act as agent(s) or employee(s) of City. Contractor has full rights, however, to manage its employees in their performance of Services under this Agreement. Contractor is not authorized to bind City to any contracts or other obligations.

15.

NO PLEDGING OF CITY’S CREDIT. Under no circumstances shall Contractor have the authority or power to pledge the credit of City or incur any obligation in the name of City. Contractor shall save and hold harmless the City, its City Council, its officers, employees, boards and commissions for expenses arising out of any unauthorized pledges of City’s credit by Contractor under this Agreement.

16.

CONFIDENTIALITY OF MATERIAL. All ideas, memoranda, specifications, plans, manufacturing procedures, data, drawings, descriptions, documents, discussions or other information developed or received by or for Contractor and all other written information submitted to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor and shall not, without the prior written consent of City, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with performance of the Services. Nothing furnished to Contractor which is otherwise known

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 4 of X

to Contractor or becomes generally known to the related industry shall be deemed confidential. 17.

USE OF CITY NAME OR EMBLEM. Contractor shall not use City’s name, insignia, or emblem, or distribute any information related to services under this Agreement in any magazine, trade paper, newspaper or other medium without express written consent of City.

18.

OWNERSHIP OF MATERIAL. All material, including information developed on computer(s), which shall include, but not be limited to, data, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared or caused to be prepared under this Agreement shall be the property of City but Contractor may retain and use copies thereof. City shall not be limited in any way or at any time in its use of said material. However, Contractor shall not be responsible for damages resulting from the use of said material for work other than Project, including, but not limited to, the release of this material to third parties.

19.

RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR. City, through its authorized employees, representatives or agents shall have the right during the term of this Agreement and for three (3) years from the date of final payment for goods or services provided under this Agreement, to audit the books and records of Contractor for the purpose of verifying any and all charges made by Contractor in connection with Contractor compensation under this Agreement, including termination of Contractor. Contractor agrees to maintain sufficient books and records in accordance with generally accepted accounting principles to establish the correctness of all charges submitted to City. Any expenses not so recorded shall be disallowed by City. Contractor shall submit to City any and all reports concerning its performance under this Agreement that may be requested by City in writing. Contractor agrees to assist City in meeting City’s reporting requirements to the State and other agencies with respect to Contractor’s Services hereunder.

20.

CORRECTION OF SERVICES. Contractor agrees to correct any incomplete, inaccurate or defective Services at no further costs to City, when such defects are due to the negligence, errors or omissions of Contractor.

21.

FAIR EMPLOYMENT. Contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, national origin, gender, sexual orientation, age, disability, religion, ethnic background, or marital status, in violation of state or federal law.

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 5 of X

22.

HOLD HARMLESS/INDEMNIFICATION. To the extent permitted by law, Contractor agrees to protect, defend, hold harmless and indemnify City, its City Council, commissions, officers, employees, volunteers and agents from and against any claim, injury, liability, loss, cost, and/or expense or damage, including all costs and reasonable attorney’s fees in providing a defense to any claim arising therefrom, for which City shall become liable arising from Contractor’s negligent, reckless or wrongful acts, errors, or omissions with respect to or in any way connected with the Services performed by Contractor pursuant to this Agreement.

23.

INSURANCE REQUIREMENTS. During the term of this Agreement, and for any time period set forth in Exhibit C, Contractor shall purchase and maintain in full force and effect, at no cost to City insurance policies with respect to employees and vehicles assigned to the Performance of Services under this Agreement with coverage amounts, required endorsements, certificates of insurance, and coverage verifications as defined in Exhibit C.

24.

AMENDMENTS. This Agreement may be amended only with the written consent of both Parties.

25.

INTEGRATED DOCUMENT. This Agreement represents the entire agreement between City and Contractor. No other understanding, agreements, conversations, or otherwise, with any representative of City prior to execution of this Agreement shall affect or modify any of the terms or obligations of this Agreement. Any verbal agreement shall be considered unofficial information and is not binding upon City.

26.

SEVERABILITY CLAUSE. In case any one or more of the provisions in this Agreement shall, for any reason, be held invalid, illegal or unenforceable in any respect, it shall not affect the validity of the other provisions, which shall remain in full force and effect.

27.

WAIVER. Contractor agrees that waiver by City of any one or more of the conditions of performance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement.

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 6 of X

28.

NOTICES. All notices to the Parties shall, unless otherwise requested in writing, be sent to City addressed as follows: City of Santa Clara Attention: [insert Dept. here] 1500 Warburton Avenue Santa Clara, California 95050 or by facsimile at (408) ___-_________ And to Contractor addressed as follows: Contractor’s notice address: Name: _______________________ Address: _______________________ _______________________ or by facsimile at ( ) ___-____ If notice is sent via facsimile, a signed, hard copy of the material shall also be mailed. The workday the facsimile was sent shall control the date notice was deemed given if there is a facsimile machine generated document on the date of transmission. A facsimile transmitted after 1:00 p.m. on a Friday shall be deemed to have been transmitted on the following Monday.

29.

CAPTIONS. The captions of the various sections, paragraphs and subparagraphs of this Agreement are for convenience only and shall not be considered or referred to in resolving questions of interpretation.

30.

