HomeMy WebLinkAbout15-99 RESOLUTION•
•
•
RESOLUTION NO. 15-99
•
A RESOLUTION AWARDING BID NO. 98-92 IN THE AMOUNT
OF $235,455 TO ADS ENVIRONMENTAL SERVICES, INC. FOR
FLOW MONITORING MATERIALS AND SERVICES,
APPROVING A CONTINGENCY AMOUNT OF $9,400 AND
SALES TAX IN THE AMOUNT OF $10,945, LESS A TRADE IN
OF $31,00 FOR A NET COST OF $224,800.
•
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 98-92 in the amount of
$235,455 to ADS Environmental Services, Inc., for flow monitoring materials and services. The
Council also approves a contingency amount of $9,400 and sales tax in the amount of $10,945, less
a trade in of $31,00 for a net cost of $224,800; and authorizes the Mayor and City Clerk to execute
a contract for said amount. A copy of the is attached hereto marked Exhibit "A" and made a part
hereof.
PASSED AND APPROVED this 21iday of Fehruary 1999.
./ 0,
tit;' n t
iA••L'sq•;. •
1 d �.._..
eather Woodruff, Ci lerk
APPROVED•�1�G%'�"�
By.
F ed Hanna, Mayor
•
•
NAME OF FILE: /( Es . /s - 999 /A®5 CA/itzRoAkinE,07AA. SER ✓Ices, ti .
CROSS REFERENCE:
Date
Contents of File
initials
2-1. 1
%(mss , / 3/-99
Elwrar7 is" (C'a4_rRAc
rD (8 A 9R A)
/-as',9
6 7224410x, erzfeid
(am
0),o AX1e-7>e-i/L.4.1.
CR77ACNmEN i) en)/ roa.ucr k
to/ -49
STA
r l&VZEct) FOR hen
,?-io-99
>1777e -17V% Tv ()A 0z .) uIR_G_S
I RECEIVED 81/15 14:46 1999 AT 2564366633 PAGE 2 (PRINTED PACE 2) ]
0t-15-1999 12.21PM FRO TER 8 SEWER DIVISIONS TO •?5643039614S16 P.02
Specifications for an Integr
.1.
Telemetered, Computerized
Wastewater Flow onitoring System
ACCEPT
The owner agrees with sees Contractor to employ,
materials and do sil the work, and do all other th
proposal and all supporting documents and
92.
All Invoices are due upon receipt and shall be pa
receipt. Contractor shall furnish a certificate of
statutory amourd of workers compensation, corn • .
and automobile Insurance in the minimum arnourd
The city shag have the right to tertntnate this ag
termination for Ctiy's convenience ctty shag pay Co
termination.
IN WITNESS WHEREOF, the parties hereto
counterparts the day of
ADS Environmental Services
(Contractor Seal)
(Attest)
Donna Stone
(Typed Name)
Contracts Administrator
Op
/Y/X7A/Pa2_ Ic-h,n 2i� c
(Typed Name)
eery rz.ae. —
(title)
CE STATEMENT
does hereby employ, the saki Contactor to provide the
as speckled „the spedlicadons of Bid 98-92, contractors
ndence submitted by the Contractor h res�onse to Ski 98 -
by the City unless disputed within thirty (30) days of their
ranee addressed to the Cly, showingi he carries the
enshne general liability In the minimum amount of $400.000
$300.000. •
em wtth a thirty (30) day written notice. In the event of
dor for all equipment and services performed to date of
used this Instrument to be executed In three ortinal
19
Stephen J. Wysock
(Typed Name)
Controller & Treasurer
(The)
Manor
TOTAL P.02
CON
• .40,w/ 5-99
Mkt_ ThcammaS
Response to Bid for MIcROFTLMED
Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Submitted by
ADS Environmental Services
December 1, 1998
11 -d. -n a 17J.17T1 rn.JI W-1iu< b 7Clt1 Utvlolu,O R
♦<i•..r..xwoCfo r ru
• • , .•
•
Specifications for an Integra ' -cif Telemetered, domputerized
Wastewater Flow onitoring System
Item Estimated Quantity
No. and Description
Unit Price
Cidended
Total
1. 32 eacti
Flow Monitors with ultrasonic depth,
pressure depth, velocity and cabling.
2. 32 each
Mounting rings, and installation
hardw&e.
3. 5 each c
Spare ultrasonic depth, pressure depth
and vetpdty sensors with rings and $
installation hardvrare.
i
4. ltem Deleted.
ninelhundred ninety-five
5: 1 each;.
Dat9 management and analysis
software.
Two hundred one thousand', six hundred
Pam)
$ 6,300
$ 201,600
Seven thousand thtee hundred sixty
230
i
Twelve thousand
ansa % r--
2,400
One thousand
c
$ 1,995
$ 7,360
$ 12,000
6. 5 days
Installation support services by
certified manufacturers technician.
7: b days'
Training and interim data collection
services.
0. 1 year '
Annual renewable equipment
vrarronty and support services.
Anticipated
6 weeks
Anticipated
2 weeks
Total Base Bid
number of days for
number of days for
1,995
_T thousand fiveihundred
�3
$ 500
i
ursa thnnsand
$ 800
Six thousand
$
2,500
4,000
poem
$ 6,000 I $ 6,000
•
Two hundred thirtyffive thousand
four hundred fiftyrfive 235,455
delivery:
install.:
1
November 12, 1998
•♦-GJ '1 Z. W••$•••
•
Specifications for an Integrat d, Telemetered, Computerized
Wastewater Flow Monitoring System
•
30 each
Trade-in of existing ADS 3500 flow
Monitore with all sensors and cabling.
•
2: 1 each;
Trade-in of existing ADS 1500 flow
monitor with all sensors and cabling.
$ 235,455
( Thirty thousand ; )
($ 1,000
( One thousand
(5 1,000
Total Trade -In C (Thirty-one
(l"°�"rssl
TOTAL• BID INCLUDING TRADE-IN CRE
Additional Services
1; As Needed
Daily rite for on-site assistance
(Favid dr office work in Fayetteville)
2i
As Needed
Newly fate for remote assistance.
(Office work from remote offices)
3 Bern Deleted.
4, Item Deleted.
o A2scA,J5A3 sAc es.
ALES Tim musr BE
T4x Pc .c'r
City of rayettevrUe
($ 30,000 )
i-_-)
(5 I. nQn
thousand
(3
31, 000)
Two hundred four thousand
IT four hundred fifty-five $204,455
(Dolan)
I Eight hundred
($ 809
(_Fifty-five
(��)($ 55
'TApc Nrnmi3Ex2
3
($ 800 )
55
Ci'7Y O&f «se
November 12, 1998
TOTAL P.04
•
Technical Submittal
A. Equipment
The equipment consists of an Intelliflow flow monitor installed in the sewer manhole
functioning as a data logger, communications device, and sensor command unit.
Each unit will be furnished with a data logger, a tri -redundant ultrasonic depth
measurement sensor with cable connection to the logger, a combination velocity
sensor/pressure depth sensor with cable connection to the logger, appropriate rings
for installation of the sensors, mounting hardware to secure the equipment, and
software for data management and analysis purposes.
1. Data Logger
a) Housing - Waterproof, NEMA 6, IP67 rating, corrosion resistant,
withstands a fall of 1 meter with no loss of operation.
b) Weight - Less than 15 pounds, including batteries (not including sensors).
c) Mounting - Data Logger is mounted to the manhole wall or rung with a
handle to support easy monitor installation and removal.
d) Power Supply - Commercially available, dry -cell battenes are able to be
replaced without breaching the logger electronics. Battery replacement
requires no specialized tools and are able to be accomplished in less than
one minute.
e) Optional Power Supply - Supports an option for an external DC power
source with a built-in battery backup of at least one week.
0 Battery Backup - Battery backup allows for a change of the dry -cell
batteries with no loss of data and the ability to support the storage of data
for at least 90 days if the dry -cell battery is removed.
Electronics - To increase data logger reliability and ease of maintenance, all
data logger electronics reside on one PCB board.
h) Length of Time. Required for Sensor Measurements - The ultrasonic,
pressure, and velocity sensors acquire measurements within a total period of
20 seconds to minimize errors due to fluctuations in the flow.
i) Communication - Supports a modem rate of at least 28,800 bps. The unit
supports voice -grade telephone and direct serial communications through
commercially available communication protocols. Proprietary
communication protocol is not required.
Communication Security - Remote data logger will not respond unless the
correct identification is transmitted.
k) Data Integrity - All telephone and serial communications support error
detection and correction to prevent corrupted or lost data during
transmission.
g)
I)
Fayetteville Flow Monitoring System — Project # 98-92 Page 1
•
Technical Submittal
1) Clock - Logger has a battery -backed real-time clock/calendar which will
not gain or lose more than 3 seconds per day. Logger reports current time
with each logger communication.
m) Lightning Protection - Has transient suppressers on the incoming telephone
line to protect the logger against nominal lightning surges.
n) Data Recording Interval - Supports standard data recording intervals of 1,
2, 3, 5, 6, 10, 12, 15, and 30 minutes or 1, 12, or 24 hours.
o) Memory - Has a minimum of 1 Mb of memory and supports the storage of
at least 365 days of depth and velocity data at a 15 minute sampling rate.
p) Temperature Range - Will function within specifications between 0 °- 60°
C.
2. Sensors
The flow monitor records the velocity and two independent depth measurements
through ultrasonic and pressure depth technologies:
a) Ultrasonic Depth
(1)
Measurement Technique - Sensor measures the elapsed time between
the transmission of the ultrasonic signal and the retum echo.
Measurements are repeated automatically and a statistical analysis of
the return echoes will determine and discard false or multiple echoes.
Digital signal processing is used to detect the true water surface
return. The results are averaged into an averaged elapsed time. The
distance between the transmitter and the water surface is
automatically calculated and the final range measurement is
converted to a depth of flow and stored in the data logger memory.
(2) Housing — Housing is a corrosive resistant material to withstand pH
ranges of 3 to 10 without damage to sensor or reduced functionality.
Sensor has a debris -shedding design and can withstand submersion in
water pressures up to 25 psi.
(3) Size - Is 10" long x 2.5" wide x 1" high.
(4) Mounting — Sensor is installed at the crown of the pipe on a ring with
a mounting mechanism to allow for the replacement of the sensor
without removing the installation ring. An optional mount is also
available for mounting in the manhole structure.
(5) Range - 1.25" to 10' from the sensor face.
(6) Resolution - 0.02" increments.
(7) Accuracy - 0.125" at 25° C.
(8) Drift - Maximum of 0.125" from 00 to 60° C.
Fayetteville Flow Monitoring System — Project # 98-92 Page 2
Technical Submittal.
•
•
sound in air due to temperature variations. The temperature readings
are available to user for both diagnostic and logging purposes.
(10) Multiple Crystals - The sensor has three (3) ultrasonic crystals where
all combinations of transmitters and receivers (one to another) are
used to determine the depth range for each depth reading.
(11) Cable Length - Standard cable length of 25.
b) Combined Pressure Depth/Velocity Sensor:
(1) Housing - The pressure depth and velocity sensor reside in a single
common housing to minimize cross-sectional profile. The housing is
made of corrosive resistant material capable of withstanding pH
ranges of 3 to 10. The combined sensor can withstand submersion in
water to pressures up to 25 psi (standard, 23 foot pressure sensor).
(2) Size - 3.00" long x 1.25" wide x 0.55" high.
(3) Mounting - The combined sensor has a "quick release" mechanism.
No screws will be required to mount sensor to installation ring.
(4) Temperature Range - The combined sensor reads depth and velocity
measurements within specifications between 0° and 60° C.
Cable Length - The combined sensor has a standard cable length of 30
feet.
(5)
Pressure Sensor
(6)
Measurement Technique - Measures depth based on the difference in
atmospheric and hydrostatic pressure. No atmospheric vent tube or
desiccant is required to obtain accurate depth readings.
(7) Range - up to 23 feet (standard)
(8) Resolution - Minimum of 0.04"
(9) Accuracy - 0.2% of full scale
(10) Temperature Compensation - Has integrated electronics to
compensate for temperature changes.
(11) Calibration - Sensor will be factory calibrated to compensate for
temperature changes. Compensation for the offset from the bottom
of the pipe will be possible based on user -entered depth
measurements.
(12) Drawdown Compensation — No drawdown compensation is required.
Velocity Measurement
(13) Measurement Technique - Digital Doppler technique transmits
ultrasonic signal through flow cross-section. The signals are analyzed
to determine peak velocity.
Fayetteville Flow Monitoring System — Project # 98-92 Page 3
Technical Submitta.
•
(14) Accuracy - +/- 2% of reading. Theory of operation provided in
attachments.
(15) Range - -5.0 to 20 feet per second (fps)
(16) Flow Depths - Sensor records flow depths ranging from 1.0" to 10
feet.
(17) Resolution - 0.04 fps
(18) Optimization - Supports user configurable hydraulic profile
information (relationship between peak and average velocity).
Supports input as a constant or as a variant over flow depth.
3. Installation Rings and Mounting Hardware
Mounting hardware will be provided to enable the complete installation of each
unit and sensors in addition to 5 additional spare rings.
4. Software
The Intelliflow system is designed to interact with two different software
systems, which are described below:
Intelliflow On -Linen': Intelliflow On -Line is software that resides in the
meter's memory and is used to communicate with the meter. This feature
allows a user to utilize any PC equipped with Microsoft Windows 95 Dial -Up
Networking software to perform configuration, hardware diagnostics and flow
data retrieval functions. In other words, you only need a computer with
Windows 95 to collect data from an Intelliflow meter because the Intelliflow
comes standard with its own communications software.
Communication can be established with the meter in two different ways. If
telephone service is desirable, the user may communicate with the Intelliflow
from a remote location using a computer equipped with a modem. Otherwise,
users must communicate with the meter on-site directly using a serial
communication cable. Once this serial connection is established with a laptop
computer, the user would establish communication with the meter through Dial-
Up Networking in Windows 95.
Intelliflow On -Line allows users to change site-specific information, check built-
in diagnostics, collect data or access an on-line user's manual.
ProfileTM Software: Profile software converts the data collected by Intelliflow
On -Line into collection system information. Profile allows users to perform
data management, edit data, develop various reports and conduct analysis.
Profile uses open database architecture which makes it easy to import and
export flow data into various reports. Profile's graphical user interface and
Windows-based functionality make it more intuitive and easier to use.
The Central Station data analysis software will have the following minimum
requirements. A software user's guide will be provided in hard copy format and
as part of the installation CD.
Fayetteville Flow Monitoring System — Project # 98-92 Page 4
Technical Submittal.
a) Platform/Interface
(1) Software functions on a Windows 95 or NT operating system.
(2) System uses the Windows 95 Explorer interface.
(3) The software and system are year 2000 compliant.
(4) System supports On-line Help which will include as a minimum object
help, standard Windows Content, Index, Find Help.
System stores flow data in Microsoft® Access® database format
allowing for easy export to other software applications.
(6) System supports the display of data in different unit types without
exiting the program.
System supports the collection of all flow monitor sites in multiple
and/or group collections.
b) Data Acquisition
(1) Supports direct collection of the data loggers specified herein.
(2) Supports real time data collection of flow data and the scheduling of
data collection at user-specified times.
Supports the collection of data from individual data loggers and a
group of data loggers.
(4) Supports the import of data from a laptop PC. User has the option to
define dates of data to be Imported or append the data to existing data
in the database.
(5) Supports the direct import of data stored in the City of Fayetteville's
existing ADS Quadrascan database.
(6) Supports the import of new and stored data from the City of
Fayetteville's existing Telog data loggers and rain gauge system.
(7) Provides log files which show the success or failure of the attempted
data import or collect.
c) Data Editing and Reporting
(1) Supports the editing of flow data via four different methods;
hydrograph, scattergraph, tabular and block editing.
(2) Supports the review of data by individual locations or a group of
locations.
(3) Supports simultaneous views of the data in different graphical formats
(i.e. hydrograph and scattergraph) for data editing purposes.
(4) Supports display and editing of more than one data type at a time.
(5)
(7)
(3)
Fayetteville Flow Monitoring System — Project # 98-92 Page 5
•
Technical Submittal
• •
(5) Supports the comparison and editing of data to site-specific hydraulic
curves; calibrated Manning or Colebrook -White velocity curves, and a
best fit velocity curve generated from the recorded depth and velocity
data.
(6) Supports performing edits on a user -selected span of data.
(7) Supports performance of repeated edits throughout the data.
(8) Supports edits based on up to three conditions at a time.
(9) Supports the designation of flow data as good, questionable, or bad
to facilitate the data editing process.
(10) Supports the display of the current value of the data type on the status
bar as the cursor is moved across the graph.
(11) Supports the viewing of at least 10 different data types simultaneously
in the hydrograph format.
(12) The scattergraph supports the viewing of up to three data types; one
on the x-axis, two on the y-axis.
(13) Indicates if a data point has been manually modified.
(14) Supports the creation of new sites based on a combination of user -
defined sites; for example, create a new site C by adding sites A and
B together.
(15) All data edits are stored in a log on a per -site basis as a record of the
modifications made to the data.
(16) Supports the storage of the preferred data edit mode so the user does
not have to re -define the view of the data each time one of the data
editing tools is accessed.
(17) User is able to highlight a portion of data on a hydrograph and zoom
in on the data to obtain a higher resolution.
(18) Supports the cut, copy, and paste commands of Microsoft Windows.
(19) Supports the running of reports for individual locations and a group
of locations.
(20) Provides report templates for hydrographs and tabular reports. User
is able to define headers and footers for reports.
(21) User is able to output reports on -demand or schedule the reports to
run at a user-specified time.
(22) The hydrograph supports the overlay of contiguous data from
different time periods.
(23) The user has the option of displaying the silt level and/or pipe height
on the hydrograph.
Fayetteville Flow Monitoring System — Project # 98-92 Page 6
Technical Submittal
• •
(24) Supports the creation of a report showing the percent availability of
the data for user-specified data types.
(25) Supports the calculation of flow quantity in channels of different
shapes and sizes.
(26) Accurately compensates for silt levels found in the channel cross-
section.
(27) Provides standard templates of tabular reports for running 15 -minute,
hourly, and daily reports.
(28) Provides standard templates for running daily, weekly, quarterly,
yearly, and user -defined interval hydrograph reports
Fayetteville Flow Monitoring System — Project # 98-92 Page 7
U
a)
n
(r
c
a)
E2
0
c;,
0I
5c
0
1
0
•
Velocity (fps)
Lc
In
0
•
0
v
9
ci
9
N N
(ul) Lyndap
LO
9
m
E
I
I
I
1 1 1 I
Fri 4 Sat 5 Sun 6 Mon 7 Tue
1 1
1
1 1
I
1 1
;,ITY
1 1
11
I
AI
1
...bis
1
, , r.
...46
.....
.....
