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
RFP-SC-SVPAMI-01 1 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 2 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 3 City of Santa Clara, Silicon Valley Power
1.0 IntroductionThe 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:
� 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.
� 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 4 City of Santa Clara, Silicon Valley Power
� Gather, communicate, process, analyze, store, and manage utility meter data
� Provide advanced metering functions for large commercial and industrial customers
� 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.
� Establish an outdoor, wireless, IP-based communication infrastructure to support smart grid and other City applications.
The project scope will consist of:
� 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
� 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
� 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
� Project Plan and Project Schedule
� AMI Solution Implementation – Phase 1 estimated at one (1) year, including:
� Implementation Plan
� System and network documentation
� System and network installation
� 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.
� 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
� Final Roll-out of the remaining electric meters (4,770) and water meters (478)
RFP-SC-SVPAMI-01 5 City of Santa Clara, Silicon Valley Power
� 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
� User/training documentation
� User training
� Electric and Water Meter Recycling Plan
� Project Management support
� 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:
� Software licensing (includes application and any required third-party software)
� Three (3) month comprehensive warranty of the AMI Solution including meeting minimum performance requirements from the time the solution is fully implemented
� Software maintenance and upgrades (includes application and any required third-party software)
� Software changes required due to operating system software patches
� System operations support
� Network operations and monitoring support
� Network hardware upgrades and maintenance
� Help Desk support
� Replacement of faulty meters
� Achievement of defined service levels
� On-Site support as necessary
� Project Management Operations support
� 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 6 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 info-tech 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 7 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 8 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 DateIssue RFP 7/21/09 Registered Responder Information/Intent to Bid Form and Confidentiality Statement Due
8/7/09 (5:00 p.m. PT)
Responder’s Conference 8/19/09 (1:00 p.m. PT) Deadline for Final Responder Questions to the City 8/28/09 (5:00 p.m. PT) City’s Responses to Responder Questions Sent 9/4/09 Proposals Due 9/24/09 (5:00 p.m. PT) Contract Execution (targeted) 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 9 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:
� Make the selection based on its sole discretion
� Reject any and all proposals
� Issue subsequent Requests for Proposals
� Postpone opening proposals if necessary for any reason
� Remedy errors in the Request for Proposal process
� Approve or disapprove the use of particular Subcontractors
� Negotiate with any, all, or none of the Responders
� Accept other than the lowest offer
� Waive informalities and irregularities in the proposals
� 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 10 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 11 City of Santa Clara, Silicon Valley Power
Date: 8/19/09 Time: 1:00 p.m. to 4:00 p.m. Location: Santa Clara City Council Chambers Address: 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 12 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 13 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 14 City of Santa Clara, Silicon Valley Power
� Enter into negotiations with any or all of the Responders
� Interview one or more Responders regarding specific areas of their proposals, as part of the evaluation process
� Take other action that the City deems appropriate including rejecting all proposals
The City reserves the right to reject any proposal where:
� Any of the RFP forms are left blank or are materially altered; or
� 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:
� Evidence of collusion among Responders
� Any attempt to improperly influence any member of the Evaluation Team
� Responder's default under any type of agreement which resulted in the termination of that agreement
� Responder’s default under any previous agreement with the City
� Existence of any unresolved litigation between Responder and the City
� Evidence of incorrect information submitted as part of Responder’s proposal
� 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 15 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:
� The consultant or other entity who works on the procurement will be precluded from submitting proposals or bids as a prime Responder or Subcontractor.
� 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 16 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 17 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.
LAFAYETTE ST
LAWR
ENC
E EXPY
CENTRAL EXPY
SAN
TO
MA
S EX
PY
EL CAMINO REAL
HOMESTEAD RD
SCO
TT B
LVD
KIFER RD
TASMAN DR
MONROE ST
BENTON ST
KIE
LY B
LVD
POM
ERO
Y AV
E
BO
WER
S AV
EG
REA
T
BELLOMY ST
MONTAGUE EXPY
MARKET ST
DE
LA C
RU
Z B
LVD
PARK A
WASHING
TON ST
MISSION COLLEGE BLVD
TRIMBLE RD
US HWY 101
LAW
REN
CE
EXPY
CENTRAL EXPY
SAN
TOM
AS EXPY
LAFAYETTE ST
LAWR
ENC
E EXPY
CENTRAL EXPY
SAN
TO
MA
S EX
PY
EL CAMINO REAL
HOMESTEAD RD
SCO
TT B
LVD
KIFER RD
TASMAN DR
MONROE ST
BENTON ST
KIE
LY B
LVD
POM
ERO
Y AV
E
BO
WER
S AV
EG
REA
T A
MER
ICA
PKW
Y
BELLOMY ST
MONTAGUE EXPY
MARKET ST
DE
LA C
RU
Z B
LVD
PARK AVE
MOUNTAIN VI
WASHING
TON ST
MISSION COLLEGE BLVD
TRIMBLE RD
US HWY 101
LAW
REN
CE
EXPY
CENTRAL EXPY
SAN
TOM
AS EXPY
RFP-SC-SVPAMI-01 18 City of Santa Clara, Silicon Valley Power
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)
Meter Data Management System
(MDMS)
Database
SVP Data
Center
Test & ControlWorkstation
Itron MV-RS Handhelds
Large Industrial Electric Meters
Electric Meters
Itron MV-RS
DataCollector
Water Meters
HarrisPUBS
City Data Center
Itron MV-90Data Collector
FinanceDepartment
Public Switched Telephone Network
(PSTN) Lines
RFP-SC-SVPAMI-01 19 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 short-distance, 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 MV-RS 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 20 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 21 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
� 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 22 City of Santa Clara, Silicon Valley Power
3.3.2.2 Mesh Network Summary
� 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
� 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 23 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:
� Operational Efficiencies: lower operating costs over a range of activities including meter reading, distribution system maintenance, and outage management
� 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.
� 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.
� Environmental and Social Benefits: predominantly related to conservation, energy efficiency, reduced greenhouse gas emissions, and improved safety for SVP field personnel.
� Improved customer satisfaction with City SVP utility related services.
� 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:
� Future View and Components in the MDMS Solution
� Proposed View and Components in the AMI Solution
� Proposed AMI/MDMS Solution
RFP-SC-SVPAMI-01 24 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.
Meter Data Management System
(MDMS)
Database
SVP Data
Center
Test & ControlWorkstation
OnlinePresentment
GIS
Work Management System
PI Historian
Future Systems
Itron MV-RS Handhelds
Large Industrial Electric Meters
Electric Meters
Itron MV-RSData
Collector
EnterpriseService
Bus
WaterMeters
Other Existing Systems
FutureInterfaces
(dashed lines)
OutageManagement System
Asset ManagementSystem
Harris PUBS
City Data Center
Itron MV-90Data Collector
FinanceDepartment
Firewall
= Internal SVPSystems
Public Switched Telephone Network
(PSTN) Lines
RFP-SC-SVPAMI-01 25 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
� 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.
� 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
� 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.
� 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.).
� 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.
� 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 26 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.
Home Area Network (HAN)
AMI Head-EndSystem(HES)
Backhaulor Wide
AreaNetwork(WAN)
FanCollector(Radio-Based)
Electric Meters
DistributionMeters, Grid Sensors,
and Controllers
WaterMeters
Large Industrial Electric Meters
SVP Data
Center
Field Area Network (FAN) - IP-based Wireless Network
Future Network
Other IP-Based
Devices
Plug-In Hybrid Electric Vehicle (PHEV)
Mobile Workforce
RFP-SC-SVPAMI-01 27 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 28 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 customer-owned 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 29 City of Santa Clara, Silicon Valley Power
Proposed AMI/MDMS Solution
Meter Data Management System
(MDMS)
Database
SVP Data Center Test & ControlWorkstation
OnlinePresentment
GIS
Work Management System
PI Historian
Future Systems
Itron MV-RS Handhelds
Electric Meters
Itron MV-RSData
Collector
EnterpriseService
Bus
Water Meters
Other Existing Systems
FutureInterfaces
(dashed lines)
Outage Management System
Asset ManagementSystem
Harris PUBS
City Data Center
Finance Department
Firewall
= Internal SVPSystems
AMI Head-EndSystem(HES)
Home Area Network (HAN)
Backhaulor Wide
AreaNetwork(WAN)
FanCollector(Radio-Based)
Electric Meters
DistributionMeters, Grid Sensors,
and Controllers
WaterMeters
Large Industrial Electric Meters
Field Area Network (FAN) - IP-based Wireless Network
Future Network
Other IP-Based
Devices
Plug-In Hybrid Electric Vehicle
(PHEV)
Mobile Workforce
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 non-hazardous 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 30 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:
� 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.
� 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.
� 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 31 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:
� Company name and address
� Number/location of offices (specifically identifying the one(s) that would support this project)
� Length of time in business
� Total years serving the utility industry
� Total years experience with AMI solutions
� Number of employees
� Average turnover rate per year for the last two (2) years
RFP-SC-SVPAMI-01 32 City of Santa Clara, Silicon Valley Power
� Annual gross revenue for last three (3) years
� Description of company history/background
� Description of company services
5.1.2 Experience
Responders must provide company experience information via responses to the following:
� Description of overall experience/capabilities, as well as a description of experience/capabilities specific to the work detailed in the RFP.
� 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.
� 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 33 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:
� Proposed organization chart (project team)
� Identification of key staff (including names and titles)
� 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 34 City of Santa Clara, Silicon Valley Power
The requirements/qualifications pertaining to the Project Manager are as follows:
� Must have minimum five (5) years utility industry experience
� Must have minimum five (5) years project management experience
� Must have experience installing devices and implementing similar systems
� Must be dedicated to the project through the implementation
� Must be on-site (at the City) a minimum 20% of the time (average one day per week) during the implementation
� Must be available to the City as needed during normal business hours
� Project Management Professional (PMP) Certification desired
The requirements/qualifications pertaining to the Technical Lead are as follows:
� Must have minimum five (5) years utility industry experience
� 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)
� Must be dedicated to the project through the Implementation Phase, as well as the Operations and Maintenance Phase
� Must be on-site (at the City) a minimum 20% of the time (average one day per week) during the implementation
� Must be available to the City as needed during normal business hours
The requirements/qualifications pertaining to the Operations Manager are as follows:
� Must have minimum five (5) years utility industry experience
� Must have minimum five (5) years project management experience
� Must have minimum five (5) years AMI solution operations experience (including system, network, and devices)
� Must be dedicated to the project during the Operations and Maintenance Phase
� Must be on-site (at the City) a minimum 20% of the time (average one day per week) during Operations and Maintenance
� Must be available to the City as needed during normal business hours
� Project Management Professional (PMP) Certification desired
RFP-SC-SVPAMI-01 35 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:
� Project Plan
� General Project Information
� Stakeholder and Participant Information
RFP-SC-SVPAMI-01 36 City of Santa Clara, Silicon Valley Power
� Project Description
� Purpose
� Scope
� Goals and Objectives
� Assumptions and Constraints
� Risk Management Plan
� Communication Management Plan
� Issue Management Plan
� Change Control Plan
� Quality Management Plan
� 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 37 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
� Begin Implementation
� Begin Solution Component Installation (includes):
RFP-SC-SVPAMI-01 38 City of Santa Clara, Silicon Valley Power
� Begin Head-End Software Installation
� Begin Network Installation
� Begin MDMS Interface Support
� Complete Solution Component Installation (includes):
� Head-End Software Installation Complete
� Network Installation Complete
� MDMS Interface Support Complete
� Begin Lab Proof of Concept
� Complete Lab Proof of Concept (includes testing completed, results submitted and accepted)
� Begin Field Proof of Concept
� Complete Field Proof of Concept (includes testing completed, results submitted and accepted)
� Begin Training
� Complete Training
� Begin Final Roll-Out
� Complete Final Roll-Out
� Begin Final Testing
� Complete Final Testing
� Begin Three Month Period of System Working Successfully
� End Three Month Period of System Working Successfully
� Implementation Complete
Operations and Maintenance Phase
� Begin Operations and Maintenance Period
� Begin 90 Day Comprehensive Warranty Period
� Submit First Set of Monthly Reports
� Submit First Quarterly Invoice
� End 90 Day Comprehensive Warranty Period
� Submit Final Turnover/Transition Plan
� Begin System Turnover/Transition
� Complete System Turnover/Transition
RFP-SC-SVPAMI-01 39 City of Santa Clara, Silicon Valley Power
� Submit Last Set of Monthly Reports
� Submit Last Quarterly Invoice
� 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
� Project Plan (updated – first draft is due with proposal response) – must include the following high-level documents:
� Risk Management Plan
� Communication Management Plan
� Issue Tracking Plan
� Change Control Plan
� Quality Management Plan
� Problem Resolution Plan
� Project Schedule (updated – first draft is due with proposal response)
Deliverable Set 2
� Technical Architecture Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*
� Network Architecture Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*
� Data Flow Diagram (updated – first draft is due with proposal response – see RFP Section 6.0)*
� Application and Third Party Software List (updated – first draft is due with proposal response – see RFP Section 6.0)*
� Implementation Plan (updated – first draft is due with proposal response)
� Meter Installation Plan (must include installation process for electric and water meters, and list of meters to be replaced)*
� Electric and Water Meter Recycling Plan (updated – first draft is due with proposal response)
� The Electric and Water Meter Recycling Plan shall meet all state and federal requirements (please see RFP Section 4.3 for more information)
RFP-SC-SVPAMI-01 40 City of Santa Clara, Silicon Valley Power
� System and Network Documentation (including reports, functions, features, security, system administration information, etc.)
Deliverable Set 3
� User/Training Documentation (including Training Manual, Training Materials, Help Guide, etc.)
� Training Plan (updated - first draft is due with proposal response)
� Test Plan (updated - first draft is due with proposal response)
� System Turnover/Transition Plan (updated - first draft is due with proposal response )
Other Implementation Deliverables
� Training Results Documentation
� Testing Results Documentation, includes:
� Lab Proof of Concept Test Results
� Field Proof of Concept Test Results
� Final Test Results
Operations and Maintenance Phase Deliverables
� 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.
� Quarterly Invoices
� Final Turnover/Transition Plan
� 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 41 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 42 City of Santa Clara, Silicon Valley Power
Phase Date
(estimated) Milestone Deliverable Progress
Payments Implementation 12/1/09 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 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
Total 90% of Implementation Costs Paid (10% will be held back
until completion of the comprehensive warranty period)
RFP-SC-SVPAMI-01 43 City of Santa Clara, Silicon Valley Power
Phase Date
(estimated) Milestone Deliverable Progress
Payments 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
Remaining 10% of Implementation
Costs (Holdback) Paid
Operations and Maintenance
3/2/11 Responder Submits First Quarterly Invoice
Quarterly Invoice Responder will bill the City and be paid for specific
products and services provided
on a quarterly basis
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
Grand Total All Operations and Maintenance Costs
Paid
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 44 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):
� 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.
� All deliverables must confirm to the approved Deliverable Expectation Document (DED) format.
� 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 45 City of Santa Clara, Silicon Valley Power
� 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.)
� 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:
� Attachment G – Responder Information Form
� Attachment H – Responder Signature Form
� 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:
� The City will assign resources to work with the Responder. This will include project management related resources, testing resources, and documentation review resources.
� 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.
� 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.
� The City will provide all required source data and related materials. However, the City will maintain ownership of this data and materials.
� 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 46 City of Santa Clara, Silicon Valley Power
� The City will attend weekly project status meetings.
� The City will provide facilities for training, as necessary.
� The City will review all Deliverable Expectation Documents (DEDs).
� The City will provide formal acceptance of each DED in writing when complete.
� The City will review all deliverables.
� The City will provide formal acceptance of each deliverable in writing when complete.
RFP-SC-SVPAMI-01 47 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 48 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, and6.4 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 49 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 50 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.
R
FP-S
C-S
VPD
CC
S-01
1
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1
MA
ND
AT
OR
Y F
UN
CT
ION
AL
RE
QU
IRE
MEN
TS
6.1.
0 A
MI S
olut
ion
- Gen
eral
6.
1.0.
1H
andl
e up
to 1
00,0
00 re
side
ntia
l, co
mm
erci
al a
nd in
dust
rial e
lect
ric m
eter
s.PR
6.1.
0.2
Han
dle
up to
50,
000
resi
dent
ial a
nd n
on-r
esid
entia
l wat
er m
eter
s.PR
6.1.
0.3
Han
dle
up to
5,0
00 w
ater
dis
tribu
tion
syst
em m
eter
s and
dev
ices
.PR
6.1.
0.4
Han
dle
up to
10,
000
elec
tric
dist
ribut
ion
met
ers,
grid
sens
ors,
cont
rolle
r, co
llect
ors a
nd o
ther
end
poin
t de
vice
s.PR
6.1.
0.5
Rec
eive
and
pro
cess
mor
e th
an 5
00,0
00 e
ndpo
int v
alue
s up
to si
x (6
) tim
es a
day
– c
hann
els o
r end
poin
ts
only
.PR
6.1.
0.6
Han
dle
up to
20,
000
net m
eter
ing
poin
ts.
PR
6.1.
1 M
eter
s 6.
1.1.
1 M
eter
s – E
lect
ric,
Gen
eral
6.
1.1.
1.1
Com
ply
with
app
licab
le U
.S. m
eter
stan
dard
for i
nduc
tion
and
solid
stat
e w
att-h
our m
eter
s and
co
mm
unic
atio
n st
anda
rds i
nclu
ding
: 1.
AN
SI C
12.1
-200
1 2.
AN
SI C
12.2
0 (C
lass
0.2
) – 2
002
3.A
NSI
/IEEE
C37
.90.
1 - 2
002
4.A
NSI
/IEEE
62.
45 –
200
2 5.
AN
SI C
12.1
0 –
2004
6.
AN
SI C
12.1
8 –
1996
7.
AN
SI C
12.1
9 –
1997
8.
AN
SI C
12.2
1 9.
AN
SI C
12.2
2 10
.IE
C 6
1000
-4-4
– 2
004-
07
11.
IEC
610
00-4
-2 –
200
1-04
12
.IE
TF IP
v4
13.
Supp
ort f
or la
test
revi
sion
of a
bove
stan
dard
s whe
re a
pplic
able
. 14
.C
ompl
y w
ith F
CC
regu
latio
ns (p
rovi
de d
ocum
enta
tion
of c
ompl
ianc
e w
ith p
ropo
sal r
espo
nse)
15
.FC
C P
art 1
5 C
lass
B
16.
FCC
Par
t 15,
sub-
para
grap
h 24
7
FR
R
FP-S
C-S
VPD
CC
S-01
2
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
1.1.
2 Q
uant
ity a
nd ty
pes o
f ele
ctric
met
ers t
o be
pro
cure
d an
d in
stal
led
with
this
RFP
(num
bers
als
o in
clud
e sp
ares
):39
80 2
S - S
ingl
e Ph
ase
3 W
ire M
eter
11
3S
- Sin
gle
Phas
e 3
Wire
Met
er w
/ Sin
gle
CT
3
0 5
S - T
hree
Pha
se T
rans
form
er R
ated
3 W
ire M
eter
Del
ta w
/Dem
and
164
9S
- Thr
ee P
hase
Tra
nsfo
rmer
Rat
ed 4
Wire
Met
er W
ye w
/Dem
and
854
12S
- N
etw
ork
Met
er F
rom
3W
ire M
eter
1
45 1
6S -
Thre
e Ph
ase
Self-
Con
tain
ed M
eter
FR
6.1.
1.1.
3 A
ccep
tabl
e el
ectri
c m
eter
man
ufac
ture
rs in
clud
e:
1.El
ster
2.G
E 3.
Land
is&
Gyr
4.
Itron
FR
6.1.
1.1.
4 St
ore
15 m
inut
e in
terv
al e
nerg
y co
nsum
ptio
n da
ta fo
r a m
inim
um o
f 45
days
for t
wo
(2) c
hann
els.
Dat
a to
pe
rsis
t unt
il ov
erw
ritte
n.
PR
6.1.
1.1.
5 St
ore
at le
ast t
he la
st 1
00 d
iagn
ostic
eve
nts/
erro
rs in
a lo
g w
ith a
tim
esta
mp
indi
catin
g th
e oc
curr
ence
of t
he
even
t/err
or. D
ata
to p
ersi
st u
ntil
over
writ
ten.
PR
6.1.
1.1.