LAW GOVERNING CONTRACT AND VENUE. This Agreement shall be governed and construed in accordance with the statutes and laws of the State of California. The venue of any suit filed by either Party shall be vested in the state courts of the County of Santa Clara, or if appropriate, in the United States District Court, Northern District of California, San Jose, California.

31.

DISPUTE RESOLUTION. A.

Unless otherwise mutually agreed to by the Parties, any controversies between Contractor and City regarding the construction or application of this Agreement, and claims arising out of this Agreement or its breach, shall be submitted to mediation within thirty (30) days of the written request of one Party after the service of that request on the other Party.

B.

The Parties may agree on one mediator. If they cannot agree on one mediator, the Party demanding mediation shall request the Superior Court of Santa Clara County to appoint a mediator. The mediation meeting shall not exceed one day

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 7 of X

(eight (8) hours). The Parties may agree to extend the time allowed for mediation under this Agreement.

32.

C.

The costs of mediation shall be borne by the Parties equally.

D.

For any contract dispute, mediation under this section is a condition precedent to filing an action in any court. In the event of mediation which arises out of any dispute related to this Agreement, the Parties shall each pay their respective attorney’s fees, expert witness costs and cost of suit, through mediation only. In the event of litigation, the prevailing party shall recover its reasonable costs of suit, expert’s fees and attorney’s fees.

COMPLIANCE WITH ETHICAL STANDARDS. Contractor shall: A.

Read Exhibit D, entitled “ETHICAL STANDARDS FOR CONTRACTORS SEEKING TO ENTER INTO AN AGREEMENT WITH THE CITY OF SANTA CLARA, CALIFORNIA”; and,

B.

Execute Exhibit E, entitled “AFFIDAVIT OF COMPLIANCE WITH ETHICAL STANDARDS.”

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 8 of X

33.

CONFLICT OF INTERESTS. This Agreement does not prevent either Party from entering into similar agreements with other parties. To prevent a conflict of interest, Contractor certifies that to the best of its knowledge, no City officer, employee or authorized representative has any financial interest in the business of Contractor and that no person associated with Contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Agreement. Contractor is familiar with the provisions of California Government Code Section 87100 and following, and certifies that it does not know of any facts which would violate these code provisions. Contractor will advise City if a conflict arises.

The Parties acknowledge and accept the terms and conditions of this Agreement as evidenced by the following signatures of their duly authorized representatives. It is the intent of the Parties that this Agreement shall become operative on the Effective Date. CITY OF SANTA CLARA, CALIFORNIA a chartered California municipal corporation APPROVED AS TO FORM:

HELENE L. LEICHTER City Attorney

JENNIFER SPARACINO City Manager 1500 Warburton Avenue Santa Clara, CA 95050 Telephone: (408) 615-2210 Fax: (408) 241-6771

ATTEST:

ROD DIRIDON, JR. City Clerk “CITY” [*CONTRACTOR] [CHOOSE ONE: CORPORATION/PARTNERSHIP/INDIVIDUAL] By: (Signature of Person executing the Agreement on behalf of Contractor)

Name: Title: Local Address:

Telephone (

)

Fax: (

)

I:\DATA\WP\AGREEMENT.A-F\TEMPLATES\PROFESSIONAL SERVICE AGREEMENT FORM.doc

Agreement for Professional Services/[insert contractor’s name] Rev. 06/10/08; Typed [insert date]

Page 9 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT A SCOPE OF SERVICES The Services to be performed for the City by the Contractor under this Agreement are more fully described in the Contractor’s proposal entitled, “[*insert name of proposal]” dated [*insert date of proposal], which is attached to this Exhibit A.

Scope of Services/Exhibit A Rev. 06/10/08; Typed [insert date]

Page 1 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT B FEE SCHEDULE Consultant shall provide a schedule of rates and fees which includes all billing amounts and costs as follows (if applicable), such as: [NOTE TO CITY DEPARTMENTS: This Exhibit “B” should contain a schedule of rates and fees which includes all billing amounts and costs as follows (if applicable), such as: -Fee Schedule Effective Date; -Hourly Billing Rates for Each Staff Position/level; -Minimum Billing Hours; -Charges for Equipment by Day/week/month; -Travel Time and Costs; -Per Diem Expenses; -Expendable Material or New Parts Costs; -Outside Services Costs; and, -Overtime Costs.] In no event shall the amount billed to City by Contractor for services under this Agreement exceed $ _______________, subject to budget appropriations.

Fee Schedule/Exhibit B Rev. 06/10/08; Typed [insert date]

Page 1 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT C INSURANCE REQUIREMENTS

Without limiting the Contractor’s indemnification of the City, and prior to commencing any of the Services required under this Agreement, the Contractor shall purchase and maintain in full force and effect, at its sole cost and expense, the following insurance policies with at least the indicated coverages, provisions and endorsements: A.

COMMERCIAL GENERAL LIABILITY INSURANCE 1.

Commercial General Liability Insurance policy which provides coverage at least as broad as Insurance Services Office form CG 00 01. Policy limits are subject to review, but shall in no event be less than, the following: $2,000,000 Each occurrence $2,000,000 General aggregate $2,000,000 Products/Completed Operations aggregate $2,000,000 Personal Injury

2.

Exact structure and layering of the coverage shall be left to the discretion of Contractor; however, any excess or umbrella policies used to meet the required limits shall be at least as broad as the underlying coverage and shall otherwise follow form.

