Loading...
HomeMy WebLinkAbout177-19 RESOLUTION OF FAYETTF a � ti II` o �x RkANSP 113 West Mountain Street Fayetteville,AR 72701 (479)575-8323 Resolution: 177-19 File Number: 2019-0442 BID#19-36 AVO MULTI-AMP CORPORATION D/B/A MEGGER: A RESOLUTION TO AWARD BID #19-36 AND AUTHORIZE THE PURCHASE OF WATER LEAK DETECTION EQUIPMENT FROM AVO MULTI-AMP CORPORATION D/B/A MEGGER GROUP IN THE AMOUNT OF $60,990.00 FOR USE BY THE WATER AND SEWER OPERATIONS DIVISION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-36 and authorizes the purchase of water leak detection equipment from AVO Multi-amp Corporation d/b/a Megger Group, in the amount of$60,990.00 for use by the Water and Sewer Operations Division. PASSED and APPROVED on 8/6/2019 Approved- ' Attest: , ,.14/ iitarat,e, ronel• Jor•.• ayor Sondra E. Smith, City Clerk Treaa 1 j! ,* •X' c\s -11 -41 NSA S �. 4717 4411111110-I. Page 1 Printed on 8/7/19 �o�%.AF `` City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville,AR 72701 II In 'Ji _. ei (479)575-8323 """ Text File �F'Kp - / File Number: 2019-0442 Agenda Date:8/6/2019 Version: 1 Status:Agenda Ready In Control:City Council Meeting File Type: Resolution Agenda Number:A. 5 BID#19-36 AVO MULTI-AMP CORPORATION D/B/A MEGGER: A RESOLUTION TO AWARD BID #19-36 AND AUTHORIZE THE PURCHASE OF WATER LEAK DETECTION EQUIPMENT FROM AVO MULTI-AMP CORPORATION D/B/A MEGGER GROUP IN THE AMOUNT OF$60,990.00 FOR USE BY THE WATER AND SEWER OPERATIONS DIVISION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #19-36 and authorizes the purchase of water leak detection equipment from AVO Multi-amp Corporation d/b/a Megger Group,in the amount of$60,990.00 for use by the Water and Sewer Operations Division. City of Fayetteville,Arkansas Page 1 Printed on 8/7/2019 City of Fayetteville Staff Review Form 2019-0442 Legistar File ID 8/6/2019 City Council Meeting Date-Agenda Item Only N/A for Non-Agenda Item Tim Nyander 7/17/2019 WATER SEWER (720) Submitted By Submitted Date Division/Department Action Recommendation: Staff recommends awarding Bid #19-36 to authorize the purchase of water leak detection equipment from Avo Multi-amp Corporation d/b/a Megger in the amount of$60,990.00. Budget Impact: 5400.720.1840-5801.00 Water and Sewer Account Number Fund 13019.1 Water/Sewer Equipment Expansions Project Number Project Title Budgeted Item? Yes Current Budget $ 731,758.00 Funds Obligated $ Current Balance $ 731,758.00 Does item have a cost? Yes Item Cost $ 60,990.00 Budget Adjustment Attached? No Budget Adjustment $ Remaining Budget $ 670,768.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution# Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF P !! FAYETTEVILLE CITY COUNCIL MEMO ARKANSAS MEETING OF AUGUST 6, 2019 TO: Mayor and City Council THRU: Don Marr, Chief of Staff FROM: Tim Nyander, Utilities Director DATE: July 17, 2019 SUBJECT: Bid 19-36, Water Leak Detection Equipment RECOMMENDATION: Staff recommends awarding Bid #19-36 to authorize the purchase of water leak detection equipment from Avo Multi-amp Corporation d/b/a Megger in the amount of$60,990.00. BACKGROUND: Fayetteville's topography creates a wide range of water pressures for the water distribution system in order to get water to all areas of town. The high pressures sometimes cause water leaks that need to be located quickly. The Utility received approval in 2018 to create two Leak Detection Technician positions, to hire two additional employees starting in FY2019, and to provide the needed equipment to perform leak detection. This will allow a dedicated crew to find water leaks in the distribution system using the proposed water leak detection equipment. This will cut down on non-revenue water loss and will also reduce the number of water line breaks. DISCUSSION: The City requested formal bids for water leak detection equipment, and Avo Multi-amp Corporation d/b/a Megger provided the lowest qualified bid for the equipment. Megger's product line, called SebaKMT, contains all of the required equipment to locate water leaks in the distribution system. This equipment includes ground microphones, correlators and noise loggers. The correlator locates leaks in water pipes. Pressurized water at the leak location creates a noise which travels out in all directions of the pipe. This noise is recorded, amplified and sent wirelessly to the correlator by two sensors (piezo microphone, hydrophone) which are attached to the pipe (e.g. valve, hydrants). The correlator compares both signals and calculates the exact distance to the leakage on the basis of the delay time of the signals, the sensor distance and the sound velocity in the pipe. The proposed equipment package from Megger includes 36 acoustic loggers that can be placed in different regions of the system for after hours leak detection (when interference noise is at the lowest). The Leak Detection Technicians and related equipment were discussed at the February 12, 2019 Water, Sewer and Solid Waste Committee Meeting, and at that time the equipment was estimated at $100,000. The firm cost of the detection equipment and vehicles are $109,000. The employees will be hired after the equipment is approved and received. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville,AR 72701 The need for leak detection activities were again discussed during the presentation of a Water Audit and Water Loss Control Plan, given by the Black & Veatch Engineering Firm on May 14, 2019. Additionally, this purchase will be presented to the Committee at its special meeting on July 30, 2019. Staff recommends awarding Bid #19-36 and authorizing the purchase of SebaKMT water leak detection equipment from Megger in the amount of $60,990.00 for use by the Water Department. BUDGET/STAFF IMPACT: Funds are available in the Water/Sewer Equipment Expansions account. Attachments: Bid Tabulation Submittal 2 LID 01 foo °; o 0 0 8 o 0 4 a O n ,Ni v O1 O O m O ro , Q� �. :% 0 6, 1._. O1 V O u n p o IE 4i E 2 ac, O ~ o N cko iNi NMC Y w K N cc N In N to ' ,y, Y m „ Y y` Y O N c, aAa oD61 odoo , u a, ` O .1 3m ^ ,. 