ITE
„el
7�
m
J
�•
S
wPh
0
0
1 1 1
.lan 2 Thu 3
BORG
1 1 1
1 1 I I
lit 1
1 1
Mil. all=1111-
0
v
9
ci
9
N N
(ul) Lyndap
LO
9
m
E
1 1 i
Fri 4 Sat 5 Sun 6 Mon 7 Tue
Z
1 1 1
Jan 2 Thu 3
LL
9
n
in
CNI
0
W
1
1
1
1
1_1
1
1
1
1
1
1
L1
1
1
1
1
1
1
1
1
1
1
1
1
1
BORG SI
1
1
1
1
1
1
1
1
• ADS Environmental Service
Broken Maw - Tulsa Billing
July 1996
Dale
7/1/98
712/98
7/398
7/498
7/5/98
7/6/98
7098
7998
7998
7110/98
7/1198
7/1298
7/13/98
7/1499
7/1598
7116/98
7/1798
7/1898
7/19/98
7/2098
7/2198
7/22/98
7/2398
7/24/98
7/25/98
7/2698
7/2798
7/2898
7/2998
7/3098
7/3198
TULSA TL124np110FINAL
Time Min. lime Max Average Total
515 AM 1.064 9'45 AM 4 059 2 184 2.184
5:15 AM 1.254 1:15 PM 2.152 1.866 1 866
5:15 AM 1.135 1:00 PM 2.265 1/61 61 1.761
5.30 AM 1.124 12:15 P 2.253 1.701 1.701
7:15 AM 1.092 1:15 PM 2.098 1.698 1.698
5.30 AM 1 037 11.30 P 2.006 1.694 1.694
415 AM 1.113 10:15 P 2.144 1.756 1.756
4.30 AM 1.227 9:00 PM 2 205 1 891 1.891
4:30 AM 1.077 10:30 P 2 060 1.691 1.691
4:45 AM 1.060 710 PM 1.898 1.844 1.844
5:15 AM 1.022 12:45 P 2.172 1.705 1.705
7:45 AM 1.450 330 AM 2.357 1.926 1.926
5:15 AM 1.134 7:30 PM 2.125 1.711 1 711
11 30P 1.830 11:15 P 1.968 1.898 1.990
5:15 AM 1.024 9:15 PM 1.972 1.625 1.625
4.30 AM 1.004 10:45 P 1.906 1.592 1.592
500 AM 1.040 10:15 A 1 983 1 599 1.599
5:00 AM 1.009 1:15 PM 2.110 1 622 1.622
6.30 AM 0.992 11:45 A 1.963 1.612 1.612
5:00 AM 0.955 12:15 P 1.870 1.563 1.563
5:30 AM 0.956 10:15 P 1.827 1.496 1.496
3:45 AM 0.936 8:45 PM 1.832 1.494 1.494
5 30 AM 0.988 11:30 P 1.808 1.514. 1.514
500 AM 0.920 12:45 P 1.882 1.540 1.540
6:30 AM 0.989 12:30 P 1.985 1.571 1.571
5:30 AM 0.955 4:45 PM 1.919 1.565 1.565
5:30 AM 0.961 9:45 PM 2.049 1.616 1.616
5.00 AM 1.000 12130 A 1 855 1 536 1.536
5:45 AM 0.861 10:45 P 1.832 1.452 1.452
5:00 AM 0.891 8:15 PM 1.828 1.479 1.479
5:15 AM 0.891 7:00 PM 1.789 1.470 1.470
RepartAvg
RepatTOW
1 653
51.56
•
•
PecnnemceranfliVgooalaws'0052,101,0camarillilto4119Ers2clagErenronl
0
A
•
1
4
M
1 1 1 1 _P 1 1 P
t 1 1 _P
i i t 1
1 P i i
r
0
rn
c')
r
(soil) A110013/UldM530311902108
sr
r)
N
0
1
Velocity (fif
M N
0
•
O O
tri
(u!) tyldea
O
O O
O N
O
O
to
O
O
to
O
O
O
L
N
N
0
0
1
I
I
I t 1 I
il
—
11
m
I 1
J`
AI
t t t
_
-
_
kiss►
..
-
4.0
rail
4...
Pi
.
-
_
_
.
f E025M
me
aii
.„,,,,i4
3
1
1
1
1
ail
1 1 A 1
Imo—
_
r
a-
i
A
.111
1
— 1 1
—. 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
_
O O
tri
(u!) tyldea
O
O O
O N
O
O
to
O
O
to
O
O
O
L
N
N
0
0
•
• •
Product Warranty
This section includes the warranty for the IntelliFlow Monitoring System.
•
New Product Warranty
All new products manufactured by ADS Corporation will be free from defects in material and
workmanship for one year following the date of shipment from ADS. During this warranty
period, upon satisfactory proof of a defect, the product may be retuimed for repair or replacement,
at the option of ADS. No returns will be accepted unless the purchaser has prepaid shipping and
has received a prior authorization return number from ADS. Please call 1-800-633-7246 to obtain
your authorization number. Warranty repairs and replacements will be performed only by ADS or
its authorized representative. Any unauthorized repair or replacement will void this warranty
relative to the product and all of its parts. Any repair or replacement will be covered by this new
product warranty for 90 days from the date that such repaired or replaced product is shipped from
ADS.
This warranty is available to the original purchaser of the product and only if it has been installed,
operated and maintained in accordance with the ADS operations and maintenance manual or as
approved in writing by ADS or its authorized representative. This warranty does not apply to
damage by catastrophes of nature, fire, explosion, acts of God (including, but not limited to,
lightning damage), accidents, improper use or service, damage during transportation, or other
similar causes beyond ADS's control.
Out -of -Warranty Product Repairs
After the new product warranty expires, a product may be returned, at the owner's prepaid
expense, to ADS for repair. The owner will pay for all parts and labor associated with the repair.
Any repair part will be covered by the new product warranty for 90 days from the date of shipment
from ADS.
Troubleshooting Fee
ADS will charge a troubleshooting fee if the reported product defect cannot be found and/or the
reported defect is not due to a defect in materials or workmanship.
-- p
Shipping
All rcpaired products will be returned via surface transportation prepaid by ADS. Import duties,
fees, taxes, and other related charges are the responsibility of the owner.
THIS IS THE ONLY WARRANTY FOR ADS PRODUCTS. NO OTHER WARRANTY IS
EXPRESSED OR IMPLIED, INCLUDING FITNESS FOR A PARTICULAR PURPOSE
OR MERCHANTABILITY. PRODUCT REPAIR OR REPLACEMENT IS THE ONLY
REMEDY. IN NO EVENT WILL ADS BE RESPONSIBLE FOR ANY DIRECT,
INDIRECT, CONSEQUENTIAL, OR SPECIAL DAMAGES.
•
•
•• ADS ENVIRON.
• I11. I. 5
Response to Bid for
Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
•
Submitted by
ADS Environmental Services
December 1, 1998
ADS ENVIRON. • •
III.1.6 I
Specifications for an Integrat€ d, Telemetered, domputerized
Wastewater Flow onitoring System
Item Estimated Quantity
Nb. and Description
32 oac6
• Flow Monitors with ultrasonic depth,
pressure depth, velocity and cabling.
2.. 32 each
Mounting rings, and installation
hardware.
3. 5 each'
Spare ultrasonic depth, pressure depth
and velocity sensors with rings and
Installation hardware.
4. Item Deleted.
: r
ra
.:T .
:. :« .:
7. 6 days
Training and interim data collection
services.
8. 1 year :'
Annuar renewable equipment
Warranty and supportsorvioes.
Unit Price I Ektended
Total
Two hundred one thousand, six hundred
$ 6,300 j $ 201,600
Seven thousand three hundred sixty
$ _230 $ 7,360
Twelve thousand
$ 2,400
$ 12,000
One thousand ninelhundred ninety-five
1,995
500
1,995
$ i 2,500
$ 800 $ 4,000
Six thousand
$ 6,000 I $ 6,000
Two hundred thirtylfive thousand
four hundred fiftytfive 235,455
Anticipated number of days for delivery:
6 weeks
Anticipated number of days for install.:
2 weeks
November 12, 1998
A)qy ENVIRON.
Spedfleations for an Integrat
Wastewater Flow
1 30 each
Trade-in of existing ADS 3500 flow
Monitors with all sensors and cabling.
ti loath:
Trade -lb of existing ADS 1500 flow
• monitor with all sensors and cabling.
Total Trade -In
TOTAL BID INCLUDING TRADE-IN
Addluon*f Services
1 As Needed
Daity rite for on -site assistance
(Field or office work In Fayetteville)
2 As Needed
hourly fete for remote assistance.
(Office vx rk from remote offices)
Item DeIeted.
4. .Item Deleted.
l(/O 4&K,94J5 f 5 SCa X65
$i &i rAk /Ltus'r ,8e
r4x £t'%C
city of rayettevitle 3
•• III. t. 7
Telemetered, Computerized
nitoring System
8 235,455
( Thirty thousand ; )
($ 1,000 ($ 30,000 )
( One thousand
($_ l,nnn ($ 1.onn
flt(Thirty-one thousand
(oO
T
($ 31,000)
i .
Two hundred four thousand
four hundred fifty-five $204,455
Eight hundred i )
($ 800 ($ 800
Fifty-five
($ 55 a ($ 55 )
Al CL. 01 86e
rTED gY c i7rY oA! ofs0
TOTPL P.04
VII -I'-' -...
ADS ENVfRON.
111. 1. S
d Drl'I rrui'i WtICK 4. JCWCK UIVIJLU". W •
JI DczflI
• T •
specifications for an Integrat d, Telemetered, Computerized
Wastewater Flow
The owner agrees with said Contractor to em{
materials and do all the work, and do all other
proposal and all supporting documents and cc
92.
System
STATEMENT
d does hereby employ, the said Contractor to provide the
as specified In the specifications of Bid 9892, Contractors
idence submitted by the Contractor In response to Bid 98 -
All Invoices are duo upon receipt and shall be pai4l by the City unless disputed within thirty (30) days of their
receipt. Contractor shall furnish a certificate of surance addressed to the City, showing he carries the
statutory amount of workers compensation, compreensive general liability in the minimum amount of $400,000
and automobile insurance in the minimum amount $300,000.
The City shall have the right to terminate this a
termination for Ct'ly's convenience City shall pay
termination.
IN WITNESS WHEREOF, the parties hereto
counterparts the day of
(Contractor Seal)
(Attest)
(Typed Name)
(Title)
(City of Fayetteville, AR Seal)
(Attest)
(Typed Name)
(Title)
with a thirty (30) day written notice. In the event of
r for all equipment and services performed to date of
caused this Instrument to be executed in three original
ti
. I
(BY) V' -
(Typed Name)
VVVrv\s `J
I0e)
(T
(By)
(Typed Name)
Mayor
(Mayor)
vco 0
•NVIROMM•No• ••wvmu
IntelliFlowTM
The Intelligent Flow Monitor
FEATURES
The IntelliFlow Monitor acquires highly accurate
depth and velocity flow data and is ideally suited
for use in a wide variety of project applications:
• infiltration/inflow analysis and reduction
• master planning
• interagency billing
• combined sewer overflow characterization
• sanitary sewer overflow elimination
• storm sewer monitoring
• sewer capacity studies/trending
• pre- and post -rehabilitation monitoring
The IntelliFlow Monitor sets new
standards for flow monitor design and
function by providing:
LEADING -EDGE TECHNOLOGY
IntelliFlow's design takes full advantage of
major advances in electronics and commu-
nications technology. Its open -architecture
foundation provides industry standard
compatibility and protects a user's investment
by anticipating and allowing enhancements
to existing hardware.
COST -SAVING EFFICIENCY
IntelliFlow's advanced design allows a single
processor board to control all monitor
functions. This efficiency significantly
increases operational reliability and reduces
maintenance complexity.
MONITOR SPECIFICATIONS
ENHANCED ERGONOMICS
Every aspect of the IntelliFlow's physical
design has been examined from the user's
perspective. The resulting ergonomic
innovations, such as ultra -lightweight housing
and streamlined installation hardware,
facilitate both initial system set-up and
on -going operations.
ADVANCED COMMUNICATIONS
Using unique advanced -protocol software
that resides in the monitor, the routine
operation of an IntelliFlow unit can be
controlled from any location via high-speed
telephone telemetry. This minimizes on -site
visits and allows easy access to critical
system management information.
CERTIFIED DUALITY
ADS is an ISO 9001 certified company, which
means IntelliFlow has been designed and
manufactured to rigorous quality standards.
CCLuF1ID
Cylindrical capsule, rigid CIM vinyl PVC
II
14.75 in. (37.47 cm) high x 9.75 in. (24.77 cm) in diameter
10.88 lbs.
NEMA 6/lP 67
I It
32° to 140° F (0° to 60° C)
g.1','l:i
Two standard 6 -volt batteries provide one year of power under
standard configuration; one 3 -volt lithium battery maintains data
memory for up to 100 days during battery removal or failure
- Cie6TID
12 volts DC at one amp; two 6 -volt batteries provide
operational back-up power; one 3 -volt lithium battery
safeguards data memory
Remote via voice -grade telephone line; on -site via RS -232
•
serial connection
28.8 Kbps standard
• •
AMD Elan SC310 single -chip 32 -bit PC/AT; TI DSP
• • • •
• •Ill
MB flash and 4 MB DRAM
Li2 2, 3, 4, 5, 10, 12, 15, 20, or 30 -minute; or 1. 12, or 24 -hour
Q;•- tpp,: jI
• • • 65 • •�'�
94,600 readings; 365 days storage capacity for 2 level sensors
and one velocity sensor at 15 -minute sample rate
FCC Part 15; FCC Part 68
Optically isolated open collector output
I
O tiri+Poff rap and relrm.camps for quirk and easy
haven rrplaremenr without eapning elei t rmies
0 Two smndan/ h woli haueries for one year of
power under smndanl ronfngurmuin
0 Lrghnreight PVC Shell far easy monitor
Iran.' xne and handling
0 niuernghr. drhru shrilling lirnutng for
sdthsmnuing the lmrsh sever en ri rmnmrnt
O Single /'CH design for higher reliability
Q aitN mrxlent'aarcttmtlot higli-spud nmvruwunnuru
0 .Suppxnrs idtnuonir Intl and rtmdmmtio
swlrx'in'/pre\suir depth .eavrr
0 .Segpxirts welter giwlif .winry'Ien
0 Supports telephone telemnq hook -up and
e.nrmal DC pmrer
O Sigpxun hinmethr pressure measuremnu
I4) Sulpx'rs RS -?_r7 vri<d rorurenuxa
CAPABILITIES
• Efficient Monitor Operations -'the intelligent
central processing unit (CPU) directs
critical functions, such as:
• .scanning Jh,n' depth and veloiein sensors
to take reading's
• receitinQ. pnk'e.+sung. and storing depth
and velaein data
• Using measured depth and velor it+
readings to calculate and stare
Jloti quantities
• transtn tin,ki the stored flour data on
request for anahvsis and reporting
• petfnrnung hardware diagnostics and
power management
• IntelliFlow Online'Communicstions -
IntelliFlow Online is software that resides
in the monitor's memory and is used to
communicate with the monitor. It allows
the user to utilize any M' equipped with
Microsoft' Windows" 95 Dial -Up Net-
working software to pcitomt configuration.
hardware diagnostics and flow data
retrieval functions.
• Event Programming - the monitor can be
configured to initiate or modify real-time
activities based on user -defined triggers.
such as flow depth. velocity, quantity. and
temperature.
• Self -Diagnostic Reporting - Specific opera-
tional problems are isolated and instantly
COMPATIBLE SENSORS
logged by the monitor for user review at
the onset of communication.
• Smart signal Processing - Algorithms resident
in the monitor's Digital Signal Processor
(DSP) automatically recognize and discard
ahhcrant readings to ensure data integrity
and reduce data processing requirements.
• weter Ouabw Ssnplw Interface - A variety
of industry standard water quality samples
are compatible and easily interfaced
with the IntelliFlow Monitor.
• caromrwn Power -Should continuous porter
be required. Intcllifow can be optionally
configured to run off an external DC
power source.
• Enhanced Lightning Protection - In addition
to standard suppressors in the monitor, an
external lightning protection nxxlulc shields
IntelliFlow from power surges caused by
lightning strikes.
_Windows 95 -based package specially
designed for flow data management, analysis.
trending, and reporting. Profile combines the
interface operations, navigation tools and
general functionality common to all Windows -
hat software, with the in-depth technical
capabilities and collection system -specific
applications required to fully maximize flow
data usage.
ADS scusor� arc an integral part of the IntelliFlow Monitoring System. Detailed specifications
fix each sensor are available,
this non-u stnisire. zero -drift sensor results in a .stable and accurate floc depth calculation.
three (3) irulependent transmitter/receiver crystals prvvirle built-in cow dente and relirthilin_
this .streamlined device contains nro independenr/r operating sensors: a doppler velocity
sensor used to measure /lo it speed and it pressure depth sensor used to rneo.curr.vunitarge
levels or provide a redundant depth reading to the ultrasonic level sensor
INTEL (FLOW"
P w1I,lla. W 1 ,k Sc uScmv\•A ADS {'uw"nn $ irallnO UiNx'w,Eri kiwi
Omnun .• it I:.N pow wvm.ue•,wc.. Speafraw•u arc wlira 0 dunpe • nh,vi rotor.
.Q•1W-i)
-g£
£aPIN
ld/V mmm
dnn,.n4m
Bs V, '
ecim,.00m
mm,V.nem
1 rppb �o
non
n,v,.mem
mm,n. nom
B04dVitm4
lanw
Fn
VAAM mmO
O'n4!D4m
i •'mow M'
W AA
HARM mmm
mnlN D40
51 a n0/.92M
DL__
.MN.000
r.1i as
4.84�-V I(®
Q,14VM1
PT9ID00
Om N. n40
` '�•t�'
y.y icsIr, f
rp1YW
.i
MAPI V mm0
0'n N. Dom
11{I Y�n�•AI
•YWt
P.PN.00m
bTN D40
1aY
PAIN.mOm
mrnnr.n4m
aiIN00m
nmlV.D4m
t orrI
I—i
oni4Ilmm
mmnrffm
Pci,vw m
m-IIIV.D4m
Iv4
iWAS
P.OM.mO
m'p9.II4m
NHL" omnrmmm vmn. rte;
0 Usr of the srtndoni 11 natlo.. 95 Evilnmr' interface 0 Users i lick item to nfrmnrr /hrfilr erxrym•hrruier
pmndrs ras" nrcr.0 to I/a danahttsr luert/n by t f Online ilrlp far au.' in',", guidance through arm'
nun,:n,rin.g irfonntuion ,oleo vm f n:earn
0 Icing the inra' on rile ltxdix,c awn min roves. the
paxhuvrin rook msiden: in parr of pnifile'c nuxlulr%
0 lndiridurd plain entity information - deloh.
I'ehn'in. tibaait, V err. for call gi'erl nlunilori,11
lotatin,, i. ru.ily acc,' ed pod torn ed
.- s
•
AILS u,.wl.._ al V n�
tx
I
.1:—.
•
Oi—.
I.~
•
•S_j__-[ I I 1 I
pmfihr'c Sranergraph Reporter pnrrid.s the
ohilitc o) rank/isle a lndraulir signnnim for
nub mnnilortng Inepnon.
0 1n wte one. alit fling on Conlnt Sen ri Help
vutun/I r al1A lip upeci e nfrmnrr fir any Vented
oft .am ubJert
0 ULs,ng tins hx/lbxsc l'n Jile ditto nm lr rCLU/e e0/it'd
ind/rtstrd pun other nx,mm,de ford t ftnvm
Venting nwhiple titan entitle.' at/he sane tine - an
rnplueul and tabular fnn:unz -¢,rode fnrdnntrs
dale ana fl,s.
CAPABILITIES
lbel ieai O ganizing-ObjLtiLs are displayed
in a hierarchical formal. from the full flow
network down to the individual data entities.
resulting in an efficient data management
system.
Custom Reporting - Standard templates can
be modified to generate reports tailored to
a users specific nceds: all report templates
can he saved for repeated use.
scentergmgtTr.mmng Scattergraphsprovide
a wide spectrum of diagnostic benefits. from
the simple verification of flow data quality.
to pinpointing specific operational problems
like sanitary sewer overflows, to gaining an
enhanced understanding of overall
collection system performance.
• Flexible Scheduling - Basic functions like
data collection and report generation can be
scheduled to ccur when most convenient -
such as in the background while real-time
analysis is being perhmied or (hiring
non -working hours.
• Numnous Equations - For flow quantif ica-
lion. the software employs industry
standard equations, including Manning.
continuity. weir. flume and Colebr ik-N1tite
formal tae.
• Channel contoun'ng - Profile accommodates
all pipe shapes and sizes and varying
roughnesses and silt levels.
• anent IWp- Online Help provides on -screen
assistance, delivering both overviews of
key capabilities and step-by-step procedural
instructions.