3.

The following provisions shall apply to the Commercial Liability policy as well as any umbrella policy maintained by the Contractor to comply with the insurance requirements of this Agreement: a.

Coverage shall be on a “pay on behalf” basis with defense costs payable in addition to policy limits;

b.

There shall be no cross liability exclusion which precludes coverage for claims or suits by one insured against another; and

c.

Coverage shall apply separately to each insured against whom a claim is made or a suit is brought, except with respect to the limits of liability.

Insurance Requirements/Exhibit C Rev. 06/10/08; Typed [insert date]

Page 1 of X

B.

BUSINESS AUTOMOBILE LIABILITY INSURANCE Business automobile liability insurance policy which provides coverage at least as broad as ISO form CA 00 01 with policy limits a minimum limit of not less than one million dollars ($1,000,000) each accident using, or providing coverage at least as broad as, Insurance Services Office form CA 00 01. Liability coverage shall apply to all owned, non-owned and hired autos. In the event that the Work being performed under this Agreement involves transporting of hazardous or regulated substances, hazardous or regulated wastes and/or hazardous or regulated materials, Contractor and/or its subcontractors involved in such activities shall provide coverage with a limit of two million dollars ($2,000,000) per accident covering transportation of such materials by the addition to the Business Auto Coverage Policy of Environmental Impairment Endorsement MCS90 or Insurance Services Office endorsement form CA 99 48, which amends the pollution exclusion in the standard Business Automobile Policy to cover pollutants that are in or upon, being transported or towed by, being loaded onto, or being unloaded from a covered auto.

C.

D.

WORKERS’ COMPENSATION 1.

Workers’ Compensation Insurance Policy as required by statute and employer’s liability with limits of at least one million dollars ($1,000,000) policy limit Bodily Injury by disease, one million dollars ($1,000,000) each accident/Bodily Injury and one million dollars ($1,000,000) each employee Bodily Injury by disease.

2.

The indemnification and hold harmless obligations of Contractor included in this Agreement shall not be limited in any way by any limitation on the amount or type of damage, compensation or benefit payable by or for Contractor or any subcontractor under any Workers’ Compensation Act(s), Disability Benefits Act(s) or other employee benefits act(s).

3.

This policy must include a Waiver of Subrogation in favor of the City of Santa Clara, its City Council, commissions, officers, employees, volunteers and agents.

COMPLIANCE WITH REQUIREMENTS All of the following clauses and/or endorsements, or similar provisions, must be part of each commercial general liability policy, and each umbrella or excess policy. 1.

Additional Insureds. City of Santa Clara, its City Council, commissions, officers, employees, volunteers and agents are hereby added as additional insureds in respect to liability arising out of Contractor’s work for City, using Insurance Services Office (ISO) Endorsement CG 20 10 11 85 or the combination of CG 20 10 03 97 and CG 20 37 10 01, or its equivalent.

2.

Primary and non-contributing. Each insurance policy provided by Contractor shall contain language or be endorsed to contain wording making it primary insurance as respects to, and not requiring contribution from, any other insurance which the

Insurance Requirements/Exhibit C Rev. 06/10/08; Typed [insert date]

Page 2 of X

Indemnities may possess, including any self-insurance or self-insured retention they may have. Any other insurance Indemnities may possess shall be considered excess insurance only and shall not be called upon to contribute with Contractor’s insurance. 3.

General Aggregate. The general aggregate limits shall apply separately to Contractor’s work under this Agreement providing coverage at least as broad as Insurance Services Office (ISO) Endorsement CG 2503, 1985 Edition, or insurer’s equivalent (CGL);

4.

Cancellation.

5.

E.

a.

Each insurance policy shall contain language or be endorsed to reflect that no cancellation or modification of the coverage provided due to nonpayment of premiums shall be effective until written notice has been given to City at least ten (10) days prior to the effective date of such modification or cancellation. In the event of non-renewal, written notice shall be given at least ten (10) days prior to the effective date of nonrenewal.

b.

Each insurance policy shall contain language or be endorsed to reflect that no cancellation or modification of the coverage provided for any cause save and except non-payment of premiums shall be effective until written notice has been given to City at least thirty (30) days prior to the effective date of such modification or cancellation. In the event of non-renewal, written notice shall be given at least thirty (30) days prior to the effective date of non-renewal.

Other Endorsements. Other endorsements may be required for policies other than the commercial general liability policy if specified in the description of required insurance set forth in Sections A through D of this Exhibit C, above.

ADDITIONAL INSURANCE RELATED PROVISIONS Contractor and City agree as follows: 1.

Contractor agrees to ensure that subcontractors, and any other party involved with the Services who is brought onto or involved in the performance of the Services by Contractor, provide the same minimum insurance coverage required of Contractor, except as with respect to limits. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this Agreement. Contractor agrees that upon request by City, all agreements with, and insurance compliance documents provided by, such subcontractors and others engaged in the project will be submitted to City for review.

2.

Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or

Insurance Requirements/Exhibit C Rev. 06/10/08; Typed [insert date]

Page 3 of X

Contractor for the cost of additional insurance coverage required by this Agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 3.

F.

The City reserves the right to withhold payments from the Contractor in the event of material noncompliance with the insurance requirements set forth in this Agreement.

