Loading...
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.