08. rI O Q. h 2ra al O wV V O _6 Oa, •--1 •—I -6 2 d o u 4n 4n 4n ll 0 0 O O L O O O 0 d n O O 0 Li c r-. O rY O CO N O Q C a, C C C C ry V WC a1 c 1D C C CO m 4n E N 4n E 4n E Y 4n E v 0 N E 0 >• > o > j o • ' 0 3 C r4 as 0 l7 Q O l7 C7 0 l7 2 O CI 0 N -, u 0 0 a o o ry vs aro 00 0 0 O al r--- CU E u n'i O o0 N .--oS a an N to 471 Cr v O O O O IA W u w oo ° o co or w � ^ l7 lD N 01 `o = a ,"• c r+ x .-. ry 8 r QJ Ca, to V. to N 0 c} -A Y , Or U 3a, mm n, \ al O a, ^ rn pen mo to Q1 d o O X O 'E l7 8 o O E m O > Q u co ro O a` LI O a` x a` �o O ..- -- ,[ O o u CI 01 O V O X. tri r-- al w N O O al (p 2 u 16 X U N �j 00) O J d an 0 n In h 0 a) A (p E Lo t ti Y tf y.o � n O -15. \1. E a a ai �u E 0 CO C O c O ... il, E W o ut 7? m O V1 i.-' m m v O E u G c a,, E .4.1 ' f y coCL n 2 m a c C7 f *4 + - _S > v Ev _ m O W m o O U Q C cc `., 2y}Y a N r F Q a O O a o Z O XuU. 4 . °; mo 01 E =0 M .5 Q N c o ' To u O. c o a City of Fayetteville, Arkansas CITY O F Purchasing Division—Room 306 113 W. Mountain WPM F.l&Y E _ VILLEFayetteville,AR 72701 A R KA N S A S Phone: 479,575.8220 TDD(Telecommunication Device for the Deaf):479.521.1316 INVITATION TO BID INVITATION TO BID: Bid 19-36, Water Leak Detection Equipment DEADLINE: Thursday June 20, 2019 before 2:00:00 PM, Local Time DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, ImCgaugh@fayettevil,le-ar,gbv DATE OF ISSUE AND ADVERTISEMENT: Monday, June 03, 2019 INVITATION TO BID Bid 19-36, Water Leak Detection Equipment No latee'bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding,all of which are made a part of this offer.This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager Name of Firm: AVO-Multiamp. Corp. d/b/a Megger / SebaKMT Contact Person: Volker Brohm Title: sales Director Water North Ism. E-Mail: volker.brohm@megger.com Phone: 4087725094 Business Address: 9271 Bronze Way City: DallasState: Texas Zip: 75237 , j Signature: 'J '�'"� oLtiNit Date: 06/18/2019 City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 1 of 19 City of Fayetteville Bid 19-36,Water Leak Detection Equipment Advertisement City of Fayetteville,Arkansas INVITATION TO BID Bid 19-36,Water Leak Detection Equipment The City is seeking bids from qualified vendors for the purchase of water leak detection equipment. All sealed bids are due by Thursday June 20, 2019 before 2:00:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud immediately following the stated deadline. Bid forms can be downloaded from the City's website at hltplf fayetteville All questions should be directed to Les McGaugh, (479)-575-8220 lincg,:itrgxh i,y? u'villr <rr..gov. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 Imcgaugh fayettevil(e-ar.gov TDD(Telecommunications Device for the Deaf):(479)521-1316 Date of advertisement:06/03/2019 City of Fayetteville,AR Bid 1.9-35,Water Leak Detection Equipment F' e2 ni 19 City of Fayetteville Bid 19-36,Water Leak Detection Equipment Bid Form Guaranteed Maximum Delivery Tim from PO Receipt: r 1g c ay's F.O.B. 2435 Industrial Dr., Fayetteville,AR 72701 s Ground MIC 2 $ 4, 995. 00 $9, 990.00 2 Real Time Correlator 1 $ 14, 000. 00 $ 14, 000. 00 3 Non-Real Time Correlating 1 $ 10, 000.00 $ 10, 000. 00 Logger 8-pod Kit (6 loggers+2 hydrophones) 5 Acoustic Loggers (Lift and Shift 36 $ 750.00 $ 27, 000.00 Deployment) TOTAL BASE BID: $51, 000. 00 Please specify for Unit Bid: Item 1—Manufacturer SebaKMT Model Hl,Doo-Js--PRD___ Item 2—Manufacturer SebaKMT Model C3 std. Item3—Manufacturer SebaKMT Model I ,.,. for C3 L . Item 4—Manufacturer SebaKMT ModeILOGN3 with long antenna Bids shall be submitted on this bid form in its entirety AND accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the Cit 's best interest at the time of product order. THIS BID FORM CONTINUES ON THE NEXT PAGE. City of Fayettevile,AR Bid 19-36,Water Leak Detection Equipment Page3^ 19 EXECUTION OF BID- Actual specification of any deficient Item shall be noted on the bid sheet or separate attachment.If specifications of Item bid differ from provided literature,deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid,the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications,terms, standard conditions,and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3, The Bidder can and will comply with all specifications and requirements for delivery,documentation and support as specified herein. 4. I,as an officer of this organization,or per the attached letter of authorization,am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non-Discrimination requirements and conditions of employment in addition to all federal,state,and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville,including,but not limited to,any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response: Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS __2.) RELATIONSHIP EXISTS(Please explain)• i?iron P ) 7. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration(OSHA) Part 1926—Subpart P—Excavations. 8. As A bidder on this project,you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order(E.O.) 12549"Debarment and Suspension"requires that all contractors receiving individual awards, using federal funds, arid all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment., declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville,AR Bd 19-36,Water Leak Detection Equipment Page 4 or 19 Unsigned bids will be rejected.Items marked are mandatory for consideration. *NAME OF FIRM: Megger / SebaKMT Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name AVO . Corp. d/b/a Megger/ SebaKMT *BUSINESS ADDRESS: 9 2 71 Bronze Way *CITY: Dallas *STATES TX *ZIP: 75237 *PHONE: 214-330-3213 FAX: 214-331-7381 *E-MAIL: dennis .coley@megger.corn_ *BY: (PRINTED NAME) Dennis Coley __..... .,;.:,:_.._ .:.:.