EVIDENCE OF COVERAGE Prior to commencement of any Services under this Agreement, Contractor, and each and every subcontractor (of every tier) shall, at its sole cost and expense, purchase and maintain not less than the minimum insurance coverage with the endorsements and deductibles indicated in this Agreement. Such insurance coverage shall be maintained with insurers, and under forms of policies, satisfactory to City and as described in this Agreement. Contractor shall file with the City all certificates and endorsements for the required insurance policies for City’s approval as to adequacy of the insurance protection.

G.

EVIDENCE OF COMPLIANCE Contractor or its insurance broker shall provide the required proof of insurance compliance, consisting of Insurance Services Office (ISO) endorsement forms or their equivalent and the ACORD form 25-S certificate of insurance (or its equivalent), evidencing all required coverage shall be delivered to City, or its representative as set forth below, at or prior to execution of this Agreement. Upon City’s request, Contractor shall submit to City copies of the actual insurance policies or renewals or replacements. Unless otherwise required by the terms of this Agreement, all certificates, endorsements, coverage verifications and other items required to be delivered to City pursuant to this Agreement shall be mailed to: City of Santa Clara [insert City department name here] c/o Insurance Data Services - Insurance Compliance P.O. 12010-S2 or 151 North Lyon Avenue Hemet, CA 92546-8010 Hemet, CA 92543 Telephone: (951) 766-2280; or Fax: (951) 766-2299

H.

QUALIFYING INSURERS All of the insurance companies providing insurance for Contractor shall have, and provide written proof of, an A. M. Best rating of at least A minus 6 (A- VI) or shall be an insurance company of equal financial stability that is approved by the City or its insurance compliance representatives. .

Insurance Requirements/Exhibit C Rev. 06/10/08; Typed [insert date]

Page 4 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT D ETHICAL STANDARDS FOR CONTRACTORS SEEKING TO ENTER INTO AN AGREEMENT WITH THE CITY OF SANTA CLARA, CALIFORNIA Termination of Agreement for Certain Acts. I.

The City may, at its sole discretion, terminate this Agreement in the event any one or more of the following occurs: 1.

If a Contractor1 does any of the following: a.

Is convicted of operating a business in violation of any Federal, State or local law or regulation;

b.

Is convicted2 of a crime punishable as a felony involving dishonesty3;

c.

Is convicted of an offense involving dishonesty or is convicted of fraud or a criminal offense in connection with: (1) obtaining; (2) attempting to obtain; or, (3) performing a public contract or subcontract;

d.

Is convicted of any offense which indicates a lack of business integrity or business honesty which seriously and directly affects the present responsibility of a City contractor or subcontractor; and/or,

e.

Made (or makes) any false statement(s) or representation(s) with respect to this Agreement.

1

For purposes of this Agreement, the word “Consultant” (whether a person or a legal entity) also refers to “Contractor” and means any of the following: an owner or co-owner of a sole proprietorship; a person who controls or who has the power to control a business entity; a general partner of a partnership; a principal in a joint venture; or a primary corporate stockholder [i.e., a person who owns more than ten percent (10%) of the outstanding stock of a corporation] and who is active in the day to day operations of that corporation. 2

For purposes of this Agreement, the words “convicted” or “conviction” mean a judgment or conviction of a criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere within the past five (5) years. 3

As used herein, “dishonesty” includes, but is not limited to, embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, failure to pay tax obligations, receiving stolen property, collusion or conspiracy.

Ethical Standards/Exhibit D Rev. 06/10/08; Typed [insert date]

Page 1 of X

2.

J.

K.

If fraudulent, criminal or other seriously improper conduct of any officer, director, shareholder, partner, employee or other individual associated with the Contractor can be imputed to the Contractor when the conduct occurred in connection with the individual’s performance of duties for or on behalf of the Contractor, with the Contractor’s knowledge, approval or acquiescence, the Contractor’s acceptance of the benefits derived from the conduct shall be evidence of such knowledge, approval or acquiescence.

The City may also terminate this Agreement in the event any one or more of the following occurs: 1.

The City determines that Contractor no longer has the financial capability4 or business experience5 to perform the terms of, or operate under, this Agreement; or,

2.

If City determines that the Contractor fails to submit information, or submits false information, which is required to perform or be awarded a contract with City, including, but not limited to, Contractor’s failure to maintain a required State issued license, failure to obtain a City business license (if applicable) or failure to purchase and maintain bonds and/or insurance policies required under this Agreement.

In the event a prospective Contractor (or bidder) is ruled ineligible (debarred) to participate in a contract award process or a contract is terminated pursuant to these provisions, Contractor may appeal the City’s action to the City Council by filing a written request with the City Clerk within ten (10) days of the notice given by City to have the matter heard. The matter will be heard within thirty (30) days of the filing of the appeal request with the City Clerk. The Contractor will have the burden of proof on the appeal. The Contractor shall have the opportunity to present evidence, both oral and documentary, and argument.

4

Contractor becomes insolvent, transfers assets in fraud of creditors, makes an assignment for the benefit of creditors, files a petition under any section or chapter of the federal Bankruptcy Code (11 U.S.C.), as amended, or under any similar law or statute of the United States or any state thereof, is adjudged bankrupt or insolvent in proceedings under such laws, or a receiver or trustee is appointed for all or substantially all of the assets of Contractor. 5

Loss of personnel deemed essential by the City for the successful performance of the obligations of the Contractor to the City.