• au.dreSc.n" Date Integration - QuadraScan
flow data can he easily imported into Profile.
e IntelliFlow" Monitor Compatibility -
Profile was designed to be used in
conjunction with ADS Intellillow Monitors
for the most advanced flow measurement
system avuilable.
P fief IL E
/+yd- w 11pinrre y Vita (clkr&j, Snm
Pt4.r sad LYIIAL.. •n v.k wt..'! ADS C' qwn:m
tlm�d 4 Nn.. An•.. wl Fµim v rtgN.N bwYwt. A
M.o (i ('.TM.'.'. t pa ltW'aat uJb MenayVv.
spedlralan ('ate/January 1, IS
tipeclhatlnlu Are sub)rtl to clwgr •ichout ,(ice.
aa0ro5.N)
Technical Submitta
• ADS ENVIRON.
III. 1.9
A. Equipment
The equipment consists of an Intelliflow flow monitor installed in the sewer manhole
functioning as a data logger, communications device, and sensor command unit.
Each unit will be furnished with a data logger, a tri-redundant ultrasonic depth
measurement sensor with cable connection to the logger, a combination velocity
sensor/pressure depth sensor with cable connection to the logger, appropriate rings
for installation of the sensors, mounting hardware to secure the equipment, and
software for data management and analysis purposes.
Data Logger
a) Housing - Waterproof, NEMA 6, IP67 rating, corrosion resistant,
withstands a fall of 1 meter with no loss of operation.
b) Weight - Less than 15 pounds, including batteries (not including sensors).
c) Mounting - Data Logger is mounted to the manhole wall or rung with a
handle to support easy monitor installation and removal.
d) Power Supply - Commercially available, dry -cell batteries are able to be
replaced without breaching the logger electronics. Battery replacement
requires no specialized tools and are able to be accomplished in less than
one minute.
e) Optional Power Supply - Supports an option for an external DC power
source with a built-in battery backup of at least one week.
f) Battery Backup - Battery backup allows for a change of the dry -cell
batteries with no loss of data and the ability to support the storage of data
for at least 90 days if the dry -cell battery is removed.
g) Electronics - To increase data logger reliability and ease of maintenance, all
data logger electronics reside on one PCB board.
h) Length of Time Required for Sensor Measurements - The ultrasonic,
pressure, and velocity sensors acquire measurements within a total period of
20 seconds to minimize errors due to fluctuations in the flow.
i) Communication - Supports a modem rate of at least 28,800 bps. The unit
supports voice -grade telephone and direct serial communications through
commercially available communication protocols. Proprietary
communication protocol is not required.
j) Communication Security - Remote data logger will not respond unless the
correct identification is transmitted.
k) Data Integrity - All telephone and serial communications support error
detection and correction to prevent corrupted or lost data during
transmission.
Fayetteville Flow Monitoring System — Project # 98-92 Page 1
ADS ENVIRON. •
in. I. 10 @ at.,,,,,L;al Submittal
1) Clock - Logger has a battery -backed real-time clock/calendar which will
not gain or lose more than 3 seconds per day. Logger reports current time
with each logger communication.
m) Lightning Protection - Has transient suppressers on the incoming telephone
line to protect the logger against nominal lightning surges.
n) Data Recording Interval - Supports standard data recording intervals of 1,
2, 3, 5, 6, 10, 12, 15, and 30 minutes or 1, 12, or 24 hours.
o) Memory - Has a minimum of 1 Mb of memory and supports the storage of
at least 365 days of depth and velocity data at a I5 minute sampling rate.
p) Temperature Range - Will function within specifications between 0°60°
C.
2. Sensors
The flow monitor records the velocity and two independent depth measurements
through ultrasonic and pressure depth technologies:
a) Ultrasonic Depth
(1) Measurement Technique - Sensor measures the elapsed time between
the transmission of the ultrasonic signal and the return echo.
Measurements are repeated automatically and a statistical analysis of
the return echoes will determine and discard false or multiple echoes.
Digital signal processing is used to detect the true water surface
return. The results are averaged into an averaged elapsed time. The
distance between the transmitter and the water surface is
automatically calculated and the final range measurement is
converted to a depth of flow and stored in the data logger memory.
(2) Housing — Housing is a corrosive resistant material to withstand pH
ranges of 3 to 10 without damage to sensor or reduced functionality.
Sensor has a debris -shedding design and can withstand submersion in
water pressures up to 25 psi.
(3) Size - Is 10" long x 2.5" wide x I" high.
(4) Mounting — Sensor is installed at the crown of the pipe on a ring with
a mounting mechanism to allow for the replacement of the sensor
without removing the installation ring. An optional mount is also
available for mounting in the manhole structure.
(5) Range - 1.25" to 10' from the sensor face.
(6) Resolution - 0.02" increments.
(7) Accuracy - 0.125" at 25°C.
(8) Drift - Maximum of 0.125" from 0° to 60° C.
Fayetteville Flow Monitoring System - Project N 98-92 Page 2
ADS ENVIRON.
• III. I. Ii
Technical Submitta
sound in air due to temperature variations. The temperature readings
are available to user for both diagnostic and logging purposes.
(10) Multiple Crystals - The sensor has three (3) ultrasonic crystals where
all combinations of transmitters and receivers (one to another) are
used to determine the depth range for each depth reading.
(11) Cable Length - Standard cable length of 25.
b) Combined Pressure Depth/Velocity Sensor:
(1) Housing - The pressure depth and velocity sensor reside in a single
common housing to minimize cross-sectional profile. The housing is
made of corrosive resistant material capable of withstanding pH
ranges of 3 to 10. The combined sensor can withstand submersion in
water to pressures up to 25 psi (standard, 23 foot pressure sensor).
(2) Size - 3.00" long x 1.25" wide x 0.55" high.
(3) Mounting - The combined sensor has a "quick release" mechanism.
No screws will be required to mount sensor to installation ring.
(4) Temperature Range - The combined sensor reads depth and velocity
measurements within specifications between 00 and 60° C.
(5) Cable Length - The combined sensor has a standard cable length of 30
feet.
Pressure Sensor
(6) Measurement Technique - Measures depth based on the difference in
atmospheric and hydrostatic pressure. No atmospheric vent tube or
desiccant is required to obtain accurate depth readings.
(7) Range - up to 23 feet (standard)
(8) Resolution - Minimum of 0.04"
(9) Accuracy - 0.2% of full scale
(10) Temperature Compensation - Has integrated electronics to
compensate for temperature changes.
(11) Calibration - Sensor will be factory calibrated to compensate for
temperature changes. Compensation for the offset from the bottom
of the pipe will be possible based on user -entered depth
measurements.
(12) Drawdown Compensation — No drawdown compensation is required.
Velocity Measurement
(13) Measurement Technique - Digital Doppler technique transmits
ultrasonic signal through flow cross-section. The signals are analyzed
to determine peak velocity.
Fayetteville Flow Monitoring System — Project # 98-92 Page 3
ADS ENVIRON•
i ecnnical Submitta?
117.1. 12
i
(14) Accuracy - +/- 2% of reading. Theory of operation provided in
attachments.
(15) Range - -5.0 to 20 feet per second (fps)
(16) Flow Depths - Sensor records flow depths ranging from 1.0" to 10
feet.
(17) Resolution - 0.04 fps
(18) Optimization - Supports user configurable hydraulic profile
information (relationship between peak and average velocity).
Supports input as a constant or as a variant over flow depth.
Installation Rings and Mounting Hardware
Mounting hardware will be provided to enable the complete installation of each
unit and sensors in addition to 5 additional spare rings.
4. Software
The Intelliflow system is designed to interact with two different software
systems, which are described below:
Intelliflow On- Liner": Intelliflow On -Line is software that resides in the
meter's memory and is used to communicate with the meter. This feature
allows a user to utilize any PC equipped with Microsoft Windows 95 Dial -Up
Networking software to perform configuration, hardware diagnostics and flow
data retrieval functions. In other words, you only need a computer with
Windows 95 to collect data from an Intelliflow meter because the Intelliflow
comes standard with its own communications software.
Communication can be established with the meter in two different ways. If
telephone service is desirable, the user may communicate with the Intelliflow
from a remote location using a computer equipped with a modem. Otherwise,
users must communicate with the meter on -site directly using a serial
communication cable. Once this serial connection is established with a laptop
computer, the user would establish communication with the meter through Dial -
Up Networking in Windows 95.
Intelliflow On -Line
allows
users to change site -specific
information, check built-
in diagnostics,
collect data
or access an on-line
user's manual.
ProfileTM Software: Profile software converts the data collected by Intelliflow
On -Line into collection system information. Profile allows users to perform
data management, edit data, develop various reports and conduct analysis.
Profile uses open database architecture which makes it easy to import and
export flow data into various reports. Profile's graphical user interface and
Windows -based functionality make it more intuitive and easier to use.
The Central Station data analysis software will have the following minimum
requirements. A software user's guide will be provided in hard copy format and
as part of the installation CD.
Fayetteville Flow Monitoring System — Project # 98-92
Technical Submitta
ADS ENVIRON.
III. I. 13
a) Platform/Interface
(1) Software functions on a Windows 95 or NT operating system.
(2) System uses the Windows 95 Explorer interface.
(3) The software and system are year 2000 compliant.
(4) System supports On-line Help which will include as a minimum object
help, standard Windows Content, Index, Find Help.
(5) System stores flow data in Microsoft® Access® database format
allowing for easy export to other software applications.
(6) System supports the display of data in different unit types without
exiting the program.
(7) System supports the collection of all flow monitor sites in multiple
and/or group collections.
b) Data Acquisition
(I) Supports direct collection of the data loggers specified herein.
(2) Supports real time data collection of flow data and the scheduling of
data collection at user -specified times.
(3) Supports the collection of data from individual data loggers and a
group of data loggers.
(4) Supports the import of data from a laptop PC. User has the option to
define dates of data to be imported or append the data to existing data
in the database.
(5) Supports the direct import of data stored in the City of Fayetteville's
existing ADS Quadrascan database.
(6) Supports the import of new and stored data from the City of
Fayetteville's existing Telog data loggers and rain gauge system.
(7) Provides log files which show the success or failure of the attempted
data import or collect.
c) Data Editing and Reporting
(1) Supports the editing of flow data via four different methods;
hydrograph, scattergraph, tabular and block editing.
(2) Supports the review of data by individual locations or a group of
locations.
(3) Supports simultaneous views of the data in different graphical formats
(i.e. hydrograph and scattergraph) for data editing purposes.
(4) Supports display and editing of more than one data type at a time.
Fayetteville Flow Monitoring System — Project # 98-92 Page 5
ADS ENVIRON.
fly. 1. 14 . ,,,,,,,,,,;al Submitta
(5) Supports the comparison and editing of data to site -specific hydraulic
curves; calibrated Manning or Colebrook -White velocity curves, and a
best fit velocity curve generated from the recorded depth and velocity
data.
(6) Supports performing edits on a user -selected span of data.
(7) Supports performance of repeated edits throughout the data.
(8) Supports edits based on up to three conditions at a time.
(9) Supports the designation of flow data as good, questionable, or bad
to facilitate the data editing process.
(10) Supports the display of the current value of the data type on the status
bar as the cursor is moved across the graph.
(11) Supports the viewing of at least 10 different data types simultaneously
in the hydrograph format.
(12) The scattergraph supports the viewing of up to three data types; one
on the x-axis, two on the y-axis.
(13) Indicates if a data point has been manually modified.
(14) Supports the creation of new sites based on a combination of user -
defined sites; for example, create a new site C by adding sites A and
B together.
(15) All data edits are stored in a log on a per -site basis as a record of the
modifications made to the data.
(16)
Supports
the storage
of the preferred data edit
mode so
the user does
not have
to re -define
the view of the data each
time one
of the data
editing tools is accessed.
(17) User is able to highlight a portion of data on a hydrograph and zoom
in on the data to obtain a higher resolution.
(18) Supports the cut, copy, and paste commands of Microsoft Windows.
(19) Supports the running of reports for individual locations and a group
of locations.
(20) Provides report templates for hydrographs and tabular reports. User
is able to define headers and footers for reports.
(21) User is able to output reports on -demand or schedule the reports to
run at a user -specified time.
(22) The hydrograph supports the overlay of contiguous data from
different time periods.
(23) The user has the option of displaying the silt level and/or pipe height
on the hydrograph.
Fayetteville Flow Monitoring System — Project # 98-92
Technical Submitta
• ADS ENVIRON.
III. I.15
(24) Supports the creation of a report showing the percent availability of
the data for user -specified data types.
(25) Supports the calculation of flow quantity in channels of different
shapes and sizes.
(26) Accurately compensates for silt levels found in the channel cross-
section.
(27) Provides standard templates of tabular reports for running l5 -minute,
hourly, and daily reports.
(28) Provides standard templates for running daily, weekly, quarterly,
yearly, and user -defined interval hydrograph reports.
Fayetteville Flow Monitoring System — Project # 98-92 Page 7
C.
CD 0 0
J Q to
L
Q)
N
C
CJ
a
(n
Q)
3
CD
(71
CI)
C
I
• Depthl (in)
N N CJ
o CJ1 O (T 0
a CT
(n
0
;o
Ci)
0
N
(31
G)
C
v
m
13
cocL
0
G)
(n
_____
m
_r__
N
m
r
O
0 0
o (7i
N
O (T O
(sd;) i1i3OiaA
O
m
20
n
32
CD
(D
m
a)
CD
(D
O
CD
cn
(O
91 'I III
NO?IIAN3 SWI'
C-
a)
D
`-J
o
a
o
L 1
N
7
C
CJ
m
D.
L
d
3
CD
Cn
C
0)
0
0
0 0
O
CT 0
• Flow (mgd)
0
0
0
0
N
N
W
Cn
0
(Ti
0
0
0
0
A
?
CT
O
CT
0
O
m
�
O
a.
a
3
3
Co
CD
2
Z5'
CD
L1 '1'111
'NOUTAN3 SOY
ADS ENVIRON. • ADS Environmental Service
Iil. I. 18
July 1998
Broken Arrow - Tulsa Billing
TULSA
TL 12Vnp1\OFINAL
Date
Time
Min
Time
Max
Average
Total
711/98
5'.15 AM
1.064
9.45 AM
4 059
2 184
2 184
72/98
5.15 AM
1.254
1 IS PM
2.152
1 866
1 866
7/398
5 15 AM
1 135
100 PM
2.265
1 761
1 761
7/498
530 AM
1 124
12 15 P
2 253
1 701
1 701
7/598
7.15 AM
1 092
1:15 PM
2.098
1 698
1 698
7/6/98
530 AM
1.037
11.30 P
2.006
1 694
1 694
7/798
4:15 AM
1 113
10'15 P
2.144
1 756
1.756
7998
4.30 AM
1 227
9.00 PM
2105
1 891
1.891
7998
4.30 AM
1 077
10.30 P
2 060
1 691
1 691
7/1098
4 45 AM
1 060
730 PM
1.898
1 644
1.644
7/1198
5 15 AM
1 022
12.45 P
2 172
1 705
1.705
7/12/98
7 45 AM
1 450
330 AM
2 357
1 926
1 926
7/1398
5.15 AM
1 134
7 30 PM
2 125
1 711
1.711
7/14198
11 30 P
1 830
11.15 P
1 968
1 898
1990
7/15/98
5.15 AM
1.024
9.15 PM
1.972
1 625
1 625
7/16/98
4 30 AM
1 004
10:45P
1 906
1 592
1 592
7/17/98
5 00 AM
1 040
10.15 A
1 983
1 599
1.599
7/1898
5 00 AM
1 009
1'.15 PM
2 110
1 622
1.622
7/1998
6 30 AM
0992
11.45A
1 963
1 612
1.612
72098
590 AM
0 955
12.15 P
1 870
1.563
1.563
72198
530 AM
0956
10:15 p
1.827
1.496
1.496
72298
3'.45 AM
0 936
8.45 PM
1.832
1 494
1.494
72398
530 AM
0 988
11.30P
1.808
1 514
1 514
72498
500 AM
0 920
1245 P
1.882
1 540
1 540
72598
630 AM
0 989
12 30 P
1.985
1 571
1 571
72698
530 AM
0955
4 45 PM
1.919
1 565
1 565
72798
5.30 AM
0961
9.45 PM
2.049
1 616
1 616
72898
500 AM
1000
12 00 A
1 855
1.536
1.536
72998
5 45 AM
0 861
10.45 P
1.832
1.452
1 452
7/3098
500 AM
0881
8.15 PM
1.828
1479
1479
7/3198
5.15 AM
0 891
7:00 PM
1.789
1 470
1 470
RepoMvg
1 653
ReponTotal
51 56
Nt
'•i
tea.
-. - - - -
- I
.
S
4
0
0
0
r 0
L
J
CD
CD
N
N
C
a.
Rain (in)
0
0
0
0
0
0
Cr
O
CT
Depthl (in)
N O N 0 4 O
00 CT O <T 0 CT
.
_UI
_C
_I.
.--
�-
rte
S
U.
0
m
S.
a3
to
�o
(D
m
�
U)
CD
z
0
'CD
cn
O a N n.
(sd;) p!OOi0A oz 7 onl
'NORIAN3 SOV
• • ADS ENVIRON.
111,1.21
Product Warranty
This section includes the warranty for the IntelliFlow Monitoring System.
New Product Warranty
All new products manufactured by ADS Corporation will be free from defects in material and
workmanship for one year following the date of shipment from ADS. During this warranty
period, upon satisfactory proof of a defect, the product may be returned for repair or replacement,
at the option of ADS. No returns will he accepted unless the purchaser has prepaid shipping and
has received a prior authorization return number from ADS. Please call 1-800-633-7246 to obtain
your authorization number. Warranty repairs and replacements will he performed only by ADS or
its authorized representative. Any unauthorized repair or replacement will void this warranty
relative to the product and all of its parts. Any repair or replacement will be covered by this new
product warranty for 90 days from the date that such repaired or replaced product is shipped from
ADS.
This warranty is available to the original purchaser of the product and only if it has been installed,
operated and maintained in accordance with the ADS operations and maintenance manual or as
approved in writing by ADS or its authorized representative. This warranty does not apply to
damage by catastrophes of nature, fire, explosion, acts of God (including, but not limited to,
lightning damage), accidents, improper use or service, damage during transportation, or other
similar causes beyond ADS's control.
Out -of -Warranty Product Repairs
After the new product warranty expires, a product may be returned, at the owner's prepaid
expense, to ADS for repair. The owner will pay for all parts and labor associated with the repair.
Any repair part will he covered by the new product warranty for 90 days from the date of shipment
from ADS.
Troubleshooting Fee
ADS will charge a troubleshooting fee if the reported product defect cannot be found and/or the
reported defect is not due to a defect in materials or workmanship.
Shipping
All repaired products will be returned via surface transportation prepaid by ADS. Import duties,
fees, taxes, and other related charges are the responsibility of the owner.
THIS IS THE ONLY WARRANTY FOR ADS PRODUCTS. NO OTHER WARRANTY IS
EXPRESSED OR IMPLIED, INCLUDING FITNESS FOR A PARTICULAR PURPOSE
OR MERCHANTABILITY. PRODUCT REPAIR OR REPLACEMENT IS THE ONLY
REMEDY. IN NO EVENT WILL ADS BE RESPONSIBLE FOR ANY DIRECT,
INDIRECT, CONSEQUENTIAL, OR SPECIAL DAMAGES.
P6315-91
Response to Bid for
Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Submitted by
ADS Environmental Services
December 1, 1998
11-23-19`J8 b5:16641
FROM WHILR 6 SEUEH DtVIbIIAV5
IU
121434328454516
Specifications for an Integrat
Wastewater Flow
Item Estimated Quantity
No. and Description
:Y
rY
i
L I,
V.
7: 6 days':
Training and interim data collection
services.