�-� .... *AUTHORIZED SIGNATURE: A'/� _ _� *TITLE: C-R?D j �._it4 S-KM-G cf... DUNS NUMBER: OG 6.3.33.8 z`F _ CAGE NUMBER:_ v , *TAX ID NUMBER: 7 5-1615 916 Acknowledge Addendums: Addendum No. Dated Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated Acknowledged by: City of Fayetteville,AR Bid 19-3E,Water Leak Detection Equipment Page 5 of 19 City of Fayetteville Bid 19-36,Water Leak Detection Equipment General Terms and Conditions 1. SUBMISSION OF BID&BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville,AR 72701.The name, address of the firm and Bid,RI:P or RFQ number shall be on the outside of the packaging as well as on any packages enclosen shipping containers or boxes. d. The City will not be responsible for misdirected bids.Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville.The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents.All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents.The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3 DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified,will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division.The City of Fayetteville reserves the right to accept or reject any requested equal. City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment -Te6of19 4. RIGHTS OF CITY OF FAYE t I tVILLE BID PROCESS; In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City,or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest,either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34,26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Les McGaugh,City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder.The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL QF-PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS; Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted.The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at(479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL,STATE,AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 7:f19 and subsequent contract(s) including but not limited to Equal Employment Opportunity(EEO), Disadvantaged Business Enterprises(DBE), &OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services,and construction.Also,City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder,the bidder agrees to make available to all Government agencies, departments, municipalities, and counties,the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies,the legislative and judicial branches, political subdivisions(counties, local district school boards,community colleges, municipalities, counties, or other public agencies or authorities),which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person,firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion,fraud, or otherwise illegal action." 12. RIGHT TO AUDIT,FOIA,AND JURISDICITP a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the(Contractor)will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act(A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees,arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order,and such obligation shall survive acceptance of the goods and payment thereof by the City. 14.VARIANCE FROM STANDARD TERMS&CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document,which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 8 of 19 15. ADA REQUIREMENT FOR PUBLIC NOTICES&TRANSt.1JiON: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479,521.1316(telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further,the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received.The City of Fayetteville is very credit worthy and will not pay any interest,fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing.The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty(30)days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period,the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19.ASSIGNMENT,SUBCONTRACTING,CORPORATE ACQUISITIONSANPIURMERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 9 of 19 b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30)calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first.The right to terminate this contract,which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state,or federal laws.Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period.This is not an exclusive contract.The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple-term contracts,this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members,City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts,during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor,or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract,or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non-action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work,the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case,the Contractor(s)will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24 INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder,whether Intentional or otherwise, City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 10 of 19 will constitute grounds for rejection of such response.Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIQN$1 a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws,ordinances,and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials,overhead, profit, insurance, shipping,freight,etc.,to cover the products and services presented.Sales tax shall not be included in the bid price.Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. 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. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. ►t shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business.The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each.All requests for additional information must be received within five working days following the request. h. NOTE:Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220)or e-mail(.f.rnrgau,gh(rafayetteville-ar, ov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided.We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (jmc Tau h alfayettevllt-ar.4av)or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal.All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid.The bid is designed to provide qualified Proposers with City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 11 of 19 sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under,arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. I. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract,the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons,firms,and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances,and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout,and they will be deemed to be included in the contract as though written out in full herein.The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to,in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. INVOICING:All invoices shall be presented to the City with the minimum information listed below, a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices.Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville,AR ad 19-36,Water Leak Detection Equipment Wage 12 of 19 City of Fayetteville Bid 19-36,Water Leak Detection Equipment Technical Specification 1.0 GENERAL: 1.1 All unit(s)bid must meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to p rn1r,unless otherwise noted. 1.3 The distributor shall have a US based factory authorized repair and service center with parts available and trainea staff for support and repair. 1 4 The distributor provide loaner equipment in the event of a repair within 48 hours,to avoid interruptions to daily schedules and productivity. 1 5 The distributor provide,at minimum,lifetime remote support for all purchased products at no additional charge. 1.6 Bidder Shall provide the following training included in pricing: a. X 3 Days initial onsite training with a 2 Day follow up onsite training 6—8 months after the initial training (Scheduled with a 30 day notice to vendor) b. X 2 Days annual follow up onsite training with option to renew for 5 years(Scheduled with a 30 day notice to vendor) 2.0 MANUFACTURER/MODEL: 2.1 UnIt(s)bid must be new and of the latest standard production model as offered for commercial trade. 3.0 GROUND MIC REQUIRMENTS: 3 1. Required System features • Wireless sensor communications to eliminate airborne noises • Dynamic listening control • self-contained LED's • self-contained transport case with built in charging capabilities • Sensor options;listening rod,ground microphone,accelerometer' • Must include at least 2 Processor options • In-case battery charging Sensor specification Listening Rod Ground Microphone Sensor type Ceramic piezoelectric Ceramic piezoelectric within windproof rubber housing Sensitivity [0V/g___ Frequency response 10—5000 Hz • City Y of Fayetteville,_AR Bid 19-36,Water Leak Detection Equipment Page 13 of 19 ISI Wireless Communications PurepathTM(trademark of Texas Instruments) type 2,4GHz(ISM - Operating frequency band)5d8m/ - Output power 3-1mW .urnu ruwr...._. ..< mntrnc. { Power 11 Type Nickel Metal Hydride(rechargeable) Operating life >10 hours continuous use from full Environmental Operating temperature -10"C to - Maximum humidity +50*C 90%IP65 Water ingress protection Dimensions 210 x 160 x 48 mm 170 x 180mm diameter Weight 0./k8(without rods) 1 85kglwithout handle Processor specification Mini Pro requirements Operation Listening only Listening+minimum noise display and filter control Filters Hi pass 15,60,100,200,350,500 • Low pass Hz 600, 100,1500,2000, 3.5_.1°..5000 H7 Display Type Graphic,240 x 160 LCD - Display of leak noise Minimum noise or log modes Power Type Nickel Metal Hydride(rechargeable) - Operating life ?10 hours continuous use from full .hoot a ... Environmental - Operating temperature -10"C to+S0"C - Water ingress protection_ .._.�. 1P65(head hone cover attached) Dimensions 140 x 82 a 32 82 x 121 x 46 mm ram Weihi 0.3kg 0.7kg 4.0 REAL TIME CORRELATOR REQUIREMENTS • Capable of adaptive filtering and signal reanalysis. • !las the ability to conduct real time and post processed data leak noise processing. • Operated v,a a touch screen LCD display processor that can also double as an outstation sensor with accelerometer and is capable of operating other leak detection equipment components such as sounding devices or post processed correlating equipment, • has the ability to add adapters such as hydrophones for further investigation possibilities,and has a self-contained transport case with built in charging capabilities, Required Correlator specifications imp delay range 1 r 2500ms City of Fayetteville,AR Bid 19-36,Water Leak Detection Cqurpment Page 14 of 19 Maximum distance(theoretical) Iron pipe;3000 metre PVC _pipe; metre _ _.,_. Distance resolution 0.1 metre Signal sarneli•rg 16 bit Signal frequency range 3Hz—5000Hz Multiple pipe entry Six materials Noise suppression function Yes Coherence function Yes Velocity correction function Yes teak noise post-processing Via Enigma software Required Handheld specifications Display Resistive touch screen,100mm x.132mm Suitable for use in sunlight Yes GPS position feature Yes Direct signal input Use in place of red or blue transmitter Internal Memory 2 Gbyte Leak noise data storage(internal memory) >150 correlations US3 ports 2 Battery operating time 8 hours(with automatic power save in use) Recharge time 5 hours(temperature dependent) Language availability Multiple Protection rating IP53 Dimensions 205 x 205 x 90mm Weight 1.35kg O>erating temperature 10 to+45"C 5.0 NON REAL TIME CORRELATOR REQUIREMENTS 5.1.Required Features City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 15 of 19 • Multi-point correlation leak location • Digital 24 bit digital technology • Optional operation at night for optimum performance • Three sound samples—each one minute • Advanced correlation,coherence and filtering • Auto-velocity determination • Pipe software schematic with correlation displays • Needs advanced filtering and coherence functionality for superior noise suppression. • Packaged in a self-contained ruggedized high impact plastic programming case that is able to store 8 correlations and capable of programming both correlating noise loggers with and without hydrophone adapters. • Made of aluminum casing that is rated IP 68. • Should come standard with free software upgrades for the life of the product, Logger Specification sensor j Type Integral Frequency Accelerom I range eter 10V/g Sensitivity 1-2400 Hz AttachmentIntegral Magnet„. Sampling Rate 4860 Hz Resoluti on 24-bit __ ... Nurt ter 3Tet3ddts 1, s 3 60 seconds Max,roto-reco_dirig_Um e 180 seconds Memory Data store 32 Mb static RAM Communications Type Optical Rate 2.5 Mbits/sec Power Type Dual lithium cells Replacable At factory or service centre Operating Battery life >5 years(when standard programming Physical Dimensions Material 104mm(high)x Waterproof 59mm(diameter) Operating Temp Aluminium Submersible to Case Specification Host Type Rate USB Communications Date Saved 2.5 Mbits/sec One run(8 correlations) Power Supply Type User replaceable alkaline 4 cell pack Physical Dimmensions 8 logger:410 x 325 x 172 mm 3 logger:270 x 246 x Material 174 mm Ruggedized Waterproof high impact plastic IP65 Operating Temp -10°C to+60°C 5.2 Required Hydrophones Specifications • High sensitivity hydrophone • Latest 24-bit digital technology • Advanced filtering and coherence functions • Unwanted noise suppression City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 16 of 19 il-> • Pipe software schematic with correlation displays Sensors Type H drone(connected externally) _ , Sensitivity 195d8 Frequency range - 1-,2400 Itz Attachment_ 1"BSP connection+pipe adaptors i Sampling Rate 4860 Hz ____w. Resoution 24-bit Number of e+ochs 111 1 2,or 3 Epoch duration 111 60 seconds Max total 180 seconds recordin:time ___ .Memory -_ _Oai a store r 32 Mb static RAM Communications T .e __ Optical Rate1:S.Mbfts sec Power Supply _!Y.Ap. . ,„.. _Dual lithium cels Replaceable _ ____ ,_At-factory or service Notre .__Operatln:life a5 years(whey standard`prorramrn ng used)__, Physical Dimensions 104mm,(hJ %)x a9mm diameter) Material Aluminium_____ Waterproof rating Submersible to IP68 Operating -10 to r60 deg C Temperatur PC Comm's Fype USB Rate 2.5 Mbits/sec _ _ Data saved into case One run(Bcorrelations]w Power supply _,Type,,_w_-.__ _User replaceable alkaline 4 cell pack , _ _ Physical Dimensions(logger 8 logger:410 x 325 x 172 mm _.c-aasel _______ ...__. 3 logger:270 x 246 x 1741mm Material Ruggedised high impact plastic „,_ Waterproof rating 1P65 _,, ..... Operating •10 to+60 deg C rem eratur _ .. . __,,. Operating systems „,_____hWindows.XP Professional/7/8 _ Data srora:e XML and 32-bit WAV files Future-proof All enha,ncemenls by„tree-issued PC software I 6.0 ACOUSTIC LOGGER REQUIREMENTS 6.1 Required logger features • Have the capability of 3 different modes of capturing data such as IR or radio Drive By frequency transfers for lift and shift or drive by forms of usage. • Have the GPS location from the comms module stored in the logger for ease when relocating the device. City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 17 of 19 i 2 , • The communication module is capable of IR data transfer for a wireless operation for both downloading and real time listening, • The loggers need to store the sound files from the nightly recording if leak noise is suspected for future playback and remote analysis. • local infra-red(IR)contact-lift+shift operation • radio communications-greater contact range • Integral high sensitivity accelerometer • Small size • Leak listening , • real time-whilst on-site • recorded-aids remote leak identification • GPS coordinates from Communications Module stored in logger Noise logger specification Local IR Radio Communications Communications -` "__ � _ ..Sensor Sensitivity 5V/g5VJg Sampling period 1 second 1 second Measurement epochs 3 x 15 minutes or 1 x 3 x.15 minutes or 1 x 45 minutes 45 minutes Data memory 8 Megabits 8 Megabits --year data+90secs audio -1year data+90secs audio Infra-red communications range 50cm Radio transmission-frequency 868MHz/915MHz •power 1SmW/10mW •range 50 metres line of sight Power Lithium battery lithium battery Operating life 10 years 5 years IP rating IP68 IP68 Operating temperature -1.0°C to 50°C -10°C to 50°C Dimensions-not including handle 92 x 40mm - with handle dia. 113 x 40mm - height to TNC dia. - inc.stub antenna .i, x omm aa. 163 x 40mm dia. Weight 230 gran; 240 gram • City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 18 of 19 6.2 Communication Module features Communications Module Specification • IR communications-program/readback single logger Display Daylight visible LCD • Radio communications as per IS commsgbut also Data memory 360 esgabits econds audio(total)g batch communication with multiple iogers when 1 week of data for 100 loggers connected to PC • Record GPS location for loggers • Check logger status • Transfer all data to PC software PC communications USB Power supply Rechargeable NiMH battery Operating life >12 hours Operating temperature 10°C to 50°C Dimensions 150mm x 90mm x 25mm Weight 235 am City of Fayetteville,AR Bid 19-36,Water Leak Detection Equipment Page 19 of 19 . . .. . HYDROLUX HL 7000 sel:ogliaurr A member of Megger Group Next o generation eie� roar us leak detectionwith wind protected ground mic - heavy duty contact mic (optional) tracer gas sensor (optional) • All vvireless with Bluetooth ■ Intuitive color touch display ■ Always ready to use due to powerful lithium-ion rechargeable batteries ■ Integrated GPS receiver with audio mapping ■ Ambient noise reduction a Audio, frequency and level analysis • Tracer gas detection option ', 'i' 4. x-11 <, , - l t dC k r 7.. ; ' ' ' ,--'.