Ethical Standards/Exhibit D Rev. 06/10/08; Typed [insert date]

Page 2 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT E AFFIDAVIT OF COMPLIANCE WITH ETHICAL STANDARDS I,____________________________, being first duly sworn, depose and state I am _______________________ (title or capacity) of ________________________ (entity name) and I hereby state that I have read and understand the language, entitled “Ethical Standards” set forth in Exhibit D. I have the authority to make these representations on my own behalf or on behalf of the legal entity identified herein. I have examined appropriate business records, and I have made appropriate inquiry of those individuals potentially included within the definition of “Contractor” contained in Ethical Standards at footnote 1. Based on my review of the appropriate documents and my good-faith review of the necessary inquiry responses, I hereby state that neither the business entity nor any individual(s) belonging to said “Contractor” category [i.e., owner or co-owner of a sole proprietorship, general partner, person who controls or has power to control a business entity, etc.] has been convicted of any one or more of the crimes identified in the Ethical Standards within the past five (5) years. The above assertions are true and correct and are made under penalty of perjury under the laws of the State of California. [*Contractor] [choose one: a Corporation/Partnership/Individual] By: Signature of Authorized Person or Representative Name: Title: NOTARY’S ACKNOWLEDGMENT TO BE ATTACHED Please execute the affidavit and attach a notary public’s acknowledgment of execution of the affidavit by the signatory. If the affidavit is on behalf of a corporation, partnership, or other legal entity, the entity’s complete legal name and the title of the person signing on behalf of the legal entity shall appear above. Written evidence of the authority of the person executing this affidavit on behalf of a corporation, partnership, joint venture, or any other legal entity, other than a sole proprietorship, shall be attached.

Affidavit of Compliance with Ethical Standards/Exhibit E Rev. 06/10/08; Typed [insert date]

Page 1 of X

AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF SANTA CLARA, CALIFORNIA AND [INSERT NAME OF CONTRACTOR] EXHIBIT F MILESTONE SCHEDULE (If Applicable)

Milestone Schedule/Exhibit F Rev. 06/10/08; Typed [insert date]

Page 1 of X

Attachment D – Pricing Worksheets The pricing worksheets are contained in a separate Excel files (Attachment D – Sheets 1, 2, 3, 4, and 5).

RFP-SC-SVPAMI-01

73

City of Santa Clara, Silicon Valley Power

PAMI-01

ct Customizations (Itemize)

irements Verification ct & System Configurations ze)

mentation Phase ct Management Support

Activity

$

1

-

-

$ $ $ $

-

-

$

N

*Deliverable Set 3 User/Training Documentation, Training Plan (updated), Test Plan (updated), System Turnover/Transition Plan (updated)

-

-

$

$

N

*Deliverable Set 2 Technical Architecture Diagram (updated), Network Architecture Diagram (updated), Data Flow Diagram (updated), Application and Third Party Software List (updated), (updated) Implementation Plan (updated), Meter Installation Plan (updated), Electric and Water Meter Recycling Plan (updated), System and Network Documentation

N

Labor

Price Per Staff Day (blended)

$

Estimated # of Staff Days

N

Optional? (Y/N)

*Deliverable Set 1 - Project Plan (updated) and Project Schedule (updated)

Associated Deliverables

$

$ $ $ $

$

$

$

$

-

-

-

-

-

-

Total Cost of Activity (days x rate)

F

F F F F

F

F

F

F

Fixed or Budgetary Estimate

$

$

$

$

$

$ $ $ $

-

-

-

-

Materials

-

-

$

$

$

$

$

$ $ $ $

-

-

Comment

Attachment D - Pricing

-

-

-

-

SubContracting Fees

N N N N

Training Results Lab Proof of Concept Test Results

Field Proof of Concept Test Results

Final Test Results

m Operations

rk Operations

ng roof of Concept Testing

Proof of Concept Testing

Testing l and Expenses

PAMI-01

al Implementation Cost

N

Installation

N N

N

N N

S Interface Support rk Installation

Optional? (Y/N)

N

Associated Deliverables

-End Software Installation

ct Enhancements (Itemize)

Activity

0

Estimated # of Staff Days

-

$ $ $

2

-

-

-

-

-

-

-

-

-

$ $

$

$ $

$

$

$

$ $

$ $ $ $ $ $

$ $ $ $

Price Per Staff Day (blended)

Labor

$ $ $ $

$ $

$

$ $

$

$

$

$ $

$ $ $ $ $ $

$ $ $ $

-

-

-

-

-

-

-

-

-

-

-

Total Cost of Activity (days x rate)

F F F

F B

F

F F

F

F

F

F F

F F F F F F

F F F F

Fixed or Budgetary Estimate

$

$ $ $ $

$

$

$ $

$

$

$

$ $

$ $ $ $ $ $

$ $ $ $

-

Materials

-

-

-

-

-

-

-

-

-

-

-

$

$ $ $ $

$

$

$ $

$

$

$

$ $

$ $ $ $ $ $

$ $ $ $

-

-

-

Comment

Attachment D - Pricing

-

-

-

-

-

-

-

-

-

SubContracting Fees

N

N

N

Maintenance and (Itemize Application and ty)

perations

Operations

I-01

N

Licensing (Itemize n and Third-Party)