•
Anticipated
6 weeks
Anticipated
2 weeks
�deirle' *7:1761
• ..
Telemetered, domputerized
nitoring System
Unit Price i Extended
Two hundred one
6,300
and, six hundred
$ 201,600
Seven thousand thtee hundred sixty
$ 230 ; $ , 7,360
Twelve thousand
$_2,400 $_12,000
One thousand ninelhundred ninety-five
$ 1,995 $ 1,995
TwQ_thousand v i_hundred
$ 500 j $ 2;500
Tthousand
$ 800 I $ 4,000
Six thousand
6,000 I $ 6,000
Two hundred thirtyfive thousand
four hundred fifty-five 235,455
lflSaqsl
number of days for delivery:
number of days for install.:
November 12, 1998
11J-1770 O ' I (W'I rKUP1
UMItK & JCwtr UIVIJIUI•U
•
IU
1d1444JGb40VJ1b
• .
5pedfleatlons for an integrate
Wastewater Flow
Total Trade -In
I
TOTAL BID INCLUDING TRADE-IN
Additional Services
t; As Nedded
Daily rite fa on -alto assistance
(Field or office work in Fayetteville)
2i
a,
Item Deleted.
Telemetered, Computerized
nitoring System
$ 235,455
Thirty thousand)
($ 1,000 j ($ 30,000 )
( One thousand
t is
($ 1,000 ) ($i,Q00
nuiThirty-one thousand I
($ 31,000)
Two hundred four thousand
four hundred fifty-five $204,455
Eight hundred
(0biRl•
($ 800 ) ($ 800 )
( Fifty-five
($ 55 ) ($ 55 )
/(/o 149KRils4s Sa 4E5 .C Al x01864 ?
S,'nES TAX /host ,8e 4#nn71sD P`/ Ci•TY cal Hse
.r4% ¢tPCC
city of rayettevitle 3
pp
TOTAL P.04
Exceptions and Conditions of the Bid
ADS
acknowledges the
receipt of one
(I) addendum to the specifications, issued November 20,
1998.
ADS recognizes
the following
exceptions, qualifications, and conditions of the hid;
Noted Exceptions
Page 6, 10— Cable lengths - Standard cable lengths shall be provided in 25 and 30 foot
lengths as required in the specification. While we understand that the maximum manholes
depths are no greater than 40 feet in the City of Fayetteville. ADS takes exception at this
time to the requirement for 75 foot lengths. The sensors are currently reliably operating at
50 lengths. Our future release scheduled in the spring of 1999 is intended to address 75
foot lengths.
2. Page 8 - Data Recording Interval — ADS takes exception to the standard data recording
interval of 2.5 minutes. All other recording intervals can be met including the addition of
12 and 24 hour intervals.
3. Page 11- #2 — Accuracy — There is no technology available that could meet the accuracy
requirements of +/- 2%. On the basis of principle, ADS takes exception to the requirement
to meet +/- 2% of reading in that no field calibration device is available that could meet
this same accuracy commitment. Since the accuracy cannot he determined, it is
impractical to verify and meet this requirement. The ADS stated accuracy is +/- 0.2 fps
across the full range, independent of the reading. This accounts for errors in the ADS
velocity sensor and the errors in the calibration device.
Qualifications to Specification
4. Page 8 — Electronics — ADS qualifies "user replaceable PCB boards". The boards are
replaceable. However, because of the product's ISO 9000 certification requirements, only
authorized manufacturer's technicians may perform service on the boards, including their
replacement, in order for ADS to honor the product warranty.
5. Page 12 — Data Acquisition - #6 - While our current release of the Profile software does
not incorporate the Telog rain gauge data loggers, the next release of Profile scheduled in
March, 1999, is intended to accommodate this need.
6. Page 14 - #22 — The Profile software release 1.2 scheduled in the Spring of 1999, is
intended to meet the requirement to display the silt level and pipe height on the
hydrograph.
Explanation of Equipment Warranty and Support Services and Additional Offerings.
Page 15— Equipment Warranty and Annual Support Services — A one (I) year equipment
warranty and annual support services shall be provided as required by the specification.
Equipment warranty and annual support services for subsequent years shall be offered for
the City for renewal at a negotiated rate each year for a minimum of 5 years from the
contract date.
Fayetteville Flow Monitoring System - Project # 98-92
11-23-1996 O5:15AM FROM WYaTER & SEWER DIVISIONS TO
et-tr Fax Note
FAYETTEV?LLE
THE Cry of FAYETI1VIU& AWANSAS
1: «Ili : ..._ye:
Re: ADDENDUM NUMBER 1 to I
Computerized Wastewater Flow•
• 1-• 11 •11 .
:1 .\: 1:�:I L•l1': • 1 1 w it •:
.1 •'I — • 1 O Y
1 .— I * Go I♦ 11: :I♦ U 1
i for an Integratied, Tekmetered,
System REPLY REQUESTED
1 :ul .: 1 .1 .. • . • . Ir 11 . 1 uo:rT!.Itp
Tuesday, December. 1, 1998.
113 WUT M0UNTAIN 74701 601-521.7700
FAX 601575.6257
Resumes
•
J. Garry Wood, P.E.
Principal -in -Charge
Education
B.S. Civil Engineering, University of Texas at Arlington, 1975
Summary
Mr. Wood has over 20 years of professional experience in the field of civil engineering, project
management and business development on water and wastewater projects. He works closely with
consulting engineers, municipal officials, and EPA officials to coordinate the various projects
performed and services rendered by ADS Environmental Services, Inc.
- .r: _rte i_
Mr. Wood is responsible for applications engineering, coordinating project demands and system
demands. He has secured and successfully managed some of the most sophisticated projects at
ADS Environmental Services, Inc. Mr. Wood has been directly involved in over 100 wastewater
projects in this region and continually provides expert advice on other projects throughout the United
States.
Mr. Wood held the position of National Accounts Manager with Shirco, Inc. In this position he had
complete responsibility for the sale of multi -million dollar carbon regeneration, sludge incineration
and thermal processing systems. His activities included not only sales, but technical planning, client
relations, and product service.
Mr. Wood was responsible for developing ADS's largest temporary flow monitoring project, the
largest permanent flow monitoring project, the largest sanitary sewer survey, and the first
Instrumentation Control contract. Mr. Wood's extensive experience includes managing work in the
following cities: Houston, TX; Piano, TX; Galveston, TX; San Marcos, TX; Paris, TX; Victoria, TX;
Farmers Branch, TX; Bryan, TX; Clifton, TX; Dallas, TX; Copperas Cove, TX; Grand Prairie, TX; Gulf
Coast Authority, TX; So. Montgomery Co. MUD, TX; Corpus Christi, TX; Port Lavaca, TX; Beaumont,
TX; Fort Worth, TX; Richardson, TX; Robinson, TX; Midlothian, TX; Keller, TX; Bartlett, TX; Fort
Smith, AR; Fayetteville, AR; N. Little Rock, AR; Pima County, AZ; Tulsa, OK; Norman, OK; Duncan,
OK; Bartlesville, OK; Alexandria, LA; Shreveport, LA; Opelousas, LA; Jackson, MS; and Santa Fe,
NM.
Professional Activities
Professional Engineer - Texas #79467
American Society of Civil Engineers
Water Environment Federation
National Society of Professional Engineers
American Public Works Association
American Management Association
Continuing Professional Education
Sanitary Sewer Overflow Workshop
Managing Salespeople
Interviewing Skills Workshop
Sewers of the Future Workshop
Fayetteville Flow Monitoring System — Project # 98-92 Page 1
S •
Resumes
Scott R. Murray, P.E.
Principal Engineer
Education
B.S. Civil Engineering, University of South Florida
Summary
Mr. Murray has over 13 years of experience in the design and management of municipal water
supply and wastewater projects. He is experienced in all phases of engineering services delivery
including proposals, contract negotiation, technical reports, design services, computerized data
management, construction document preparation, quality assurance, construction administration,
and client coordination.
Professional Experience
Mr. Murray has extensive experience in conducting Sanitary Sewer Evaluation Surveys including
analysis management, and quality control of flow and physical data, preparation of reports
recommending I/1 removal strategies, and preparation of rehabilitation documents. He has also
conducted computerized hydraulic and transient analysis of water transmission systems. Mr. Murray
prepared the Comprehensive Sanitary Sewer Diagnostics Survey Report for the City of Opelousas,
LA. He also prepared the Bent Tree Sewer System Evaluation Survey Report and the Sorrento
Sewer System Evaluation Survey Report for Sarasota County, FL. Mr. Murray has designed water
transmission mains, wastewater collection mains, and pump stations.
Professional Activities
Professional Engineer, Texas #81702, Louisiana #27607, and Florida #41116
National Society of Professional Engineers
American Society of Civil Engineers
Tau Beta Pi Honor Society
S. Marc Cottingame, E.I.T.
Project Manager
Education
B.S. Engineering Technology, Texas Tech University, 1992
Summary
Mr. Cottingame has over five (5) years of experience in project management and wastewater
systems engineering and analysis. He is experienced in many areas of project management
including scheduling, quality assurance, material acquisition, safety management and client
coordination. Mr. Cottingame's experience also Includes computerized database, management flow
data analysis, hydraulic modeling construction and analysis, and source defect analysis. Mr.
Cottingame has been responsible for client coordination, developing rehabilitation strategies and
document preparation.
Professional Experience
Mr. Cottingame has experience in the development and implementation of I/I analysis for the cities
of Beaumont, TX; Norman, OK; Chickasha, OK; Locust Grove, OK; San Jacinto, TX; Corpus Christi,
TX; Garland, TX; Grand Prairie, TX; Shreveport, LA; Wylie, TX; Longview, TX; Cedar Bayou, TX;
and Camp Bullis, TX. He has extensive computer experience in BASIC, Access, Pascal, HydraPipe,
Autocad, Windows, WordPerfect, Lotus, Word, Excel, and QuattroPro.
Professional Activities
E.I.T., Texas, #ET -22802
American Water Works Association
Fayetteville Flow Monitoring System — Project # 98-92 Page 2
Resumes • •
Water Environment Association of Texas
Texas Society of Professional Engineers
American Society of Civil Engineers
Paulo C. Pereira
Field Representative
Education
B.S. Civil Engineering, UNOESTE University, 1984
B.S. Social Studies, UNOESTE University, 1975
Summary
Mr. Pereira has experience in reviewing collection system plans, engineering data collection
and
review, and supervised field inspections (manhole and line inspections, smoke testing,
and
TV/clean).
Professional Experience
Mr. Pereira has overseen drainage area, sewer system, and manhole rehabilitation projects. He
has
trained construction inspectors, manhole inspector crews, and smoke testing crews. Mr. Pereira
has
checked safety equipment, procedures, and quality of work completed. Additionally, he
has
reviewed videotapes before and after cleaning for engineering analyses. Mr. Pereira has
also
inspected point repairs, sewer line cleaning projects, and manhole and sewer system rehabilitation
projects.
Mr. Pereira has participated in the following projects: Beaumont, TX; Victoria, TX; Fort Worth,
TX;
Sachse, TX; League City, TX; Arlington, TX; Irving, TX; Highland Park, TX; and Tulsa, OK.
Patricia B. Karoue
Business Manager
Education
B.A. Communications, University of Akron
Summary
Ms. Karoue determines the most cost effective methods for performing projects through support in
the business areas of finance, purchasing, and sales and support. She is responsible to ensure
compliance with state and local regulations as they pertain to contracts, vehicles, places of
employment, MBE requirements, taxes, labor laws, and prevailing wages. Ms. Karoue also prepares
financial analyses and monthly and yearly forecasting.
From 1989 — 1996 Ms. Karoue worked as an Asset Operations Specialist at the Resolution Trust
Corporation in Dallas. Some of her job functions were as follows: creating and implementing new
system procedures for the payment review authorization function, serving as liaison with government
contractors and accounting department, managing 38 contractors, implementing a new automated
system upload project within four weeks for 10,000 loan payment, and writing 32 queries in Oracle
for the audit function. While with this company she was also a Loan Sale Advisor and a
Settlement/Claims Specialist.
From 1985 — 1988, Ms. Karoue worked for the Moran Development Company in Dallas as their
Controller. While there, she prepared financial statements, forecastings, budgets, consolidations, net
worth statements, cash management, construction draws, and partnership/joint venture reporting.
Pat developed accounting and company policies and procedures, as well as reports of federal, state,
and local payroll taxes, sales and use taxes, and franchise tax return in a multi -state environment.
Fayetteville Flow Monitoring System — Project # 98-92 Page 3
•
Resumes •
Clifton Don Beene, Jr.
Technical Services Coordinator
Education
B.S. Agricultural Economics, Texas A&M University, 1987
Summary
Mr. Beene has been involved with sanitary sewer evaluation projects for the past 7 years. He has
managed field operations of infiltration/inflow reduction projects, sampling projects, as well as full
scale sanitary sewer evaluation surveys. He has also performed source defect analysis and flow
analysis on multiple sewer evaluation surveys.
Professional Experience
Mr. Beene has performed data analysis and cost-effective analysis on both large and small sanitary
sewer evaluation surveys. He is highly familiar with all aspects of field work involved in sanitary
sewer surveys: flow monitoring, visual manhole and pipe inspection, smoke testing, dyed water
flooding, flow monitoring, and cleaning and T.V. inspection. He has performed defect analysis and
recommended rehabilitation procedures for over fifty sewer system evaluation surveys over the past
four years. Mr. Beene has also installed and monitored piezometers for determining the effect of
groundwater on the collection system. He is also familiar with soil sampling and soil characteristics
that could effect collection system pipelines.
Mr. Beene's project experience is as follows: Houston, TX; Oklahoma City, OK; Garland, TX; Ft.
Worth, TX; Clarksville, TX; Beaumont, TX; New Roads, LA; Farmers Branch, TX; Dallas, TX; Baton
Rouge, LA; Benton, AR; Shreveport, LA; Tulsa, OK; Conway, AR; Norman, OK; Port Allen, LA;
Bowie, TX; Bethany, OK; Sulphur, OK; Ponca City, OK; Mineral Springs, AR; Bartlesville, OK; Keller,
TX; Grand Prairie, TX; Huntsville, TX; Corpus Christi, TX; Sheppard AFB, TX; Duncan, OK;
Cleveland, MS; Crowley, LA; Mena, AR; Holloman AFB, NM; Wichita Falls, TX; and Chickasha, OK.
Continuing Professional Education Over 100 hours from University of Texas at Arlington in Civil
Engineering
Daniel Lee Tutton
Hydraulic Modeling Specialist
Education
B.S. Civil Engineering, University of California, Davis, 1981
M.S. Linguistics, University of Texas at Arlington, 1989
Summary
Mr. Tutton has extensive technical and engineering experience, with emphasis in water and
wastewater systems modeling and design.
Professional Experience
Mr. Tutton's experience includes hydrology studies, grading plans, sewer and water plans, storm
drain design, and street plans and profiles for subdivisions. His most recent experience was as Vice
President of a Pizer, Inc., a leading vertical market hydraulics software firm. He conceived strategic
innovations which helped triple company gross income over four years. Among these innovations
were the HYDRA surcharge module, the automatic command file generator, the ADS defects flow
file generator, as well as several major underlying concepts for the Windows HydraPipe interface
integration of plan view, data entry, hydrograph and profile on the same screen. He finished coding
and prepared for release all program products, as well as edited and produced software
documentation for all these products. Mr. Tutton maintained and enhanced all code for the 50k line
HYDRA program, GISMaster program, and for many segments of HydraPipe. He also provided
Fayetteville Flow Monitoring System — Project # 98-92 Page 4
S
Resumes •
technical support, calibration assistance, and project approach consulting for more than 50
comprehensive sewer studies.
Darold Rudolph
Project Engineering Assistant
Education
B.S. Biology and Environmental Studies, Minors in Computer Science, Earth Science and
Geography, Mankato State University, Mankato, MN, 1982
Summary
Mr. Rudolph has been involved with sanitary sewer evaluation projects for the past 10 years. He has
managed the data analysis teams on the 5 largest projects in the world.
Professional Experience
Mr. Rudolph has performed data analysis on both large and small sanitary sewer evaluation surveys.
He is highly familiar with all aspects of data analysis involved in sewer surveys: long-term flow
monitoring, temporary studies, CSO, flumes, storm water sampling, pump stations, and sanitary
sewer system evaluations. He is also familiar with a variety of software packages and has report
writing experience.
Mr. Rudolph's project experience consists of both domestic and international projects. He was
responsible for flow monitoring data analysis on some of the largest projects undertaken to date
including the 325 meter sites in Sydney, Australia; 300 meter sites in Baton Rouge, LA; 300 meters
in Houston, TX; 100 meters in Honolulu, HI; and 120 flow meter sites in Boston, MA. Other projects
performed by Mr. Rudolph include: Bentonville and Rogers, AR; Tucson and Phoenix; AZ; Duncan,
Norman, Chickasha, Tulsa, and Bartlesville, OK; Amarillo, Austin, Beaumont, Bryan, Corpus Christi,
Dallas, El Paso Storm Water Project, Fort. Worth, Galveston, Garland, Plano, Waco, Wichita Falls,
TX; Shreveport, LA; Dekalb Co., GA; Salem, Eugene, and Portland, OR; Des Moines, IA; Detroit,
MI; Lincoln, NE; Greeley, CO; Glenbard, IL; Chattanooga, TN; Columbus, OH; Bucks County, PA;
Spokane, Tacoma, Olympia, and Seattle, WA; Jackson, MS; Las Vegas, NV; Chula Vista, Fresno,
Los Angeles, San Diego, Encina, CA; and internationally, Vancouver and Edmonton, Canada.
Continuing Professional Education
Louisiana State University - 12 hours
DeVry Institute -6 hours (UNIX & IBM operating systems)
Hank Greenwald
Business Development Manager
Education
Louisiana State University
'Operation and Maintenance of Wastewater Collection Systems' Course, California State University
Summary
Mr. Greenwald has 20 years experience in municipal sewer rehabilitation project development. His
experience includes identification of piping problems, all phases of piping evaluation, data
management, definition of scope, specification writing, and CIPP rehabilitation.
Professional Experience
Mr. Greenwald served as the Technical Representative for sales with Insituform Gulf South before
joining ADS. He worked closely with customers to identify, evaluate, prioritize, and recommend
rehabilitation programs to reduce problems in sewer systems caused by III and structural
Fayetteville Flow Monitoring System — Project # 98-92 Page 5
•
Resumes •
deficiencies. His customers included municipalities, sewer agencies, counties, parishes, and military
bases in the Greater New Orleans area, Mississippi Gulf Coast, and Eastern Mississippi.
Mr. Greenwald has served as the principal speaker at meetings of APWA — Mississippi Chapter,
Mississippi Rural Water Association, and Louisiana Society of Civil Engineers on topics including
evaluation of piping systems, I/1 reduction methods, and CIPP lining.
Professional Activities
American Water Works Association
American Public Works Association — Mississippi Chapter
Jeff Plymale
Business Development Manager
Education
B.S. Civil Engineering, University of Illinois, Champaign, IL 1980
Registered Engineer in Training, Illinois 1981
Summary
Mr. Plymale has 16 years civil engineering experience in performing municipal contracts,
construction management, and engineering design and analysis. He has managed operational
logistics for wastewater capital improvement projects throughout the U.S. and internationally.
Professional Experience
Mr. Plymale is responsible for business development throughout the Southwest Region. He is
responsible for managing client accounts, establishing new business, and developing the market.
As Regional Operations Manager for ADS Environmental Services, Mr. Plymale managed operations
activities in Europe and Asia. He established foreign subsidiaries, developed business ventures and
coordinated all resources to ensure the timely and quality delivery of goods and services. He
implemented financial controls and managed operating budgets to ensure acceptable profit margins.
He has lead the international and domestic product development groups which are chartered with
developing and introducing new products, as well as, continuing to improve existing products. For
ADS, Mr. Plymale has served in all levels of operations management for projects in Europe,
Australia, Asia, and the United States.