6 St
ore
at le
ast t
he la
st 1
00 in
form
atio
nal m
essa
ges i
n a
log
with
a ti
mes
tam
p in
dica
ting
the
rece
ipt o
f the
m
essa
ge. D
ata
to p
ersi
st u
ntil
over
writ
ten.
PR
6.1.
1.1.
7 St
ore
at le
ast t
he la
st 5
12 c
omm
unic
atio
ns e
vent
s in
a lo
g w
ith a
tim
esta
mp
indi
catin
g th
e oc
curr
ence
of t
he
even
t. D
ata
to p
ersi
st u
ntil
over
writ
ten.
PR
6.1.
1.1.
8 Pr
ovid
e tw
o-w
ay se
cure
com
mun
icat
ion
with
aut
horiz
ed sy
stem
s and
dev
ices
. M
eter
shal
l be
capa
ble
of
trans
mitt
ing
stor
ed d
ata
to R
espo
nder
supp
lied
Fiel
d To
ol lo
cally
and
to A
MI H
ead-
End
Syst
em (H
ES) .
FR
6.1.
1.1.
9 In
dica
te th
e pr
ogra
mm
able
num
ber o
f sig
nific
ant d
igits
that
ene
rgy
and
dem
and
regi
ster
s can
be
set t
o.
Prov
ide
exam
ple
of sp
ecifi
ed fo
rmat
s. In
dica
te th
e nu
mbe
r of s
igni
fican
t dig
its fo
r dis
play
if d
iffer
ent.
FR
6.1.
1.1.
10
Poss
ess a
uni
que
inte
rnal
(e.g
. ser
ial n
umbe
r) a
nd e
xter
nal (
e.g.
net
wor
k ad
dres
s) id
entit
y to
ena
ble
targ
eted
m
essa
ging
and
com
mun
icat
ions
(i.e
. ind
ivid
ually
add
ress
able
met
ers a
nd d
istri
butio
n de
vice
s).
FR
6.1.
1.1.
11
Con
tinue
to re
cord
dat
a (e
nerg
y us
age,
dia
gnos
tic e
vent
s, an
d in
form
atio
nal m
essa
ges)
dur
ing
a co
mm
unic
atio
ns fa
ilure
/out
age.
FR
6.1.
1.1.
12
For a
ll re
side
ntia
l ele
ctric
met
ers p
rovi
de in
tegr
ated
200
A re
mot
e co
nnec
t/dis
conn
ect s
witc
h.
FR
6.1.
1.1.
13
Exte
rnal
ly in
dica
te e
lect
ric se
rvic
e co
nnec
t/dis
conn
ect s
tatu
s so
that
it is
vis
ible
to c
usto
mer
or S
VP
empl
oyee
on
site
. FR
6.1.
1.1.
14
Hav
e a
proj
ecte
d m
inim
um se
rvic
e lif
e of
20
year
s inc
ludi
ng b
atte
ry, w
ith a
met
er fa
ilure
rate
of l
ess t
han
0.1%
per
yea
r. P
rovi
de e
ngin
eerin
g st
atis
tical
cal
cula
tion
of p
roje
cted
life
incl
udin
g M
ean
Tim
e B
etw
een
Failu
re (M
TBF)
for p
ropo
sed
met
ers,
incl
udin
g co
mm
unic
atio
n m
odul
e, b
atte
ries,
and
rem
ote
conn
ect/d
isco
nnec
t uni
t. P
rovi
de a
ll ac
tual
fiel
d pe
rform
ance
dat
a to
dat
e fo
r pro
pose
d m
eter
s cur
rent
ly
inst
alle
d on
ope
ratio
nal s
yste
ms a
nd su
pply
cum
ulat
ive
failu
re-in
-tim
e (F
IT) d
ata
for m
eter
s, in
clud
ing
com
mun
icat
ion
mod
ule,
bat
terie
s, an
d re
mot
e co
nnec
t/dis
conn
ect u
nit b
y m
anuf
actu
rer/m
odel
num
ber.
PR
R
FP-S
C-S
VPD
CC
S-01
3
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
1.1.
15
Has
vie
wab
le li
quid
cry
stal
dis
play
(LC
D) i
n fu
ll da
ylig
ht w
ith m
eter
regi
ster
vis
ible
at 2
5ft.,
with
vie
win
g an
gle
of +
/- 60
deg
rees
. PR
6.1.
1.2
Met
ers –
Ele
ctri
c, F
unct
ions
6.
1.1.
2.1
Rec
ord
self
read
s at 1
2 m
idni
ght f
or e
ach
regi
ster
or c
hann
el e
very
day
. FR
6.1.
1.2.
2 Su
ppor
t int
erva
l dat
a co
llect
ion
for e
nerg
y co
nsum
ptio
n, k
Wh,
for i
nter
val d
ata
leng
ths o
f 1, 5
, 15,
30,
or 6
0 m
inut
es o
r one
sing
le d
aily
inte
rval
24
hour
s in
leng
th.
Expe
cted
inte
rval
dat
a le
ngth
will
be
15 m
inut
es fo
r al
l met
ers.
PR
6.1.
1.2.
3 Su
ppor
t a m
inim
um o
f tw
o (2
) cha
nnel
s of i
nter
val d
ata
for r
esid
entia
l met
ers.
Sup
port
a m
inim
um o
f fou
r (4
) cha
nnel
s for
com
mer
cial
and
indu
stria
l met
ers.
FR
6.1.
1.2.
4 Su
ppor
t mea
sure
men
t of v
olta
ge d
ata
(line
-to-li
ne o
r 3-p
hase
). T
his d
ata
shal
l be
the
max
imum
, min
imum
, an
d av
erag
e ov
er a
pro
gram
mab
le in
terv
al o
f 1, 5
, 15,
30,
or 6
0 m
inut
es w
ith e
nd-o
f-in
terv
al ti
mes
tam
p.
FR
6.1.
1.2.
5 Su
ppor
t mea
sure
men
t of p
eak
dem
and
kW, b
oth
inst
anta
neou
s and
ove
r a se
ttabl
e tim
e pe
riod.
FR
6.
1.1.
2.6
Met
er re
cord
ing
inte
rval
leng
th sh
all b
e re
mot
ely
conf
igur
able
. FR
6.
1.1.
2.7
Supp
ort n
et m
eter
ing.
Thi
s rec
ords
kW
h co
nsum
ptio
n/ge
nera
tion
on o
ne (1
) cha
nnel
. FR
6.
1.1.
2.8
Supp
ort b
i-dire
ctio
nal m
eter
ing
to su
ppor
t dis
tribu
ted
gene
ratio
n m
easu
rem
ent.
Thi
s rec
ords
kW
h co
nsum
ptio
n/ge
nera
tion
on tw
o (2
) cha
nnel
s. T
his i
s nee
ded
for d
istri
bute
d ge
nera
tion
appl
icat
ions
whe
re
SVP
need
s to
mea
sure
bot
h th
e gr
oss p
rem
ises
load
and
ene
rgy
gene
rate
d. I
nfor
mat
ion
from
two
chan
nels
to
be u
sed
to d
eter
min
e ne
t ene
rgy
rece
ived
from
/sen
t to
utili
ty.
FR
6.1.
1.2.
9 Su
ppor
t pow
er o
utag
e fla
g th
at w
ill b
e se
t for
eac
h in
terv
al in
whi
ch a
pow
er o
utag
e oc
curs
. FR
6.
1.1.
2.10
La
rge
com
mer
cial
and
indu
stria
l met
ers s
hall
addi
tiona
lly h
ave
puls
e ou
tput
cap
abili
ties (
for b
ackw
ards
co
mpa
tibili
ty w
ith e
xist
ing
ener
gy m
anag
emen
t sys
tem
s or o
ther
use
rs o
f pul
se o
utpu
t).
FR
6.1.
1.2.
11
Non
-res
iden
tial,
non-
self-
cont
aine
d m
eter
s sha
ll ad
ditio
nally
supp
ort m
ulti-
volta
ge w
ith ra
tio se
tting
s for
in
put c
urre
nt tr
ansf
orm
ers(
CTs
)/pot
entia
l tra
nsfo
rmer
s (PT
s).
FR
6.1.
1.2.
12
Non
-res
iden
tial m
eter
shal
l add
ition
ally
supp
ort i
nter
val d
ata
colle
ctio
n fo
r VA
rHr(
Vol
t Am
pere
-rea
ctiv
e H
our)
. FR
6.1.
1.2.
13
Kee
p a
log
of c
omm
unic
atio
ns e
vent
s in
the
met
er in
clud
ing,
but
not
lim
ited
to:
1. L
ink
fail
2. L
ink
switc
h 3.
Lin
k up
4.
Lin
k qu
ality
FR
6.1.
1.2.
14
Shal
l be
valid
ated
with
an
exte
rnal
tim
e so
urce
at l
east
onc
e pe
r day
. O
rigin
atin
g so
urce
shal
l be
trace
able
to
NIS
T tim
e st
anda
rd.
FR
6.1.
1.2.
15
Met
er c
lock
tim
e sh
all b
e au
tom
atic
ally
rese
t dur
ing
the
daily
tim
e va
lidat
ion
if m
eter
tim
e is
out
of s
ynch
(b
ased
upo
n se
t lim
its) w
ith th
e ex
tern
al ti
me
sour
ce.
FR
6.1.
1.2.
16
Shal
l cor
rect
for D
aylig
ht S
avin
gs T
ime
(DST
) cha
nges
twic
e pe
r yea
r. FR
6.
1.1.
2.17
Sh
all l
og a
ll su
cces
sful
and
faile
d in
tern
al c
lock
tim
e co
rrec
tions
or a
djus
tmen
ts.
FR
R
FP-S
C-S
VPD
CC
S-01
4
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
1.2.
18
Shal
l kee
p tim
e ev
en if
ther
e is
no
com
mun
icat
ion
with
the
netw
ork
and
shal
l mai
ntai
n ho
ldov
er a
ccur
acy
to
AN
SI C
12.1
spec
ifica
tions
. FR
6.1.
1.2.
19
Shal
l be
able
to b
e re
mot
ely
disc
onne
ct/re
conn
ect p
rem
ises
ele
ctric
al se
rvic
e fo
r res
iden
tial c
usto
mer
s upo
n re
ceip
t of a
utho
rized
AM
I sys
tem
mes
sage
. FR
6.
1.1.
3 M
eter
s – W
ater
, Gen
eral
6.
1.1.
3.1
Com
ply
with
app
licab
le U
.S. m
eter
stan
dard
s for
wat
er m
eter
s and
com
mun
icat
ion
stan
dard
s inc
ludi
ng:
1.A
WW
A C
700
2.N
SF/A
NSI
61
3.IE
TF IP
v4
4.C
ompl
y w
ith F
CC
regu
latio
ns (p
rovi
de d
ocum
enta
tion
of c
ompl
ianc
e w
ith p
ropo
sal r
espo
nse)
5.
FCC
Par
t 15
Cla
ss B
6.
FCC
Par
t 15,
sub-
para
grap
h 24
7
FR
6.1.
1.3.
2 Q
uant
ity a
nd ty
pes o
f wat
er m
eter
s to
be p
rocu
red
and
inst
alle
d w
ith th
is R
FP (n
umbe
rs a
lso
incl
ude
spar
es):
456
5/8
x 3
/4 in
ch R
emot
e M
eter
– P
ositi
ve D
ispl
acem
ent
6
5/8
x 3
/4 in
ch P
it M
eter
– P
ositi
ve D
ispl
acem
ent
25
1 in
ch P
it M
eter
– P
ositi
ve D
ispl
acem
ent
15
1 1
/2 in
ch P
ositi
ve D
ispl
acem
ent P
it M
eter
– M
ulti-
jet,
Turb
ine
26
2 in
ch P
ositi
ve D
ispl
acem
ent P
it M
eter
– M
ulti-
jet,
Turb
ine
3
3 in
ch C
ompo
und
Met
er, P
it A
pplic
atio
n - T
urbi
ne
2
4 in
ch C
ompo
und
Met
er, P
it A
pplic
atio
n - T
urbi
ne
3
6 in
ch F
CM
T M
eter
, Pit
App
licat
ion
- Tur
bine
4 8
inch
FC
MT
Met
er, P
it A
pplic
atio
n - T
urbi
ne
FR
6.1.
1.3.
3 Sh
all b
e se
aled
and
wat
erpr
oofe
d.
FR
6.1.
1.3.
4 Sh
all b
e le
ad fr
ee p
er C
A A
B 1
953.
FR
6.1.
1.3.
5 A
ccep
tabl
e w
ater
met
er m
anuf
actu
rers
incl
ude:
1.
Bad
ger M
eter
s 2.
Sens
us
FR
6.1.
1.3.
6 Sh
all h
ave
a pr
ojec
ted
min
imum
serv
ice
life
of 2
0 ye
ars i
nclu
ding
bat
tery
, with
a m
eter
failu
re ra
te o
f les
s th
an 0
.1%
per
yea
r. P
rovi
de e
ngin
eerin
g st
atis
tical
cal
cula
tion
of p
roje
cted
life
incl
udin
g M
ean
Tim
e B
etw
een
Failu
re (M
TBF)
for p
ropo
sed
met
ers i
nclu
ding
com
mun
icat
ion
mod
ule
and
batte
ries.
Pro
vide
all
actu
al fi
eld
perf
orm
ance
dat
a to
- ate
for p
ropo
sed
met
ers i
nclu
ding
com
mun
icat
ion
mod
ules
and
bat
terie
s cu
rren
tly in
stal
led
on o
pera
tiona
l sys
tem
s and
supp
ly c
umul
ativ
e fa
ilure
-in-ti
me
(FIT
) dat
a fo
r met
ers b
y m
anuf
actu
rer/m
odel
num
ber.
PR
6.1.
1.3.
7 St
ore
fifte
en m
inut
e in
terv
al w
ater
con
sum
ptio
n da
ta fo
r a m
inim
um o
f 45
days
for o
ne c
hann
el.
Dat
a to
pe
rsis
t unt
il ov
erw
ritte
n.
PR
6.1.
1.3.
8 Pr
ovid
e tw
o-w
ay se
cure
com
mun
icat
ion
with
aut
horiz
ed sy
stem
s and
dev
ices
. FR
R
FP-S
C-S
VPD
CC
S-01
5
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
1.3.
9 Sh
all h
ave
mea
sure
men
t res
olut
ion
of o
ne (1
) gal
lon
for w
ater
con
sum
ptio
n.
PR
6.1.
1.3.
10
Poss
ess a
uni
que
inte
rnal
(e.g
. ser
ial n
umbe
r) a
nd e
xter
nal (
e.g.
net
wor
k ad
dres
s) id
entit
y to
ena
ble
targ
eted
m
essa
ging
and
com
mun
icat
ions
(i.e
. ind
ivid
ually
add
ress
able
met
ers)
. FR
6.1.
1.3.
11
Con
firm
abi
lity
to tr
ansm
it w
ater
con
sum
ptio
n re
ads f
rom
SV
P w
ater
met
er p
its to
FA
N C
ontro
ller/C
olle
ctor
. Pr
ovid
e tra
nsm
issi
on ra
nge
for w
ater
met
ers s
et in
pit,
dire
ctly
or i
ndire
ctly
FR
6.1.
1.3.
12
Prov
ide
reco
mm
ende
d w
ater
met
er p
it co
ver s
peci
ficat
ion
for o
ptim
um si
gnal
tran
smis
sion
. FR
6.1.
1.3.
13
Abl
e to
vis
ually
read
wat
er m
eter
con
sum
ptio
n in
side
pit
upon
rem
oval
of c
over
. FR
6.1.
1.4
Met
ers –
Wat
er M
eter
, Fun
ctio
ns
6.1.
1.4.
1 Su
ppor
t mea
sure
men
t of i
nter
val w
ater
con
sum
ptio
n.
FR
6.1.
1.4.
2 Su
ppor
t int
erva
l dat
a le
ngth
s of 1
5, 3
0, o
r 60
min
utes
or o
ne si
ngle
dai
ly in
terv
al o
f 24
hour
s in
leng
th.
PR
6.1.
1.4.
3 Pr
ovid
e “w
ake
up”
mod
e op
erat
ion
to m
axim
ize
batte
ry li
fe.
FR
6.1.
1.4.
4 Pr
ovid
e le
ak a
nd re
vers
e flo
w d
etec
tion
alar
m.
FR
6.1.
1.4.
5 Pr
ovid
e ba
ttery
-end
-of-
life
indi
cato
r ala
rm.
FR
6.1.
1.4.
6 Pr
ovid
e al
arm
for c
omm
unic
atio
n fa
ilure
with
met
er e
ncod
er.
FR
6.
1.1.
5 M
eter
s –D
istr
ibut
ion,
Gri
d Se
nsor
s and
Con
trol
lers
6.
1.1.
5.1
Com
ply
with
app
licab
le u
tility
stan
dard
s for
fiel
d in
stal
latio
n of
equ
ipm
ent a
nd c
omm
unic
atio
n st
anda
rds
incl
udin
g:
1.A
NSI
/IEEE
C37
.90.
1 - 2
002
2.A
NSI
/IEEE
62.
45 –
200
2 3.
IEC
610
00-4
-4 –
200
4-07
4.
IEC
610
00-4
-2 –
200
1-04
5.
FCC
Par
t 15
Cla
ss B
6.
FCC
Par
t 15,
sub-
para
grap
h 24
7 7.
IETF
IPv4
8.
Com
ply
with
FC
C re
gula
tions
(pro
vide
doc
umen
tatio
n of
com
plia
nce
with
pro
posa
l res
pons
e)
9.Su
ppor
t for
late
st re
visi
on o
f abo
ve st
anda
rds w
here
app
licab
le.
FR
6.1.
1.5.
2 R
ecor
d se
lect
ed a
nalo
g I/O
, dig
ital I
/O, o
r acc
umul
ator
val
ues.
FR
6.1.
1.5.
3 Pr
ovid
e fo
r ope
ratio
n of
con
trol p
oint
s for
grid
con
trolle
rs.
FR
6.1.
1.5.
4 St
ore
15 m
inut
e in
terv
al d
ata
for a
min
imum
of 4
5 da
ys fo
r fou
r cha
nnel
s. D
ata
to p
ersi
st u
ntil
over
writ
ten.
PR
6.1.
1.5.
5 Pr
ovid
e tw
o-w
ay se
cure
com
mun
icat
ion
with
aut
horiz
ed sy
stem
s and
dev
ices
. FR
6.1.
1.5.
6 Po
sses
s a u
niqu
e in
tern
al (e
.g. s
eria
l num
ber)
and
ext
erna
l (e.
g. n
etw
ork
addr
ess)
iden
tity
to e
nabl
e ta
rget
ed
mes
sagi
ng a
nd c
omm
unic
atio
ns (i
.e. i
ndiv
idua
lly a
ddre
ssab
le m
eter
s).
FR
6.1.
1.5.
7 C
ontin
ue to
reco
rd d
ata
durin
g a
com
mun
icat
ions
failu
re/o
utag
e.
FR
R
FP-S
C-S
VPD
CC
S-01
6
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
1.5.
8 R
espo
nd to
a re
ques
t fro
m a
n au
thor
ized
sour
ce fo
r pre
senc
e of
inpu
t vol
tage
(dev
ice
pow
er).
FR
6.1.
1.5.
9 W
hen
a D
istri
butio
n M
eter
repl
ies t
o a
requ
est f
or v
olta
ge, i
t sha
ll re
port:
1) t
imes
tam
p, a
nd 2
) vol
tage
. FR
6.1.
1.5.
10
Ope
rate
off
vol
tage
s bet
wee
n 11
0 an
d 48
0 vo
lts.
PR
6.1.
1.5.
11
Dis
tribu
tion
Met
ers s
hall
be a
ble
to o
pera
te fo
r ext
ende
d pe
riods
in th
e ab
senc
e of
grid
pow
er (a
t lea
st e
ight
ho
urs)
PR
6.1.
1.5.
12
List
all
dist
ribut
ion
and/
or o
ther
end
poi
nt d
evic
es su
ppor
ted
by th
e pr
opos
ed A
MI S
olut
ion,
incl
udin
g, b
ut
not l
imite
d to
: 1.
Prog
ram
mab
le C
apac
itor C
ontro
ller
2.R
emot
e A
utom
atio
n R
eclo
ser
3.R
emot
e C
ontro
l Sw
itch
4.Fa
ult I
ndic
ator
s 5.
Net
wor
k Pr
otec
tors
6.
Dis
tribu
tion
Met
ers
7.V
olta
ge R
egul
ator
s with
Tap
Cha
nger
Pos
ition
Indi
cato
r 8.