N N N

Optional? (Y/N)

N

Reports, Quarterly Invoices

Associated Deliverables

ensive Warranty (Three

d Expenses k Support anagement Operations pport

ns and Maintenance

Activity

Estimated # of Staff Days

$

$ $ $ $ $

$ $ $ $ $

$

$ $ $

1

-

-

-

-

-

Price Per Staff Day (blended)

Labor

$

$ $ $ $ $

$ $ $ $ $

$

$ $ $

-

-

-

-

-

Total Cost of Activity (days x rate)

F

F F F F F

F F F F F

F

B F F

Fixed or Budgetary Estimate

$

$ $ $ $ $

$ $ $ $ $

$

$ $ $

Materials

-

-

-

-

-

$

$ $ $ $ $

$ $ $ $ $

$

$ $ $

SubContracting Fees

-

-

-

-

-

Attachment D - Pric

Comments

I-01

perations and nance Cost

/Transition

ent/Installation of Faulty

Hardware Maintenance ades

Activity

Turnover/Transition Plan and Turnover/Transition Plan Results

Associated Deliverables

N

N

N

Optional? (Y/N)

0

Estimated # of Staff Days

2

-

-

$ $

-

-

-

$

$

$

Price Per Staff Day (blended)

Labor

$

$

$

$

$

$

-

-

-

-

-

-

Total Cost of Activity (days x rate)

F

F

F

F

F

Fixed or Budgetary Estimate

$

$

$

$

$

$

Materials

-

-

-

-

-

-

$

$

$

$

$

$

-

SubContracting Fees

-

-

-

-

-

Attachment D - Pric

Comments

N N N N

.2.3 HES

.2.4 Premises Gateway AN

.2.5 Demand Response

ther (please itemize and escribe)

N N

.4.1 Other Interface Items

ther (please itemize and escribe)

AMI-01

Total Optional/Future (Estimates)

N

.4.0 Recommended ractices

ptional/Future Technical ems (grouped by quirements topic area)

N

.2.2 FAN Controller/ ollector

Optional? (Y/N)

N

Associated Deliverables

.2.1 Meters - Electric

ptional/Future Functional ems (grouped by quirement topic area)

Activity

0

$

$

$

$

$

$

$

$

$

-

-

-

-

-

-

-

-

-

$

$

$

$

$

$

$

$

$

$

-

-

-

-

-

-

-

-

-

-

1

Estimated Price Per Total Cost # of Staff Staff Day of Activity Days (blended) (days x rate)

Labor

B

B

B

B

B

B

B

B

B

$

$

$

$

$

$

$

$

$

$

-

Fixed or Materials Budgetary Estimate

-

-

-

-

-

-

-

-

-

$

$

$

$

$

$

$

$

$

$

-

SubContracting Fees

-

-

-

-

-

-

-

-

-

Comments

Attachment D - Pricing

AMI-01

eters (itemize by type)

etwork Devices (itemize by pe)

taffing (itemize by title)

ptional/Future Network xpansion and Meter stallation

Activity

Associated Deliverables

Labor

$ $

N N

$ $

N N

$

$

N

N

$

N

$

$

N

N

$

-

-

-

-

-

-

-

-

-

-

$

$

$

$

$

$

$

$

$

$

-

-

-

-

-

-

-

-

-

-

1

Estimated Price Per Total Cost # of Staff Staff Day of Activity Days (blended) (days x rate)

N

Optional? (Y/N)

B

B

B

B

B

B

B

B

B

B

$

$

$

$

$

$

$

$

$

$

Fixed or Materials Budgetary Estimate

-

-

-

-

-

-

-

-

-

-

$

$

$

$

$

$

$

$

$

$

SubContracting Fees

-

-

-

-

-

-

-

-

-

-

Comments

Attachment D - Pricing

AMI-01

otal Network Expansion nd Meter Installation stimate)

Activity

Associated Deliverables

Optional? (Y/N)

0

$

-

2

Estimated Price Per Total Cost # of Staff Staff Day of Activity Days (blended) (days x rate)

Labor

$

-

Fixed or Materials Budgetary Estimate

$

-

SubContracting Fees Comments

Attachment D - Pricing

AMI-01

are Maintenance and des (Itemize Application and Party)

5 are Licensing (Itemize ation and Third Party)

are Maintenance and des (Itemize Application and Party)

4 are Licensing (Itemize ation and Third Party)

Activity

Associated Deliverables

N N N N

N N N N

N N N N

N N N N

Optional? (Y/N)

Estimated # of Staff Days

1

Price Per Staff Day (blended)

Labor

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

-

-

-

-

Total Cost of Activity (days x rate)

B B B B

B B B B

B B B B

B B B B

Fixed or Budgetary Estimate

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

Materials

-

-

-

-

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

SubContracting Fees

-

-

-

-

Attachment D - Pricing

Comments

AMI-01

are Maintenance and des (Itemize Application and Party)

7 are Licensing (Itemize ation and Third Party)

are Maintenance and des (Itemize Application and Party)

6 are Licensing (Itemize ation and Third Party)

Activity

Associated Deliverables

N N N N

N N N N

N N N N

N N N N

Optional? (Y/N)