==.-'�.. 'i 4''f.,''..• ?,Y.:, '`.� v � s;-',.:,' : StmT �� '„`..t r.,-,,,:"." ay t...r.4,v, F- Y ' '''',41„+,-,—` st 6 \! ^, ' ,`+v S. § w�dE;' i ,c*dsp � r,• t:; �Ie }. r + '.� o`a}s 1 q 4 ,,p*'.J u``airn1ai ii',:.y�'"s ,{ryt aS $a,ia #'d "Zd}a ..` xT.�E .,,,,,.:,,,,,,,,,,,.,,,,,v,,,: i ^;k s i; i � e,. a "�° t' d";' t e . .aa t� 3 �' CtLx ',t4,4�t4 r"3edDv ' KA"�a �m „ %' ,,I .v! .a , ,�% : , ae�gn �,, ,;: ervc ”xair*� , }k' r.7ty. '......:';,!..1',t,'",;','..- k°,,:x ,....,...4,:,-„,:4,..-4-:,:.!,, yT„s:a,'i, ,, 1� $ i #t6 •% 4 �' iF -� 45 1�t11e;! 1�114,,��VS if i� pE� � 'z t$ a5 ,`„ fat • a §$ R �, �5f+`a Hc • ' ,?moi 'JJ,0t, iti< ` `Ys ''",,, ,at :aa''' ' i4a� �XRT3A%:: ��� $ fim# ,:?.i' j•,'. L4Ltx4e,..: ' t . Y.' v �.�,;' I�s � „ F �'i,h�1 Ples3 7`k ai a ,p 4� ,� 4:� a ,,k.. i`Ygr9 ,*,,( Z)Nar ” 4g � {a,, .44:� , 1%e *t';$171i;',41144 y._. ,{ x , , • k Vi• a_ ��', " `" „.• ty� �- - a ` , 4,, ,,',...?°' ,.,: kV A,' :. ,4 1' ,t ,`~' ' y + e. !;fig ,Til : ,� �, t to -,,.'g ate s` 4 ..i �A. 9*;.�°� „:',. • i tk a .g `: e. t o '�. �r �''- ' 5' '-'' i` d—:::; .. .a t. ...,1,_-1-.-:1'`-'4. ',11.. ,, ,,, -, 4° .,�sa fig^ > i°..a 3'x,•, a +ii.��° ': m '$'sem_ ^#>�' �• :<�„ .a . g q= , ¢may t 3,�,Si6NT=. y..�. o c u ., r = z, SFf .:. q, } "C3 ems-. ur w � ��� f ;.. 2 . ' ' ,per '`"& ` x 0 C. ASF ,_-4,,,,, c-!,,,,-- ac^ f , ,,,.�, ,+a 2 .,., - w I a)A 4 , u t r #Y * �>:s5 � I. S � 3 -- ry '. �.xK✓.X w.w� ..N.Ce mie • F,l, 95, L'Oa, a, -0 c y c c ,a n C v y x .c' a E o c o a L ; v c o ria, -g > ."O a' a+ alsC a, v V T +S c w n, a E _C CI1 a,n xJ va -=1 V � E. j V CO te33oo ;4) O N ? _ t a - I______,VHa r o al E, N ry.. V Eo a 31. `o a J 0 a Q 3« cm ` v cO V °oC N y N V C C N . 4 84 t Y3 N Y N °~ NO1Y a - -6 oc J Q c E E 3 0 o. y 4 - `' ) J 3 c 2-a J E' 9 . c ._ N_, 3 C t N .-- q al d ;o 0 0 ar-g « 2 a N + 3 x 01>,, O. O C ON C w • //�� ,Aa-, N a N J F... a J w e 0, c O ' a ��.' O N d L O A N t J 0 vxa -ow •a-o c 4 ma.3 l' ,:rt Nt NL01 V a) Ap N 7 , 0 O a, . vN yai y Lc N ,o o n T ai iso YQJa= v A ; a 7, % -, 'T'I'T 0 mErnacm- aN9 - 0ra $ = o 100 ,Y, A av't L4o % a-o cc acv ��= w Op OCv N ~ � C 0 0756 Aoa a me . NtE a-0aoac ° y. 0� c3 � s a Iffi 75 EJ EE Yj ° aa ao'O. v > v ,,, w v J _ Ic� � arn c �� TS E TS w a °. = _ illaill r 4 ;` : a a a f=1E ay '7.-.. 1 .i,„:` ' 'o'. t § am § s -.: e k t O # i J.I. .4410 0 O m E E v °v '. /n�, N L -o a! O N C 4J A r O m. m 220c7V " iii 'c'2 � O � N •J 3al d tea - ,mom; 4: c c .3..'0 O O IH1i SI 3 - t r 'a -0 a c i. E, . ez 23f1-"^ -633 .1' . c-a' O+ r 2 N t o y m /'� •X . 8 ai c O rn c QJ ai W O w m .+ i TEa . 're a+ 3 ,_ . <' ki C '\ JiL Bs \ N c Qui 0 ‘0-.4,3 0 o c = C f• iIs c _ . ...-, '4 r • o Y9t . -(:) 'tif""" a p O e WL ^CO O d •••••. . -VW O Y Al a %-9..c a' O 31O V tA a d n� zr, „ aL vm E ,^ c ppt z ' .Oa z N t 2 d c yN. O t a3 uHug _03a r C 4W .0 11 C « L 1]N fi -• ✓ ^-- q Q in m 1= aE O c o'2' . gV Cm a m cy JA c -a= Ti CO V g C •t yN c -8W N fH O . OcF Q OCy.28--" % g -liOtO0p _ CO L 7V '" ., CQaO ildi O a!6 c Y ..o a $ • 20 C a y Y mm - s =o a FL Oa -V3c23 w aatc a.c 3n> ..,, ,,, s4 .- $ mErna rc ?C =r ry dy V _ C32 aT 0 d 0 O a $ V w o Q m ti L) IE f m E 1-vd 3. FT71, i' i ; i:e,f,„7,,,,11; - ; ! , y CD n u al tz 01M tt 5 ra 03 0 `w a`'� E `- v c E vv a a o 3`- °A �= vH Yo m5 ^ md 6o Q E E oc aN O al a m Vv y m y " C C_CI o m a, E c ay(1) 8' 1;.'.. Oa o v c a - ▪ ccL - m <>o,•. m a+ m y mcV Na 2- g v mc Ea N a o 'o o F.: vV " . m a a va d. • O C Ti,SO N O'OEU -o «,, c v O a/Q OC . Nm '- m Na, Eywo-o gC01 C p O C a) c a O a ya1 VE E m V OComEO aVo L 'c aLv U 2. .O m d YCOL C ma E n= O. O60 ° 3 CC . N E yE a3 . a, E 4_, o, .p y � o - Eca =pc T OvN , X m mmoVc dE a aN . a.a mC C X Vm. C N ro mtC a 'px �m N w 7 3 .L�, E O ` '? 01 Oa, apnoa, o o vc m ° w o AY N a ° E v c o m aa m c Yc wr +� v av a E L aNC C c N OH5OaoE E • oo OEa , mC '"7- oo O1 a ° Em . Yo rN. 4., -o c C W — E m 6) v X d L c c ava a ° m 0. o o o a,t `73 iC Cs, 70- c 3a cv O t a c vE b vQoa EvQ w3 LL y. a > a v r ,o 0 5 1- ,4 C On aU PC U . . ' ,o Vd a, p v, c a✓ C-O O i L C L V C y1., g, r t �qq c a`i o V 'c c c ti cg �vv � = E - 'v .'v .,.. e io c a m . c E 8 'a o a m ON c 1 '� '�. 3 ^adv ' 2 yy m L v o 8 g v -. I �' z7 0 N O- O L O .q El aI 1£ ' any^ I , 4 E 0 O O C O e ®"n 4 `{ Eke k Y i Y �t ',. • i 41 c a Y S'-8 I'Il �� a�.� .1j i ` fi VI a, O-p m 1 tit S1 - S ma U 3; ,"3 r..... -'- !1,,,,,,,),<- M — ..431 . . og . n y p r L a,Y C O ,'� •' t,is �..: j 2 r 6 E aa, ;" �,; I V N t— m A NEJ c 1 4 y p Q tb r w o ` i i .:�. r ?-v C Y t o c N m C ; .. 9 F° ad ,� E �`c c + { E a o ry c v a d a E a, a 0 o v ,n L _ .. y' .i_ I . §. Hydrolux HI 7000 Data recording no problem Device users can transfer recorded GPS data including sound files to a computer via USB cable after completing the measurements, and digitally create work documentation with all of the determined data or print it out if necessary. The HydroluxView PC software is available for doing this. H',. ._..t.• {�."v:ti7 — E 1111:% ea - �... Atchw pege[ „,Pegfl t 1311111111 Pegel Strasse,15.03.2018, 14:21:26 filte,25-Sce HZ 3333 »Pegd; ":.Pegel ti 3 4 5 6 7 8 -9 75 ' P �a I =,P el5 . 11i I to , � I a.R.otuonting3 dm p,npohaSx'5 .143 411 x133 ;24 3x3 *I v�ga stt...e 0 0 0 0 0 0 0 0 0 0 -Loo>�•�,aoy z � robert A� i' � a✓,cek '# �.� 3333... C 1. Ar 74 • USA,Canada, Mexico, Bahamas SebaKM i/Megger 2621 Van Buren sebalcivrir Avenue Norristown • PA 19403 • USA Tel. 1 (800)723 -2861 SalesNA@sebakmt.com • www.sebakmt.us A member of Megger Group Your personal contact: Iltl,ili )I.1_i .' ILi'_I li I` `IU _-_L:^; _ __ _ ...., .. CORRELUX SERIES sebaleiri• A member of Megger Group Hybrid correlator for re - i e) and offline correlation sae ■ Easy to use with colour touch display ' ' • Real-time and offline correlation ; ,..., • Long operating time and inductive sensor charging_ • Pinpointing with multi sensors or ground microphone NIPerfect for plastic pipes and trunk mains - "' ' a Multi-correlation without pipe parameter input i k, a, .. .... r n. , se bs d - �a ^ '' a' errs } is �} C t y.x •� 'tt , t.,.,1"``,4\ ' tt.:. . l S ~I � ..,,...stir; ,,,,,4 ''' f '°4a `: dytN& #e ,. .1%.