Pow
er Q
ualit
y M
eter
9.
Wat
er P
ress
ure
Sens
or
10.
Tem
pera
ture
Sen
sor
11.
Vid
eo C
amer
a
FR
6.1.
1.5.
13
As p
art o
f sys
tem
acc
epta
nce
test
ing,
Res
pond
er sh
all d
emon
stra
te fu
nctio
nalit
y of
five
(5) d
iffer
ent
dist
ribut
ion
met
ers,
grid
sens
ors a
nd c
ontro
llers
for t
estin
g on
SV
P’s i
nsta
lled
AM
I net
wor
k in
ord
er to
show
su
cces
sful
syst
em in
tegr
atio
n, te
stin
g an
d ve
rific
atio
n of
ope
ratio
n.
PR
6.1.
2 Fi
eld
Are
a N
etw
ork
(FA
N)
6.1.
2.1
FAN
- G
ener
al
6.1.
2.1.
1 C
ompl
y w
ith F
CC
regu
latio
ns (p
rovi
de d
ocum
enta
tion
of c
ompl
ianc
e w
ith p
ropo
sal r
espo
nse)
and
co
mm
unic
atio
ns st
anda
rds i
nclu
ding
: 1.
FCC
Par
t 15
Cla
ss B
2.
FCC
Par
t 15,
sub-
para
grap
h 24
7 3.
IETF
TC
P/U
DP
4.IE
TF IP
v6
PR
6.1.
2.1.
2 Sh
all b
e m
odul
ar to
per
mit
chan
ge o
f net
wor
k co
mm
unic
atio
ns te
chno
logy
.
FR
6.1.
2.1.
3 N
etw
ork
desi
gn m
ust b
e se
lf he
alin
g an
d se
lf in
itial
izin
g. D
escr
ibe
how
net
wor
k re
-est
ablis
hes
com
mun
icat
ion
afte
r int
erru
ptio
n.
FR
R
FP-S
C-S
VPD
CC
S-01
7
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
2.2
FAN
Con
trol
ler/
Col
lect
or -
Gen
eral
6.
1.2.
2.1
Ope
rate
for e
xten
ded
perio
ds in
the
abse
nce
of g
rid p
ower
for a
t lea
st e
ight
(8) h
ours
.PR
6.1.
2.2.
2 H
arde
ned
to o
pera
te in
a n
oisy
ele
ctric
al e
nviro
nmen
t. R
espo
nder
shal
l pro
vide
thei
r cer
tific
atio
ns fo
r El
ectro
mag
netic
Com
patib
ility
(e.g
. AN
SI C
12.2
0, IE
C 6
1000
-4-2
, etc
.).
PR
6.1.
2.2.
3 Sh
all h
ave
a ou
tage
rate
of l
ess t
han
0.01
% p
er a
nnum
ove
r the
requ
ired
oper
atin
g lif
e of
the
syst
em (2
0 ye
ars)
. Pr
ovid
e en
gine
erin
g st
atis
tical
cal
cula
tion
of p
roje
cted
life
incl
udin
g M
TBF
for m
eter
incl
udin
g co
mm
unic
atio
n m
odul
e. P
rovi
de a
ll ac
tual
fiel
d pe
rfor
man
ce d
ata
to-d
ate
for m
eter
s ins
talle
d on
ope
ratio
nal
syst
ems a
nd su
pply
cum
ulat
ive
failu
re-in
-tim
e (F
IT) d
ata
for F
AN
Con
trolle
r/Col
lect
or b
y m
anuf
actu
rer/m
odel
num
ber.
PR
6.1.
2.2.
4 Sh
all b
e av
aila
ble
24 h
ours
per
day
, 7 d
ays a
wee
k w
ith a
n al
low
ance
for d
own
time
for m
aint
enan
ce.
PR
6.1.
2.2.
5 Ti
me-
sync
hron
ized
with
an
exte
rnal
tim
e so
urce
at l
east
onc
e pe
r day
. List
sour
ce o
rigin
atio
n, a
ccur
acy
and
upda
te p
roce
dure
. FR
6.1.
2.2.
6 C
ompo
nent
s sto
ring
payl
oad
data
shal
l util
ize
non-
vola
tile
mem
ory
for s
torin
g an
d re
tain
ing
this
info
rmat
ion.
R
epor
t dat
a st
orag
e st
rate
gy fo
r mes
sage
han
dlin
g, u
ploa
ded
met
er re
ads,
file
trans
fer,
and
prog
ram
do
wnl
oad.
FR
6.1.
2.2.
7 C
apab
le o
f con
nect
ing
to a
mai
n vo
ltage
rang
ing
from
120
V to
240
V.
FR
6.1.
2.2.
8 D
escr
ibe
inst
alla
tion
and
oper
atio
n re
quire
men
ts in
clud
ing:
1.
Wei
ght
2.Si
ze3.
Pow
er4.
Envi
ronm
ent
5.Lo
catio
n 6.
Mou
ntin
g
FR
6.1.
2.3
FAN
Con
trol
ler/
Col
lect
or -
Func
tions
6.
1.2.
3.1
Supp
ort p
riorit
ized
mes
sage
pro
cess
ing.
FR6.
1.2.
3.2
Supp
ort a
secu
re, r
outa
ble,
util
ity e
xten
sibl
e m
essa
ge fo
rmat
. FR
6.
1.2.
3.3
Shal
l per
mit
rem
ote:
1.
Stat
us re
port
(up/
dow
n)
2.D
iagn
ostic
s 3.
Link
stat
us re
port
4.C
omm
unic
atio
ns e
vent
log
retri
eval
5.
Rep
ortin
g of
resu
lts o
f FA
N c
onne
ctiv
ity a
nd st
reng
th to
the
HES
FR
R
FP-S
C-S
VPD
CC
S-01
8
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
3 H
ead-
End
Sys
tem
6.
1.3.
1 H
ead-
End
Sys
tem
- G
ener
al
6.1.
3.1.
1 Pr
oces
s req
uest
s fro
m th
e M
DM
S fo
r 500
(or 1
% o
f the
AM
I met
er p
opul
atio
n) o
n-de
man
d re
ques
ts p
er d
ay
for r
efre
sh o
f met
er in
terv
al d
ata
(not
incl
udin
g th
e pr
e-sc
hedu
led
met
er d
ata
colle
ctio
n sc
hedu
les)
. PR
6.1.
3.1.
2 Pe
rfor
m d
ata
flow
con
trol a
fter a
com
mun
icat
ion
or p
ower
out
age
to p
reve
nt re
sour
ces f
rom
bei
ng
over
load
ed.
FR
6.1.
3.1.
3 Su
ppor
t mes
sage
prio
rity
for t
he fo
llow
ing:
1)
Hig
h pr
iorit
y –
imm
edia
te n
eed
(e.g
. on-
dem
and
met
er re
ad)
2)M
ediu
m p
riorit
y –
stan
dard
ope
ratio
nal n
eed
(e.g
. sch
edul
ed m
eter
read
) 3)
Low
prio
rity
– sy
stem
info
rmat
ion
colle
ctio
n (e
.g. e
rror
log
colle
ctio
n)
6.1.
3.2
Hea
d E
nd S
yste
m -
Func
tions
6.
1.3.
2.1
All
mes
sage
s rec
eive
d by
the
HES
incl
udin
g al
l met
er a
nd n
on-m
eter
read
s sha
ll be
tim
e st
ampe
d up
on
rece
ipt b
y th
e H
ES.
FR
6.1.
3.2.
2 V
alid
ate
the
inte
rnal
clo
ck ti
me
for m
eter
s, di
strib
utio
n de
vice
s and
all
othe
r fie
ld c
omm
unic
atio
ns
com
pone
nts a
t lea
st o
nce
per d
ay a
nd sy
nchr
oniz
e w
ith sy
stem
tim
e if
the
diff
eren
ce e
xcee
ds a
con
figur
able
to
lera
nce.
Log
repo
rted
resy
nch
even
ts.
FR
6.1.
3.2.
3 Lo
g an
eve
nt m
essa
ge fo
r eac
h m
eter
if th
e da
ily ti
me
valid
atio
n de
tect
s met
er ti
me
that
is g
reat
er th
an 1
20
seco
nds o
ut o
f syn
ch w
ith sy
stem
tim
e so
urce
. PR
6.1.
4 A
MI S
olut
ion
Func
tion
6.1.
4.1
Fiel
d T
ools
and
Met
er In
stal
latio
n 6.
1.4.
1.1
Fiel
d to
ol(s
) to
be p
rocu
red
incl
ude
five
(5) f
or e
lect
ric m
eter
s and
five
(5) f
or w
ater
met
ers.
Alte
rnat
ivel
y,
plea
se in
dica
te if
pro
pose
d to
ol su
ppor
ts b
oth
elec
tric
and
wat
er m
eter
s, an
d if
so, p
rovi
de fi
ve (5
) tot
al.
FR
6.1.
4.1.
2 Pr
ovid
e de
scrip
tion
of m
eter
inst
alla
tion
end-
to-e
nd p
roce
ss in
clud
ing
met
er p
repa
ratio
n, a
sset
man
agem
ent,
use
of F
ield
Too
l, an
d en
viro
nmen
tal h
andl
ing
of n
ew m
eter
pac
kagi
ng a
nd d
ispo
sal o
f old
met
ers.
Not
e th
at
SVP
has a
cqui
red
a M
eter
Ass
et M
anag
emen
t Sys
tem
as p
art o
f the
supp
lier p
rovi
ded
MD
MS.
FR
6.1.
4.1.
3 A
ll m
eter
s to
be te
sted
to N
IST
stand
ards
for a
ccur
acy
spec
ifica
tion.
Res
pond
er to
stat
e m
eter
test
equ
ipm
ent
man
ufac
ture
r/mod
el to
be
used
and
cal
ibra
tion
met
hodo
logy
. R
espo
nder
to in
dica
te if
met
er te
stin
g to
be
inte
grat
ed w
ith S
VP
met
er sh
op.
FR
6.1.
4.1.
4 M
eter
shal
l be
prep
rogr
amm
ed w
ith d
efau
lt SV
P co
nfig
urat
ion
prio
r to
ship
men
t fro
m th
e m
anuf
actu
rer.
FR6.
1.4.
1.5
Met
er sh
all b
e ph
ysic
ally
ass
igne
d a
utili
ty m
eter
num
ber (
befo
re it
arr
ives
at u
tility
) whi
ch id
entif
ies
man
ufac
ture
r, m
eter
form
, vol
tage
, com
mun
icat
ions
type
, etc
. FR
6.1.
4.1.
6 In
divi
dual
met
ers s
hall
be id
entif
iabl
e w
ithin
ship
ping
con
tain
ers a
nd p
acka
ging
(can
be
RFI
D -
Rad
io
Freq
uenc
y ID
tag
or b
ar c
ode)
. M
eter
iden
tific
atio
n m
echa
nism
shal
l req
uire
min
imal
man
ual i
nter
actio
n,
and
shou
ld b
e us
able
by
vario
us u
sers
(war
ehou
se te
ch, m
eter
shop
tech
, met
er in
stal
ler)
.
FR
R
FP-S
C-S
VPD
CC
S-01
9
Syst
em R
equi
rem
ents
Spr
eads
heet
6.1.
4.1.
7 M
eter
pac
king
labe
ls sh
all i
nclu
de c
lass
, vol
tage
, wire
, cyc
les,
test
am
ps, K
W, c
atal
og n
umbe
r, Pu
rcha
se
Ord
er n
umbe
r and
rele
ase,
qua
ntity
, met
er fo
rm, b
orn-
on d
ate,
lot n
umbe
r, ut
ility
met
er n
umbe
rs in
box
, m
anuf
actu
rer s
eria
l num
ber.
FR
6.1.
4.1.
8 U
pon
com
plet
ion
of p
rope
r aut
horiz
atio
n by
the
met
er o
f a F
ield
Too
l, m
eter
shal
l be
able
to id
entif
y its
elf t
o Fi
eld
Tool
and
pro
vide
acc
ess t
o its
dat
a an
d co
nfig
urat
ion
setti
ngs a
t ins
talla
tion
time,
and
late
r in
supp
ort o
f on
goin
g op
erat
ions
& m
aint
enan
ce a
ctiv
ities
.
FR
6.1.
4.1.
9 M
eter
shal
l com
mun
icat
e lo
cally
to a
Fie
ld T
ool i
ndep
ende
ntly
of t
he n
orm
al A
MI c
omm
unic
atio
ns
mec
hani
sm.
FR
6.1.
4.1.
10
Met
er sh
all s
uppo
rt lo
cal d
ownl
oad
to a
Fie
ld T
ool o
f all
met
er a
nd c
omm
unic
atio
ns d
ata
and
logs
stor
ed in
m
eter
mem
ory
thro
ugh
both
wire
less
and
opt
ical
por
t com
mun
icat
ions
. FR
6.1.
4.1.
11
Met
er sh
all s
uppo
rt lo
cal d
ownl
oad
to a
Fie
ld T
ool o
f all
met
er a
nd c
omm
unic
atio
ns d
ata
and
logs
stor
ed in
m
eter
mem
ory
with
in o
ne (1
) min
ute
or le
ss.
PR
6.1.
4.1.
12
Fiel
d To
ol sh
all c
heck
secu
rity/
auth
entic
atio
n fo
r loc
al m
eter
dat
a do
wnl
oad
atte
mpt
s to
ensu
re d
ownl
oads
ca
n on
ly b
e ex
ecut
ed b
y au
thor
ized
util
ity o
r thi
rd p
arty
per
sonn
el.
Incl
udes
secu
re lo
cal d
ownl
oad
of a
ll m
eter
and
com
mun
icat
ions
dat
a an
d lo
gs st
ored
in m
eter
mem
ory
(e.g
. reg
iste
r rea
d, d
eman
d, in
terv
al d
ata,
lo
gs, v
olta
ge, P
F, e
tc.).
FR
6.1.
4.1.
13
Fiel
d To
ol sh
all s
uppo
rt m
eter
ID (b
arco
de/R
FID
) and
logg
ing
of G
PS lo
catio
n fo
r ins
talle
d m
eter
. FR
6.
1.4.
1.14
M
eter
s and
dis
tribu
tion
devi
ces s
hall
log
sour
ce o
f req
uest
for d
ata
dow
nloa
d at
tem
pts f
rom
bot
h Fi
eld
Tool
an
d FA
N C
ontro
ller/C
olle
ctor
. FR
6.1.
4.1.
15
Fiel
d To
ol sh
all p
rovi
de w
ork
orde
r fun
ctio
nalit
y to
allo
w fo
r inv
estig
atio
n, re
solu
tion,
and
initi
atio
n (f
or a
s-fo
und
prob
lem
s ide
ntifi
ed in
fiel
d) o
f tro
uble
repo
rts.
FR
6.1.
4.1.
16
Fiel
d To
ol sh
all t
est t
he A
MI c
omm
unic
atio
ns in
terf
ace
on th
e m
eter
. FR
6.
1.4.
1.17
Fi
eld
Tool
shal
l uni
quel
y id
entif
y m
eter
s by
thei
r phy
sica
l loc
atio
n (i.
e. L
AT/
LON
G) a
nd re
lay
this
in
form
atio
n to
the
HES
. Th
e Fi
eld
Tool
mus
t be
able
to sp
ecify
uni
que
loca
tion
iden
tifie
r for
eac
h m
eter
w
hen
mul
tiple
met
ers a
re a
t the
sam
e LA
T/LO
NG
.
FR
6.1.
4.1.
18
Fiel
d To
ol sh
all s
uppo
rt m
ultip
le a
pplic
atio
ns (e
.g. w
ork
orde
r man
agem
ent,
met
er
man
agem
ent/c
onfig
urat
ion,
FA
N C
ontro
ller/C
olle
ctor
test
ing/
man
agem
ent,
etc.
). FR
6.1.
4.1.
19
Fiel
d To
ol sh
all a
llow
use
r to
seam
less
ly m
ove
back
and
forth
bet
wee
n m
ultip
le a
pplic
atio
ns ru
nnin
g si
mul
tane
ousl
y, w
ithou
t exi
ting
the
appl
icat
ions
. FR
6.1.
4.1.
20
Upo
n m
eter
inst
alla
tion,
the
Fiel
d To
ol sh
all s
ynch
roni
ze th
e m
eter
's in
tern
al c
lock
. FR
6.1.
4.1.
21
As m
eter
s sel
f-re
gist
er, t
he H
ES sh
all i
nitia
lly p
lace
them
into
a re
ad g
roup
. FR
6.1.
4.1.
22
Fiel
d To
ol sh
all r
emot
ely
conf
igur
e th
e m
eter
's re
cord
ing
inte
rval
leng
th.
FR
6.1.
4.1.
23
Fiel
d To
ol sh
all a
cces
s cha
nnel
mul
tiplie
rs, m
eter
mul
tiplie
rs, u
nit o
f mea
sure
per
cha
nnel
, and
oth
er b
asic
m
eter
info
. FR
6.1.
4.1.
24
Met
er sh
all a
ccep
t ins
talle
d se
rvic
e po
int i
nfor
mat
ion
from
the
inst
alle
r's F
ield
Too
l. FR
6.
1.4.
1.25
Fi
eld
Tool
shal
l acc
ept o
ld m
eter
ID a
nd c
omm
unic
ate
it to
the
HES
. FR
6.
1.4.
1.26
Fi
eld
Tool
shal
l acc
ept o
ld m
eter
fina
l rea
ding
from
insta
ller f
ield
tool
and
com
mun
icat
e it
to th
e H
ES.
FR
R
FP-S
C-S
VPD
CC
S-01
10
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.1.
27
By
defa
ult,
met
er d
isco
nnec
t sw
itch
shal
l be
in th
e "c
lose
d"/c
onne
cted
pos
ition
upo
n in
stal
latio
n.
FR
6.1.
4.1.
28
Upo
n in
stal
latio
n, th
e m
eter
shal
l rec
ogni
ze it
is in
the
wro
ng so
cket
(con
figur
atio
n, i.
e. n
umbe
r of c
lips)
and
al
arm
this
con
ditio
n.
FR
6.1.
4.1.
29
Upo
n in
stal
latio
n, m
eter
shal
l sel
f-re
gist
er o
n th
e H
ES v
ia th
e Fi
eld
Are
a N
etw
ork
(FA
N).
Sel
f-re
gist
ratio
n da
ta sh
all i
nclu
de:
1.N
ew m
eter
ID
2.N
ew m
eter
inst
alla
tion
read
3.
Com
mun
icat
ions
add
ress
4.
Met
er lo
g in
form
atio
n 5.
Rem
oved
met
er ID
6.
Rem
oved
met
er re
ad
7.Se
curit
y cr
eden
tials
8.
Cus
tom
er d
evic
es p
rese
nt w
ithin
HA
N (m
ay n
ot u
se th
is in
form
atio
n un
til c
usto
mer
enr
olls
) 9.
Cur
rent
pro
gram
iden
tific
atio
n
FR
6.1.
4.1.
30
If n
ot se
lf-re
gist
ered
on
inst
all,
met
er sh
all s
elf-
regi
ster
on
the
HES
the
first
tim
e th
at c
omm
unic
atio
n is
es
tabl
ishe
d. P
re-c
ondi
tion:
met
er m
ust b
e su
pplie
d a
uniq
ue id
entif
ier b
efor
e th
e m
eter
can
aut
hent
icat
e.
FR
6.1.
4.1.
31
In th
e ca
se o
f sel
f-re
gist
ratio
n fa
ilure
, met
er sh
all b
e ab
le to
aut
omat
ical
ly re
atte
mpt
self-
regi
stra
tion
afte
r a
conf
igur
able
per
iod
of ti
me.
FR
6.1.
4.1.
32
Upo
n in
stal
latio
n, m
eter
shal
l per
form
a se
lf di
agno
stic
and
det
ect a
nd lo
g al
l fai
lure
s. SV
P de
fined
crit
ical
fa
ilure
s sha
ll be
repo
rted
to th
e H
ES im
med
iate
ly (i
nclu
ding
, at a
min
imum
, che
ck su
m e
rror
, met
er fa
ilure
fr
om fi
rmw
are
upgr
ade,
met
rolo
gy fa
ilure
, pro
gram
or m
emor
y fa
ilure
, and
tim
e sy
nch
failu
re).
FR
6.1.
4.1.
33
Upo
n in
stal
latio
n, m
eter
shal
l be
able
to c
omm
unic
ate
the
follo
win
g to
Fie
ld T
ool:
1.M
eter
hea
lth c
heck
/dia
gnos
tic re
sults
2.