Estimated # of Staff Days

2

Price Per Staff Day (blended)

Labor

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

-

-

-

-

Total Cost of Activity (days x rate)

B B B B

B B B B

B B B B

B B B B

Fixed or Budgetary Estimate

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

Materials

-

-

-

-

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

SubContracting Fees

-

-

-

-

Attachment D - Pricing

Comments

AMI-01

are Maintenance and des (Itemize Application and Party)

9 are Licensing (Itemize ation and Third Party)

are Maintenance and des (Itemize Application and Party)

8 are Licensing (Itemize ation and Third Party)

Activity

Associated Deliverables

N N N N

N N N N

N N N N

N N N N

Optional? (Y/N)

Estimated # of Staff Days

3

Price Per Staff Day (blended)

Labor

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

-

-

-

-

Total Cost of Activity (days x rate)

B B B B

B B B B

B B B B

B B B B

Fixed or Budgetary Estimate

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

Materials

-

-

-

-

$ $ $ $

$ $ $ $

$ $ $ $

$ $ $ $

SubContracting Fees

-

-

-

-

Attachment D - Pricing

Comments

AMI-01

l Out Year Licensing and tenance/Upgrades mates)

are Maintenance and des (Itemize Application and Party)

10 are Licensing (Itemize ation and Third Party)

Activity

Associated Deliverables

N N N N

N N N N

Optional? (Y/N)

0

Estimated # of Staff Days

4

Price Per Staff Day (blended)

Labor

$ $ $ $ $

$ $ $ $

-

-

-

Total Cost of Activity (days x rate)

B B B B

B B B B

Fixed or Budgetary Estimate

$

$ $ $ $

$ $ $ $

Materials

-

-

-

$ $ $ $ $

$ $ $ $

-

SubContracting Fees

-

-

Attachment D - Pricing

Comments

Attachment E – Customer Reference Form Company (Customer) Name Project Name Customer Contact Name, Title, Address, Phone, Fax, and E-mail Summary Project Description (Scope of Work) Summary of Responder’s Involvement (Specific Tasks Completed by Responder vs. Subcontractors) Summary of Installation Services Provided Summary of Implementation Services Provided Summary of On-Going Services Provided Number and Type of Meters Supported Interfaces Supported Deliverables Completed, Submitted, and Approved/Accepted by Customer Current Status of Project Project Start and End Dates Original Cost Estimate Actual Cost

RFP-SC-SVPAMI-01

74

City of Santa Clara, Silicon Valley Power

Attachment F – Key Personnel Reference Form Proposed Staff Name Company (Customer) Name Project Name Customer/Reference Contact Name, Title, Address, Phone, Fax, and E-mail Summary Project Description (Scope of Work) Summary of Individual’s Involvement Current Status of Project

RFP-SC-SVPAMI-01

75

City of Santa Clara, Silicon Valley Power

Attachment G – Responder Information Form RESPONDER (please print): Name: Address:

Telephone: FAX: Contact person, title, telephone number, email address and fax number: Responder, if selected, intends to carry on the business as (check one) Individual Joint Venture Partnership Corporation When incorporated? ______________ In what state? _______________ When authorized to do business in California? _______ Other (explain): ADDENDA To assure that all Responders have received each addendum, check the appropriate box(es) below. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Proposal: Addendum number(s) received: 1 2 3 4 5 Or, _____No Addendum/Addenda Were Received (check and initial).

RFP-SC-SVPAMI-01

76

City of Santa Clara, Silicon Valley Power

Attachment H – Responder Signature Form No proposal shall be accepted which has not been signed in ink in the appropriate space below: By signing below, the submission of a proposal shall be deemed a representation and certification by the Responder that they have investigated all aspects of the RFP, that they are aware of the applicable facts pertaining to the RFP process, its procedures and requirements, and they have read and understand the RFP. No request for modification of the proposal shall be considered after its submission on the grounds that the Responder was not fully informed as to any fact or condition.

(1) If Responder is INDIVIDUAL, sign here:

Date:

Responder’s Signature

Responder’s typed name and title

RFP-SC-SVPAMI-01

77

City of Santa Clara, Silicon Valley Power

(2) If Responder is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print)

Date:

Member of the Partnership or Joint Venture signature

Date:

Member of the Partnership or Joint Venture signature

RFP-SC-SVPAMI-01

78

City of Santa Clara, Silicon Valley Power

(3) If Responder is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: (Title) and (Title) of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION.

Corporation Name (type or print)

By: Title: Dated:

By: Title: Dated:

RFP-SC-SVPAMI-01

79

City of Santa Clara, Silicon Valley Power

Attachment I – Certification of Non-Discrimination Form As suppliers of goods or services to the City of Santa Clara, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, or familial status; and that they are in compliance with all Federal, State and local laws, directives and executive orders regarding nondiscrimination in employment. (1) If Responder is INDIVIDUAL, sign here:

Date:

Responder’s Signature

Responder’s typed name and title

RFP-SC-SVPAMI-01

80

City of Santa Clara, Silicon Valley Power

(2) If Responder is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print)

Date:

Member of the Partnership or Joint Venture signature

Date:

Member of the Partnership or Joint Venture signature

RFP-SC-SVPAMI-01

81

City of Santa Clara, Silicon Valley Power

(3) If Responder is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: (Title) and (Title) of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION.