•.,:i•;°.,„°"-.9.1-,,-. # ,,,;x a y ^ - y 179P + �. + . ffi. ", t. v 9 ", ' 4.t,a .�'� �astirs, ; a , . i^rn h- � r P �y �4 �p- '.;71.'4'..4 .'a.4 ,4/14-'4a$, �t}+'�' s � �4 ,,,,, �!1.,„:;:,,::!,,,,,,.,:...„..,,-.-',%:,^i � aa .tx + i [1 � .„��,t t ; b '7t, � �2 ,#Yd�+ 1 + v; � re � \:0);;t:44* ,'. •::,, tr'*i., '. *.:.• ..zo.,,,, ...i,,,,,:441/4_-'14' 47.6.,,A41,4, ,� "�. a, Pw k, .ti • ! iaR ,� ; l� Tf RYVF * {f F e.:a ' +xpye' rw' iA .N•e x c 1 4# '� t �:; 'S"v42 xfie41s t, d�° ;+?: xn z� � - ":i', ..,-,,,,4-, 3�Y < d1a. . 7 t �e .,, , e`" ` . *e iA1 .; ,a: .M. i 1:.. e kl. St ! flI ( --li4 ,pp••O Al IVfO • 'Pp'Jr, 1 O ra° N L N > ,�1 r i m C _ O H UffV X Td i.. C,= 9_ 7 L AO. c m o, •� arn- a, ❑� ® i 0. O y " p O of-6' L a d , m O. L U --L j 3 13 R a2EOY m, or> rnTo 4 C E£ E m� N o E c = o t; g ° i E °o a3+ L o w z � -, ° °:'= a r6 .- 0 ,001,,, y 4,, 0. y a d lL. o 0,'oc mw °�s "5 TL, oci: �_ y c 3 v 'e - o v c a, N r c " cw3 `mc `d ° "' Eo,con ' /( '^ Q0L ,,L § 3 W d D'p N H L N . / M1 ,T! L G W t' va', o W O C 0, C . . a c3pa ° li 41a C N m H N s0 v '4' k a 3 `° 01 vv o g o Q n acy mEcpi `p - tuo O pLci itM, V n o p a -. = !U ; flflJ C tg V L N o a3 - 0E Et9-� a uma L1 �' E m 0 o v C C G 47 v H!hIU a :.. f o w'1 - > 1 2 > > > y c 76 o a• °v , t. a E 9 > > 0 > > > >; - # :,, - i ®G a Q �'"� oTa o00 v >.t > v, C v 0O 3 d y . O L. } ' O' w m a HI c co,o_VI OO. Q..'. I C `'. 4OL VYC ‘V m a s ° cMVf M1oYO w vd a 1:, p v ,r O m QN-0 N O ECM E >V > 0.a Zh t5, N L 3 m V Z v 0 U I ," O U N L V a V l! d °, ol• " !°„ -':,.: 1.-.',a,,° 3 1. C 2 v o- o ' -L---1,, 1,1'62 = o m .Q c .'^ O 1 V c c Cp V t—'3 2 O V m L N fl_ t N O L"c N N ` V 3 ,o 'a TE v L TE 2 E. 9- a { w ° 17.1... t ocr, O m a —cc = _o 3 v O rz v' ru w o e N E w E o sc c o v p c p Ik. Cirfl t 0 E p m 01 u C eav T. aw r Xi 0 . N oa ° « c Q co . O F= w ,o 7 7 t. a• E m cf., 3I" ,,a m e%; c Q1 m a v, w c c 3 o O N N N y a L ccu oV $ iJfl E v 0.0 V w 3 o>' Ac3O t L m aO mc v ° '-> i, I m .. En c c ` - > -E w 5 IV to cL v vv -wc Emw7coc csi v wiL = acoa >; o N o Y w E > >g a O g., c 2 d °' 0 m e m UL �,L9 : o w « wnA • 1 gU ›- aO w O , - a E a 1 s 8 1 1 1 1 a l l , 1 1 1 1 E m 4' hUlliIll pp _ ,- a cm 9tire:•UI ao mN �ch oV we Vp L : mo \, ) V -0 w m-w c n w U .0 a• Ea,°-E. -00'2 E .' o eft 0 aL � o _ . Ili 3 p O H fflu .L ._ m n m — �+v 0 oc E . N 3 4-j cT T ig c O N V E't a w 0 '6' .'13 C Ol W 03 o msa aL ' ^, y. Vin c 4 rP { Nvgl USA,Canada,Mexico, Bahamas SebaKMT/Megger•2621 Van Buren Avenue Norristown • PA 19403 • USA Tel. 1 (800)723-2861 SalesNA©sebakmt.com •ww.sebakmt.us A member of Megger Group w Your contact: 'd, i'e_AO �ay2O 8 it PAM HYDRO-3 sebamnr A member of Megger Group Hydrophone for trunk mains and plastic pipes Special features • Best results on plastic pipes • Small and rugged housing 1 • Suitable for drinking water • Adaptable to all fittings 400 • Compatible with Seba correlators (C3 and HL6000X) • Can also be used in N3 networks Description Hydrophones are directly connected to the water columns. Their suitability for drinking water is a key point here. Very often hydrants are the access points, whereas house connections or main taps are an option. Due to its high sensitivity, the PAM-Hydro 3 from SebaKMT is particularly suitable for measuring over long distances, for example on plastic pipes or pipelines with large diameters and low pressure. Handling is extremely simple and enables quick mounting on above ground and underground hydrants and all adaptable connections. The versatility of the hydrophone can be seen in its compatibility with N3 networks, use with correlators or the uploading of data when "patrolling" with a — laptop or tablet. vOr.4.4.146-4.1) Technical data - Dimensions 4.3 x 2.5 in 0(110 x 64mm 0) °. Weight 0.9 lbs(400 g) Power supply Correlator/logger IP protection class IP 68 Operating temperature 32°F to 158°F(0°C to+70°C) 1, Connections 1.5" thread incl. adaptor • . Communication Connection cable 9 ft(3 m) t tawi SebaKMT/Megger 262121 Van Buren Avenue• Norristown, PA 19403 • USA sebaiavrr Tel. 1-800-723-28 61 ext.85 78•Fax 610-676-86 25 A member of Megger Group VFCustomerSupport@megger.com 150 9001:2008 We reserve the right to make technical changes.DS_PAM_Hydro-3_us_V01.pdf • r:' .a ii., ti rY g a�� �. ri L ,,,, .. . ,,,,„:„....,, 1 ,. , : - , , - - --:::: yi ,�. —. -w x ,,., INTERNET SebaCloud` TMM — Trunk Main Monitor f s ■ Quick and easy to program .. Short installation times '` * Measurement parameters can be configured remotely sel:ka Iciviiii A member of Megger Group . O 'O gU 0 m N o n o E E N E i v N m N e E 70 S w E o �� O O l7 v�1 O CO E ' (6 i to v1 v < v U • -oo i O ,z 111211 o` 4I 0 N V _C tai V \.. 'i. ro ro o N O N - H T _ .s..e- „_„,,,,,,v,.\_7.:_,,,,,,,,,,. •s t I 2, 'n° Z-1- i, II F g ? E o �n n N O O E5' CU jZZ� , ,C.-'g O V 5 e', �F u O j a vi U C c, r 3 V O N d QN T L N v.. _-.� v N a C N - C E 8E -ems <� 2 p. v ti a{ , C O.6. ,2-,,i; •. safi ii i-t - ”'�-p °' 2,,-,,E E `' 2 m v 2 C ~.`. N E A O p- =1 w d0 OL115 «� CCOn� On� aE ',',..f..1 L s_OOOTN O EEp'�N OON «. '>� p. 0 ;0‘= .,,f'— V 3E 75 fE. -- c F-d ,, „,,, „, -,0_, Cp_r p3 , NCNV1 H7wNc aaiv a N C� V -p OQQ dL. d -,S2,, °:::,:-”Eng • n• ��"Oy .° VO A=1 Ng L �. cg� N ,_ =WO L Y " mN 3 rna .O °"% C E � U '2l'' o E > z 5 1E ....Noo` Y= E a E c 2 c mN 'L oooAr ., 20C N - Srf) vo� '''''---" ,-, 52 °Q vo- C ��,� N ,nNNTdr LEr- acNo ~ �mN' E C yO `° m' 7 N a, oi NOT � 0 - oO 5SN C a N , v = f0C _ �t72EoN 2— r' mo To ra ffl oaa � N� N F- 0 cVrr ' C�` -4.111' NpN CN0v� O 0Oc Ev d «a ifo �C � CY o NooaaC �. N8-o = Ewt ... zTaN t a A Y Nimos ,, g-F:'0 "3, 6, wmNL 'oY wN « .2a� OC •p_ iS Ez ", o '; '�. C mNpr� coN ~ o '5c`aN NN-O .OQ m� �o-o TN 7 -' E '"0-0p��?