Mr. Plymale has experience in the following cities: Baton Rouge, LA; Shreveport, LA; Opelousas,
LA; Rayne, LA; New Orleans, LA; Bogalusa, LA; Alexandria, LA; Crowley, LA; Lafayette, LA; Kaplan,
LA; Welch, LA; Meridian, MS; Tulsa, OK; Singapore; Sydney, Australia; Paris, France; London,
England; and Frankfurt, Freiburg, Berlin, and Wiesbaden, Germany.
Prior to joining ADS, Mr. Plymale worked for the Marriott Corporation in Washington as a Senior Civil
Engineer; Clayton, Williams, and Sherwood in Atlanta, GA as a construction manager, and Fluor -
Daniels in Houston, TX as a Piping and Civil Design Engineer.
Professional Activities
American Society of Civil Engineers
Water Environment Federation
International Federation for Wastewater and Waste Disposal
Fayetteville Flow Monitoring System — Project # 98-92 Page 6
Resumes • •
Terri Payne Rudolph
Business Development Manager
Education
B.S. University of North Alabama, 1988
Major - Applied Geography
Minor - Mathematics
Summary
Ms. Rudolph has extensive experience with sanitary sewer evaluation projects. In her history with
ADS, she has provided project direction, client services, and field services with inflow/infiltration
projects, stormwater sampling projects, billing projects and event notification projects.
Professional Experience
Ms. Rudolph is responsible for business development In the Southwest Region. She is responsible
for managing client accounts, establishing new business, and developing the market. Ms. Rudolph is
highly familiar with all aspects of analysis involved in wastewater surveys: long-term flow
monitoring, temporary studies, flumes, CSOs, lift stations, alarm stations, smoke testing, manhole
inspections, cleaning and T.V. inspection.
Ms. Rudolph's project experience consists of both domestic and international projects. Her project
experience includes: Gulf Coast Authority, TX; Trinity River Authority, TX; College Station, TX;
Austin, TX; Cedar Park Bayou, TX; Paris, TX; Laredo, TX; San Marcos, TX; Beverly Hills, CA; Culver
City, CA; Fresno, CA; Vacaville, CA; The Dalles, OR; Tulsa, OK; Bartlesville, OK; Jackson, MS;
Baton Rouge, LA; Crowley, LA: Bentonville, AR; and Jacksonville, AR.
Bessy M. Sutton
Business Development Manager
Education
B.S. Electrical Engineering, Technologic University of Panama, 1990
M.S. Electronic Engineering, Technologic University of Panama, 1987
Summary
Ms. Sutton has progressive international marketing and sales experience including management,
operations, and administration with demonstrated skills in the following: flow measurement, training
and development, motivational leadership, bi-lingual abilities (English/Spanish), and analytical
problem solving.
Professional Experience
Ms. Sutton is responsible for business development in the Southwest Region. She is responsible for
managing client accounts, establishing new business, and developing the market. Ms. Sutton is
experienced in ultrasonic equipment, primary elements, recorders, and data loggers.
Professional Activities
Water Environment Federation
The Environmental Export Council - Policy Advisory Board Member
Institute of Electrical and Electronic Engineers
Midwest Measurement Society
Fayetteville Flow Monitoring System - Project # 98-92 Page 7
Resumes
Damon Hartis
Field Manager
Education
Attended Texas A&M University, 1987 - 1988
Attended North Texas University, 1989
Summary
Mr. Hartis has been with ADS over 5 years. His field experience includes sewer water sampling,
monitor installation, and calibration.
Professional Experience
As a Field Manager, Mr. Hartis is responsible for the day-to-day field operations for a number of
small to medium projects or one large project. In this capacity he ensures projects are completed on
time and within budget. Mr. Hartis has performed data analysis for long term and temporary flow
monitoring projects. He is highly familiar with the analysis of data from sanitary sewers, combined
sewer overflows, storm sewers and pump stations. Mr. Hartis has assisted in writing and preparing
flow data for final reports including I/I priority rankings and Q vs. i analysis. He has solid experience
using Maptitude, Slicer, Microsoft Project, PowerPoint, ACAD, Lotus 123, Quattro Pro, PIPE,
Paradox, WordPerfect, and Microsoft Excel and Word. Mr. Hartis has training experience with
HydraPipe and GIS modeling.
Mr. Hartis' project experience is as follows: Grand Prairie, TX; Farmers Branch, TX; Arlington, TX;
Midlothian, TX; Houston, TX; Garland, TX; Southern Montgomery County, TX; Fort Worth, TX;
Wichita Falls, TX; Houston I/1 Demo; Terrell, TX; Dallas, TX; Los Angeles, CA; Burlington, IA;
Coffeyville, KS; Tulsa, OK; Baton Rouge, LA; Lafayette, LA; Shreveport, LA; and Alexandria, LA.
Charles Franklin
Project Manager
Education
Blinn Jr. College, 1981
University of Houston, 1982
Summary
Mr. Franklin has 7 years experience in all phases of sewer system investigation. He serves as both
a Project Manager and as the Manager for the Houston Service Center. Mr. Franklin's experience
has focused primarily on long term and temporary flow monitoring projects throughout the United
States. He was Project Manager on some of the largest flow monitoring projects in the US:
Houston, TX; Nashville, TN; and Baton Rouge, LA..
Professional Experience
Mr. Franklin has extensive experience with
responsibilities include assuring all projects a
monitored to achieve successful completion
customer expectations.
on -site and regional project management. His
e properly scheduled, budgeted, provided for, and
with constraints of time, cost, performance, and
Mr. Franklin's project experience includes the following: Houston, TX; GHWP (Houston); Victoria,
TX; Beaumont, TX; Corpus Christi, TX; Nederland, TX; San Antonio, TX; Shady Hollow MUD, TX;
Port Lavaca, TX; Southern Montgomery County MUD, TX; Austin, TX; Amarillo, TX; Jackson, MS;
Baton Rouge, LA; New Orleans, LA; Tucson, AZ; Norman, OK; Chicago, IL; Nashville, TN; San
Diego, CA; and Joint Meeting, NJ.
Fayetteville Flow Monitoring System — Project # 98-92 Page 8
Resumes
Kevin P. Cruice
Project Manager
Education
B.S. General Studies, University of Southwestern Louisiana, 1989
Summary
Mr. Cruice has over 8 years experience with flow monitoring and water quality sampling studies,
inflow/infiltration assessment, sewer system evaluation studies, stormwater monitoring, and CSO
monitoring. He is responsible for computer analysis, field evaluation of flow data, and
troubleshooting.
Professional Experience
Mr. Cruice has over 5 years of experience at ADS and is our central southwest Regional Project
Manager. He is responsible for managing resources and activities for all projects in Louisiana,
Mississippi, and Arkansas. Mr. Cruice has experience in all collection system inspection activities
including flow monitoring, smoke testing, manhole inspection, flow isolation, television inspection,
and dyed water flooding.
Mr. Cruice has conducted large and small scale continuous sewer flow monitoring studies in
numerous municipal sewer systems. Sewer size varied from 6" to 168" in diameter. Equipment
used has included depth/velocity flow meters, pump station event recorders, doppler meters, ground
water gauges, and rain gauges.
Mr. Cruice has managed projects in the following locations: New Orleans, LA; Rayne, LA; Bogalusa,
LA; Baton Rouge, LA; Shreveport, LA; Crowley, LA; Opelousas, LA; Little Rock, AR; Rogers, AR;
Meridian, MS; Jackson, MS; New Hebron, MS; Houston, TX; Longview, TX; Camp Bullis, TX;
Burlington, IA; Muscatine, IA; Bethany, OK; Fresno, CA; Los Angeles, CA; San Diego, CA; Chula
Vista, CA; Irvine Ranch Water District, CA: Culver City, CA; Marina Del Rey, CA; Phoenix, AZ; Pima
County, AZ; Las Vegas, NV; Cleveland, OH; Dublin, OH; Warren, MI; Seattle, WA; Portland, OR;
Salem, OR; Eugene, OR; Vancouver, British Columbia; Edmonton, Alberta; and Acuna, Mexico.
Water Pollution Control Federation
Mark MacPherson
Field Manager
Education
A.A. Accounting, Collin Community College, 1996
Currently working on B.S. Business Management, University of Phoenix
Summary
As a Field Manager, Mr. MacPherson is responsible for the day-to-day field operations for a number
of small to medium projects or one large project. In this capacity he ensures the safe and timely
completion of all contractual work within a set budget.
Professional Experience
Mr. MacPherson is responsible for project execution and quality control. He coordinates the
activities of all field employees and sub -contractors ensuring and managing the company's safety
program and policies. Mr. MacPherson assists the Project Manager in all personnel issues including
training and development, hiring and termination, and performance feedback. He also assists the
Project Manager in costing future projects and developing project budgets. He supervises: hydraulic
monitoring she selection, installation, calibration, data collection, and data review. Additionally he
Fayetteville Flow Monitoring System - Project # 98-92 Page 9
Resumes • •
supervises the investigation and assessment of waste and storm water collection systems which
includes: manhole inspection, smoke testing, dye water flooding, flow isolation testing, television
inspection, and wet weather manhole inspection.
Mr. MacPherson has managed projects or been associated with numerous projects in the following
locations: Rayne, LA; New Orleans, LA; Shreveport, LA; Bogalusa, LA; Crowley, LA; Baton
Rouge, LA; Rogers, AR; Little Rock, AR; Paris, TX; Dallas, TX; Fort Worth, TX; Tulsa, OK.
I&WWisa1iIlILi1
Mr. MacPherson served the United States in both peace and war for eight years. He was responsible
for gathering and disseminating intelligence on both the strategic and tactical level. He held
leadership positions from the team to platoon level. His last assignment was as a Task Force Scout
Platoon leader. Mr. MacPherson held many staff positions during his career ranging from logistical
to operational responsibilities at the battalion and brigade level.
Professional Activities
Project Management Institute
Non Commission Officers Association
Sergeant Audie Murphy Club
Sergeant Morales Club
ADS Employee of the Month for October 1997 - Southwest Region
Lance R. Lodes
Field Manager
Education
B.S. Geoscience, Middle Tennessee State University, 1994
M.S. Environmental Science/Civil Engineering, University of Oklahoma, 1996
Summary
As a Field Manager, Mr. Lodes is responsible for the day-to-day field operations for a number of
small to medium projects or one large project. In this capacity he ensures projects are completed on
time and within budget.
Professional Experience
Mr. Lodes assists in project execution: site selection, investigation of sewage system, supervision of
monitor Installation, data collection, hydraulic calibrations, sewer system evaluation, data review, and
project scheduling. Inspection tasks associated with SSES projects have Included manhole
inspection, smoke testing, dye water flooding, flow isolation testing, television inspection, and wet -
weather manhole inspection. Mr. Lodes coordinates the activities and develops schedules of field
personnel. He assists his Project Manager in personnel issues such as performance feedback,
training and development, and hiring and terminating. Mr. Lodes provides quality control of field
equipment to ensure it is in working order. Additionally, he is responsible for the effectiveness of the
Safety Program by tracking field safety. Mr. Lodes' project experience includes San Marcos, TX;
Paris, TX; Dallas, TX; Denton, TX; and Tulsa, OK.
Vincent Neal Barron
Project Engineering Assistant
Education
B.S. Molecular and Cell Biology, University of North Texas, 1989
M.S. Biological Sciences, University of Texas at Dallas, 1994
Fayetteville Flow Monitoring System — Project # 98-92 Page 10
Resumes • •
Summary
Mr. Barron has extensive experience In services pertaining to wastewater collection system surveys
and infiltration/inflow reduction projects.
Professional Experience
Mr. Barron assists Project Engineers in data analysis of wastewater collection systems, source defect
analysis using PIPE software, collection system hydraulic modeling using HYDRA software,
compilation of reports, map updates, flow data analysis of wastewater collection systems, and
televised inspections and review. Mr. Barron has the following field experience: manhole
inspections, smoke testing, dyed water flooding, flow monitoring and flow data analysis, lift -station
evaluations, engineering inspections of manhole rehabilitation, and televised inspection of these
systems/review of inspections. Mr. Barron has also provided training to employees regarding field
inspections and services. Additionally, he has provided maintenance for advanced equipment used
in the compilation of data for capacity analysis and design of wastewater collection systems.
Mr. Barton has managed projects or been associated with numerous projects in the following
locations: Arlington, TX; Azle, TX; Hurst, TX; Round Rock, TX; Highland Park, TX; Dallas, TX; Fort
Worth, TX; Sachse, TX; Irving, TX; Piano, TX; Rayne, LA; Tulsa, OK; and Wynne, AR.
Professional Activities
Environmental Assessment Association #13282
Certified Environmental Inspector
Joe M. Freitas
Field Representative
Summary
As a Field Representative, Mr. Freitas is responsible for the day-to-day field operations for a number
of small, medium and large projects. In this capacity he ensures projects are completed on time and
within budget.
Professional Experience
Mr. Freitas performs manhole inspections and sewer line smoke testing associated with sanitary
sewer evaluation surveys. Additionally, he performs equipment inspections and calibrations,
regulates confined space work, and monitors compliance to health and safety policies.
Mr. Freitas has experience in flow monitoring, capacity analysis. I/I reduction study, and SCADA
projects. His duties include site locations of flow meters, installation and servicing of flow meters,
manhole inspections, dual blower smoke testing, dye testing, weir calibrations, and supervision of
television inspection crews.
Additionally, Mr. Freitas has supervised the building and maintenance of a hazardous waste facility
in accordance with the Occupational Health and Safety Administration rules at 29 CFR 1910.120 and
the EPA rules at 40 CFR 264.16. He has also been responsible for the scheduling and coordination
of utility and paving construction work for crews. While working in this capacity, Mr. Freitas read and
followed plans and specifications; met with local and state inspectors, engineers, and the public
involved in the different phases of construction; kept daily progress logs on the crews and various
projects; and solved problems in the field as they occurred.
Mr. Freitas' project experience includes New Orleans, LA Temporary Flow Monitoring; New Orleans,
LA Stormwater and Meter Sampling; and Crowley, LA SCADA,
Fayetteville Flow Monitoring System — Project # 98-92 Page 11
Resumes • •
Jeffrey White
Field Manager
Education
B.S. Earth Science, Tarleton State University, 1997
Summary
As a Field Manager, Mr. White is responsible for the day-to-day field operations for a number of
small to medium projects or one large project. In this capacity he ensures projects are completed on
time and within budget.
Professional Experience
Mr. White assists in project execution: site selection, investigation of sewage system, supervision of
monitor installation, data collection, hydraulic calibrations, sewer system evaluation, data review, and
project scheduling. Inspection tasks associated with SSES projects have included manhole
inspection, smoke testing, dye water flooding, flow isolation testing, television inspection, and wet -
weather manhole inspection. Mr. White coordinates the activities and develops schedules of field
personnel. He assists his Project Manager in personnel issues such as performance feedback,
training and development, and hiring and terminating. Mr. White provides quality control of field
equipment to ensure it is in working order. Additionally, he is responsible for the effectiveness of the
Safety Program by tracking field safety.
Mr. White's project experience includes Victoria, TX; Denton, TX; Beaumont, TX; McAlester, OK;
New Orleans, LA; and Meridian, MS.
Shahriar (Shah) Rahman, E.I.T.
Engineering Analyst
Education
B.S. Civil Engineering, Virginia Military Institute, 1997
Summary
Mr. Rahman conducts engineering analyses of wastewater collection systems for SSES studies,
analyzes defects and updates system maps, and writes reports.
Professional Experience
Mr. Rahman reviews manhole inspections, smoke tests, line connectivity, and maps/blueprints for
basin/sub-basin designation. He serves as a lisison between field managers and project engineers.
His computer skills include Fortran, Basic, Pascal, PIPEs, QuattroPro, VersaCAD, Visual Analysis,
Excel, Word, WordPerfect, and various other PC and Macintosh programs. Mr. Rahman is studying the
ASCE Manual and Reports on Engineering Practice No. 62: Existing Sewer Evaluation and
Rehabilitation.
Tim Vu, E.I.T.
Engineering Analyst
Education
B.S. Mechanical Engineering, University of Texas at Austin, 1991
M.S. Environmental Engineering, University of Houston, 1995
Fayetteville Flow Monitoring System — Project # 98-92 Page 12
Resumes • •
Summary
Mr. Vu has experience in evaluation and design of wastewater collection systems and treatment
facilities.
Professional Experience
Mr. Vu conducts engineering analyses of wastewater collection systems for SSES studies, analyzes
defects and updates system maps, and writes reports. His computer skills include AutoCAD Rel. 12,
Ansys, Excel, Lotus, Word, Mathematica, Sigmastat, Sigmaplot, and various other PC and Macintosh
programs. Prior to coming to ADS, Mr. Vu served as a Project Engineer who managed multiple projects
in the areas of wastewater treatment facilities and environmental remediation, and assessment and
recommendations of wastewater collection systems for improvement and expansion.
Brian Perrin
Field Representative
Summary
Mr. Perrin has 4 years of experience in the civil and environmental engineering fields.
Professional Experience
Mr. Perrin has experience in flow monitoring, capacity analysis, and I/1 reduction study projects. His
duties include site locations of flow meters, installation and servicing of flow meters, manhole
inspections, dual blower smoke testing, dye testing, and supervision of television inspection crews.
Mr. Perrin's project experience includes Fort Worth, TX (6 projects); Dallas, TX; Garland, TX;
Greenville, TX; New Orleans, LA; Longview, TX: Houston, TX; Farmers Branch, TX; Arlington, TX;
Grand Prairie, TX; the Trinity River Authority, TX; Tulsa, OK; Bartlesville, OK; Rogers, AR; Little
Rock, AR; and Jacksonville, AR.
Kevin N. Bess
Field Representative
Education
B.S. Environmental Management, East Central University, 1996
Summary
Mr. Bess has 2 years of experience in the civil and environmental engineering fields.
Professional Experience
Mr. Bess has experience in flow monitoring, capacity analysis, and I/1 reduction study projects. His
duties include site locations of flow meters, installation and servicing of flow meters, manhole
inspections, dual blower smoke testing, dye testing, and supervision of television inspection crews.
Mr. Bess' project experience includes Bartlesville, OK; Tulsa, OK; New Orleans, LA; Opelousas, LA;
Crowley, LA; Baton Rouge, LA; Rayne, LA; Jacksonville, AR; Little Rock Air Force Base. AR; and
Rogers, AR.
Fayetteville Flow Monitoring System — Project #98-92 Page 13
Project Experience Requirements
Qualifications
ADS has over 4000
telemetered flow
monitoring systems
installed throughout
the United States,
Europe and
Australia.
Founded in 1974, ADS Environmental Services is the
nation's leader in providing flow monitoring and sewer
diagnostic services. With operational and maintenance
costs escalating, cities are increasingly turning to ADS's
technologies and diagnostic services to avoid unnecessary
infrastructure costs. The industry has responded to our
services: more than 3,100 clients have used our services in
over 3 billion linear feet of sewer lines throughout the
world.
Using products fostered from NASA space flight
technology, our engineers, geologists, software engineers,
instrumentation specialists, and field technicians have
pioneered innovative technologies such as state -of -the art
flow monitoring, video equipment for manhole inspections,
and digital photography for use in gathering quality
collection system information. Use of these technologies
increases the quality of data, improves rehabilitation/
construction decisions, reduces costs, and aids in the
management of rehabilitation programs.