Corporation Name (type or print)

By: Title: Dated:

By: Title: Dated:

RFP-SC-SVPAMI-01

82

City of Santa Clara, Silicon Valley Power

Attachment J – SVP VPN Access Policy The SVP VPN Access Policy follows this page (paginated separately).

RFP-SC-SVPAMI-01

83

City of Santa Clara, Silicon Valley Power

Silicon Valley Power Systems Support Group

SVP VPN Access Policy DATE ISSUED: February 28, 2008 CANCELS: August 8, 2007 SUBJECT :

VPN ACCESS POLICY FOR SVP NETWORK

POLICY :

The purpose of this Policy is to outline the requirements to obtain authorized electronic Virtual Private Network (VPN) Access and to prevent unauthorized VPN access to Silicon Valley Power (SVP) networks. This policy outlines the requirements for Remote Access via VPN connections to SVP Networks and ensures that each entity, including contracting agencies, understands that they must establish, enforce and continuously improve an Information Technology (IT) Security Program. This IT Security Program must be sufficient enough to guarantee the security, integrity and availability of information for which the accessing entity has custodial responsibility. The program must reduce the risk of unauthorized systems access as well as prevent disclosure, modification or destruction of information to a level that SVP Management deems necessary to meet their obligations.

REGULATORY PROVISIONS:

With the passage of the Energy Policy Act of 2005 (ACT), the United States Congress entrusted the Federal Energy Regulatory Commission (FERC) with the authority to approve and enforce rules to assure reliability of the Nation’s Bulk-Power System. The ACT mandates that all users, owners, and operators of the BulkPower System in the United States will be subject to the Commission-approved Reliability Standards. The Critical Infrastructure Protection group of reliability standards, as filed, consists of standards aimed at establishing security for critical cyber assets which addresses the cyber security of bulk electric system assets. This group of standards applies to the SVP Network.

SVP Network VPN User DEFINITION

A VPN User of the SVP Network is either, 1) an individual who is a member of the Electric Department Active Directory Domain (SVP User); or 2) an individual or entity that has been identified as requiring network access to specific SVP systems for the purpose of regulatory or contractual business activities (Non-SVP User). Each individual that will use the requested access must be uniquely identified and the associated business requirements specified prior to granting access. The VPN Access will be strictly limited to the services required and all network related activity will be monitored and recorded. There is no warranty of privacy or confidentiality other than that specifically provided for by contract.

An SVP Network VPN User May Not:

1.

Attempt any access to SVP Network or other electronic facilities without specific prior written authorization.

2.

Provide any unauthorized individual access to SVP Network or electronic facilities without proper written authority.

3.

Provide any ID or password to anyone not previously authorized in writing.

4.

Use any authorized SVP Network access for any purpose other than what has been identified by the specified contract and this policy.

1.

Violations of this policy will result in immediate loss of Network Access and disciplinary actions up to and including termination or other actions provided by contract.

2.

Violations of this policy will be recorded and may be reported to the FERC.

1.

SVP Cyber Security Officer

2.

SVP Management

1.

Submit a Request for SVP Network VPN Access Form to specifically identify unique network access requirements. Non-SVP Users will require a fully executed SVP standard Non-Disclosure Agreement.

Violations of this Policy

Individuals Authorized to Grant Network Access

SVP Network VPN Users are required to:

Network Security Measures:

2.

Non-SVP Users must identify an IT Security contact to provide the required documentation of an active IT Security Program. This documentation must be updated every 180 days.

3.

Access only the assigned Network resources and services as required by the contract and SVP Security Requirements.

4.

Follow all SVP Network Security Requirements as outlined in the contracts and this policy.

5.

Report any known violation, as soon as they become aware of the situation, immediately to the SVP Systems Support Group.

1.

All External User Interfaces and Ports are specifically identified and allowed as per contract requirements and are continuously scanned and monitored for compliance.

2.

All accounts are reviewed quarterly.

3.

All SVP Networks are controlled, at a minimum, by Firewall and Router Access Control Lists.

4.

Network Intrusion Detection and Intrusion Measures are installed on each Network Segment.

Prevention

RESPONSIBILITY :

ACTION

SVP Network VPN Users Requiring Access

1.

Complete and Submit a Request for SVP Network VPN Access Form.

2.

Obtain all signatures and approvals required.

3.

Follow all SVP VPN Policies and Contractual obligations.

4.

Non-SVP Users must provide documentation of an active IT Security Program to the SVP Cyber Security Officer every 180 days and provide status updates upon request.

5.

Report any suspicious activities immediately to the SVP Systems Support Group.

SVP Systems Support Group

SVP Cyber Security Officer

Date Approved:

1.

Provide Management and Monitoring of SVP Network Assets including primary contact information.

2.

Maintain records and logs of Network Activity and provide reports to the Cyber Security Officer and SVP Management every 30 days.

3.

Provide Access to Authorized SVP Network VPN Users as approved by the Cyber Security Officer and SVP Management.

4.

Remove and Secure Access as required by SVP Management.

1.

Enforce this Policy.

2.

Review the Non-SVP User IT Security Programs every 180 days.

3.

Review and approve this policy.

February 28, 2008

Dennis Steffani, P.E. Cyber Security Officer

Related Documents


More Documents from ""