Com
mun
icat
ions
net
wor
k ch
eck
resu
lts
FR
6.1.
4.1.
34
Met
er sh
all c
ompl
ete
inst
alla
tion
self-
regi
stra
tion
and
self-
diag
nost
ic p
roce
sses
in le
ss th
an tw
o m
inut
es
com
bine
d. T
his i
s driv
en b
y th
e fa
ct th
at to
tal m
eter
inst
alla
tion
time
shal
l be
less
than
15
min
utes
.
PR
6.1.
4.2
Met
er In
tegr
atio
n/N
etw
ork
Man
agem
ent
6.1.
4.2.
1 D
escr
ibe
netw
ork
man
agem
ent s
yste
m a
nd o
pera
tion
for a
ll m
anag
ed d
evic
es in
the
netw
ork
incl
udin
g de
vice
m
anag
emen
t, de
vice
stat
us a
nd e
vent
not
ifica
tion.
FR
6.1.
4.2.
2 D
escr
ibe
netw
ork
man
agem
ent s
yste
m o
pera
tor i
nter
face
s and
dis
play
s. FR
6.1.
4.2.
3 N
etw
ork
shal
l pro
vide
“gu
est”
acc
ess f
or n
ew d
evic
es c
onne
ctin
g to
net
wor
k.
FR6.
1.4.
2.4
HES
shal
l aut
hent
icat
e ne
w d
evic
es c
onne
ctin
g to
net
wor
k.
FR6.
1.4.
2.5
Prov
ide
upda
ted
repo
rts a
t lea
st o
nce
a da
y, a
s wel
l as o
n-de
man
d th
at c
onta
in k
ey d
iagn
ostic
s and
stat
istic
s fr
om a
ll A
MI m
eter
s, de
vice
s, an
d fie
ld c
omm
unic
atio
n ne
twor
k el
emen
ts.
Rep
orts
shal
l inc
lude
(at a
m
inim
um) m
eter
read
stat
us re
ports
, eve
nt/tr
ansa
ctio
n st
atus
repo
rts, t
roub
le re
ports
, and
met
er
addi
tions
/rem
oval
s.
FR
6.1.
4.2.
6 H
ES sh
ould
be
mod
ular
to p
erm
it ch
ange
of n
etw
ork
com
mun
icat
ions
tech
nolo
gy.
FR
R
FP-S
C-S
VPD
CC
S-01
11
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.2.
7 R
espo
nder
shal
l cal
cula
te th
e pr
ojec
ted
amou
nt o
f dat
a ge
nera
ted
daily
, wee
kly,
mon
thly
, and
ann
ually
and
pr
ovid
e th
is in
form
atio
n to
SV
P in
the
form
of a
repo
rt.
FR
6.1.
4.2.
8 R
espo
nder
shal
l sta
te m
etho
d us
ed to
ens
ure
accu
racy
of t
rans
mitt
ed m
eter
read
ings
incl
udin
g da
ta in
tegr
ity
and
secu
rity.
FR
6.1.
4.3
Sche
dule
d R
eads
6.
1.4.
3.1
Solu
tion
shal
l sup
port
met
er re
ad sc
hedu
les f
rom
MD
MS
incl
udin
g do
wnl
oad
of d
efau
lt m
eter
sche
dule
into
m
eter
s and
pro
cess
ing
of m
eter
read
s by
MD
MS
usin
g sc
hedu
led
polli
ng.
FR
6.1.
4.3.
2 M
eter
read
tim
e sh
all b
e re
mot
ely
set a
nd m
eter
shal
l sto
re it
s ow
n de
faul
t rea
d sc
hedu
le.
FR6.
1.4.
3.3
Rec
eive
and
log
the
met
er a
ckno
wle
dgem
ent o
f suc
cess
ful d
efau
lt re
ad sc
hedu
le se
tup.
FR
6.1.
4.3.
4 H
ES sh
all p
rovi
de e
vent
not
ifica
tion
whe
n a
rece
ipt o
f ack
now
ledg
emen
t fro
m m
eter
of a
read
sche
dule
setu
p fr
om th
e m
eter
take
s lon
ger t
han
five
(5) m
inut
es o
f the
setu
p ev
ent r
eque
st b
eing
sent
. PR
6.1.
4.3.
5 H
ES sh
all p
rovi
de e
vent
not
ifica
tion
whe
n re
ceip
t of a
ckno
wle
dgem
ent o
f a M
DM
S po
lled
read
requ
est f
rom
m
eter
take
s lon
ger t
han
one
(1) m
inut
e.
PR
6.1.
4.3.
6 M
eter
shal
l sen
d al
l rea
d m
eter
dat
a ac
cord
ing
to it
s sto
red
defa
ult r
ead
sche
dule
(with
out b
eing
pro
mpt
ed b
y an
y ex
tern
al c
omm
and
or c
omm
unic
atio
n).
FR
6.1.
4.3.
7 H
ES w
ill p
erfo
rm lo
ad b
alan
cing
on
the
com
mun
icat
ions
net
wor
k re
sulti
ng fr
om sc
hedu
led
met
er re
ads,
supp
ort m
eter
read
retri
es w
hen
com
mun
icat
ions
fail,
and
pro
vide
clie
nts w
ith m
eter
dia
gnos
tic in
form
atio
n.
FR
6.1.
4.4
On
Dem
and
Rea
ds
6.1.
4.4.
1 Is
sue
an o
n-de
man
d re
ad re
ques
t ini
tiate
d fr
om th
e M
DM
S.
FR
6.1.
4.4.
2 Pr
oces
s res
pons
e to
requ
ests
for o
n-de
man
d ac
cess
to m
eter
and
log
data
.FR
6.1.
4.4.
3 O
ptim
ize
grou
p on
dem
and
read
s to
min
imiz
e th
e im
pact
on
syst
em p
erfo
rman
ce.
FR
6.1.
4.4.
4 R
etrie
ve lo
gs o
n de
man
d fr
om m
eter
s and
dis
tribu
tion
devi
ces a
nd a
ll FA
N C
ontro
ller/C
olle
ctor
s. FR
6.
1.4.
4.5
Aut
omat
ical
ly is
sue
a re
mot
e m
eter
test
upo
n on
-dem
and
read
requ
est f
ailu
re.
FR
6.1.
4.4.
6 R
ecor
d th
e so
urce
, typ
e, a
nd ID
of a
ll di
strib
utio
n sy
stem
dev
ice
data
. FR
6.
1.4.
4.7
Iden
tify
dist
ribut
ion
syst
em d
evic
es th
at d
id n
ot se
nd re
ques
ted
data
. FR
6.
1.4.
4.8
Prio
ritiz
e sc
hedu
led
and
unsc
hedu
led
read
dat
a fo
r rec
ipie
nts w
ith ti
me
sens
itive
dat
a re
quire
men
ts.
FR
6.1.
4.5
Eve
nt M
essa
ge/M
anag
emen
t 6.
1.4.
5.1
Met
er sh
all r
ecei
ve, s
end,
stor
e, lo
g, a
nd p
roce
ss m
any
type
s of e
vent
and
info
rmat
iona
l mes
sage
s inc
ludi
ng
disc
onne
ct, r
econ
nect
, pre
paym
ent,
met
er re
ad sc
hedu
le, m
aint
enan
ce, d
eman
d re
spon
se c
urta
ilmen
t st
art/e
nd, c
usto
mer
ove
rrid
e, e
tc.
FR
6.1.
4.5.
2 M
eter
shal
l aut
hent
icat
e m
essa
ge/re
ques
t sou
rces
(sys
tem
s or d
evic
es) p
rior t
o pr
oces
sing
or d
ispl
ayin
g su
ch
info
rmat
ion.
FR
6.1.
4.5.
3 M
eter
shal
l rej
ect a
nd lo
g m
essa
ges/
requ
ests
that
are
rece
ived
from
una
utho
rized
syst
ems o
r dev
ices
.FR
R
FP-S
C-S
VPD
CC
S-01
12
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.5.
4 M
eter
shal
l prio
ritiz
e m
essa
ges (
even
t and
info
rmat
iona
l) re
ceiv
ed fr
om th
e H
ES (e
.g. c
onne
ct/d
isco
nnec
t, lo
ad c
ontro
l, et
c.) b
ased
on
mes
sage
attr
ibut
es (t
ype,
sour
ce, e
xplic
it pr
iorit
y, e
tc.).
FR
6.1.
4.5.
5 M
eter
shal
l sen
d an
ack
now
ledg
emen
t of r
ecei
pt o
f eve
nt a
nd in
form
atio
nal m
essa
ges t
o th
e H
ES.
FR
6.1.
4.5.
6 M
eter
shal
l sen
d an
ack
now
ledg
emen
t of r
ecei
pt o
f eve
nt a
nd in
form
atio
nal m
essa
ges t
o th
e H
ES w
ithin
a
conf
igur
able
leng
th o
f tim
e (a
s qui
ckly
as 6
0 se
cond
s).
PR
6.1.
4.5.
7 M
eter
shal
l log
all
mes
sage
s sen
t to
and
rece
ived
from
the
HES
. M
eter
mes
sage
logs
shal
l inc
lude
the
follo
win
g in
form
atio
n at
a m
inim
um: m
essa
ge ty
pe, p
roce
ss st
atus
, sys
tem
/dev
ice
sour
ce, d
ate/
time
rece
ived
or
sent
(int
erna
l met
er c
lock
), ev
ent s
ched
ule
(sta
rt an
d en
d) d
ate/
time
(if a
pplic
able
), ho
urly
and
/or t
ime-
of-
use
(TO
U) p
rice
info
rmat
ion
(if a
pplic
able
for t
he e
vent
type
).
FR
6.1.
4.5.
8 H
ES sh
all s
end
and
rece
ive
vario
us ty
pes o
f eve
nt m
essa
ges (
e.g.
dem
and
resp
onse
, loa
d co
ntro
l, di
scon
nect
/reco
nnec
t, pr
epay
men
t, et
c.) t
o an
d fr
om a
ll so
lutio
n co
mpo
nent
s (e.
g. m
eter
s, di
strib
utio
n de
vice
s and
FA
N C
ontro
ller/C
olle
ctor
s).
FR
6.1.
4.5.
9 H
ES sh
all a
llow
sche
dulin
g of
con
flict
ing
even
ts b
y pr
oces
sing
hig
her p
riorit
y m
essa
ges f
irst.
FR6.
1.4.
5.10
H
ES sh
all s
ched
ule
even
t mes
sage
s to
be d
eliv
ered
to th
e m
eter
, dis
play
dev
ice
or c
ontro
l equ
ipm
ent t
o en
sure
the
utili
ty m
eets
regu
lato
ry re
quire
men
ts (e
.g. d
ay a
head
eve
nt b
y 3:
00 p
.m. o
f the
pre
viou
s day
, day
of
eve
nt b
y 10
a.m
. of d
ay a
nd re
al-ti
me
even
ts o
n-de
man
d).
FR
6.1.
4.5.
11
All
even
t mes
sage
s sen
t by
the
HES
shal
l be
ackn
owle
dged
by
the
targ
eted
dev
ice
(FA
N, m
eter
s, et
c.).
For
sy
nchr
onou
s req
uest
s, th
e ta
rget
com
pone
nt w
ill re
spon
d w
ith th
e re
sult
of th
e re
ques
t. F
or a
sync
hron
ous
requ
ests
, the
targ
et c
ompo
nent
will
ack
now
ledg
e re
ceip
t of r
eque
st a
nd w
ill a
sync
hron
ousl
y no
tify
HES
of
resu
lts.
FR
6.1.
4.5.
12
HES
shal
l log
all
mes
sage
s (ev
ent a
nd in
form
atio
nal)
sent
to a
nd re
ceiv
ed fr
om a
ll so
lutio
n co
mpo
nent
s (m
eter
s, co
mm
unic
atio
ns d
evic
es, e
tc.)
with
the
mes
sage
dat
e/tim
e, e
vent
/mes
sage
type
iden
tifie
r, an
d so
urce
/targ
et(s
) ide
ntifi
er.
FR6.
1.4.
5.13
In
the
even
t tha
t an
even
t mes
sage
is n
ot a
ckno
wle
dged
(if e
xpec
ted)
, HES
shal
l be
able
to a
utom
atic
ally
re
try th
e op
erat
ion.
Thi
s fre
quen
cy a
nd ti
min
g of
this
func
tiona
lity
shal
l be
conf
igur
able
, dep
ende
nt o
n th
e ev
ent m
essa
ge ty
pe a
nd d
evic
e ta
rget
.
FR
6.1.
4.5.
14
HES
shal
l for
bul
k op
erat
ions
(e.g
. dai
ly n
on-p
ay d
isco
nnec
t eve
nts)
, HES
shal
l sup
port
leve
ling
of e
vent
m
essa
ges s
o as
to m
inim
ize
impa
cts t
o th
e sy
stem
and
supp
ort p
erso
nnel
. Fo
r cur
tailm
ents
, em
erge
ncy
or
othe
rwis
e, th
is m
ay in
clud
e th
e ca
pabi
lity
for b
road
cast
mes
sage
s key
ed b
y ra
te c
lass
, geo
grap
hy, t
ariff
etc
.
FR
6.1.
4.6
Loc
al D
ispl
ay C
onfig
urat
ion
6.1.
4.6.
1 H
ES sh
all c
omm
unic
ate
alph
a/nu
mer
ic in
form
atio
nal m
essa
ges t
o th
e m
eter
and
/or o
ther
cus
tom
er d
ispl
ay
devi
ces.
FR
6.1.
4.6.
2 R
emot
ely
conf
igur
able
to re
cord
the
amou
nt o
f gro
ss a
nd/o
r net
ene
rgy
cons
umed
and
gen
erat
ed (k
Wh)
w
ithin
the
curr
ent b
ill c
ycle
so th
at it
can
be
disp
laye
d on
a p
rem
ises
dev
ice
and/
or m
eter
dis
play
. FR
R
FP-S
C-S
VPD
CC
S-01
13
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.7
Tes
ting
and
Dia
gnos
tics
6.1.
4.7.
1 Pr
ovid
e co
mpr
ehen
sive
rem
ote
test
ing
and
diag
nost
ic c
apab
ilitie
s for
eac
h sy
stem
com
pone
nt
(com
mun
icat
ions
and
met
ers)
bas
ed o
n a
(per
iodi
c) sc
hedu
le o
r on
dem
and.
Rem
ote
test
ing
and
diag
nost
ic
alar
m m
essa
ges a
re to
be
cons
ider
ed h
igh
prio
rity.
FR
6.1.
4.7.
2 R
emot
ely
dete
ct n
etw
ork
com
mun
icat
ions
pro
blem
s inc
ludi
ng lo
ss o
f red
unda
nt c
omm
unic
atio
ns p
athw
ays,
dim
inis
hing
sign
al st
reng
th, r
epea
ted
dela
ys in
ack
now
ledg
emen
t, et
c.FR
6.1.
4.7.
3 Lo
g th
e re
sults
of a
ll re
mot
e te
stin
g an
d di
agno
stic
s act
iviti
es a
nd a
ny a
utom
atic
act
ions
take
n ba
sed
on th
ose
resu
lts.
FR
6.1.
4.7.
4 M
ake
the
resu
lts o
f all
rece
ived
ale
rts a
nd re
mot
e te
stin
g an
d di
agno
stic
resu
lts a
vaila
ble
to t
he M
DM
S.
FR
6.1.
4.7.
5 H
ave
conf
igur
able
ale
rt le
vels
and
not
ifica
tions
bas
ed o
n th
e se
verit
y of
a p
robl
em d
etec
ted
and
the
num
ber
of e
ndpo
ints
aff
ecte
d.
FR
6.1.
4.7.
6 C
lass
ify sp
ecifi
c te
stin
g/di
agno
stic
resu
lts to
eith
er re
quire
or n
ot re
quire
hum
an in
terv
entio
n (c
onfig
urab
le)
in th
e de
term
inat
ion
of is
suin
g tro
uble
repo
rts.
FR
6.1.
4.7.
7 Su
ppor
t on
dem
and
or sc
hedu
led
met
er te
sts i
ssue
d re
mot
ely
via
the
HES
or o
n-si
te v
ia F
ield
Too
l. FR
6.
1.4.
7.8
Supp
ort a
rem
otel
y or
loca
lly in
itiat
ed m
eter
test
for c
omm
unic
atio
ns c
onne
ctio
n st
atus
. FR
6.
1.4.
7.9
Supp
ort a
rem
otel
y or
loca
lly in
itiat
ed m
eter
test
for e
nerg
ized
stat
us.
FR
6.1.
4.7.
10
Supp
ort a
rem
otel
y or
loca
lly in
itiat
ed m
eter
test
for l
oad
side
vol
tage
. FR
6.
1.4.
7.11
Su
ppor
t a re
mot
ely
or lo
cally
initi
ated
met
er te
st fo
r dis
conn
ect s
witc
h st
atus
. FR
6.
1.4.
7.12
Su
ppor
t a re
mot
ely
or lo
cally
initi
ated
met
er te
st fo
r int
erna
l clo
ck ti
me
accu
racy
. FR
6.
1.4.
7.13
In
itiat
e m
eter
test
s aut
omat
ical
ly b
ased
on
a sc
hedu
le st
ored
with
in th
e m
eter
, bas
ed o
n a
sche
dule
stor
ed
with
in th
e FA
N C
ontro
ller/C
olle
ctor
, or b
ased
upo
n th
e de
tect
ion
of c
erta
in e
vent
s by
the
met
er.
FR
6.1.
4.7.
14
Send
non
-ene
rgy
usag
e m
essa
ges a
nd a
larm
s to
the
HES
that
con
tain
dat
e/tim
e fr
om in
tern
al m
eter
clo
ck,
mes
sage
cod
e/ty
pe, a
nd m
eter
iden
tifie
r. FR
6.1.
4.7.
15
Dia
gnos
e se
lf-te
st re
sults
and
det
erm
ine
if fa
ilure
s are
crit
ical
or n
on-c
ritic
al in
ord
er to
ass
ess w
hat k
ind
of
notif
icat
ion
shou
ld b
e pr
ovid
ed (e
.g. i
mm
edia
te, n
ight
ly, o
nly
upon
requ
est,
etc.
). P
riorit
ize
failu
res b
y sa
fety
/ser
vice
ver
sus o
ther
failu
re ty
pes.
FR
6.1.
4.7.
16
Test
/che
ck th
at m
eter
is re
cord
ing
data
cor
rect
ly a
nd c
onsi
sten
tly.
Det
ect,
log,
and
repo
rt pr
ogra
m o
r m
emor
y fa
ilure
. D
etec
ted
failu
res s
hall
be lo
gged
and
gen
erat
e an
eve
nt re
port
to th
e H
ES.
FR
6.1.
4.7.
17
Perf
orm
self
chec
k at
leas
t onc
e pe
r mon
th a
nd a
s ofte
n as
onc
e pe
r day
and
resu
lts lo
gged
and
repo
rted
in
with
nex
t sch
edul
ed re
ad.
PR
6.1.
4.7.
18
Send
safe
ty/s
ervi
ce fa
ilure
eve
nts w
ithin
five
(5) m
inut
es o
f det
ectio
n.
PR
6.1.
4.7.
19
Met
er sh
all m
ake
diag
nost
ic lo
g in
form
atio
n av
aila
ble
eith
er o
n-de
man
d or
upo
n ne
xt d
efau
lt sc
hedu
led
met
er re
ad to
HES
via
FA
N.
FR
R
FP-S
C-S
VPD
CC
S-01
14
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.8
Soft
war
e/Fi
rmw
are
Upg
rade
s 6.
1.4.
8.1
Acc
ept a
nd in
stal
l sof
twar
e/fir
mw
are
upgr
ades
pro
vide
d fr
om H
ES.
FR6.
1.4.
8.2
Acc
ept a
nd in
stal
l sof
twar
e/fir
mw
are
upgr
ades
pro
vide
d lo
cally
from
Fie
ld T
ool.
FR6.
1.4.
8.3
Con
tinue
nor
mal
ope
ratio
n w
hile
dow
nloa
ding
softw
are/
firm
war
e up
grad
es u
ntil
inst
ruct
ed to
cha
nge
to th
e ne
w v
ersi
on.
FR
6.1.
4.8.
4 Pe
rmit
rem
otel
y or
loca
lly in
itiat
ed re
vers
ion
of so
ftwar
e/fir
mw
are
to a
pre
viou
s ver
sion
. FR
6.