With a diversified menu of sewer diagnostic services, ADS
is ready to assist cities and consultants in formulating an
appropriate diagnostic plan. Applications for ADS's
diagnostic equipment and services include:
✓
Flow Monitoring
✓
Rainfall Monitoring
ADS Intelliflow Flow ✓
1/1 Analysis/Reduction
✓
Sewer Leak Detection
Monitor ✓
Manhole Inspection
✓
Smoke Testing
✓
Dye Water Flooding
✓
Clean/TV Inspection
✓
Model Calibration
✓
Capacity Analysis
✓
Hydraulic Modeling
✓
Billing
✓
Rehabilitation Effectiveness
✓
Event Notification
✓
Stormwater Discharge Monitoring
✓
CSO Monitoring
ADS has over 300 employees worldwide, 3 permanent
ADS permanent flow regional offices, and 20 service centers. Our Tulsa and
monitors have Houston service centers report to the Dallas Regional Office
continuously which has operated throughout the Southwestern United
operated in gravity States for more than 15 years. Fifteen permanent office
sewers for over 17 staff members and 23 full time field staff members operate
years. from the Dallas office. All ADS personnel are highly trained
professionals specializing in wastewater infrastructure
management.
Fayetteville Flow Monitoring System — Project #98-92 Page 1
Summary of Telemetered Permanent Flow Monitoring Projects
Municipality/Entity
STATE
DATE
# RTUs
Sydney Water Board
AUS
'91
404
City of Houston
TX
'88
278
Massachusetts WRA
MA
'90
157
Washington Suburb. San.
MD
'80
135
City of Honolulu
HI
93
115
St. Louis
MO
79
102
City of Houston
TX
'87
101
Massachusetts WRA
MA
'92
86
Metro Nashville & Davidson Co.
TN
'90
85
City of Lorain
OH
'86
73
Oakland County
Ml
'91
68
City of Philadelphia
PA
'84
66
Dalton, Dalton, Newport
OH
'82
60
City of Columbus
OH
'87
59
East Bay Municipal Utility
CA
'80
56
Bucks County (Carroll Eng.)
PA
'89
56
City of Baton Rouge
LA
'92
50
City of San Jose
CA
'95
50
Bucks County Water & Sewer
PA
'84
44
City of Orlando
FL
'85
42
Bissell Point
MO
'79
41
Auckland
NZ
'92
40
City of Seattle
WA
'89
39
Jefferson County
Shades/5 Mile)
AL
'95
38
Aireautec
CN
'83
38
Frankfurt
GER
'93
34
City of Los Angeles
CA
'91
33
Joint Meeting of Essex & Union
NJ
'91
31
City of Indianapolis
IN
'86
30
Trion Engineering
AR
'90
30
Coldwater Creek
MO
'79
30
City of Columbus
OH
'94
30
City of Akron
OH
'80
27
City of Houston
TX
'85
26
City of Indianapolis
IN
'88
25
Wayne County
MI
'91
25
Jefferson County
(Valley Creek)
AL
'94
25
San Diego (billing)
CA
'95
24
City of Salem
OR
'82
22
City of Tulsa
OK
'92
22
Mentor (Frank Thomas)
OH
'84
21
Metro Water Services
TN
'90
21
N.E. Ohio Reg. Sewer
OH
'86
20
Massachusetts WRA (Phase IV)
MA
'93
20
Valle de I'Orge
FR
'94
20
City of Hagerstown
MD
'80
19
City of Des Moines
IA
'85
19
NW Area
MO
'81
19
Plainfield Joint Meeting
NJ
'94
19
Fayetteville Flow Monitoring System — Project #98-92 Page 2
rements •
City of Durham
NC
'91
18
Pima
(Downtown)
AZ
'92
18
Oakridge
(Martin Marietta)
TN
'86
17
Massachusetts WRA
MA
'87
17
City of Brisbane
AUS
'91
17
City of San Diego
CA
'91
16
City of Erie
PA
'95
16
Pima County Wastewater Dept.
AZ
'84
15
Encina Water Pol.Control Facility
CA
'85
15
Camp,Dresser, McKee
OH
'88
15
City of Brisbane
AUS
'92
15
Jefferson County (Village Creek)
AL
'93
15
Jefferson County (Village Creek)
AL
'94
15
City of Greensboro
NC
'90
14
Fairfax County
VA
'91
14
City of New Haven
CT
'95
14
Hammond Sewer District
IN
'90
13
Jefferson County
AL
'92
13
Harrisburg Water & Sewer
PA
'88
12
Arlington County
VA
'89
12
City of Dalton
GA
'90
12
Meramac
MO
'81
12
City of Rogers
AR
'93
12
City of Euclid
OH
'80
11
City of Montgomery
AL
'84
11
City of Chattanooga
TN
'85
11
City of Newburgh
NY
'91
11
Harrisburg
(Hydroelectric)
PA
'91
11
CulverCity
CA
'94
11
Westchester
(Charles Velzy)
NY
'80
10
Anne Arundel County
MD
'88
10
Weiss Construction
MI
'88
10
City of Fresno
CA
'91
10
Arlington County
VA
'91
10
City of Huntsville
AL
'92
10
City of Shreveport
LA
'93
10
Clackamas County
OR
'95
10
City of Fresno
CA
'85
9
Westchester County
NY
'88
9
Greater Vancouver Reg. Dist.
CN
'89
9
City of Akron
OH
'92
9
Fairfax County
VA
'92
9
Richmond (Shockoe Creek)
VA
'93
9
City of Fort Worth
TX
'83
8
Town of Highland
IN
'88
8
Warren (Metco Services, Inc.
MI
'90
8
City of Duluth
MN
'91
8
City -Chula Vista
CA
'84
8
Washington Suburb. San.
MD
'92
8
City of Lott
WA
'92
8
Fayetteville Flow Monitoring System — Project #98-92 Page 3
Project Experience Requirements
Listing of Three Intelliflow Flow Monitoring Projects
Tulsa, OK Mr. Al Hamlett, P.E. (918) 596-9560
Purchased 26 Units 1998
Wayne County, MI
Purchased 22 Units
Mobile, AL
(I) demo unit
Mr. Terry Galloway (734) 326-7560
1998 1 Demo Unit compared against American Sigma
Mr. Tony Sneed (334) 694-3167
1998
Fayetteville Flow Monitoring System — Project #98-92 Page 4
References •
• va aPa cv O�nYm Cd-y-'AC-A-f5 x<a '
��? r O )o,,d�ya�9 4po�'vF
a ox �� < h4, E
Y�rte
i EttL°°u?J'o°i gaa 4-9bhi b�'C2 ••
°4°°4 o l6 9 y
v � ,otuAQi)A 4)?4
o°c4Cr
odPaO
PC ay)o'm°COO) < uo 0 0
)44
uwV w ae'y�9^w'niC4
S"•"J'. y$��g
)$u P w� < Yq< J
Q��R W1 4 i'
ek d Q d�$!$FL !cops
) ) w3. cops
'&><'�40.)O4TV4
z... ,. v ,y 1y8'?564
[N¢ Co o�y ♦. [<A wRSYP PP 4`�40AA«Aww'Po O.c.
T4 Yo 346,�((d4PyS400[O OMdc
A[ P<4iA �*% T [r Oe4 MIXOV o((d oa r
C IXIX4M V^Q)7
C \4C 4J( \ \Ul P\\CV VO\ VP OC POA'Y
JU J 4S \C<�pO.O P`PC C OMC 4-
)O))0 CC)O(01(.Y)
Q)j CW )U )UJ\
) VCP. C)44i)4 )40.<H OFvo )pD<Y CC4 C(Y)Y4 ))C OC
VP...• (\(
O<.<
.NY.Y C.O,E_d .V NYY $..�.........
) a om»...4)a-..-$. ..n -o . 6_Q�..-,
Area -Wide Flow Monitoring I/I Analysis
Mr. AI Hamlett, P.E.
- 26 IntelliFlow Permanent Flow Monitors
and Hydraulic Modeling
(918) 596-9560
- 20 Temporary Flow Monitors
5YSTCF 91-1-S
- 12 Rain Gauges
City of Tulsa, OK
- 22 Permanent Flow Monitors
2317 South Jackson Avenue
- Hydraulic Modeling
Tulsa, OK 74107
Houston, Texas I/1 Reduction Plan
Mr. Henry Gregory
- 900 Flow Monitors
City of Houston
(713) 525-9999
- 300 Permanent Flow Monitors
306 McGowan
-
Houston, Texas 77006
Fayetteville, AR
Mr. David Jurgens, P.E.
- 29 Permanent Monitors
113 West Mountain
(501) 575-8387
- 1 Temporary Flow Monitor
Fayetteville, AR 72701
Rogers, AR Water Utilities
Mr. Tom McAlster. P.E.
- 18 Permanent Monitors
P.O. Box 338
(501) 521.1142
Rogers, AR 72756
Gulf Coast Authority, TX
Mr. Gordon Pederson
- 8 Permanent Flow Monitors
910 Bay Area Blvd.
(281) 488-4115
Houston, TX 77058
Bartlesville, Oklahoma Sanitary Sewer
Mr. Ed Gordon
- 6 Permanent Flow Monitors
Evaluation Study
(918) 337-5257
- 32 Temporary Flow Monitors
City of Bartlesville
600 S. Dewey
Bartlesville, OK 74005
Fayetteville Flow Monitoring System — Project # 98-92 Page 1
Other Contractor Qualifications
Manufacturer's, Operations and Maintenance Qualifications:
A full complement of highly sophisticated and specialized flow monitoring, sewer
evaluation, safety and other equipment is maintained by ADS and available for this
project. Included in the equipment inventory are:
Sewer Evaluation and Flow Monitoring Equipment
U 100 fully equipped field service vehicles
U 60 ADS IntelliFlow meters
U 995 ADS QuadraScan 1500 electronic digital
depth/velocity portable flow meters
❑ 27 AutoSol 4000 pump station meters
U 107 electromagnetic portable velocity probes
❑ 5 dual -headed doppler ultrasonic flow meters
U 120 continuous recording solid state rain gauges
Miscellaneous Smaller Equipment
❑ 64 sets of weirs
❑ 16 RamBlo 4,000 CFM smoke machines
❑ 2 Schonstedt Instrument Co. metal detectors
Required Safety Equipment
❑ 75 sets of traffic signs, cones and flashing beacons
❑ 75 gas detection meters
❑ 75 safety harnesses
❑ 35 tripods
❑ 75 fresh air blowers
❑ Other required safety equipment
Communication Equipment
❑ 137 Motorola two-way radios
❑ 72 Motorola cellular telephones
Required Computer Hardware and Software
❑ (342) PC computers total
❑ (51) Pentium computers
❑ (125) 486's
❑ (166) pre -486's
U Sewer Evaluation Data Management software (over 20 individual programs)
❑ Hydraulic analysis software
❑ ADS flow monitoring software
Fayetteville Flow Monitoring System — Project # 98-92 Page 1
St
Other Contractor Qualifications •
Financial Capability:
ADS Environmental Service hereby certifies that it has sufficient financial resources
to fulfill the obligations incident to the work, the ability to provide adequate
insurance protection as required, and a bonding capacity of at least $1,000,000.
ADS's worldwide sales are approximately $40 million. ADS is owned by Axel
Johnson Inc., a private, diversified company that specializes in environment,
telecommunications, energy, and industry. Headquartered in Stamford,
Connecticut, Axel Johnson employs nearly 2,000 people in 40 locations, primarily in
North America.
Patent and Hold Harmless Certifications:
INTELLECTUAL PROPERTY INDEMNITY
ADS warrants the use of the products and documentation furnished hereunder that
are of ADS's standard manufacture, design and composition and used as
contemplated by ADS shall be free and clear of infringement of any patent,
registered copyright, trademark, trade secret or other intellectual property interest.
ADS shall be liable for, and protect, defend, indemnify and hold harmless Buyer
from and against all claims, damages, losses or expenses incurred by Buyer as a
result of, or in connection with, any claims, whether rightful or otherwise, that any
method, design or process or any part thereof specified or chosen or used by ADS
under the Agreement infringes any third party intellectual property rights, including
without limitation patents, copyrights or trademarks. If use of any part of such
method, design or process is limited or prohibited, ADS shall procure the necessary
licenses to use the infringing method or process or, with Buyer's prior written
approval, substitute same with substantially equal but non -infringing method, design
or process; provided that any such substituted method, design or process shall
meet all the requirements and be subject to all the provisions of the Contract
Documents.
The foregoing indemnity shall not apply, and Buyer shall be responsible for all such
claims, damages, losses or expenses when a particular method or process is
specified by Buyer.
Safety Qualifications:
ADS hereby certifies that ADS personnel will be responsible for its own safety
during the project. Weekly safety meetings are conducted to address the safety
concerns for each of the field testing procedures. ADS procedures shall comply
with applicable OSHA safety regulations and with 20 CFR 1920.146.
Fayetteville Flow Monitoring System — Project # 98-92 Page 2
Other Contractor Q�Talifications
Quality Certification:
ADS has received ISO9000 certification. ISO is an acronym that represents the
International Organization for Standardization. ISO9000 is a series of Quality
Management System standards that have been adopted to assure consistency of
product quality and reliability. The objective of ISO is straightforward:
".. to
promote
the
development
of standards worldwide for
purposes of
improved
operation
efficiency,
improved productivity and reduced
cost"
The field procedures developed by ADS as part of the ISO 9000 certification ensure
that each field crew performs field tests using identical methodology and documents
collection system deficiencies in the same manner.
ADS has also received external certification from SIRA, Factory Mutual, and TicklT.
These bodies insure that quality practices and appropriate documentation of
products are in compliance with specific product certifications.
Fayetteville Flow Monitoring System — Project # 98-92
Page 3
• 9
QUALITY SYSTEM CERTIFICATE
This is to Certify that the Quality Managc.iuenl System of
ADS CORPORATION
Cammirigs Research Park
5025 Bradford Boulevard
Huntsville
Alabama 35805
USA
has been assessed by Sus Certification Scrvicc
and found to comply with
18O 9001-1994
for the
Design, development and manufacture of software and ryuipmenlfor
measuring and collecting data associated with fluids In pipes and
channel systcnu. Provision of cur turner support Including
installaaant, data analysis and repair services.
Ccrtrtkatc No : 740056
Vats of Initial Ameanmcre a 4 May 1994
]lase of Insue.Retlaue : 17 December 1997 —{{�
Renewal Due : 4 May 200D ..1..1<. •a.91•...r...- ..-......Yl}.........
Chief Executive
this ccntticate is nblect to the anepacy naintaioun its synem w the inquired srandards, which
will bt rnoniivrsd by SGS. The law of Win Ca"ieoaa aM the SCS C:mtiflurioa Mark an uubjeci
to the Regulations Applicable to Holden of yCS Cartifrcuies.
SIRA CERTIFICATION SERVICE
IPMF1_-1\11r ,1" YM4- 1 e V %.171 l.aS.....w ... I1.
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
I. Invitation to Bid
The City of Fayetteville, Arkansas, will receive sealed bids for bid number 98-92 at the office of the
Purchasing Manager, room 306, City Hall, 113 West Mountain, until November 25, 1998, at 2:00 p. m.,
for upgrade of its existing telemetered, computerized wastewater flow monitor system. The system shall
consIst of thirty-one (31) permanent flow monitors. The Contractor shall supply all hardware, firmware
and software for each flow monitor location, In accordance with these specifications.
II. General Terms and Conditions
A. Specifications may be requested from and technical questions directed to David Jurgens, P. E.,
Water/Sewer Maintenance Superintendent, (501) 575-8386, fax (501) 443-1815, between the hours
of 7:30 and 5:00.
B. Field site visits and questions regarding inventory of existing flow monitor hardware and equipment
should be coordinated with Tom Mowry or Stan Staley, Water and Sewer Department, (501) 575-
8386, between the hours of 7:30 and 4:00.
C. All applicable local, state and federal sales taxes must be included in bid. The responsibility of payment
shall remain with the successful bidder. Tax amount shall show as a separate item.
D. All bids received after the date and time set for receiving bids will not be considered.
E. All bids shall be submitted in a sealed envelope and must be submitted on the bid tab included in these
specifications.
F. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
G. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make
a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or
less than the quantity Indicated subject to availability of funds.
H. The bid price shall remain good and firm until the project is completed.
I. All products delivered shall comply with applicable standards of quality.
J. Any exceptions to the requirements of these specifications must be noted on the bid.
K. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the furnishing of the
items bid.
L. Each bidder shall state on the face of the bid form the anticipated number of days from the date of
receipt of an order for delivery of equipment and installation to the City of Fayetteville.
M. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be dearly
noted on the bid form.
N. Bidders must provide the City with their bids signed by an employee having legal authority to submit
bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by
the bidder.
O. The City reserves the right to request any additional Information it deems necessary from any or all
bidders after bids are submitted.
P. The request for bid is not to be construed as an offer, a contract, nor a commitment of any kind: nor
does it commit the City to pay for any costs incurred by bidder in preparation of bid.
Q. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Manager at
(501) 575-8289 to ensure receipt of their bid.
R. If products and/or components other than those described in this bid document are proposed, the
bidder must include complete descriptive literature and technical specifications.
City of Fayetteville
November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Ill. General Requirements
A. Overview and Scope:
1. Wastewater Flow Monitors
The Water and Sewer Department of the City of Fayetteville Intends to upgrade its existing
network of telemetered wastewater flow monitors which are installed In temporary and
permanent applications within the City's wastewater collection system. The flow monitors
provide the City with vital information on the hydraulic performance of their wastewater
system. The Contractor will supply all hardware and firmware for thirty-two locations with
each flow monitoring system consisting of the following.
a) A data logger installed in the sewer manhole functioning as a data logger,
communications device and sensor command unit.
b) An ultrasonic depth sensor with cable connection to the data logger.
c) A combination velocity sensor and pressure depth sensor with cable connection to
the data logger.
d) Appropriate installation rings and hardware to mount the sensors and the data
logger.
e) Software for data management and analysis purposes.
2. Central Station
The flow monitors must be capable of communicating flow information through a direct
connection using a portable PC and via standard, voice -grade telephone lines to a Central
Station IBM compatible PC. This computer will consist of a pentium CPU, internal modem,
video display terminal, disk drive, math co -processor and printer as provided by the utility.
The Contractor shall supply the necessary software required for the successful operation of
the permanent flow monitoring network. The monitoring system and software shall be
capable of supporting up to 100 flow monitors as a standard function of the system.
3. Installation, Start-up, Operation and Maintenance Services
The Contractor shall furnish equipment and provide support services to assist the City In the
installation and start-up of a complete and operational system. These services are further
described in the Technical Specifications under Section V and Include:
City of Fayetteville 2 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
a) Equipment
b) Installation
c) Training
d) Warranty
e) Annual Support Services
4. Flow Monitoring Contractor
For the purposes of this project, the flow monitoring manufacturer and no more than one
designated subcontractor (Contractor) shall serve as the flow monitoring Contractor and
shall meet the qualifications as listed In this specification (See Section B).
5. Contractor Obligations
The flow monitoring contractor shall be responsible for the manufacture, procurement and
furnishing of all materials, labor and services required to property install and place into
operation the integrated sewer flow monitoring network as hereinafter specified. (See
Section V). The Contractor shall also provide the services of factory trained service and
installation personnel to install the monitoring equipment and software and to provide
electronic, telemetry, start-up and field optimization.
B. Qualifications and Bid Requirements
The City of Fayetteville intends to engage a qualified and experienced flow monitor manufacturer to
provide the specified equipment and services. The City acknowledges that the wastewater system
is a hostile environment for acquiring flow information. As such, the manufacturer must have at
least five years of experience in providing permanent flow monitoring systems. Responding firms
shall demonstrate qualifications by providing the following with the bid:
1. Detailed Technical Submittals
The submittal shall include descriptive brochures and technical information of the proposed
equipment. The submittals shall describe in detail the compliance with each specification
(Section II) contained herein. Sample hydrographs, tabulations and reports from projects of
similar scope and complexity shall be included. Any deviations from the specifications must
be noted.
2. Contractor Resumes
The Contractor shall submit resumes of key personnel in his regular employ who are
expected to perform the work. Each resume shall reflect the competency with respect to
the employee's experience on projects of similar scope.