_ �o0 ,- SL f'' .,.. ® TMM Technical data Scope of delivery • GSM transmitter GT3/GT3-S C2:112222217111111111.1Dimensions 1.73 x 1.73 x 4.88 in • Data logger N-3-Hydro-TNC (aa x 44 x 124 mm) ■ Hydrophone PAM Hydro-3 (incl,antenna) 1.73 x1.73 x 6.30 in (44 x 44 x 160 mm) Weight 0.5 lb(225 g) Power supply 2 x AA 1.5 V lithium Optional accessories Operating time Up to 2 years * Pressure logger P-3 Operating temperature -4°F to+140°F(-20°C to+60°C) • Pressure logger P-3-Mini Data transmission GSM/GPRS Alerting system Text message,email • Noise logger N-3 Communication Bi-directional wireless Protection class IP 68 DimensionsLength:9.5 inches(24.13 cm) I Diam:2 3/4 inches(6.99 cm) Weight Weight 1.5 lbs(680 g) Power supply Internal D cell 3.6 V Operating time Up to 3 years Operating temperature -4°F to+140°F(-20°C to+60°C) Data transmission GSM/GPRS Alerting system Text message,email Communication Bi-directional wireless Protection class IP 68 Auto location system Daily GPS synchronization; • integrated GPS Data logger N-3 Hydro I Dimensions 14.53 x 1.77 in(115 x 45 mm) Weight 0.63 lb(289 g) Power supply Internal battery Operating time Up to 5 years Protection class IP 68 Operating temperature -4°F to+140°F(-20°C to+60°C) Communication Bi-directional wireless Hydrophone PAM Hydro-3 Dimensions 4.33 x 2.52 in(110 x 64 mm) Weight 0.88 lb(400 g) Power supply Logger/correlator Protection class IP 68 Operating temperature +32°F to+140°F(0°C to+60°C) Connections 1.5"thread Communication Connection cable 9.84 ft(3 m) View videos and learn more at www.reduce-nrw.com SebaKMT/Megger SebaKMT � IHCIVnt 2621 Van Buren Avenue• Norristown, PA 19403 •USA Dr.-Herbert-lann-Str.6 •D-96148 Baunach Tel. 1-800-723-2861 ext.8578 •Fax 610-676-8625 Tel.+49(0)9544-680• Fax+49(0)9544-2273 A member of Megger Group VFCustomerSupport®megger.com sales@sebakmt.com www.sebakmt.com ISO 9001:2008 Cert. No. 110006.01 We reserve the right to make technical changes. Bro_TMM_US_May2017.pdf Product overviewsel:Igtiavrr A member of Megger Group intelligertit systems for locatitig leaks and monitoring water pipe networks • Zone monitoring Data Loggers for pressure, flow unci other sensors Acoustic leak sound loggers 6 Pre-locating and pin-pointing Correlators Noise level loggers Electro-acoustic listening equipment 2, Acoustic pipe location - roam w4 /..z...i,,,,,, ', it, r�' a,',,..., ,,,,,,,,,, , _,_,..:::::::, 1 i,wi - ril -1., . ..-,7:-.1,...t. -__ . —al 0— - ?, i ,,,,,,,3-4-,;.-. ' •i---- w til 5-4-, ',1v,.."''''' 'I"' ----, -4;',:''' '''''' ''. ,k4-211:P- '-'"'"'' ` c,3L d` ., o0rto f � `' t 4 pg rt r ,4a a & S , L. v }} #; !1 1 E co b .... Y N N IhIllul 'o D'''''• - -76 o, c ( E � •0�� -..-_ = ,,y, FIR w'R."` m co ( fp i to ! ♦ Ie.'� •-•D A- v'v N V) t) i � � .0 ,-- L1,.ro 4-,4-, Q N 0 0 N X '1 j ii LLJ E £ ro a,a 1-,.:. v-0 o ® J m ,:f. -1"1111111111111111111111 r. Y O 'a > 9 g C3 a — nv.c FE V a N c- `c,, (3,' c i L Y N N P.,- 'a U abq 1c'' ki iii oa rip _S � a,,gS o-E N m c.y E w c d A 3 ri. LL u. c J g N 3 J .s. o m o n co w g _ LO o, N v -r . 3 3 rn V N 95"' roN E E .., w LL �L .•mam• rn a itIH p N r i F. QE 3 ,n ac, aro I , p . , , .)) I, 0 z T N .z_,, w C CC O y v ' E ' Uifl c C vi b O 1p N -; c -c p N M VC E O C m o m U01 •> ''a m N ` •Cw d C C o arv E Cr m it w a •_ 3 N OE o 121 Z v •o ' p gnC a C' ',F1 o c C CL 0 ,3 ;r w = Y t?' on o c— p c E 3 T m ? CE p 0 a gZ. � Y _le a a E ° `a t2Y w E O - a. c O Q y ig° N nOi20 Hwp 0, N EN - . 0 '^ Ewm2t � JJE v= 5 m 1pcw.o ' ao o OL9 vo c .. p • o „ N v, .0 w "0 7 O Y c rsi 2 ai „', 01 c-7 C aa, ra > to.. raE 'a d G) NN c NN c E snY 0. G1 c -0 cal 73 21 g > o NE R E > c m ce N o cvo E0 wO M in o ` mi- o o,o Q f<1 n e, a, J N N Cr- wc c o FZ c2 mao n.8 a s o v v w e 4. ` re ` m N UI rnd '-0i, 0 � O No N? Ey 92p:o 01 7 '` n +. V O +rs, T O yHEm ; 0 .co` y NocC G., c c9m ,_ O m IN ID ` o9, O L cYa 3 c mttp G c T Y u Ccu o O �ir= N - t ca,'dc Q d L 0 w v N N p o C r '° w z �tv r� / N V 0 Lv, H • • • • • H I— • • • ■ D I— a ■ ■ a N N N V r W N N C ID vi 2 .� N n .41 NIQW y I . (� .01m0NiY 1 1qa vc 0 3 <;,.. � > aCd i p /47,-,'' i';',',,,- gyD .l+_O -p O N p W t C C i a io °'v°ii X k: _ / /3 cv ¢• v O N O. O 3 '. y '0_c t N- 0! ref r . i ' ' ^ V ',,:d ,s.# li ' Yo00 ! 'I aO L- coo o 6, a _ fi ' a 6. >.= N O NA t. �trC > N° 5. O '' or, cr, NL- 3 ° c m C' F N.. 'O U r V Oil° alas C •� I C a E _ 0 W Y o g CL fC3 zC 2. t o a n ti w c c �.T. 41 0. O W El tz O NV °NN CYL 71' -En o v m-} S . E m d o wE vC ., u- lc, v 7 ° gw °a c E` nv o N p ° o - r o v c Ac •1 n;c a.� v « YNccoo 8E c. ulle c 0 1- O w s ae O °' o ,' N � mw oo' cC m a _ n a �" C E d O O A 9hO O m ° c oc R op c� � M V. o v o j M a Q Q mrnOLn c py t . aE a° M v aov8 M yoOnN V 0V ., o. l p iC,Tam .g Y E U v cv d dvm 7N _ w 0 c. avv aZ Oc o. 7 E w E. 32 o` >c o am p E.x .cma L a N a C u > mc Cd « 3V 7 •O w— ° g O d cop a c E rn N R tO ` ?, ,r a = gym d r m� p r o�os 8 = a= 2v 0 0 � — cu c o a a . p sy . u a) C g.";,1:,,,,,;:"':,F-r.../-- " -s "' . X 7';92 C <' - .. 3 N i o z cs CL C tr--7.", -v, - ' r. . ,..- r ., _.-^.#� a r mss^ ., P .p`k�c. a � t Ji 1 'zap i l 5� t cs",`R..*,• {Y4 Ayt/yy ggyy _ 1:-:', 4.: a+ } Ifg : i i : m 5 4 �0�3 a k ^# I .1 ' 0 -...1.39.....r-lre a ii k-� 1 C 4.' C r zEm f c CE Q. mQ - m o C.M 19, 0. NC a .- a, _ a oN E n vU NCo a 0 C E `e21 TO o v a sao= o w N cc a ioaoO a, 2 o ., n N c 2132Y°Vov m •• aa � 2 o 2 $ o m ° o o "E c u o el w mo c` ft,' a va 7 g a C n C rn c i � iC 01co` r+ N viCm aDC E vo., '' i C a"-a �. y v E'- '� 7re X A N a, 6.,_t tp V c N •t 0 V' i 0 n° 4 c u�'+ m L 5 3 y a - 'a 7;:,-. m C > w a G ll' o m ;,o V 0 c m �. t t° uoi ioc N a �a �a a s p io ;i,3_- ao s0) = I- ".".1 l7 U' ■ • ■ d G • • ■ ■ �0... �_` USA,Canada, Mexico, Bahamas SebaKMT/Megger 2621 Van Buren Avenue Norristown • PA 19403 USA Tel. 1 (800)723-2861 SalesNA@sebakmt.com •www.sebakmt.us A member of Megger Group 1 Your personal contact: �., • eta 1 CCVVs Produt