1.4.
8.5
Aut
omat
ical
ly re
vert
to a
pre
viou
s ver
sion
of s
oftw
are/
firm
war
e if
a cr
itica
l fai
lure
is d
etec
ted
on st
art-u
p fo
llow
ing
upgr
ade;
reve
rsio
n sh
all n
ot h
appe
n re
peat
edly
. FR
6.1.
4.8.
6 C
urre
nt m
eter
softw
are/
firm
war
e ve
rsio
n sh
all b
e re
mot
ely
and
loca
lly re
adab
le.
FR
6.1.
4.8.
7 C
onfig
urab
le to
reta
in st
ored
regi
ster
read
s ove
r a so
ftwar
e/fir
mw
are
upgr
ade.
FR
6.
1.4.
8.8
Con
figur
able
to re
set s
tore
d re
gist
er re
ads o
ver a
softw
are/
firm
war
e up
grad
e.
FR
6.1.
4.8.
9 R
etai
n al
l met
er c
onfig
urat
ion
setti
ngs,
stat
us, c
usto
mer
info
rmat
ion,
and
eve
nt lo
gs o
ver a
softw
are/
firm
war
e up
grad
e.
FR
6.1.
4.8.
10
Des
igne
d w
ith fa
ilsaf
e lo
gic
to a
void
mis
oper
atio
n of
the
disc
onne
ct sw
itch
and
load
con
trol/d
istri
bute
d ge
nera
tion
durin
g so
ftwar
e/fir
mw
are
upgr
ades
. Fi
rmw
are
upgr
ade
shal
l not
cau
se re
mot
e co
nnec
t/dis
conn
ect
to o
pera
te o
r cha
nge
curr
ent s
tate
.
FR
6.1.
4.8.
11
Log
firm
war
e do
wnl
oad
and
upgr
ade
atte
mpt
s, fa
ilure
s, su
cces
ses,
reve
rsio
ns, e
tc. w
ith ti
mes
tam
p.
FR
6.1.
4.8.
12
Coo
rdin
ate
softw
are/
firm
war
e up
grad
e sc
hedu
ling,
incl
udin
g id
entif
ying
whi
ch m
eter
s nee
d to
be
upgr
aded
. FR
6.
1.4.
8.13
C
ompa
re p
re-s
oftw
are/
firm
war
e up
grad
e m
eter
dat
a, m
eter
stat
us a
nd c
onne
ct/d
isco
nnec
t pos
ition
pre
-up
grad
e st
atus
with
pos
t-upg
rade
stat
us to
ens
ure
that
upg
rade
s are
succ
essf
ul.
FR
6.1.
4.9
Rem
ote
Con
nect
/Dis
conn
ect
6.1.
4.9.
1 M
eter
is to
rem
ain
ener
gize
d an
d co
ntin
ue to
mon
itor a
nd re
cord
con
sum
ptio
n (i.
e. z
ero
cons
umpt
ion
for
each
inte
rval
) whe
n di
scon
nect
switc
h is
in th
e op
en/d
isco
nnec
ted
posi
tion.
FR
6.1.
4.9.
2 A
ccep
t sch
edul
ed se
rvic
e di
scon
nect
/reco
nnec
t.FR
6.1.
4.9.
3 A
ble
to b
e re
mot
ely
disc
onne
cted
/reco
nnec
ted
on d
eman
d.FR
6.1.
4.9.
4 A
ble
to b
e re
mot
ely
disc
onne
cted
/reco
nnec
ted
acco
rdin
g to
util
ity p
re-c
onfig
ured
rule
s.FR
6.1.
4.9.
5 D
etec
t dup
licat
e se
rvic
e di
scon
nect
/reco
nnec
t eve
nts a
nd ig
nore
the
dupl
icat
e ev
ents
(e.g
. met
er is
alre
ady
on
-- re
conn
ect e
vent
acc
epte
d w
ith n
o ac
tion
take
n).
FR
6.1.
4.9.
6 M
eter
shal
l be
able
to c
ance
l or u
pdat
e/re
sche
dule
sche
dule
d di
scon
nect
/reco
nnec
teve
nts p
rior t
o th
eir
com
plet
ion.
FR
6.1.
4.9.
7 Se
nd a
met
er re
ad a
nd a
ckno
wle
dgem
ent t
o H
ES u
pon
a su
cces
sful
ly c
ompl
eted
or f
aile
d el
ectri
c se
rvic
e di
scon
nect
/ rec
onne
ct e
vent
. FR
6.1.
4.9.
8 En
able
an
SVP
empl
oyee
wor
king
on-
site
at t
he c
usto
mer
pre
mis
es to
be
able
to p
hysi
cally
ope
rate
its
serv
ice
disc
onne
ct/re
conn
ect s
witc
h at
any
tim
e (2
4x7x
365)
. FR
R
FP-S
C-S
VPD
CC
S-01
15
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.9.
9 Su
ppor
t an
exte
rnal
aut
horiz
atio
n/au
then
ticat
ion
rout
ine
(i.e.
by
rem
ote
syst
ems o
r fie
ld to
ol) t
o en
able
onl
y ac
tive
and
elig
ible
SV
P em
ploy
ees t
o op
erat
e its
serv
ice
disc
onne
ct/re
conn
ect s
witc
h on
-site
at t
he c
usto
mer
pr
emis
es.
FR
6.1.
4.9.
10
Sche
dule
, res
ched
ule
and
canc
el re
mot
e di
scon
nect
/reco
nnec
t/ser
vice
lim
iting
eve
nts f
or fu
ture
dat
es/ti
mes
. FR
6.
1.4.
9.11
En
able
rem
ote
disc
onne
ct/re
conn
ect/l
imiti
ng e
vent
s to
be se
nt a
nd e
xecu
ted
on d
eman
d.
FR
6.1.
4.9.
12
Supp
ort a
utom
atic
dis
conn
ect/r
econ
nect
/lim
iting
eve
nts b
ased
on
conf
igur
able
rule
s (e.
g. sc
hedu
ling,
cu
stom
er c
lass
, ext
rem
e w
eath
er, t
ariff
). FR
6.1.
4.9.
13
Supp
ort s
endi
ng n
otifi
catio
n m
essa
ges t
o an
in-h
ome/
busi
ness
dev
ice
info
rmin
g cu
stom
er o
f im
pend
ing/
sche
dule
d di
scon
nect
or s
ervi
ce li
miti
ng e
vent
(inc
ludi
ng d
ate
and
time
of sc
hedu
led
even
t).
FR
6.1.
4.9.
14
Allo
w fo
r ele
ctric
serv
ice
disc
onne
cts a
nd e
lect
ric se
rvic
e lim
iting
eve
nts t
o be
prio
ritiz
ed, s
ched
uled
, and
ba
lanc
ed th
roug
hout
the
day.
(e.g
. to
avoi
d la
rge
volu
mes
of d
isco
nnec
ts o
ccur
ring
at th
e sa
me
time)
. FR
6.1.
4.10
Su
b-m
eter
ing
6.1.
4.10
.1
HES
shal
l be
capa
ble
of su
ppor
ting
Sub-
Met
erin
g fo
r up
to te
n (1
0) S
ub-M
eter
s via
gro
upin
g of
met
er re
ads.
FR
6.1.
4.11
D
istr
ibut
ed G
ener
atio
n 6.
1.4.
11.1
A
ble
to re
-pro
gram
met
er re
mot
ely
to su
ppor
t bi-d
irect
iona
l or n
et m
eter
ing.
Thi
s re-
prog
ram
min
g ev
ent w
ill
be lo
gged
in th
e m
eter
and
sent
bac
k w
ith th
e ne
xt re
gula
r met
er re
ad.
FR
6.1.
4.11
.2
Rem
otel
y pr
ogra
m th
e m
eter
for b
i-dire
ctio
nal o
r net
ene
rgy
met
erin
g an
d re
ceiv
e ac
know
ledg
emen
t with
in
one
(1) m
inut
e of
requ
est.
PR
6.1.
4.12
D
istr
ibut
ion
Met
erin
g, G
rid
Sens
ors a
nd C
ontr
olle
rs
6.1.
4.12
.1
Col
lect
read
s fro
m d
istri
butio
n m
eter
s at l
east
onc
e pe
r day
.PR
6.1.
4.12
.2
Req
uest
dis
tribu
tion
met
er re
ads o
n de
man
d.FR
6.1.
4.12
.3
Rec
ord
the
sour
ce, t
ype,
and
ID o
f all
dist
ribut
ion
syst
em d
evic
es in
clud
ing
dist
ribut
ion
met
er, g
rid se
nsor
an
d co
ntol
ler d
ata.
FR
6.1.
4.12
.4
Iden
tify
dist
ribut
ion
met
ers,
grid
sens
ors a
nd c
ontro
llers
that
did
not
send
requ
este
d re
ad d
ata.
FR6.
1.4.
12.5
Su
ppor
t all
AM
I sch
edul
ing,
dia
gnos
tic, l
oggi
ng, r
epor
ting
and
prio
ritiz
atio
n fu
nctio
nalit
y fo
r dis
tribu
tion
met
ers,
grid
sens
ors a
nd c
ontro
llers
to th
e ex
tent
that
the
dist
ribut
ion
devi
ces s
uppo
rt th
ose
func
tions
. FR
6.1.
4.12
.6
Acc
omm
odat
e se
lf re
gist
erin
g an
d no
n-se
lf re
gist
erin
g di
strib
utio
n m
eter
s, gr
id se
nsor
s and
con
trolle
rs.
FR
6.1.
4.13
O
utag
e D
etec
tion
6.1.
4.13
.1
All
met
ers a
nd d
istri
butio
n gr
id d
evic
es sh
all b
e ab
le to
com
mun
icat
e en
ergi
zed
stat
us (i
.e. h
as v
olta
ge).
FR
6.1.
4.13
.2
Det
ect a
nd c
omm
unic
ate
a po
wer
out
age
at th
e pr
emis
es p
rior t
o co
mm
unic
atio
ns lo
ss (l
ast g
asp)
by
met
ers,
and
if su
ppor
ted
by d
istri
butio
n de
vice
s.FR
R
FP-S
C-S
VPD
CC
S-01
16
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.13
.3
Mon
itor a
nd lo
g th
e du
ratio
n of
pow
er o
utag
es o
f all
met
ers a
nd d
istri
butio
n de
vice
s ass
ocia
ted
with
a F
AN
C
ontro
ller/C
olle
ctor
for l
ater
stat
istic
al a
naly
sis.
FR
6.1.
4.14
T
ampe
r D
etec
tion
6.1.
4.14
.1
Det
ect p
hysi
cal t
ampe
ring,
such
as,
seal
tam
perin
g, m
eter
ring
rem
oval
, cas
e/co
ver r
emov
al, m
eter
rem
oval
, et
c. G
ener
ate
a ta
mpe
r eve
nt a
larm
.FR
6.1.
4.14
.2
For e
ach
tam
per e
vent
, the
met
er sh
all,
at a
min
imum
, tra
nsm
it an
d lo
cally
log
the
follo
win
g in
form
atio
n:
1. E
vent
Tim
esta
mp
2. T
ampe
r sta
tus (
even
t typ
e)
3. M
eter
/Dev
ice
ID
FR
6.1.
4.14
.3
Com
mun
icat
e ta
mpe
r eve
nts t
o th
e H
ES a
s soo
n as
they
occ
ur (w
hen
poss
ible
). If
the
met
er/d
evic
e is
una
ble
to c
omm
unic
ate
at th
e tim
e th
e ta
mpe
r eve
nt is
det
ecte
d, m
eter
/dev
ice
shal
l sto
re ta
mpe
r eve
nts a
nd tr
ansm
it th
em w
hen
met
er c
omm
unic
atio
ns a
re re
-est
ablis
hed
to H
ES o
r loc
ally
to F
ield
Too
l.
FR
6.1.
4.14
.4
Tam
per e
vent
s sha
ll be
sent
with
a h
ighe
r prio
rity
than
nor
mal
stat
us m
essa
ges.
FR6.
1.4.
14.5
H
ES to
col
lect
and
log
all t
ampe
r det
ectio
n ev
ents
sent
by
met
ers (
logg
ed w
ith e
vent
tim
esta
mp,
tam
per
even
t typ
e, a
nd m
eter
/dev
ice
ID).
FR
6.1.
4.15
Po
wer
Qua
lity
6.1.
4.15
.1
Rec
ord
and
repo
rt m
omen
tary
pow
er in
terr
uptio
ns p
er IE
EE 1
159/
IEC
610
00-4
-30
stan
dard
s.FR
6.1.
4.16
Se
cure
Com
mun
icat
ions
6.
1.4.
16.1
D
escr
ibe
Res
pond
er’s
met
hod
for d
esig
n an
d im
plem
enta
tion
of e
nd-to
-end
syst
em se
curit
y. D
iscu
ss
secu
rity
upgr
ade
proc
esse
s to
hard
war
e, so
ftwar
e, c
omm
unic
atio
n m
essa
ges a
nd d
evic
es.
Iden
tify
appl
icab
le
impl
emen
tatio
n of
secu
rity
stan
dard
s inc
ludi
ng A
MIS
ec S
ecur
ity R
equi
rem
ents
Spe
cific
atio
n. A
ddre
ss e
ach
of th
e ite
ms l
iste
d be
low
.
FR
6.1.
4.16
.2
Aut
hent
icat
ion
- Est
ablis
h th
e va
lidity
of t
he o
rigin
ator
of a
tran
smis
sion
or m
essa
ge. P
rovi
de se
cure
co
mm
unic
atio
n m
echa
nism
and
con
figur
able
aut
hent
icat
ion
capa
bilit
ies t
o pr
otec
t aga
inst
Spo
ofin
g, M
an in
th
e M
iddl
e, re
play
atta
cks,
etc.
FR
6.1.
4.16
.3
Aut
horiz
atio
n –
Prov
ide
verif
icat
ion
of a
n in
divi
dual
’s ri
ght t
o ac
cess
spec
ific
syst
em re
sour
ces.
Aut
horiz
e al
l com
mun
icat
ions
on
the
AM
I net
wor
k (u
tility
and
3rd
par
ty m
essa
ging
) and
reje
ct a
nd lo
g m
essa
ges
rece
ived
from
una
utho
rized
syst
ems/
devi
ces.
This
incl
udes
mes
sage
s bei
ng tr
ansp
orte
d on
bac
khau
l net
wor
k W
AN
and
acr
oss F
AN
.
FR
6.1.
4.16
.4
Con
fiden
tialit
y - P
rovi
de a
ssur
ance
that
info
rmat
ion
is n
ot d
iscl
osed
to u
naut
horiz
ed p
erso
ns, p
roce
sses
, or
devi
ces.
FR
6.1.
4.16
.5
Dat
a In
tegr
ity -
Prov
ide
assu
ranc
e th
at d
ata
is u
ncha
nged
from
its s
ourc
e an
d ha
s not
bee
n ac
cide
ntal
ly o
r m
alic
ious
ly m
odifi
ed, a
ltere
d, o
r des
troye
d.FR
R
FP-S
C-S
VPD
CC
S-01
17
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.16
.6
Non
-rep
udia
tion
- Pro
vide
ass
uran
ce th
at th
e se
nder
of d
ata
is p
rovi
ded
with
pro
of o
f del
iver
y an
d th
at th
e re
cipi
ent i
s pro
vide
d w
ith p
roof
of t
he se
nder
’s id
entit
y, so
nei
ther
can
late
r den
y ha
ving
pro
cess
ed th
e da
ta.
FR
6.1.
4.16
.7
Ava
ilabi
lity
- Pro
vide
ass
uran
ce th
at a
llow
ing
the
shar
ing
of in
form
atio
n w
ill n
ot c
reat
e si
tuat
ions
in w
hich
au
thor
ized
use
rs a
re d
enie
d se
rvic
e. In
clud
e an
intru
sion
pre
vent
ion
syst
em th
at m
onito
rs c
omm
unic
atio
ns,
infe
rs w
hen
an a
ttack
is o
ccur
ring
and
notif
ies c
ompo
nent
s of t
he A
MI S
olut
ion
to ta
ke a
ctio
n. It
may
als
o ta
ke d
irect
act
ion
to b
lock
mal
icio
us tr
affic
and
mal
form
ed m
essa
ges.
FR
6.1.
4.17
Sy
stem
Per
form
ance
Req
uire
men
ts
6.1.
4.17
.1
Prov
ide
full
syst
em h
igh
avai
labi
lity
(99.
9%).
PR6.
1.4.
17.2
Pr
ovid
e a
secu
re c
omm
unic
atio
n m
echa
nism
and
con
figur
able
aut
hent
icat
ion
capa
bilit
ies t
o pr
otec
t aga
inst
Sp
oofin
g, M
an in
the
Mid
dle,
repl
ay a
ttack
s, et
c.PR
6.1.
4.17
.3
Hav
e ad
equa
te o
nlin
e da
ta st
orag
e ca
paci
ty to
ulti
mat
ely
supp
ort t
he sc
alab
ility
requ
irem
ents
indi
cate
d in
re
quire
men
t 6.1
.0.
PR
6.1.
4.17
.4
Rec
eive
, log
, and
retu
rn re
ques
ts fo
r on-
dem
and
met
er d
ata
(up
to 2
4 ho
urs o
f dat
a) w
ithin
60
seco
nds o
f the
m
eter
rece
ipt.
PR
6.1.
4.17
.5
Rec
eive
, log
, and
retu
rn re
ques
ts fo
r on-
dem
and
met
er d
ata
(up
to 4
5 da
ys o
f dat
a) w
ithin
5 m
inut
es o
f the
m
eter
rece
ipt.
PR
6.1.
4.17
.6
Issu
e an
d re
ceiv
e re
sults
for o
n-de
man
d re
ad re
ques
ts fr
om th
e m
eter
with
in te
n (1
0) se
cond
s, 80
% o
f the
tim
e, b
ut a
t no
time
long
er th
an 3
0 se
cond
s. PR
6.1.
4.17
.7
HES
shal
l tra
nsm
it en
ergy
rela
ted
info
rmat
ion
over
FA
N C
ontro
ller/C
olle
ctor
to p
rem
ises
met
er d
ispl
ay
devi
ce w
ithin
one
(1) m
inut
e.
PR
6.1.
4.17
.8
Det
ect i
f any
net
wor
k co
mpo
nent
s are
not
resp
ondi
ng w
ithin
the
follo
win
g in
terv
als b
ased
on
the
num
ber o
f m
eter
s aff
ecte
d (th
e fo
llow
ing
are
estim
ates
onl
y - d
iffer
ent n
etw
ork
topo
logi
es w
ill re
sult
in d
iffer
ent
valu
es):
1.<
200
met
ers -
nex
t rea
d 2.
200
- 100
0 m
eter
s - w
ithin
six
(6) h
ours
3.
1000
- 50
00 m
eter
s - w
ithin
one
(1) h
our
4.5k
- 20
k m
eter
s - w
ithin
15
min
utes
5.
20k
- 50k
met
ers -
with
in o
ne (1
) min
ute
PR
6.1.
4.17
.9
Rem
otel
y pe
rfor
m a
met
er, d
istri
butio
n de
vice
or F
AN
Con
trolle
r/Col
lect
or c
omm
unic
atio
n te
st (t
estin
g pa
ram
eter
s sha
ll be
con
figur
able
) and
rece
ive
resu
lts w
ithin
60
seco
nds.
PR
6.1.
4.17
.10
Send
safe
ty/s
ervi
ce fa
ilure
eve
nts w
ithin
five
(5) m
inut
es o
f det
ectio
n.
PR
6.1.
4.17
.11
Allo
w a
utho
rized
SV
P em
ploy
ees (
whi
le o
n-si
te a
t the
cus
tom
er p
rem
ises
) to
oper
ate
the
serv
ice
disc
onne
ct/re
conn
ect s
witc
h im
med
iate
ly (r
egar
dles
s of i
nter
val)
or to
sche
dule
a c
onne
ct/d
isco
nnec
t for
a
futu
re in
terv
al.
PR
6.1.
4.17
.12
Supp
ort d
eliv
ery
of d
isco
nnec
t/rec
onne
ct e
vent
mes
sage
s to
the
met
er th
at a
re p
ersi
sten
t unt
il th
e m
eter
ac
know
ledg
es e
vent
stat
us o
r the
eve
nt is
end
ed.
PR
R
FP-S
C-S
VPD
CC
S-01
18
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.1.