City of Fayetteville 3 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
3. Contractor Experience Requirements
Contractor shall have a minimum of five years of successful, documented experience in the
manufacture and installation of networked, permanent flow monitoring equipment In gravity
sewer applications.
4. Related Project Experience
Contractor must have performed at least ten projects where the Contractor has
manufactured, Installed, and commissioned a sewer flow monitoring system comparable to
the system specified herein. Contractor must have performed at least three projects where
the Contractor has manufactured, installed, and commissioned a telemetered sewer flow
monitoring system with the same flow monitors as for the system specified herein. The
location, number of units and year installed must be provided for each project.
5. References
The Contractor shall submit a list of five specific references consisting of names, titles,
addresses, and telephone numbers of individuals who have responsibility for the operation
of flow monitoring equipment comparable in design, construction and use to the those
specified herein.
6. Other Contractor Qualifications
The City shall determine whether a bid is responsive based on the Contractor's provision of
the following:
a) Manufacturer's Qualifications. The Contractor shall provide evidence of having
adequate plant, equipment and technical experience to furnish the equipment and
services required. The Contractor shall provide evidence of their financial capability
fulfill the obligations incident to the work, including a bonding capacity of at least
$1,000,000.
b) Operations and Maintenance Qualifications. The Contractor shall submit
satisfactory evidence of having the personnel, facilities, and equipment to provide
the operational and data processing support required by this specification.
c) Patent and Hold Harmless Certifications. The contractor shall provide certification
of their license to all applicable patents and shall indemnify and hold harmless the
owner from all liabilities, judgements, costs, damages and expenses which may
result from the infringement of any patents, trademarks, and copyrights by reason
of the use of any proprietary materials, devices, equipment for processes
Incorporated in or used in the performance of the work under this contract.
d) Safety Qualifications. The Contractor shall certify compliance with 20 CFR
1910.146 (OSHA confined space safety regulations) and all safety requirements
Involved with the project.
+Cdb' of Fayetteville 4 November 12, 1998
I
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
e) Quality Certification. The Contractor shall provide certification for the manufacture
of product according to a documented Quality Management System, similar to that
sanctioned by ISO 9001 for the design, development, production, installation, and
servicing of products.
7. Performance Checklist
The City shall evaluate each submittal by placing a check mark under the %Meets Spec
column where the Contractor meets or exceeds the specification. If not met, the City will
note the exception with a brief statement under the exception column. Contractor must
submit the following qualifications to comply with this specification. Items in this checklist
shall not be construed as equally weighted for purposes of evaluating bids, services or
products. This table is included as an evaluation tool only. If there are any discrepancies
between abbreviated specifications identified in this table and the detailed specifications in
the body of this document, the detailed specifications in the body of this document shall be
accented as rnrrert
Owner Specifications
Meets
Spec
Fails to meet spec
Detailed technical submittals:
Contractor resumes
5 years experience manufacturing flow monitors
10 related_projects
5 references
iM bondin ca ci
Resources to accomplish project
Hold harmless certificates
OSHA compliance documentation
ISO 9001 certification or process type
Monitor spec:
Waterproof housing - Nema 6 P 67 sealing
Weight less than 25 lb with battery
Internal manhole mountin
Power — commercially available dry -cell, optional
external DC power, and backup
All electronics on replaceable PCB board(s)
Sensor measurements in less than 20 seconds
Support voice grade phone, direct serial and 28.8 KBPS
modem rate
ID required for data transfer
Transmission error detection and correction
Battery backed clock
Lightning Protection
Data recording Intervals
Memory- store 365 days of data
Effective temperature range 0° - 60 CO
Sensors:
City of Fayetteville 5 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Ultrasonic:
Ultrasonic sound technique with digital signal
processing
Corrosive resistant, debris shedding housing
submersible to 25 psI
Size less than 12.5 I x 2.5 w x 1.5" h
Mounting on crown of pipe
Range — 2.25"— 10'
Resolution — 0.02"
Accuracy — 0.125" at 25°C
Maximum drift of 0.125" from 00 _G0 60 C°
Temperature range and compensation
Standard cable length of 25cables up to 75'
Multiple crystal —3 ultrasonic crystals
Combined Pressure Depth/Velocity Sensor:
Common housing, corrosive resistant submersible to 25
i
Size — 3.00"
I x 1.5"
(w) x 0.8" (h)
Quick release mounting
Temperature range
Standard cable length of 30 feet, cables to 75 feet
Pressure:
Measures depth based on atmospheric & hydrostatic
with no vent tube nor desiccant
Range — uto 23'
Resolution — minimum of 0.04"
Accuracy— 0.2% of full scale
Temperature compensation
Factory calibrated and offset compensation
Velocity:
Ultrasonic di ital Do ler techni ue
Range: -5 to 207 second
Flow depths— 1.0" — 10 feet
Resolution — minimum of 0.04"
Optimization using hydraulic profiles
Software:
Windows 95 or NT
Automated, unattended data collect
Quantification tables
Non-standard pipe tables
Remote configuration changes
Min. max. and average flow for each day
Maintenance log showing battery strength and system
diagnostic
City of Fayetteville 6 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Allowance for sediment In pipe
Allow for color printing of flow data
Built-in scattergraph to verify data
Data overlay from different time spans
Viewing multiple sensor data simultaneously
Cut and paste graphs and data Into Microsoft®
products
IV.Minimum Technical Specifications
A. Equipment
The equipment shall consist of a flow monitor installed in the sewer manhole functioning as a data
logger, communications device and sensor command unit. Each unit shall be furnished with a data
logger, an ultrasonic depth measurement sensor with cable connection to the logger, appropriate
rings for the installation of the sensors, mounting hardware to secure the equipment and software
for data management and analysis purposes. The Contractor shall also furnish five (5) additional
sets of sensors, installation rings and mounting hardware to serve as spares. The Contractor shall
also furnish three (3) additional ultrasonic, and depth/pressure, and/or pressure PCB board(s) to
serve as spares. The Contractor shall supply the City with three (3) sets of Operations and
Maintenance Manuals for the flow meters.
1. Data Logger
City of Fayetteville
a) Housing
— Waterproof, NEMA
6,
IP67
rating, corrosion resistant, will be able to
withstand
a fall of 1 meter with
no
loss of
operation.
b) Weight — less than 25 pounds, including batteries (not including sensors).
c)
Mounting — Data Logger shall
be able to be mounted
to the manhole wall or to rung
with a handle to support easy
monitor installation and
removal.
d) Power Supply — Commercially available, dry cell batteries able to be replaced
without breaching the logger electronics. Battery replacement shall require no
specialized tools and be able to be accomplished in less than one minute.
e) Optional Power Supply - Shall support an option for an external DC power source
with a built in battery backup of at least one week.
1) Battery Backup — Shall have a battery backup allowing for a change of the dry -cell
with no loss of data and the ability to support the storage of data for at least 90 days
if the dry -cell is removed.
November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
g) Electronics — To Increase data logger reliability and ease of maintenance, all
electronics shall reside on user replaceable PCB boards located in a separate and
sealed compartment from the primary batteries within the data logger.
h) Length of Time Required for Sensor Measurements — The ultrasonic, pressure, and
velocity sensors shall acquire measurements within a total period of 20 seconds to
minimize errors due to fluctuations in the flow.
Communication — Shall support a modem rate of at least 28,800 BPS. Unit shall
support voice -grade telephone and direct serial communications through
commercially available communication protocols. Proprietary communication
protocol shall not be accepted.
j) Communication Security — Remote data logger shall not respond unless the correct
identification is transmitted.
k) Data Integrity — All telephone and serial communications shall support error
detection and correction to prevent corrupted or loss data during transmission.
Data Downloading — Must be capable of being used for both temporary and
permanent locations; data must be capable of being downloaded via both
telephone (modem) and on -site laptop computer.
m) Clock — Logger shall have a battery- backed real-time clock/calendar, which will not
gain or lose more than 3 seconds per day. Logger shall report current time with
each logger communication.
n) Lightning Protection — Shall have transient surge protectors on the incoming
telephone line to protect the logger against nominal lightning surges.
o) Data Recording
Interval —
Shall support
standard data recording intervals of 1, 2,
2.5, 3, 5, 6, 10,
12, 15, and
30 minutes or
1 hour.
p) Memory — Shall support the storage of at least 365 days of depth and velocity data
at a 15 minute sampling rate.
q) Temperature Range — Shall function within specifications between 0° — 80°.
2. Sensors
The flow monitor shall be capable of recording the velocity and two independent depth
measurements through ultrasonic and pressure depth technologies.
a) Ultrasonic Depth
City of Fayetteville 8 November 12, 1998
EJ
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
City of Fayetteville
(1) Measurement Technique — Sensor shall measure the elapsed time
between the transmission of the ultrasonic signal and the return echo.
Measurements shall be repeated automatically and a statistical analysis of
the return echoes shall determine and discard false or multiple echoes.
Digital signal processing shall be used to detect the true water surface
return. The results shall be averaged Into an averaged elapsed time. The
distance between the transmitter and the water surface shall be
automatically calculated and the final range measurement shall be
converted to a depth of flow and stored in the data logger memory.
(2) Housing — Shall be housed in a corrosive resistant material to withstand
pH ranges of 3 to 10 without damage to sensor or reduced functionality.
Sensor shall have a debris -shedding design and withstand submersion in
water pressures up to 25 psi.
(3) Size — Shall be no longer than 12' long x 2.5' wide x 1.5' high.
(4) Mounting — Shall be installed at the crown of the pipe on a ring with a
mounting mechanism to allow for the replacement of the sensor without
removing the installation ring. An optional mount shall also be available for
mounting in the manhole structure.
(5) Range — Shall be able to measure from 1.25' to 10' from the sensor face.
(6) Resolution — 0.02' increments.
(7) Accuracy — 0.125at 25°c.
(8) Drift - Maximum of 0.125' from 0° to 60' C.
(9) Temperature Range — Shall operate within specifications from 0° to 60° C.
Range readings must be compensated for the changes of the speed of
sound in air due to temperature variations. The temperature readings must
be available to user for both diagnostic and logging purposes.
(10) Multiple Crystals — The sensor shall have at least three (3) ultrasonic
crystals where all combinations of transmitters and receivers (one to
another) shall be used to determine the depth range for each depth
reading.
(11) Cable Length — Shall support a standard cable length of 25 feet and
operate within specifications up to 75 feet from the data logger.
b) Combined Pressure DepthNelocity Sensor
0j
November 12, 1998
Ll
C
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
City of Fayetteville
(1) Housing — The pressure depth and velocity sensor shall reside in a single
common housing to minimize cross-sectional profile. The housing shall be
of corrosive resistant material capable of withstanding pH ranges from 3 to
10. The combined sensor shall withstand submersion In water to
pressures up to 25 psi (standard, 23 -foot pressure sensor).
(2) Size — Maximum size shall be 5.000 long x 1.50wide x 0.800 high.
(3) Mounting — The combined sensor shall have a quick release' mechanism
to allow replacement of sensor without requiring removal of Installation
ring from pie. No screws shall be required to mount sensor to installation
ring.
(4) Temperature Range
— The combined sensor
shall
read depth and velocity
measurements within
specifications between
00 to
600 C.
(5) Cable Length — The combined sensor shall support a standard cable
length of 30 feet and operate within specifications up to 75 feet from the
data logger.
c) Pressure Sensor
(1) Measurement Technique — Shall measure depth based on the difference
in atmospheric and hydrostatic pressure. No atmospheric vent tube or
desiccant shall be required to obtain accurate depth readings.
(2) Range — minimum of 23 feet. The range for the pressure level shall be
appropriate for the application so that the most accurate measurement of
surcharge measurement may be achieved without compromising the
accuracy of the pressure level sensor as a back-up level measurement
device for primary flow calculations.
(3) Resolution — Minimum of 0.04.
(4) Accuracy - 0.2% of full scale.
(5) Temperature Compensation — Shall have integrated electronics to
compensate for temperature changes.
(6) Calibration — Sensor shall be factory calibrated to compensate for
temperature changes. Compensation for the offset from the bottom of the
pipe shall be possible based on user -entered depth measurements.
10
November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
(7) Drawdown Compensation — If the depth sensor requires drawdown
compensation, level measurement shall be compensated for velocity
Induced error on depth so that error terms do not exceed .085% of reading
at 0 to 10 ft/sec.
d) Velocity Measurement
(1) Measurement Technique - Shall be ultrasonic digital Doppler. Shall
transmit ultrasonic signal through flow cross-section. The signals shall be
analyzed to determine peak or average velocity. Electromagnetic type
(point velocity) sensors will not be acceptable.
(2) Accuracy - *2% of reading. The contractor must provide the theory of
operation and dearly define how the digital velocity sensor achieves
average velocity.
(3) Range - -5.0 to 20 feet per second (fps).
(4)
Flow
Depths — Sensor shall
meet specifications in flow depths ranging
from
1.0' to 10 feet.
(5) Resolution — 0.04 fps
(6) Optimization — If sensor reads peak velocity, shall support user
configurable hydraulic profile information (relationship between peak and
average velocity). Shall be able to input as a constant or as a variant or
flow depth. If sensor reads average velocity — not required.
3. Installation Rings and Mounting Hardware
One (1) installation ring for the mounting of the sensors shall be provided for each flow
monitor and five (5) additional spare rings. The installation rings shall range in size from
8' — 42in diameter as determined by the City upon award of contract. Mounting
hardware shall be provided to enable the complete installation of each unit and sensors.
4. Software
The Central Station data analysis software shall have the following minimum
requirements. A software users guide shall be provided in hard copy format and as part
of the installation CD.
a) Platform/Interface
(1) Software shall function on a Windows 95 or NT operating system.
City of Fayetteville 11 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
(2) Use the Windows 95 Explorer Interface.
(3) Shall be Year 2000 compatible.
(4) Shall store data in Microsoft Access° database format allowing for easy
export to other software applications.
(5) Shall support display of data in different unit types without exiting the
program.
(6) Shall support collection of all flow monitor sites in multiple and/or group
collections.
b) Data Acquisition
(1) Shall support direct collection of the data loggers specified herein.
(2) Shall support real time data collection of flow data and the scheduling of
data collection at user -specified times.
(3) Shall support the collection of data from individual data loggers and a
group of data loggers.
(4) Shall support import of data from a laptop PC. User shall have the option
to define dates of data to be imported or append the data to existing data
in the database.
(5) Shall support the direct import of data stored in the City of Fayetteville's
existing ADS Quadrascan database.
(6) Shall support the import of new and stored data from in the City of
Fayetteville's existing Telog data loggers and rain gauge system.
(7) Shall provide log files, which show the success or failure of the attempted
data import or collect.
c) Data Editing and Reporting
(1) Shall support the editing of flow data via four different methods;
hydrograph, scattergraph, tabular and block editing.
(2) Shall support the review of data by individual locations or a group of
locations.
City of Fayetteville 12 November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
(3) Shall support simultaneous views of the data.
(4) Shall support display and editing of more than one data type at a time.
(5) Shall support the comparison of data to site -specific hydraulic curves;
calibrated Manning or Colebrook -White velocity curves, and a best fit
velocity curve generated from the recorded depth and velocity data.
(6) Shall support performing edits on a user -selected span of data.
(7) Shall support performance of repeated edits throughout the data.
(8) Shall support the designation of flow data as good, questionable or bad to
facilitate the data editing process.
(9) Shall support the display of the current value of the data type as the cursor
is moved across the graph.
(10) Shall support the viewing of at least 10 different data types simultaneously
in the hydrograph format.
(11) The scattergraph shall support the viewing of up to three data types: one
on the x-axis, two on the y-axis.
(12) Shall indicate if a data point has been manually modified.
(13) Shall support the creation of new sites based on a combination of user -
defined sites; for example, create a new site C by adding sites A and B
together.
(14)
All data edits
shall be stored in a
log on a per -site basis as a record of the
modifications
made to the data.
(15) Shall support the storage of the preferred data edit mode so the user does
not have to re -define the view of the data each time one of the data editing
tools Is accessed.
(16) User shall be able to highlight a portion of data on a hydrograph and zoom
in on the data to obtain a higher resolution.
(17) Shall support the cut, copy and paste commands of Microsoft Windows.
(18) Shall support the running of reports for individual locations and a group of
locations.
City of Fayetteville 13 November 12, 1998
I
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
(19) Shall provide report templates for hydrographs and tabular reports. User
will be able to define headers and footers for reports.
(20) User shall be able to output reports on -demand or schedule the reports to
run at a user -specified time.
(21) The hydrograph shall support the overlay of contiguous data from different
time periods.
(22) The user shall have the option of displaying the silt level and/or pipe height
on the hydrograph.
(23) Shall support the creation of a report showing the percent availability of the
data for user -specified data types.
(24) Shall support the calculation of flow quantity in channels of different
shapes and sizes.
(25) Shall accurately compensate for silt levels found in the channel cross-
section.
(26) Shall provide standard templates of tabular reports for running 15 -minute,
hourly and daily totals.
(27) Shall provide standard templates of tabular reports for running daily,
weekly, quarterly, yearly and user -defined interval hydrograph reports.
V. Services
A. Installation
The Contractor shall provide five (5) days of assistance by a manufacturer's certified field technician
to assist the City with the installation and start-up of the flow monitoring system. The activities
include support for all tasks associated with investigating, installing, calibrating and commissioning
the telemetered flow monitors. The City shall provide voice -grade telephone service to each
location. The City will be responsible for payment of telephone company charges and expediting
permits where required. The City shall provide two (2) field workers, tools and a vehicle. Installation
assistance shall include, but not limited to, the following where applicable.
1. Site inspection of each location prior to installation to determine hydraulic suitability of each
site. At manhole installations, this shall require descending the manhole to ensure adequate
inspection. There may be cases where the Contractor may recommend that the designated
metering location be changed to take advantage of more favorable hydraulics at upstream
City of Fayetteville 14 November 12, 1998
0
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
or downstream locations. Site Inspections shall also Include the accurate measurement of
pipe or channel geometry for use in flow calculations.
2. The Contractor shall assist in the installation of the telemetered and portable flow meters
and sensors in optimum locations for best accuracy and reliability results.
3. The Contractor shall assist in obtaining verifications and/or calibrations of the depth and
velocity in order to confirm that the sensors are recording accurate information.
4. The Contractor shall assist in activating all of the flow meters and telemetry and shall
transfer all site specific data and communication files for each site to the Owner's central
processing station or portable computer.
5. The Contractor shall be responsible for taking all necessary safety precautions in the
performance of its services. Due to the requirement to enter active sewer lines to fulfill this
contract, the Contractor is advised that the sewer and manhole environment may be oxygen
deficient and may contain toxic and/or explosive gas vapors and liquids, as well as the
health hazard associated with contact with raw wastewater. The Contractor shall follow all
applicable Federal, State, local and OSHA regulations for manhole work and confined
space entry. The manufacturer's certified field technician shall be certified in first aid,
confined space entry, and gas meter usage.
B. Training
The Contractor shall provide 5 days of detailed training at the City's facilities for up to 5 City
Personnel. Training shall be conducted in 2 sessions roughly one to two months apart (one 3 -day
course at the outset and a 2 -day follow-up). Between sessions, the Contractor shall collect data in
tandem with the City to guarantee no loss of data. The course shall include both office and on -site
training for the complete maintenance and operation, installation, calibrationtverification techniques,
troubleshooting, quality control procedures, repair procedures, equipment maintenance and
complete use of the software including data collection, data editing, data management, report
generation and hydraulic analysis.
C. Equipment Warranty
The equipment provided shall be fully warranted without limitations for a period of one (1) year from
the date of delivery. The warranty shall include the replacement or repair of the equipment by the
Contractor and costs for shipping from the service center to the City. The warranty shall include a
provision that requires the manufacturer to return the repaired or replaced equipment within 14 days
of the receipt by the manufacturer of the equipment. A loaner meter will be provided at no charge
until the repaired unit is returned to the City. The warranty shall cover shipping insurance on parts
sent both to and from the City.