4.17
.13
Supp
ort t
rans
mitt
ing
rem
ote
disc
onne
ct/ r
econ
nect
/lim
iting
com
man
ds to
the
met
er a
nd th
e co
mm
and
be
exec
uted
with
in 6
0 se
cond
s of t
he re
ques
t bei
ng se
nt.
PR
6.1.
4.17
.14
Aut
omat
ical
ly re
try tr
ansm
ittin
g di
scon
nect
/reco
nnec
t eve
nts t
o th
e m
eter
if it
doe
s not
rece
ive
an
ackn
owle
dgem
ent w
ithin
60
seco
nds o
f the
orig
inal
tran
smis
sion
. PR
6.1.
4.17
.15
Hig
h pr
iorit
y m
essa
ges e
xcha
nged
bet
wee
n th
e H
ead-
End
Syst
em a
nd p
rem
ises
and
/or f
ield
dev
ices
will
be
deliv
ered
in 1
0 se
cond
s 80%
of t
he ti
me,
but
in n
o ca
se lo
nger
than
one
(1) m
inut
e.
PR
6.1.
4.17
.16
Med
ium
prio
rity
mes
sage
s exc
hang
ed b
etw
een
the
Hea
d-En
d Sy
stem
and
pre
mis
es a
nd/o
r fie
ld d
evic
es w
ill
be d
eliv
ered
in 3
0 se
cond
s 80%
of t
he ti
me,
but
in n
o ca
se lo
nger
than
two
min
utes
. PR
6.1.
4.17
.17
Low
prio
rity
mes
sage
s exc
hang
ed b
etw
een
the
Hea
d-En
d Sy
stem
and
pre
mis
es a
nd/o
r fie
ld d
evic
es w
ill b
e de
liver
ed in
one
min
utes
80%
of t
he ti
me,
but
in n
o ca
se lo
nger
than
five
min
utes
. PR
6.1.
4.17
.18
Bes
ides
the
failu
re ra
te d
ata
requ
este
d fo
r met
ers a
nd F
AN
Con
trolle
r/Col
lect
ors a
bove
, pro
vide
eng
inee
ring
stat
istic
al c
alcu
latio
ns fo
r: 1.
Met
er a
nd d
istri
butio
n sy
stem
dev
ice
inst
alla
tion/
regi
stra
tion
failu
res
2.M
eter
read
failu
res
3.Su
cces
s rat
e fo
r sys
tem
end
-to-e
nd c
onne
ctiv
ity p
rovi
ded
all h
ardw
are
oper
atio
nal (
i.e. n
umbe
r of
mes
sage
s suc
cess
fully
tran
smitt
ed fr
om H
ES, s
ucce
ssfu
lly re
ceiv
ed b
y en
d de
vice
via
FA
N
Con
trolle
r/Col
lect
or, s
ucce
ssfu
lly a
ckno
wle
dged
by
devi
ce b
ack
to H
ES v
ia F
AN
Con
trolle
r/Col
lect
or)
PR
6.1.
4.14
.19
Tran
smit
spec
ific
even
t and
acc
ount
info
rmat
ion
to M
DM
S w
ithin
60
seco
nds o
f rec
eipt
from
the
met
er,
dist
ribut
ion
devi
ce, F
AN
Con
trolle
r/Col
lect
or o
r HES
. PR
6.2
OPT
ION
AL
/FU
TU
RE
FU
NC
TIO
NA
L R
EQ
UIR
EME
NT
S
6.2.
1 M
eter
s - E
lect
ric
6.2.
1.1
Con
figur
e w
ith a
ppro
pria
te ta
riff/r
ate
prog
ram
at i
nsta
llatio
n tim
e (u
pdat
ed fr
om d
efau
lt co
nfig
urat
ion)
. FR
6.
2.1.
2 R
emot
ely
conf
igur
e to
reco
rd th
e cu
stom
er's
curr
ent r
ate
sche
dule
so th
at it
can
be
disp
laye
d on
a p
rem
ises
de
vice
and
/or m
eter
dis
play
.FR
6.2.
1.3
Mea
sure
har
mon
ics l
evel
dat
a ac
cord
ing
to IE
C 6
1000
-4-7
and
IEEE
519
for v
olta
ge a
nd c
urre
nt.
PR6.
2.1.
4 M
onito
r vol
tage
in o
rder
to d
etec
t an
RM
S (R
oot M
ean
Squa
re) v
olta
ge v
aria
tion
acco
rdin
g to
IEC
610
00-4
-30
and
IEEE
115
9 st
anda
rds.
Det
ect a
nd lo
g R
MS
varia
tion
base
d on
mag
nitu
de, d
urat
ion,
and
dire
ctio
n.
(per
pha
se, a
ggre
gate
) A
ble
to m
easu
re R
MS
varia
tion
at th
e cu
stom
er si
te in
ord
er to
det
ect t
he o
rigin
of a
n R
MS
varia
tion
(Cus
tom
er si
de o
r Net
wor
k si
de).
FR
6.2.
1.5
Allo
w o
n de
man
d re
triev
al o
f pow
er q
ualit
y da
ta in
clud
ing
deta
iled
RM
S va
riatio
n ev
ents
and
det
aile
d ha
rmon
ics i
nfor
mat
ion
both
rem
otel
y to
HES
via
FA
N, a
nd lo
cally
with
Fie
ld T
ool b
y au
thor
ized
SV
P em
ploy
ees.
FR
6.2.
1.6
Cor
rela
te ta
mpe
r eve
nts w
ith p
lann
ed m
eter
mai
nten
ance
.FR
6.2.
1.7
Cap
able
of s
torin
g an
d re
turn
ing
even
t bas
ed p
ower
qua
lity
info
rmat
ion
until
read
. D
ata
to p
ersi
st u
ntil
over
writ
ten.
FR
R
FP-S
C-S
VPD
CC
S-01
19
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.2.
1.8
Send
all
met
er d
ispl
ay in
form
atio
n an
d m
essa
ges t
o th
e cu
stom
er lo
cal d
ispl
ay d
evic
e (th
e de
vice
mus
t mee
t SV
P st
anda
rds –
see
6.1.
1.1
abov
e).
FR
6.2.
1.9
Prov
ide
date
and
tim
e in
"lo
cal t
ime,
" di
spla
ying
the
time
in P
acifi
c D
aylig
ht T
ime
or P
acifi
c St
anda
rd T
ime
as a
ppro
pria
te.
FR
6.2.
1.10
R
emot
ely
conf
igur
e to
reco
rd th
e cu
stom
er's
curr
ent b
ill c
ycle
sche
dule
(sta
rt/en
d da
te a
nd n
umbe
r of d
ays)
so
that
it c
an b
e di
spla
yed
on a
loca
l dis
play
dev
ice
and/
or m
eter
dis
play
.FR
6.2.
1.11
A
ble
to d
ispl
ay p
endi
ng, a
ctiv
e an
d en
ded
even
t mes
sage
s. In
clud
e th
e ev
ent t
ype,
eve
nt sc
hedu
le d
ate/
time
(sta
rt an
d en
d), h
ourly
/tim
e-of
-use
pric
ing
and
cust
omer
cos
t.FR
6.2.
1.12
A
ble
to d
ispl
ay th
e da
te a
nd ti
me
(loca
l tim
e) w
hen
the
even
t inf
orm
atio
n w
as la
st re
ceiv
ed/u
pdat
ed lo
cally
. D
ata
to p
ersi
st u
ntil
over
writ
ten.
(e.g
. eve
nt n
otifi
catio
n re
ceiv
ed m
m/d
d/yy
, 10:
00 a
.m.).
FR
6.2.
1.13
Tr
ansm
it ut
ility
mes
sage
s and
/or e
nerg
y in
form
atio
n to
a d
ispl
ay d
evic
e an
d/or
load
con
trol e
quip
men
t with
in
ten
(10)
seco
nds o
f bei
ng re
ceiv
ed o
r rec
orde
d by
the
met
er.
PR
6.2.
1.14
Ex
ecut
e an
d lo
g lo
cal m
eter
dis
play
pro
visi
onin
g an
d co
nfig
urat
ion
requ
ests
.FR
6.2.
1.15
R
emot
ely
conf
igur
able
to c
usto
miz
e cu
stom
er in
divi
dual
info
rmat
ion
attri
bute
s as a
vaila
ble
for d
ispl
ay.
FR6.
2.1.
16
Com
plet
e re
mot
ely
initi
ated
met
er d
ispl
ay c
onfig
urat
ion
requ
ests
with
in 6
0 se
cond
s of b
eing
rece
ived
.PR
6.2.
1.17
R
emot
ely
conf
igur
able
to re
cord
the
ener
gy c
onsu
med
and
gen
erat
ed in
kW
h, in
tim
e-of
-use
(TO
U) p
erio
ds,
for e
nerg
y co
nsum
ed a
nd g
ener
ated
with
in th
e cu
rren
t bill
cyc
le so
that
it c
an b
e di
spla
yed
on a
pre
mis
es
devi
ce a
nd/o
r met
er d
ispl
ay.
FR
6.2.
1.18
R
emot
ely
conf
igur
able
to re
cord
the
peak
dem
and
in k
W (c
onsu
med
and
gen
erat
ed) r
ecor
ded
to d
ate
in th
e cu
rren
t bill
cyc
le w
ith th
e da
te/ti
me
it oc
curr
ed so
that
it c
an b
e di
spla
yed
on a
pre
mis
es d
evic
e an
d/or
met
er
disp
lay.
FR
6.2.
1.19
R
emot
ely
conf
igur
e to
dis
play
con
sum
ptio
n (e
.g. W
H o
r kW
h) fo
r the
last
com
plet
ed re
cord
ing
inte
rval
. D
ispl
ay o
n m
eter
loca
l dis
play
or p
rem
ises
dev
ice.
FR
6.2.
1.20
R
emot
ely
conf
igur
e to
dis
play
cus
tom
er in
stan
tane
ous d
eman
d (e
.g. W
or k
W) s
o th
at it
can
be
disp
laye
d on
m
eter
loca
l dis
play
or p
rem
ises
dev
ice.
FR
6.2.
1.21
R
emot
ely
conf
igur
e to
reco
rd a
nd d
ispl
ay th
e cu
stom
er in
stan
tane
ous v
olts
, am
ps a
nd V
AR
s. D
ispl
ay o
n m
eter
loca
l dis
play
or p
rem
ises
dev
ice.
FR
6.2.
1.22
R
epor
t res
tora
tion
info
rmat
ion
(vol
tage
qua
lity
and
quan
tity)
.FR
6.2.
1.23
M
eter
dis
conn
ect/r
econ
nect
switc
h sh
all b
e ab
le to
be
conf
igur
ed to
ope
n du
ring
an o
verv
olta
ge e
vent
whe
n ce
rtain
set t
hres
hold
s are
reac
hed.
Con
figur
atio
n th
resh
olds
shou
ld in
clud
e m
axim
um v
olta
ge a
nd d
urat
ion
of
that
vol
tage
to tr
igge
r dis
conn
ects
.
FR
6.2.
1.24
A
ble
to re
conn
ect a
utom
atic
ally
(i.e
. clo
se d
isco
nnec
t/rec
onne
ct sw
itch)
afte
r vol
tage
has
retu
rned
to a
nd
rem
aine
d w
ithin
con
figur
able
vol
tage
thre
shol
ds fo
r a c
onfig
urab
le a
mou
nt o
f tim
e (e
.g. v
olta
ge is
with
in
limits
and
rem
aine
d ab
ove
90%
of n
omin
al v
olta
ge fo
r at l
east
thre
e se
cond
s).
Rec
onne
ctio
n tim
e to
be
rand
omiz
ed to
pre
vent
all
load
from
retu
rnin
g si
mul
tane
ousl
y.
FR
R
FP-S
C-S
VPD
CC
S-01
20
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.2.
2 FA
N C
ontr
olle
r/C
olle
ctor
6.
2.2.
1 R
etrie
ve lo
gs o
n de
man
d fr
om m
eter
s and
all
FAN
Con
trolle
r/Col
lect
or c
ompo
nent
s (in
clud
ing
prem
ises
ga
tew
ays)
with
in 6
0 se
cond
s of t
he re
ques
t. PR
6.2.
2.2
Iden
tify
the
prob
able
cau
se o
f a c
omm
unic
atio
ns fa
ilure
with
in th
e FA
N C
ontro
ller/C
olle
ctor
. FR
6.2.
3 H
ead-
End
Sys
tem
6.
2.3.
1 C
omm
unic
ate
even
t mes
sage
s to
500
AM
I met
ers w
ithin
ten
(10)
seco
nds.
PR
6.2.
3.2
Com
mun
icat
e ev
ent m
essa
ges t
o al
l AM
I met
ers w
ithin
one
(1) m
inut
e.
PR
6.2.
3.3
Crit
ical
mes
sage
s exc
hang
ed b
etw
een
the
HES
and
met
er/d
istri
butio
n de
vice
s will
be
deliv
ered
in te
n (1
0)
seco
nds.
PR
6.2.
3.4
HES
shal
l aut
omat
ical
ly re
bala
nce
defa
ult m
eter
read
gro
ups o
n a
perio
dic
basi
s in
orde
r to
bala
nce/
optim
ize
the
over
all m
eter
read
sche
dule
per
form
ance
. R
ebal
anci
ng sh
all b
e ac
com
plis
hed
by a
utom
atic
ally
sele
ctin
g m
eter
s fro
m "
over
" com
mitt
ed g
roup
s and
real
loca
ting
them
to o
ne o
r mor
e "u
nder
" com
mitt
ed g
roup
s for
m
axim
um d
efau
lt sc
hedu
led
read
eff
icie
ncy.
FR
6.2.
3.5
HES
shal
l rec
ord
the
resu
lts o
f rea
d gr
oup
anal
ysis
and
the
resu
lting
act
ions
take
n.
FR6.
2.3.
6 R
eque
st a
nd re
ceiv
e re
sults
from
HES
for a
n au
tom
atic
ally
initi
ated
gro
up o
n de
man
d re
ad.
FR
6.2.
3.7
HES
shal
l com
mun
icat
e in
form
atio
nal m
essa
ges i
n En
glish
or S
pani
sh la
ngua
ge, c
onfig
urab
le b
y cu
stom
er
pref
eren
ce.
FR
6.2.
3.8
HES
shal
l prio
ritiz
e al
l mes
sage
s (ev
ent a
nd in
form
atio
nal)
that
are
sent
to th
e m
eter
, cus
tom
er's
HA
N
devi
ces (
disp
lay,
load
con
trol,
etc.
), an
d ot
her c
usto
mer
des
igna
tions
such
as e
-mai
l, ce
ll ph
ones
, etc
. (c
usto
mer
dis
play
dev
ices
mus
t mee
t SV
P st
anda
rds)
.
FR
6.2.
3.9
HES
shal
l sup
port
mul
tiple
mes
sage
prio
ritiz
atio
n sc
hem
es.
Each
sche
me
will
supp
ort p
riorit
izin
g an
d lim
iting
mes
sage
s (ev
ent a
nd in
form
atio
nal)
by e
nd d
evic
e, m
essa
ge ty
pe, s
ourc
e an
d de
stin
atio
n. T
he
prio
rity
and
limits
by
clas
s, so
urce
and
des
tinat
ion
shal
l be
conf
igur
able
by
the
utili
ty.
FR
6.2.
3.10
H
ES sh
all e
nabl
e al
ertin
g w
hen
conf
igur
ed m
essa
ging
lim
itatio
ns a
re e
xcee
ded.
FR
6.2.
3.11
Se
nd a
n al
arm
/eve
nt to
the
AM
I Sol
utio
n op
erat
or w
hen
a co
nfig
urab
le n
umbe
r of c
onse
cutiv
e co
mm
unic
atio
ns li
nk fa
ilure
s are
det
ecte
d (e
.g. t
hree
con
secu
tive
link
failu
res)
. FR
6.2.
3.12
In
terf
ace
with
the
Out
age
Man
agem
ent S
yste
m (O
MS)
to p
rovi
de o
utag
e/ re
stor
atio
n in
form
atio
n fr
om th
e A
MI S
olut
ion
for m
any
met
ers o
ver a
shor
t per
iod
of ti
me.
Sys
tem
shal
l be
99.9
% a
ccur
ate
in re
porti
ng
outa
ges s
o th
at re
pair
crew
s can
be
disp
atch
ed to
the
corr
ect l
ocat
ions
.
FR
6.2.
3.13
R
epor
t out
age/
rest
orat
ion
info
rmat
ion
to O
MS
with
in 1
-5 m
inut
es.
PR
6.2.
3.14
En
able
har
mon
ics d
ata
colle
ctio
n th
at fo
llow
s IEC
610
00-4
-30
(Cla
ss B
and
IEEE
519
) sta
ndar
ds.
PR
R
FP-S
C-S
VPD
CC
S-01
21
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.2.
4 Pr
emis
es G
atew
ay –
Hom
e A
rea
Net
wor
k (H
AN
)
6.2.
4.1
Cap
able
of s
uppo
rting
a H
AN
. PR
6.2.
4.2
Phys
ical
ly lo
cate
d un
der t
he c
over
of t
he m
eter
.PR
6.2.
4.3
Tim
e-sy
nchr
oniz
ed w
ith a
n ex
tern
al ti
me
sour
ce a
t lea
st o
nce
per d
ay.
FR6.
2.4.
4 R
emot
ely
test
com
mun
icat
ions
with
cus
tom
er d
evic
es a
ttach
ed to
a H
AN
. FR
6.
2.4.
5 Se
cure
ly ro
ute
mes
sage
s bet
wee
n th
e FA
N a
nd th
e cu
stom
er's
HA
N fo
r the
pur
pose
of
mon
itorin
g/co
ntro
lling
/pro
gram
min
g cu
stom
er d
evic
es.
FR
6.2.
4.6
Rec
eive
eve
nt m
essa
ges f
rom
HA
N d
evic
es (e
.g. c
usto
mer
's lo
cal d
ispl
ay d
evic
e) a
nd se
cure
ly ro
ute
them
th
roug
h th
e FA
N.
FR
6.2.
4.7
Req
uire
uni
que
IDs f
or H
AN
-con
nect
ed c
usto
mer
equ
ipm
ent t
o en
able
rem
ote
com
mun
icat
ions
bet
wee
n th
e ut
ility
and
spec
ific
cust
omer
equ
ipm
ent.
FR
6.2.
4.8
Det
ect f
ailu
res i
n co
mm
unic
atin
g w
ith su
bscr
ibed
HA
N d
evic
es a
nd re
port
exce
ptio
ns to
the
HES
.FR
6.2.
4.9
Secu
rely
rout
e m
essa
ges b
etw
een
the
utili
ty to
and
from
cus
tom
er G
ener
atio
n C
ontro
l Equ
ipm
ent
whi
ch is
pa
rt of
the
cust
omer
's B
uild
ing
Man
agem
ent S
yste
m (B
MS)
incl
udin
g:
1.In
crea
se/d
ecre
ase
dem
and
2.In
crea
se/d
ecre
ase
gene
ratio
n 3.
Incr
ease
/dec
reas
e V
AR
s
A
ny o
f the
se re
ques
ts m
ay sp
ecify
a ti
me
perio
d fo
r whi
ch to
per
form
the
oper
atio
n or
an
"und
o" c
omm
and.
Th
is is
the
"gen
erat
ion
disp
atch
" fun
ctio
nalit
y.
FR
6.2.
4.10
D
iffer
entia
te b
etw
een
mul
tiple
indi
vidu
al g
ener
ator
s at a
cus
tom
er si
te o
ver H
AN
.FR
6.2.
4.11
Lo
g m
essa
ges s
ent b
etw
een
the
HES
and
the
HA
N c
onne
cted
dev
ices
via
Pre
mis
es G
atew
ay o
ver F
AN
.FR
6.2.
4.12
Se
nd H
AN
dev
ice
mes
sage
log
info
rmat
ion
to th
e H
ES a
ccor
ding
to a
regu
lar s
ched
ule
(con
figur
able
fr
eque
ncy)
or o
n de
man
d vi
a Pr
emis
es G
atew
ay o
ver F
AN
.FR
6.2.
4.13
C
onfig
urab
le to
imm
edia
tely
repo
rt ce
rtain
mes
sage
s/ev
ents
(bas
ed o
n m
essa
ge/e
vent
type
) to
the
HES
in
real
-tim
e up
on b
eing
reco
rded
.FR
6.2.