D. Annual Support Services
The Contractor shall
provide one certified manufacturer's field
technician to work
with
a City
employee utilizing the
City's field vehicle for three (3) days, four (4)
times per year. This
time
can be
City of Fayetteville 15 November 12, 1998
I
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
spent for preventative or instructional use including activities such as maintenance, troubleshooting,
diagnostics, calibrations, data editing, data analysis, training and other activities as required.
1. Should additional days be required at any scheduled visit, they can either be exchanged for
a future visit or reimbursed at an hourly rate quoted in the attached bid. The annual support
services shall Include comprehensive equipment warranty and shall be renewable on an annual
basis at the City' request for a period of up to 5 years.
2. Contractor shall make provisions for incorporation of new technology or additional options,
both hardware and software, into the City's flow monitoring network over the life of the system.
For all hardware and software options, technology upgrades, or new technology, the contractor
shall provide a cost schedule (based on an annual rate) that will allow the City to upgrade it's
system over time as the new advanced become available or as functional requirements of the
system change. All hardware and/or software changes that are required to fix or eliminate
problems with the monitoring system shall be Included in the comprehensive extended warranty
costs and not part of technology renewal options.
E. Trade-in of Existing Flow Monitors
The Contractor shall Include in his bid trade -In allowances for the City of Fayetteville's existing thirty
(30) ADS model 3500 permanent flow monitors, one (1) ADS model 1500 temporary flow monitor,
and all miscellaneous spare parts on hand for the same.
City of Fayetteville 16 November 12, 1998
• i
SpecificationsTor an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Item Estimated Quantity Unit Price Extended
No. and Description Total
32 each
Flow Monitors with ultrasonic depth,
pressure depth, velocity and cabling.
2. 32 each
Mounting rings, and installation
hardware.
3. 5 each
Spare ultrasonic depth, pressure depth
and velocity sensors with rings and
installation hardware.
4. 3 each
Spare ultrasonic depth, pressure depth
Velocity and modem board(s).
5. 1 each
Data management and analysis
software.
6. 5 days
Installation support services by
certified manufacturers technician.
7. 5 days
Training and interim data collection
services.
8. 1 year
Annual renewable equipment
warranty and support services.
Total Base Bid
(UI.rn)
$ $
(Doflars)
tt.rrrin
Ilirirn
r.
Specifications -tor an Integrated, TelemeteredComputerized
Wastewater Flow Monitoring System
30 each ( )
Trade-in of existing ADS 3500 flow
Monitors with all sensors and cabling. ($ ) ($
2. 1 each
Trade-in of existing ADS 1500 flow
monitor with all sensors and cabling.
($______ ($
Total Trade -In Credit ( )
(Dol1ars)
($ )
TOTAL BID INCLUDING BUYBACK CREDIT
(oouars)
Additional Services
1. As Needed r(
Daily rate for on -site assistance (baiars
(Field or office work in Fayetteville) ($ ($
2. As Needed
Hourly rate for remote assistance.
(Office work from remote offices)
3. Hardware annual depreciation rate
for trade-in allowance.
4. Software annual depreciation rate
for trade-in allowance.
( ars) )
($ 1
((percent er year )
((perce per year))
($ 1
Specifications"Or an Integrated, Telemetered,,omputerized
Wastewater Flow Monitoring System
ACCEPTANCE STATEMENT
The owner agrees with said Contractor to employ, and does
hereby employ, the said Contractor to
provide the
materials and
do all the work, and do all other things hereinabove contained or referred to, for
the prices
aforesaid, and
hereby contracts to pay the same at the time,
in the manner and upon the conditions
set forth or
referred to In
the Contract Documents, and the said
parties for themselves, their heirs,
executors,
administrators,
successors and assigns, do hereby agree
to the full performance of the covenants herein
contained.
IN WITNESS WHEREOF,
the parties
hereto have caused this
instrument to be executed in three original
counterparts the
day of
.19
(Contractor Seal)
(Attest)
(Typed Name)
(Title)
(City of Fayetteville, AR Seal)
(Attest)
(Typed Name)
(Title)
(By)
(Typed Name)
(By)
(Typed Name)
Mayor
(Mayor)
FAYE'TTEVRLLE •
SLAA1RVtWAL4FAX LTA
THE CITY OF FAYETTEVILLE, ARKANSAS
November 20, 1998
Prospective Bidders
Re: ADDENDUM NUMBER 1 to Specifications for an Integrated, Telemetered,
Computerized Wastewater Flow Monitoring System REPLY REQUESTED
To Whom It May Concern,
Per the telephone call your firm received Friday, November 20 at approximately 2:00 p. m., attached is
the addendum which was explained in this telephone call.
There are several specific changes to the text of the specifications.
The bid tab from the addendum must be used.
The date and time for bid opening is changed to the following: Tuesday, December I, 1998.
Please acknowledge receipt of this addendum by faxing back this page to (501) 443-1815.
by 5:00 p. m. central time. Monday. November 23 1998
Signature of Acknowledging Official
Printed Name and Title of Acknowledging Official
Please call me at 575-8386 if you have any questions.
manse Superintendent
113 WEST MOUNTAIN 72701 501.521.7700
FAX 501.575.8257
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
ADDENDUM NUMBER I
1. Page 1, Section I. Invitation to bid, 3d and 4°1 lines.
Remove: 'until November 25, 1998, at 2:00 p. m.,
Replace with: until December 1, 1998, at 2:00 p. m.,'
2. Page 1, Section I, Invitation to bid, 2d line.
Remove: The system shall consist of thirty-one (31) permanent flow monftors.'
Replace with: The system shall consist of thirty-two (32) permanent flow monitors.'
3. Page 3, Section B. 1. Detailed Technical Submittals, 3d line.
Remove: (Section II)
Add: (Section IV)
4. Page 3, Section B. 1. Detailed Technical Submittals, end of paragraph.
Add: Two (2) copies of the technical specifications and submittals shall be submitted.
5. Page 7, Section IV. A, second sentence.
Remove: 'Each unit shall be furnished with a data logger, an ultrasonic depth measurement sensor with
cable connection to the logger, appropriate rings for the installations of the sensors, mounting hardware to
secure the equipment and software for data management and analysis purposes.'
Replace with: Each unit shall be furnished with a data logger, an ultrasonic depth measurement sensor with
cable connection to the logger, a combination pressure (depth) and velocity measurement sensor with cable
connection to the logger, appropriate rings for the installations of the sensors, mounting hardware to secure
the equipment and software for data management and analysis purposes.'
6. Page 7, Section IV. A, fourth sentence.
Remove: The Contractor shall also furnish three (3) additional ultrasonic, and depth/pressure, and/or
pressure PCB board(s) to serve as spares.'
6. Page 8, Section IV. A. 1.
Add to this section: or. Battery life shall be at least 6 months using off -the -shelf batteries.'
7. Page 10, section b) (3).
Remove this paragraph.
8. Page 11, section d) (8) Optimization.
Remove: if sensor reads peak velocity, shall support user configurable hydraulic profile Information
(relationship between peak and average velocity).'
Replace with: if sensor uses peak velocity In any part of the calculations of average velocity, it shall
support user configurable hydraulic profile Information (relationship between peak and average velocity).
9. Page 16. Section D. 2, 'Contractor shall make ....'
Remove this paragraph.
10 Bid Tab. Remove the entire bid tab, and replace with the attached bid tab.
City of Fayetteville
November 12, 1998
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
Item Estimated Quantity Unit Price Extended
No. and Description Total
1. 32 each
Flow Monitors with ultrasonic depth, toma�
pressure depth, velocity and cabling. $
2. 32 each
Mounting rings, and installation an
hardware. %
3. 5 each
Spare ultrasonic depth, pressure depth(0mn)
and velocity sensors with rings and $ $
installation hardware.
4. Item Deleted.
5. 1 each
Data management and analysis ars
software. It q
6. 5 days
Installation support services by(DoOrs)
certified manufacturers technician. $ $
7. 5 days
Training and interim data collection a<a
services. $ $
8. 1 year
Annual renewable equipment(Udlam)
warranty and support services. $ $
Total Base Bid
City of Fayetteville 2 November 12, 1998
if
Specifications for an Integrated, Telemetered, Computerized
Wastewater Flow Monitoring System
1. 30 each
Trade-in of existing ADS 3500 flow
Monitors with all sensors and cabling.
2. 1 each
Trade-in of existing ADS 1500 flow
monitor with all sensors and cabling
((p
($______ ($ )
Total Trade -In Credit )
(Dollars)
TOTAL BID INCLUDING TRADE-IN CREDIT
Additional Services
1. As Needed
Daily rate for on -site assistance
(Field or office work in Fayetteville)
2. As Needed
Hourly rate for remote assistance.
(Office work from remote offices)
3. Item Deleted.
4. Item Deleted.
(b )
City of Fayetteville 3 November 12, 1998
ADS ENVIRON.
III, 2 t, n 11 ET�EVILLE
TIIE Cr1Y OF FAYETTEVIIA,E, ARKANSAS
WATER AND SEWER MAINTENANCE DIVISION
To: Fayetteville Mayor and City Council
Thru: Don Bunn, Assistant Public Works Director
Charlie Venablc, Public Workb^pirectbr
lv
From: David Jurgens, Water/Sewer
Date: January 3, 1999
Re: Wastewater Flow Monitor Systenk Hardware/Software Purchase
1. General The City of Fayetteville received and opened sealed bids for the upgrade to its existing
telemetered wastewater flow monitoring system on December 2, 1998, ADS Environmental and
American Sigma submitted bids; the latter contained two options. The ADS bid meets the
specifications; both American Sigma bids do not meet specifications in a number of major areas, as
outlined in paragraph three.
2. Background. Measuring flows and identifying sources of flows in sanitary sewers is a very
difficult process, but the information provided by a flow monitoring system is vital to identifying
numerous, otherwise invisible problems in the sewer collection system. Because over 95% of the
sewer pipes are non -pressurized gravity flow pipes, they are subjected to numerous influences which
can cause extraneous water to get in, sewage to get out, and blockages due to hundreds of sources.
The majority of these influences are generally invisible above ground. Thus, the only way to identify
the problems is via measuring the flow in the collection system. The need for these type of systems
has been validated in countless studies in the City and throughout the country. Fayetteville's original
system was purchased and installed in 1989; since then it has provided information for over ten
studies, to include the wastewater master plan which is instrumental in resolving the existing sewer
facilities issues. The purchase of the original system was required in the City's original EPA
Administrative Order which was issued in 1989; the system upgrade is included in the sanitary sewer
overflow elimination program approved by the Department of Pollution Control and Ecology.
3. Description. The telemetered wastewater flow monitoring system consists of thirty-two open
channel flow monitors which shall replace the City's thirty-one existing flow monitors, which are
becoming obsolete and unreliable. The additional flow monitor shall be installed in the seepage drain
pipe downstream of the Lake Fayetteville dam, to measure the seepage under and through the dam.
These monitors are connected via existing telephone lines to a computer at the Water/Sewer
Operations Center (or via laptop computer in the field), where the information is automatically
downloaded and evaluated. The software required to process and evaluate the data is included in the
bid; we will use the flow monitor computer already on hand. These bids include a trade-in allowance
for the City's existing meters.
• ADS ENVIRON.
III. 1.3
4. Bids. Two bids were received, while the American Sigma proposal included two alternatives.
Upon reviewing the specifications, only the ADS Environmental Services bid meets the specifications
with three minor comments. The American Sigma bids do not meet the specifications.
A. Bid Tab.
ADS American Sigma American Sigma
Bid Component Environmental Model 920 Model 930
Base Bid $235,455.00 $171,825.00 $192,625.00
Trade -In Credit (31.000.00) (23,000.00) (23 000.001
Net Bid $204,455.00 $148,825.00 $169,625.00
Sales Tax 10,945
B. Exceptions and Rejections. The American Sigma bids must be rejected for failure to
meet specifications. The 11 major exceptions are listed in attachment A to this memo. Both the
monitors (hardware) and software fail to meet the specifications in several major areas.
5. Budgeting. This flow monitor purchase is funded under the sewer rehabilitation project (number
96012), identified on page 127 of the 1999-2003 Capital Improvements Plan. The cost was
anticipated at $250,000, after trade-in.
6. Staff Recommendation. The Staff recommends the City Council award the contract for the
lowest bid meeting specifications to ADS Environmental Services, Inc., in the amount of $204,455
(net), and that a contingency of $9,400 be approved.
Enclosures: ADS Environmental Services Bid and Agreement
Staff Agenda Review Form
\SEKE.R\Fl LW/MON. AGR
ADS ENVIRON.' • •
111.1.4
XiXifII All ' IiL.wa11 i 1. .i.iu 1.1 1 o. _ I E L
2. Ultrasonic Sensor Crystals- does not allow for multiple crystals within one sensor, requiring multiple
sensors to provide redundancy and quality control.
3. Pressure sensor measurement technique. The specifications require an atmospheric pressure reading
at the flow monitor body, which is similar to barometers used for reading atmospheric pressure. The
Sigma meters have a more traditional vent tube with desiccant attached to the pressure sensor inside the
pipe. The vent tube system is the weakest link in pressure sensor systems, and causes the most failures
and inaccurate readings.
4. The Vision"" software is not year 2000 compatible. The bid allows for Sigma to provide Vision
Goldin' software at no cost. This is projected to be introduced in the spring/summer of 1999. Based on
purchasing guidelines, a bid cannot be awarded on a promise of a product still under development.
5. The Vision°" software does not save log files which show success or failure of attempted data import
or collect. These are useful as most data collection occurs at night, and a log file allows collections to
be made even if there is an error on one. Also, the log file shows which site had an error and what type
of error occurred. The Sigma Vision Gold® software, under development, does have this capability.
6. The Vision' software does not have the ability to designate data quality. This is an especially useful
ability for routine data collection, where the data may not be studied immediately. This capability
identifies potential field problems with each data collect. The Sigma Vision Gold°" software, under
development, does have this capability.
7. The Vision"" software does not have the ability to show 10 different data types simultaneously. This
is most useful for verifying accuracy of the data and for multiple data comparisons. The Sigma Vision
Golda" software, under development, does have this capability.
8. The Vision' software does not have the ability to store data edits on a per -site basis. Edits will have
to be made. It is imperative that these edits can be evaluated when the data is studied for a specific
project. The Sigma Vision Gold® software, under development, does have this capability.
9. The Vision °° software does not have the ability to schedule batch printing. Batch printing is by far
the most efficient form of printing, but takes over an hour. It is very difficult in an office which shares
printers to have one tied up for this time. The Sigma Vision Gold °° software, under development, does
have this capability.
10. The Vision"° software does not have the ability to store data edits on a per -site basis. Edits will
have to be made. It is imperative that these edits can be evaluated when the data is studied for a specific
project. Storing edits on a per -site basis is required to allow for identifying changes at a site, even if
meters are exchanged for repair or replacement. The Sigma Vision Gold"" software, under development,
does have this capability.
11. The Vision"" software does not have the ability to create a report which shows the percent
availability of data. The Sigma Vision Gold"' software, under development, does have this capability.
V',
0
XXX AGENDA REQUEST
XXX CONTRACT REVIEW
GRANT REVIEW
• ADS ENVIRON.
III_ I. 1
,QCs
For the City Council meeting of February 2 MICROFILMf 1999 E'' D
FROM:
David Jurggeens Water/Sewer Public Works
Name Division Department
ACTION REQUIRED: City Council award contract for flow monitoring materials and services to
ADS Environmental Services, Inc., in the amount of $235,455.00, approve a contingency of
$9 400 00and sales tax of $10945, less a trade in of $31,000, for a net cost of $224,800.
COST TO CITY:
$ 224.800 $1,054.000 Sewer Rehabilitation
Cost of this request Category/Project Budget Category/Project Name
4470-9470-5815.00 $ 0 Sewer Mains Construction
Account Number Funds used to date Program Name
96012-40 $1,054000 Sales Tax Capital Inprovenent
Project Number Remainintt Balance Fund
X Budgeted Item _ Budget Adjustment Attached
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
7-75-49
)ate ADA Coordinator Date
lylly -/r V
)ate Int 1 Auditor Date
TION: Award contract and approve contingency as stated above.
RA} Vi • ,, �
Date
Director Da
Date
FLOWMON.AGR
New Item: Xt No
Prev Ord/Res #: N/A
Orig Contract Date: N/A
S TAF
RE✓Y
FAYETTEV]tLE
THE city or FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: David Jurgens, Water and Sewer Superintendent
From: Heather Woodruff, City Clerk
Date: February 10, 1999
Attached are copies of the resolution and contract with ADS Environmental Services, Inc for
your records. I am also returning two originals for you to distribute. The originals will be
microfilmed and filed with the city clerk.
Your purchase requisition has been forwarded to the Internal Auditor for a contract number.
cc. Internal Auditor
file
E! 1✓ I _ .....e.l niacar--.::.rr-¢rei,rr..vaanmI •loI'
X p I• .. 1, P
_T r Q0S II Y.C7t0—M1I
1 a
caws. n.eF+
F. p
iiy h/%7I?mlw 2G azl
[+Es y.
oadJJ—lei
I in
faTim imrm ..
rr to
1I 1oj♦j.__IcII L.
1
b 1. 1 1 . 44 1 0.
'�I 1 O .s 1 • 1•
' r
ENVIRONMMNTAL SERVICES
Profile" Software
Profile the Performance of Your Collection System
Profile^" Software is a valuable collection
system management tool for acquiring, analyzing,
and reporting flow information in such project
applications as:
• infiltratioMnflow analysis and reduction
• master planning
• inter -agency billing
• combined sewer overflow characterization
• sanitary sewer overflow elimination
• storm sewer monitoring
• sewer capacity studies/trending
• pre- and post -rehabilitation monitoring
FEATURES
Profile software adds immense value to any
flow monitoring program by providing:
WINDOWt88 / NT FUNCTIONALITY
Profile combines the interface operations,
navigation tools, and general functionality
common to all Windows -based software, with
in-depth technical capabilities and collection
system -specific applications.
COLLECTION SYSTEM INTELLIGENCE
Profile transforms flow data into valuable
management information that results in cost-
effective and technically -sound collection
system solutions.
INTUITIVE DESIGN
Profile's easy -to -use graphical interface
facilitates the complete range of operator
tasks, from initial software setup to the most
complex collection system analysis.
OPERATIONAL EFFICIENCY
Profile dramatically impacts the typical work
flow process of collecting, analyzing, and
reporting flow data by providing unique
productivity tools that maximize operator
time and efficiency.
CERTIFIED QUALITY
ADS is an ISO 9001 and TicklT certified
company, which means Profile has been
developed to rigorous quality standards
specific to software design and manufacture.
Profile's Data Uptime Reporter generates a
graphical summary of data availability based
on user -defined criteria.
FUNCTIONS
With Profile, the user efficiently performs:
DATA ACQUISITION
Profile allows the direct online collection of
flow data from the IntelliFlow monitoring
product family and the import of flow
data from various other sources.
DATA MANAGEMENT
Using the MicrosofrAccess database format,
Profile logically stores large volumes of flow
data for easy retrieval and historical reference.
In addition, Access's open -architecture plat-
form allows Profile data to be used in a wide
variety of other software applications.
FLOW QUANTIFICATION
Profile calculates and generates flow
quantities which can be expressed in user -
selectable units of measure such as million
gallons per day (mgd), cubic feet per
second (cfs), and liters per second (I/s).
SYSTEM ANALYSIS
Profile provides tools to analyze site -specific
flow characteristics and problems, determine
flow changes between monitoring locations,
and identify system trends and anomalies.
REPORTING
A multitude of information can be reported
both on -screen and in hard copy. Additionally,
the"cut and paste" feature allows easy
export to other software programs.
Profile's overlay capability allows the user to
simultaneously vim and compare data firnn different
time periods to establish trends and uncover unusual
flow conditions.