4.14
R
emot
ely
requ
est s
elf-
test
of c
usto
mer
equ
ipm
ent t
hat i
s acc
essi
ble
over
cus
tom
er H
AN
(if s
uppo
rted
by
cust
omer
equ
ipm
ent).
FR
6.2.
4.15
En
able
cus
tom
er n
otifi
catio
n of
com
mun
icat
ion
stat
us w
ith H
AN
dev
ices
with
in tw
o (2
) min
utes
of e
nrol
ling
them
. PR
6.2.
4.16
In
terf
ace
with
wat
er m
eter
s via
the
Prem
ises
Gat
eway
at t
he w
ater
met
er's
prem
ises
loca
tion
or v
ia a
ny o
ther
Pr
emis
es G
atew
ay a
s an
alte
rnat
e to
dire
ct in
terf
ace
with
the
AM
I com
mun
icat
ion
netw
ork.
FR
6.2.
4.17
Fi
eld
Tool
shal
l be
capa
ble
of te
stin
g th
e H
AN
inte
rfac
e on
the
met
er.
FR
6.2.
4.18
Su
ppor
t a re
mot
ely
or lo
cally
initi
ated
test
of H
AN
ope
ratio
nal s
tatu
s. FR
R
FP-S
C-S
VPD
CC
S-01
22
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.2.
5 D
eman
d R
espo
nse
(DR
) 6.
2.5.
1 A
MI S
olut
ion
shal
l be
able
to in
terf
ace
to D
R S
yste
m.
FR
6.2.
5.2
AM
I Sol
utio
n sh
all b
e ab
le to
aut
omat
ical
ly la
unch
and
term
inat
e de
man
d re
spon
se e
vent
s, on
ce it
has
re
ceiv
ed th
e ev
ent m
essa
ge b
y th
e H
ES.
FR
6.2.
5.3
AM
I Sol
utio
n sh
all b
e ab
le to
rece
ive
and
proc
ess d
eman
d re
spon
se e
vent
can
cella
tions
or r
esch
edul
e m
essa
ges.
FR
6.2.
5.4
AM
I Sol
utio
n sh
all b
e ab
le to
log
dem
and
resp
onse
eve
nts a
nd se
nd a
ckno
wle
dgem
ent o
f suc
cess
ful
proc
essi
ng to
DR
Sys
tem
.FR
R
FP-S
C-S
VPD
CC
S-01
23
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.3
MA
ND
AT
OR
Y T
EC
HN
ICA
L R
EQU
IRE
ME
NT
S 6.
3.0
Stan
dard
s and
Rec
omm
ende
d Pr
actic
es
6.
3.0.
1 R
espo
nder
s are
to in
dica
te w
hich
stan
dard
s tha
t the
ir pr
oduc
ts a
nd sy
stem
s con
form
with
, and
how
thei
r sys
tem
im
plem
ents
reco
mm
ende
d be
st p
ract
ices
.
FR
6.3.
0.2
Res
pond
ers a
re to
indi
cate
thei
r sup
port/
impl
emen
tatio
n pl
ans f
or a
dopt
ed N
IST
Inte
rope
rabi
lity
Stan
dard
s inc
ludi
ng:
Stan
dard
App
licat
ion
AM
I-SE
C S
yste
m S
ecur
ity
Req
uire
men
ts
Adv
ance
d m
eter
ing
infr
astru
ctur
e (A
MI)
and
Sm
art
Grid
end
-to-e
nd se
curit
y A
NSI
C12
.19/
MC
1219
R
even
ue m
eter
ing
info
rmat
ion
mod
el
BA
Cne
t AN
SI A
SHR
AE
135-
2008
/ISO
164
84-5
B
uild
ing
auto
mat
ion
DN
P3
Subs
tatio
n an
d fe
eder
dev
ice
auto
mat
ion
IEC
608
70-6
/ TA
SE.2
In
ter-
cont
rol c
ente
r com
mun
icat
ions
IE
C 6
1850
Su
bsta
tion
auto
mat
ion
and
prot
ectio
n IE
C 6
1968
/619
70
App
licat
ion
leve
l ene
rgy
man
agem
ent s
yste
m
inte
rfac
es
IEC
623
51 P
arts
1-8
In
form
atio
n se
curit
y fo
r pow
er sy
stem
con
trol
oper
atio
ns
IEEE
C37
.118
Ph
asor
mea
sure
men
t uni
t (PM
U) c
omm
unic
atio
ns
IEEE
154
7 Ph
ysic
al a
nd e
lect
rical
inte
rcon
nect
ions
bet
wee
n ut
ility
and
dis
tribu
ted
gene
ratio
n (D
G)
IEEE
168
6-20
07
Secu
rity
for i
ntel
ligen
t ele
ctro
nic
devi
ces (
IED
s)
NER
C C
IP 0
02-0
09
Cyb
er se
curit
y st
anda
rds f
or th
e bu
lk p
ower
syst
em
NIS
T Sp
ecia
l Pub
licat
ion
(SP)
80
0-53
, NIS
T SP
800
-82
Cyb
er se
curit
y st
anda
rds a
nd g
uide
lines
for f
eder
al
info
rmat
ion
syst
ems,
incl
udin
g th
ose
for t
he b
ulk
pow
er sy
stem
O
pen
Aut
omat
ed D
eman
d R
espo
nse
(Ope
n A
DR
) Pr
ice
resp
onsi
ve a
nd d
irect
load
con
trol
Ope
nHA
N
Hom
e A
rea
Net
wor
k de
vice
com
mun
icat
ion,
m
easu
rem
ent,
and
cont
rol
ZigB
ee/H
omeP
lug
Smar
t En
ergy
Pro
file
Hom
e A
rea
Net
wor
k (H
AN
) Dev
ice
Com
mun
icat
ions
an
d In
form
atio
n M
odel
FR
R
FP-S
C-S
VPD
CC
S-01
24
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.3.
1 Sy
stem
Con
figur
atio
n an
d Sc
alab
ility
6.3.
1.1
Supp
ort s
epar
ate
deve
lopm
ent/t
est,
train
ing
and
prod
uctio
n en
viro
nmen
ts.
FR
6.
3.1.
2 Su
ppor
t the
met
er p
opul
atio
ns a
s ind
icat
ed in
requ
irem
ent 6
.1.0
. FR
6.3.
1.3
Scal
able
to su
ppor
t 15
min
ute
inte
rval
read
s fro
m a
ll m
eter
s and
dow
n to
one
(1) m
inut
e fo
r a su
bset
of 2
,000
met
ers.
FR
6.3.
2 Sy
stem
Man
agem
ent
6.3.
2.1
Mon
itor a
nd g
ener
ate
notif
icat
ions
and
ala
rms f
or in
divi
dual
pro
cess
es, g
roup
of p
roce
sses
, and
wor
k or
dat
a flo
ws
with
in th
e sy
stem
to e
nsur
e re
liabl
e op
erat
ion.
FR
6.3.
2.2
Des
crib
e in
det
ail t
he R
espo
nder
s app
roac
h to
: 1)
Bus
ines
s Con
tinui
ty
2)D
isas
ter R
ecov
ery
FR
6.
3.3
Dat
a V
alid
atio
n an
d E
xcep
tion
Han
dlin
g6.
3.3.
1 D
etec
t and
pre
vent
logi
cal d
ata
erro
rs w
hen
the
data
is in
put e
ither
by
user
ent
ry o
r dat
a fil
es im
porte
d fr
om o
ther
sy
stem
s. FR
6.3.
3.2
For a
pplic
atio
ns u
sing
a w
eb-b
ased
use
r int
erfa
ce, t
he sy
stem
shal
l sup
port
valid
atio
n of
all
form
fiel
ds p
roce
ssed
on
a cl
ient
requ
est.
Thi
s will
incl
ude
user
inpu
t fie
lds,
sele
ct o
ptio
ns, c
heck
boxe
s, ra
dio
butto
ns, h
idde
n fie
lds,
valid
dat
a ty
pe, d
ata
leng
th, v
alid
cha
ract
er ra
nges
, etc
.
FR
6.3.
3.3
Any
dat
a er
ror s
hall
not a
ffec
t sys
tem
func
tions
that
are
not
dire
ctly
ass
ocia
ted
with
it.
FR
6.3.
3.4
Gen
erat
e an
err
or c
ode
and
desc
riptio
n w
hich
can
be
used
to h
elp
faci
litat
e de
bugg
ing
end
user
pro
blem
s. Er
ror c
ode
mus
t be
refe
renc
ed to
the
actu
al e
xcep
tion
gene
rate
d.
FR
6.
3.4
Dat
abas
e
6.3.
4.1
App
licat
ion
softw
are
shal
l be
com
patib
le w
ith O
racl
e or
SQ
L Se
rver
. FR
6.3.
4.2
Not
requ
ire D
atab
ase
Adm
inis
trato
r (D
BA
) or s
yste
m le
vel a
utho
rity.
FR
6.
3.4.
3 Su
ppor
t aut
omat
ed d
ata
stor
age
and
retri
eval
. FR
6.3.
4.4
Supp
ort h
ot b
acku
p an
d re
cove
ry o
f its
dat
abas
e, e
ither
incr
emen
tally
or i
n w
hole
, with
out s
topp
ing
any
oper
atio
nal
proc
esse
s. FR
R
FP-S
C-S
VPD
CC
S-01
25
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.3.
5 U
ser
Env
iron
men
t6.
3.5.
1 In
clud
e co
ntex
t sen
sitiv
e on
line
help
. FR
6.3.
5.2
Prov
ide
a w
eb-b
ased
clie
nt fo
r bro
wsi
ng th
e da
ta a
nd m
akin
g ch
ange
s as d
etai
led
in th
e fu
nctio
nal r
equi
rem
ents
ou
tline
d ab
ove.
The
clie
nt sh
ould
supp
ort v
iew
ing
usag
e da
ta, r
ecei
ving
and
ack
now
ledg
ing
even
t not
ifica
tions
and
al
arm
s, in
itiat
ing
and
view
ing
repo
rts, m
odify
ing
conf
igur
atio
ns, a
nd in
itiat
ing
and
upda
ting
serv
ice
requ
ests
. Web
cl
ient
s sho
uld
be c
ompa
tible
with
the
indu
stry
’s le
adin
g br
owse
rs, e
.g. I
nter
net E
xplo
rer,
Fire
fox,
etc
.
FR
6.3.
6 Sy
stem
Con
figur
abili
ty6.
3.6.
1 A
llow
SV
P to
set u
p or
cha
nge
data
val
idat
ion
and
estim
atio
n ru
les,
user
scre
ens,
and
alar
m/e
vent
not
ifica
tions
w
ithou
t mod
ifyin
g so
urce
pro
gram
cod
e an
d w
ithou
t any
pro
prie
tary
lang
uage
skill
s. FR
6.3.
6.2
Incl
ude
a to
olse
t to
mak
e co
nfig
urat
ion
chan
ges t
o re
flect
new
bus
ines
s rul
es fo
r dat
a va
lidat
ion
and
estim
atio
n.
Plea
se in
dica
te th
e ty
pes o
f con
figur
atio
n ch
ange
s tha
t wou
ld re
quire
a sy
stem
rest
art.
FR
6.3.
6.3
Incl
ude
a to
olse
t to
chan
ge fo
rmat
, con
tent
or f
unct
iona
lity
of u
ser s
cree
ns a
nd o
nlin
e he
lp c
onte
nts.
Plea
se in
dica
te
the
type
s of c
onfig
urat
ion
chan
ges t
hat w
ould
requ
ire a
syst
em re
star
t.
FR
6.3.
6.4
Incl
ude
a to
olse
t to
grou
p, p
riorit
ize,
filte
r, an
d se
nd th
e sy
stem
gen
erat
ed a
larm
s and
eve
nts t
o pr
edet
erm
ined
em
ail
addr
esse
s, te
xt p
ager
s, ce
llula
r tex
t mes
sage
s, an
d/or
pho
ne n
umbe
rs. P
leas
e in
dica
te th
e ty
pes o
f con
figur
atio
n ch
ange
s tha
t wou
ld re
quire
a sy
stem
rest
art.
FR
6.
3.7
Rep
ort G
ener
atio
n6.
3.7.
1 D
escr
ibe
the
stan
dard
repo
rts a
nd tr
end
anal
ysis
pro
vide
d vi
a th
e pr
opos
ed H
ES.
FR
6.3.
7.2
Prov
ide
all r
epor
ts a
nd lo
gs a
s ide
ntifi
ed th
roug
hout
all
the
syst
em re
quire
men
ts.
FR
6.3.
7.3
Prov
ide
SVP
with
ad-
hoc
repo
rts a
s nee
ded
(des
crib
e ab
ility
to d
o so
and
typi
cal r
epor
t typ
es).
FR
6.3.
7.4
Allo
w S
VP
to c
onfig
ure
the
repo
rt re
cipi
ent g
roup
s and
send
the
syst
em g
ener
ated
repo
rts to
pre
dete
rmin
ed e
mai
l ad
dres
ses a
nd p
rede
term
ined
stor
age
file
loca
tions
. FR
6.3.
7.5
Allo
w S
VP
to se
t up
or c
hang
e th
e re
port
deliv
erie
s with
out m
odify
ing
sour
ce p
rogr
am c
ode
and
with
out a
ny
prop
rieta
ry la
ngua
ge sk
ills.
FR
6.3.
7.6
Allo
w re
ports
to b
e ge
nera
ted
on d
eman
d an
d/or
via
a sc
hedu
led
proc
ess.
FR
6.3.
7.7
Prov
ide
SVP
oper
atin
g pe
rson
nel w
ith p
erfo
rman
ce a
nd h
ealth
repo
rts o
n de
man
d or
via
a sc
hedu
led
proc
ess.
FR
6.3.
7.8
List
all
supp
orte
d or
pro
vide
d in
dust
ry st
anda
rd re
porti
ng to
ols (
i.e. H
yper
ion,
Cry
stal
, Cog
nos,
Obv
ient
, etc
.).
FR
6.3.
7.9
Con
duct
ana
lysi
s to
iden
tify
asse
ts, s
ervi
ce p
oint
s, an
d ap
plic
atio
ns th
at h
ave
chro
nic
or e
xces
sive
pro
blem
s, re
port
them
, and
supp
ort p
robl
em re
solu
tion
effo
rts to
add
ress
pro
blem
s. FR
R
FP-S
C-S
VPD
CC
S-01
26
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.3.
8 Sy
stem
Adm
inis
trat
ion,
Use
r A
utho
riza
tion
and
Aut
hent
icat
ion
6.3.
8.1
The
syst
em sh
all s
uppo
rt se
cure
acc
ess a
nd a
uthe
ntic
atio
n an
d pe
rmis
sion
-bas
ed fu
nctio
nalit
y fo
r int
erna
l and
ext
erna
l us
ers a
nd A
pplic
atio
n Pr
ogra
mm
ing
Inte
rfac
es (A
PI)s
. FR
6.3.
8.2
The
syst
em sh
all s
uppo
rt sy
stem
adm
inist
ratio
n fo
r est
ablis
hing
use
r acc
ess p
rivile
ges,
pref
erab
ly v
ia th
e us
e of
the
SVP
Act
ive
Dire
ctor
y by
the
Syst
em A
dmin
istra
tor.
FR
6.3.
8.3
The
syst
em sh
all l
og sy
stem
acc
ess a
nd d
atab
ase
trans
actio
ns fo
r all
actio
ns th
roug
hout
the
syst
em.
FR
6.3.
8.4
The
syst
em sh
all s
uppo
rt ca
ptur
ing
user
nam
e, ti
mes
tam
p, su
cces
s/fa
ilure
of t
rans
actio
n, so
urce
IP a
ddre
ss, a
nd
trans
actio
n de
scrip
tion
as p
art o
f the
secu
rity
log
attri
bute
. FR
6.3.
8.5
The
syst
em sh
all n
ot a
llow
adm
inis
trativ
e or
supe
r use
r acc
ess o
ver t
he In
tern
et.
FR
6.3.
8.6
Prov
ide
user
frie
ndly
tool
s for
syst
em a
dmin
istra
tion
func
tion.
FR
6.
3.8.
7 D
escr
ibe
the
syst
em a
dmin
istra
tion
proc
ess.
FR
6.3.
9 In
form
atio
n Pr
otec
tion
and
Enc
rypt
ion
6.3.
9.1
For p
rese
ntat
ion
to e
xter
nal e
nd u
sers
(e.g
., th
e on
line
pres
entm
ent a
pplic
atio
n), t
he sy
stem
shal
l sup
port
the
mas
king
of
sens
itive
dat
a su
ch a
s Soc
ial S
ecur
ity N
umbe
r. O
nly
the
last
few
dig
its w
ill b
e di
spla
yed
on w
eb p
ages
. FR
6.3.
9.2
Supp
ort e
ncry
ptio
n fo
r dat
a in
tran
sit b
etw
een
exte
rnal
Web
use
rs a
nd th
e H
ES w
eb se
rver
(onl
ine
pres
entm
ent).
FR
6.3.
9.3
Supp
ort s
ecur
e co
nnec
tions
ove
r a V
irtua
l Priv
ate
Net
wor
k (V
PN).
FR
6.
3.10
Sy
stem
Use
r W
eb B
row
ser
App
licat
ion
6.3.
10.1
Pr
ovid
e w
eb b
row
ser u
ser i
nter
face
app
licat
ion
for a
utho
rized
and
aut
hent
icat
ed u
tility
per
sonn
el.
FR
6.3.
10.2
Su
ppor
t a se
ssio
n lo
gout
that
will
term
inat
e th
e us
er se
ssio
n w
ith a
con
figur
able
sess
ion
timeo
ut v
alue
. FR
6.
3.10
.3
Supp
ort a
sess
ion
kill
on a
bro
wse
aw
ay a
nd b
row
ser c
lose
. FR
6.
3.10
.4
Supp
ort e
ncry
ptio
n an
d ra
ndom
gen
erat
ion
of th
e se
ssio
n ID
. FR
6.
3.10
.5
Not
allo
w m
ore
than
one
act
ive
sess
ion
for t
he sa
me
user
from
mul
tiple
mac
hine
s. H
owev
er, i
t sho
uld
allo
w m
ultip
le
sess
ions
for t
he sa
me
user
from
the
sam
e m
achi
ne.
FR
6.3.
10.6
A
llow
use
rs to
man
ually
edi
t mis
sing
dat
a an
d es
timat
ed d
ata.
FR
6.3.
11
Syst
em In
tegr
atio
n6.
3.11
.1
Rec
eive
, log
and
pro
cess
requ
ests
(e.g
., m
eter
read
sche
dule
s, co
nnec
t, di
scon
nect
, dem
and
limit
requ
est,
met
er te
sts)
fr
om M
DM
S.
FR
6.3.
11.2
Tr
ansm
it al
l dat
a re
ceiv
ed fr
om th
e m
eter
s, di
strib
utio
n de
vice
s and
FA
N C
ontro
ller/C
olle
ctor
s to
the
MD
MS
(e.g
. us
age,
logs
, ale
rts, m
eter
read
s, de
vice
stat
us, p
ower
qua
lity,
etc
.).
FR
6.3.
11.3
Pr
ovid
e a
mea
ns to
inte
rfac
e w
ith u
tility
net
wor
k m
anag
emen
t and
out
age
man
agem
ent s
yste
ms t
o co
rrel
ate
dete
cted
sy
stem
issu
es to
redu
ce th
e ge
nera
tion
of e
xtra
neou
s tro
uble
repo
rts.
FR
R
FP-S
C-S
VPD
CC
S-01
27
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.3.
11.4
N
otify
oth
er S
VP
ente
rpris
e sy
stem
s or o
rgan
izat
ions
, whi
ch su
bscr
ibe
to m
eter
dat
a, w
hen
a co
nfig
urab
le p
erce
ntag
e of
met
ers c
anno
t be
read
afte
r an
AM
I Sol
utio
n re
cove
ry a
ttem
pt.
Exam
ples
of e
nter
pris
e su
bscr
iber
s to
met
er d
ata
incl
ude,
but
are
not
lim
ited
to:
1.Te
leco
mm
Con
trol C
ente
r
2.A
MI S
yste
m O
pera
tions
3.C
usto
mer
Cal
l Cen
ter
4.M
eter
ing
Dep
artm
ent
FR
6.
3.12
M
DM
S In
terf
ace
6.
3.12
.1
Tim
e st
amp
all i
nter
face
dat
a ex
chan
ges t
o on
e (1
) mse
c.
PR
6.
3.12
.2
Prov
ide
sync
hron
izat
ion
track
ing
met
hod
for r
eque
st fo
r file
exc
hang
e w
ith M
DM
S, lo
ggin
g re
ques
t for
file
ex
chan
ge, a
nd c
ompl
etio
n of
file
exc
hang
e re
ques
ts.
FR
6.
3.12
.3
Des
crib
e al
l pro
vide
d in
terf
ace
deve
lopm
ent t
ools
. FR
6.
3.12
.4
Rec
eive
and
pro
cess
met
er re
ad sc
hedu
les f
rom
MD
MS
and
conf
irm re
ques
t. FR
6.
3.13
.5
Rec
eive
and
pro
cess
on-
dem
and
met
er re
ad re
ques
ts fr
om M
DM
S an
d co
nfirm
requ
est.
FR
6.3.
13.6
Pr
oces
s and
del
iver
and
pro
cess
met
er re
ads t
o M
DM
S.
FR
6.3.
13.7
R
ecei
ve a
nd p
roce
ss n
on-m
eter
read
sche
dule
s fro
m M
DM
S an
d co
nfirm
requ
est.
FR
6.3.
13.8
R
ecei
ve a
nd p
roce
ss n
on-m
eter
on-
dem
and
info
rmat
ion
requ
ests
from
MD
MS
and
conf
irm re
ques
t. FR
6.
3.13
.9
Del
iver
non
-met
er v
alue
s to
MD
MS.
FR
6.3.
13.1
0 D
eliv
er m
eter
eve
nt a
nd a
larm
s to
MD
MS.
FR
6.3.
13.1
1 D
eliv
er n
on-m
eter
eve
nt a
nd a
larm
s to
MD
MS.
FR
6.3.
13.1
2 D
eliv
er e
vent
s and
ala
rms t
o M
DM
S A
MI H
ead-
End
Syst
em a
nd F
AN
. FR
6.3.
13.1
3 Sy
stem
per
form
ance
mus
t be
optim
ized
for h
andl
ing
real
-tim
e ev
ent a
nd a
larm
dat
a (e
.g. o
utag
es, s
yste
m fa
ilure
s, et
c.).
FR
6.
3.13
.14
Inte
rfac
e m
ust h
andl
e da
ta c
omm
unic
atio
n tra
ffic
with
in o
ne (1
) min
ute
for o
n-de
man
d re
ques
ts a
nd fi
ve (5
) min
utes
fo
r sch
edul
ed m
eter
read
and
syst
em m
aint
enan
ce re
ques
ts.
PR
R
FP-S
C-S
VPD
CC
S-01
28
Sy
stem
Req
uire
men
ts S
prea
dshe
et
6.4
OPT
ION
AL
/FU
TU
RE
TE
CH
NIC
AL
RE
QU
IRE
MEN
TS
6.4.
0 R
ecom
men
ded
Prac
tices
6.
4.0.
1 Pr
ovid
e th
e fu
ture
cap
abili
ty to
supp
ort S
ervi
ce O
rient
ed A
rchi
tect
ure
(SO
A)/E
nter
pris
e Se
rvic
e B
us fo
r all
syst
em
inte
grat
ion
poin
ts.
FR
6.4.
1 O
ther
Inte
rfac
es It
ems
6.
4.1.
1 D
escr
ibe
and
list c
omm
erci
al in
tegr
atio
n in
terf
aces
for R
espo
nder
spec
ific
API
s and
ope
n A
PIs (
e.g.
Mul
tiSpe
ak) f
or
inte
grat
ion
with
oth
er e
nter
pris
e IT
syst
ems.
FR
6.
4.1.
2 R
espo
nder
s sha
ll an
swer
the
follo
win
g pe
rtain
ing
to in
terf
aces
:
1)To
whi
ch ty
pe o
f sys
tem
s (be
side
s MD
MS)
can
you
r HES
cur
rent
ly in
terf
ace
with
?
2)To
whi
ch ty
pe o
f sys
tem
s (be
side
s MD
MS)
will
you
r HES
inte
rfac
e w
ith in
the
futu
re?
RFP-SC-SVPAMI-01 51 City of Santa Clara, Silicon Valley Power
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).
MDMS�Implementation
MDMS�Operations
AMI�Implementation
AMI�Operations
9/09 9/129/10
12/1212/1012/09
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 third-party 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 52 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 multi-vendor 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 53 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 54 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 55 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:
� Responder shall identify the contract item number (and page number) at issue.
� Responder shall identify their specific issue with the item.
� 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 56 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 57 City of Santa Clara, Silicon Valley Power
i) Prices must NOT include licensing and/or maintenance costs pertaining to Head-End 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
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.
RFP-SC-SVPAMI-01 58 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
i. Please list software licensing fees (itemize both application and third-party 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)
RFP-SC-SVPAMI-01 59 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:
� Cover Letter
� Table of Contents
� Executive Summary
� Administrative Requirements Response
� Technical Requirements Response
� 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 60 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 61 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 62 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 63 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:
� Name of Responder
� Address of Responder
� RFP Number
� Proposal Name (Administrative/Technical OR Price)
� Proposal Due Date and Time
� 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 64 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 65 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:
� Quality and completeness of proposal
� Quality, performance and effectiveness of the solution, goods and/or services to be provided by the Responder
� Responder’s experience, including the experience of staff to be assigned to the project, with engagements of similar scope and complexity
� Cost to the City
� Responder’s financial stability and length of time in business
� Responder’s ability to perform the work within the time specified
� Responder’s prior record of performance with City or others
� Responder’s ability to provide future records, reports, data and/or services
� Responder’s compliance with applicable laws, regulations, policies (including city council policies), guidelines and orders governing prior or existing contracts performed by the Responder
� 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 66 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 non-responsive 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 67 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 68 City of Santa Clara, Silicon Valley Power
11.0 Attachments In this section, we provide the following attachments:
� Attachment A1 – Registered Responder Information/Intent to Bid Form
� Attachment A2 – Confidentiality Statement
� Attachment B – List of Subcontractors
� Attachment C – Standard Service Agreement
� Attachment D – Pricing Worksheets
� Attachment E – Customer Reference Form
� Attachment F – Key Personnel Reference Form
� Attachment G – Responder Information Form
� Attachment H – Responder Signature Form
� Attachment I – Certification of Non-Discrimination Form
� Attachment J – SVP VPN Access Policy
RFP-SC-SVPAMI-01 69 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 70 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 71 City of Santa Clara, Silicon Valley Power
Attachment B – List of Subcontractors
SubcontractorName
SubcontractorAddress
SubcontractorScope of Work
RFP-SC-SVPAMI-01 72 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.
IDS Insurance No. __________________________
Agreement for Professional Services/[insert contractor’s name] Page 1 of X Rev. 06/10/08; Typed [insert date]
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] Page 2 of X Rev. 06/10/08; Typed [insert date]
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. 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.
4. 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] Page 3 of X Rev. 06/10/08; Typed [insert date]
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] Page 4 of X Rev. 06/10/08; Typed [insert date]
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] Page 5 of X Rev. 06/10/08; Typed [insert date]
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] Page 6 of X Rev. 06/10/08; Typed [insert date]
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] Page 7 of X Rev. 06/10/08; Typed [insert date]
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] Page 8 of X Rev. 06/10/08; Typed [insert date]
(eight (8) hours). The Parties may agree to extend the time allowed for mediation under this Agreement.
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.
32. 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] Page 9 of X Rev. 06/10/08; Typed [insert date]
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
ATTEST:
JENNIFER SPARACINO City Manager 1500 Warburton Avenue Santa Clara, CA 95050 Telephone: (408) 615-2210 Fax: (408) 241-6771
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
Scope of Services/Exhibit A Page 1 of X Rev. 06/10/08; Typed [insert date]
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.
Fee Schedule/Exhibit B Page 1 of X Rev. 06/10/08; Typed [insert date]
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.
Insurance Requirements/Exhibit C Page 1 of X Rev. 06/10/08; Typed [insert date]
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 Page 2 of X Rev. 06/10/08; Typed [insert date]
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. 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.
D. 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 Page 3 of X Rev. 06/10/08; Typed [insert date]
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.
a. Each insurance policy shall contain language or be endorsed to reflect that no cancellation or modification of the coverage provided due to non-payment 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 non-renewal.
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.
5. 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.
E. 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 Page 4 of X Rev. 06/10/08; Typed [insert date]
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. 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.
F. 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.
.
Ethical Standards/Exhibit D Page 1 of X Rev. 06/10/08; Typed [insert date]
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 ANAGREEMENT 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 Page 2 of X Rev. 06/10/08; Typed [insert date]
2. 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.
J. 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.
K. 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.
Affidavit of Compliance with Ethical Standards/Exhibit E Page 1 of X Rev. 06/10/08; Typed [insert date]
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.
Milestone Schedule/Exhibit F Page 1 of X Rev. 06/10/08; Typed [insert date]
AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN THE
CITY OF SANTA CLARA, CALIFORNIA AND
[INSERT NAME OF CONTRACTOR]
EXHIBIT F
MILESTONE SCHEDULE(If Applicable)
RFP-SC-SVPAMI-01 73 City of Santa Clara, Silicon Valley Power
Attachment D – Pricing Worksheets The pricing worksheets are contained in a separate Excel files (Attachment D – Sheets 1, 2, 3, 4, and 5).
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r Sta
ff D
ay (b
lend
ed)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
emen
tatio
n Ph
ase
ct M
anag
emen
t Sup
port
*Del
iver
able
Set
1 -
Pro
ject
Pla
n (u
pdat
ed) a
nd P
roje
ct
Sch
edul
e (u
pdat
ed)
N
$
-
$
-
F
$
-
$
-
*Del
iver
able
Set
2 -
Tech
nica
l Arc
hite
ctur
e D
iagr
am (u
pdat
ed),
Net
wor
k A
rchi
tect
ure
Dia
gram
(u
pdat
ed),
Dat
a Fl
ow
Dia
gram
(upd
ated
), A
pplic
atio
n an
d Th
ird P
arty
S
oftw
are
List
(upd
ated
)
N
$
-
$
-
F
$
-
$
-
Mat
eria
lsSu
b-C
ontr
actin
g Fe
es
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Sof
twar
eLi
st(u
pdat
ed),
Impl
emen
tatio
n P
lan
(upd
ated
), M
eter
Inst
alla
tion
Pla
n (u
pdat
ed),
Ele
ctric
and
W
ater
Met
er R
ecyc
ling
Pla
n (u
pdat
ed),
Sys
tem
and
N
etw
ork
Doc
umen
tatio
n
*Del
iver
able
Set
3 -
Use
r/Tra
inin
g D
ocum
enta
tion,
Tra
inin
g P
lan
(upd
ated
), Te
st P
lan
(upd
ated
), S
yste
m
Turn
over
/Tra
nsiti
on P
lan
(upd
ated
)
N
$
-
$
-
F
$
-
$
-
irem
ents
Ver
ifica
tion
N
$
-
$
-
F
$
-
$
-
uc
t & S
yste
m C
onfig
urat
ions
iz
e)
$$
F$
$ $
-
$
-
F$
-
$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$
-
$
-
F
$
-
$
-
uc
t Cus
tom
izat
ions
(Ite
miz
e)
$
-
$
-
F
$
-
$
-
VPAM
I-01
1At
tach
men
t D -
Pric
ing
W
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r Sta
ff D
ay (b
lend
ed)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Mat
eria
lsSu
b-C
ontr
actin
g Fe
es
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
uct E
nhan
cem
ents
(Ite
miz
e)
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$
-
$
-
F
$
-
$
-
-E
nd S
oftw
are
Inst
alla
tion
N
$
-
$
-
F
$
-
$
-
S In
terfa
ce S
uppo
rt N
$
-
$
-
F $
-
$
-
ork
Inst
alla
tion
N
$
-
$
-
F
$
-
$
-
r Ins
talla
tion
N
$
-
$
-
F
$
-
$
-
em O
pera
tions
N
$
-
$
-
F
$
-
$
-
ork
Ope
ratio
ns N
$
-
$
-
F $
-
$
-
ing
Trai
ning
Res
ults
N
$
-
$
-
F
$
-
$
-
P
roof
of C
once
pt T
estin
gLa
b P
roof
of C
once
pt T
est
Res
ults
N
$
-
$
-
F
$
-
$
-
Pro
of o
f Con
cept
Tes
ting
Fiel
d P
roof
of C
once
pt T
est
Res
ults
N
$
-
$
-
F
$
-
$
-
Test
ing
Fina
l Tes
t Res
ults
N
$
-
$
-
F
$
-
$
-
el a
nd E
xpen
ses
N
$
-
$
-
B
$
-
$
-
r
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$$
F$
$$
-$
-
F$
-
$
-ta
l Im
plem
enta
tion
Cos
t 0
$
-
$
-
$
-
VPAM
I-01
2At
tach
men
t D -
Pric
ing
W
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
ons
and
Mai
nten
ance
nd E
xpen
ses
N
$
-
$
-
B
$
-
$
-
sk S
uppo
rt N
$
-
$
-
F
$
-
$
-
M
anag
emen
t Ope
ratio
ns
uppo
rtR
epor
ts, Q
uarte
rly In
voic
es N
$
-
$
-
F
$
-
$
-
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
hens
ive
War
rant
y (T
hree
N
$
-
$
-
F
$
-
$
-
e Li
cens
ing
(Item
ize
on a
nd T
hird
-Par
ty)
N
$
-
$
-
F
$
-
$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
e M
aint
enan
ce a
nd
s (It
emiz
e A
pplic
atio
n an
d rty
)
N
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
$-
$-
F$
-$
-$
-
$
-
F$
-$
-
$
-
$
-
F
$
-
$
-
$
-
$
-
F $
-
$
-
Ope
ratio
ns N
$
-
$
-
F
$
-
$
-
Ope
ratio
ns N
MI-0
11
Atta
chm
ent D
- Pr
ici
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
$
-
$
-
F
$
-
$
-
Har
dwar
e M
aint
enan
ce
rade
s N
$
-
$
-
F
$
-
$
-
men
t/Ins
talla
tion
of F
aulty
N
$
-
$
-
F
$
-
$
-
$
-
$
-
F
$
-
$
-
$
$$
$
r/Tra
nsiti
onTu
rnov
er/T
rans
ition
Pla
n an
d Tu
rnov
er/T
rans
ition
Pla
n R
esul
ts
N
$
-
$
-
F
$
-
$
-
Ope
ratio
ns a
nd
enan
ce C
ost
0 $
-
$
-
$
-
MI-0
12
Atta
chm
ent D
- Pr
ici
Estim
ated
# of
Sta
ff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Opt
iona
l/Fut
ure
Func
tiona
l te
ms
(gro
uped
by
equi
rem
ent t
opic
are
a)
.2.1
Met
ers
- Ele
ctric
N
$
-
$
-
B $
-
$
-
.2.2
FA
N C
ontro
ller/
Col
lect
or N
$
-
$
-
B
$
-
$
-
.2.3
HE
S N
$
-
$
-
B
$
-
$
-
.2.4
Pre
mis
es G
atew
ay -
HA
N N
$
-
$
-
B
$
-
$
-
.2.5
Dem
and
Res
pons
e N
$
-
$
-
B
$
-
$
-
Oth
er (p
leas
e ite
miz
e an
d es
crib
e) N
$
-
$
-
B
$
-
$
-
Opt
iona
l/Fut
ure
Tech
nica
l te
ms
(gro
uped
by
equi
rem
ents
topi
c ar
ea)
.4.0
Rec
omm
ende
d P
ract
ices
N
$
-
$
-
B $
-
$
-
.4.1
Oth
er In
terfa
ce It
ems
N
$
-
$
-
B $
-
$
-
Oth
er (p
leas
e ite
miz
e an
d es
crib
e) N
$
-
$
-
B
$
-
$
-
Tot
al O
ptio
nal/F
utur
e (E
stim
ates
) 0
$
-
$
-
$
-
Sub-
Con
trac
ting
Fees
Com
men
tsA
ctiv
ityA
ssoc
iate
d D
eliv
erab
les
Opt
iona
l?(Y
/N)
Labo
rFi
xed
or
Bud
geta
ryEs
timat
e
Mat
eria
ls
PA
MI-0
11
Atta
chm
ent D
- P
ricin
g
Estim
ated
# of
Sta
ff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Opt
iona
l/Fut
ure
Net
wor
k Ex
pans
ion
and
Met
er
nsta
llatio
nS
taffi
ng (i
tem
ize
by
title
)
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
Net
wor
k D
evic
es (i
tem
ize
by
ype)
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
Met
ers
(item
ize
by ty
pe)
N
$
-
$
-
B $
-
$
-
N
$
-
$
-
B $
-
$
-
Mat
eria
lsSu
b-C
ontr
actin
gFe
es
Com
men
tsA
ctiv
ityA
ssoc
iate
d D
eliv
erab
les
Opt
iona
l?(Y
/N)
Labo
rFi
xed
or
Bud
geta
ryEs
timat
e
PA
MI-0
11
Atta
chm
ent D
- P
ricin
g
Estim
ated
# of
Sta
ff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Mat
eria
lsSu
b-C
ontr
actin
gFe
es
Com
men
tsA
ctiv
ityA
ssoc
iate
d D
eliv
erab
les
Opt
iona
l?(Y
/N)
Labo
rFi
xed
or
Bud
geta
ryEs
timat
e
Tota
l Net
wor
k Ex
pans
ion
nd M
eter
Inst
alla
tion
Estim
ate)
0 $
-
$
-
$
-
PA
MI-0
12
Atta
chm
ent D
- P
ricin
g
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
r 4 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Item
ize
App
licat
ion
and
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
ades
(Item
ize
App
licat
ion
and
Par
ty)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
r 5 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N$
-B
$-
$-
N$
-B
$
-
$
- N
$
-
B $
-
$
-
PAM
I-01
1At
tach
men
t D -
Pric
ing
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
r 6 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N$
-
B$
-$
-
N$
B
$
$
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
r 7 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
PAM
I-01
2At
tach
men
t D -
Pric
ing
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
r 8 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N
$
-
B
$
-
$
-
N
$
B$
$
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
r 9 war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
PAM
I-01
3At
tach
men
t D -
Pric
ing
Estim
ated
# o
f St
aff D
ays
Pric
e Pe
r St
aff D
ay
(ble
nded
)
Tota
l Cos
t of
Act
ivity
(d
ays
x ra
te)
Sub-
Con
trac
ting
Fees
Com
men
tsLa
bor
Act
ivity
Ass
ocia
ted
Del
iver
able
sO
ptio
nal?
(Y
/N)
Fixe
d or
B
udge
tary
Es
timat
e
Mat
eria
ls
r 10
war
e Li
cens
ing
(Item
ize
catio
n an
d Th
ird P
arty
)
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
war
e M
aint
enan
ce a
nd
ades
(Ite
miz
e A
pplic
atio
n an
d P
arty
)
N
$
-
B
$
-
$
-
$
$$
N
$
-
B
$
-
$
-
N
$
-
B $
-
$
-
N
$
-
B
$
-
$
-
al
Out
Yea
r Lic
ensi
ng a
nd
nten
ance
/Upg
rade
s im
ates
)
0 $
-
$
-
$
-
PAM
I-01
4At
tach
men
t D -
Pric
ing
RFP-SC-SVPAMI-01 74 City of Santa Clara, Silicon Valley Power
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 75 City of Santa Clara, Silicon Valley Power
Attachment F – Key Personnel Reference Form Proposed Staff Name Company (Customer) Name
Project Name Customer/ReferenceContact 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 76 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 77 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 78 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 79 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 80 City of Santa Clara, Silicon Valley Power
Attachment I – Certification of Non-Discrimination FormAs 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 81 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 82 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 83 City of Santa Clara, Silicon Valley Power
Attachment J – SVP VPN Access Policy The SVP VPN Access Policy follows this page (paginated separately).
Silicon Valley Power Systems Support Group
SVP VPN Access PolicyDATE 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 Bulk-Power 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 NetworkVPN 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.
Violations of this Policy1. 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.
Individuals Authorized to Grant Network Access 1. SVP Cyber Security Officer
2. SVP Management
SVP Network VPN Users are required to: 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.
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.
Network Security Measures: 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 Prevention Measures are installed on each Network Segment.
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 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.
SVP Cyber Security Officer 1. Enforce this Policy.
2. Review the Non-SVP User IT Security Programs every 180 days.
3. Review and approve this policy.
Date Approved: February 28, 2008
Dennis Steffani, P.E. Cyber Security Officer