Loading...
03-260 Resolution No. 03-260 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH SEVERN TRENT ENVIRONMENTAL SERVICES, INC. FOR WATER SYSTEM LEAK DETECTION SERVICES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that David M. Dorgan, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Severn Trent Environmental Services, Inc . for water system leak detection services, a copy of which is attached hereto and made a part hereof by reference . s/ Ed Schock Ed Schock, Mayor Presented: September 24 , 2003 Adopted: September 24 , 2003 Omnibus Vote : Yeas : 6 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this S61T, .2(o, 2003, by and between the City of Elgin,an Illinois municipal corporation(hereinafter referred to as"CITY")and Severn Trent Environmental Services, Inc. d/b/a Severn Trent Pipeline Services, Inc. a Texas Corporation (hereinafter referred to as "CONSULTANT"). WHEREAS,the CITY desires to engage the CONSULTANT to furnish certain professional services in connection with the detection and pinpointing of leaks in the water distribution system including mains, valves, fire hydrants and customer services (hereinafter referred to as the "PROJECT"). WHEREAS, the Consultant represents that it is in compliance with all Illinois statutes relating to professional registration and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, it is hereby agreed by and between the CITY and the CONSULTANT that the CITY does hereby retain the CONSULTANT to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms, conditions and stipulations, to-wit: I. SCOPE OF SERVICES 1. All work hereunder shall be performed under the direction of the Director of City's Water Department, hereinafter referred to as the "DIRECTOR". 2. In general, the CONSULTANT shall provide leak survey and pinpoint services in the water distribution system pursuant to the requirements of the Project. Services to be provided include, but are not limited to: 2.1 Conduct a survey of the designated portions of the water distribution system including mains, valves, fire hydrants, and customer services, using electronic sonic leak correlation detection instruments designed for this purpose. 2.2 Furnish all other personnel, instruments, equipment, and other tools required to complete the survey. 2.3 Provide the specialized, advanced, sensitive electronic detection equipment and skilled operators required to effectively and efficiently perform the leak survey. The acceptable equipment manufacturer is Fluid Conservation Systems or the equivalent. Also, the equipment used shall have the capability to automatically compensate for the effect of variable field parameters on the computer analysis (i.e., compensate for variances in pipe size and pipe material to ensure optimum accuracy). 1 2.4 Physical contact shall be made with the system at minimum feasible intervals, including all fire hydrants, and when necessary main lines, valves, and curb stops. 2.5 All indications of leak shall be verified a second time, after the leak shall be located with a computer programmed leak locator/ correlator designed to pinpoint leak locations without heavy drilling holes or excavations. Pinpointing leak location by other means such as through interpretation of sound intensity, either by ear, decibel metering, or other like methods, shall not be allowed. 2.6 An estimate shall be made by consultant of the size of each leak located(in gallons per day) and include a tabulation in the hereinafter referenced final report. 2.7 The CONSULTANT shall furnish to the City a sketch showing the location of each leak discovered on a daily basis. 2.8 Whenever the CITY repairs any leak detected by the CONSULTANT prior to completion of the field work, the CONSULTANT shall without additional compensation resurvey that particular section of the system. 3. Final Report: A final report shall be issued by the Consultant with five(5)copies showing the results of all tests and investigations. The report shall include leak location, leak reference number,type of leak, estimated quantity of leakage found, reports, inventory of defective system components,and any map errors found,along with conclusions and recommendations. Also included in the report shall be a water distribution area map supplied by the City of Elgin in which the CONSULTANT shall note on the map reference numbers of the leaks and the approximate location of the leak. 4. If required the CONSULTANT shall present his findings to the City at a City Council meeting at no additional charge on such date as may be requested by CITY. 5. A detailed Scope of Services is attached hereto as Attachments A and B,which more fully detail the services for the water distribution leak survey work. 5.1 Attachment A is the Request For Proposal dated July 8, 2003 and; 5.2 Attachment B is the Proposal received from the CONSULTANT signed by Steven Huggins, Project Manager and dated July 28, 2003. II. WORK PRODUCT All work product prepared by the CONSULTANT pursuant hereto including,but not limited to reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY upon its request,provided,however,that the CONSULTANT may retain copies of such work 2 products for its records. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project,and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the CONSULTANT. III. PAYMENTS TO THE CONSULTANT 1. The CITY shall pay the CONSULTANT for its services under this Agreement a lump sum fee in an amount not to exceed Thirty Four Thousands Five Hundred Dollars ($34,500) regardless of the actual costs incurred by the CONSULTANT unless modifications to the scope of the work are authorized in writing by the CITY. 2. The CITY shall make periodic payments to the CONSULTANT based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed and accepted by the CITY. 3. Schedule of the Project: The Services provided in this agreement shall be completed by 93 calendar days from the date of Notice-to-Proceed. IV. INVOICES 1. The CONSULTANT shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests. 2. The CONSULTANT shall maintain records showing actual time devoted and costs incurred. The CONSULTANT shall permit an authorized representative of the CITY to inspect and audit all data and records of the CONSULTANT for work done under this Agreement. The CONSULTANT shall make such records available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time upon fifteen(15)days prior written notice to the CONSULTANT. In the event that this Agreement is so terminated, the CONSULTANT shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the total amounts set forth under paragraph III or IV above, whichever is less. VI. TERM This Agreement shall become effective as of the date the CONSULTANT is given a written Notice to Proceed and,unless terminated pursuant to Article V, shall be deemed concluded on the date the CITY determines that all of the CONSULTANT's work under this Agreement 3 is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. VII. NOTICE OF CLAIM If the CONSULTANT wishes to make a claim for additional compensation as a result of action taken by the CITY, the CONSULTANT shall give written notice of its claim within fifteen(15)days after occurrence of such action. No claim for additional compensation shall be valid unless such notice is so provided. Any changes in the CONSULTANT's fee shall be valid only to the extent that such changes are in writing and signed by the CITY and the CONSULTANT. Regardless of the decision of the CITY relative to a claim submitted by the CONSULTANT, all work required under this Agreement as determined by the CITY shall proceed without interruption. VIII. BREACH OF CONTRACT All of the terms and provisions of this agreement are material. If either party violates or breaches any term of this Agreement,such violation or breach shall be deemed to constitute a default, and the non-breaching party shall have the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach. If either party,by reason of any default, fails within fifteen (15) days after written notice thereof by non-breaching party to comply with the conditions of the Agreement,the non-breaching party may terminate this Agreement. IX. INDEMNIFICATION To the fullest extend permitted by law, CONSULTANT agrees to and shall indemnify, defend and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or other relief,including but not limited to workers' compensation claims,in any way resulting from or arising out of negligent actions or omissions of the CONSULTANT in connection herewith, including negligence or omissions of employees or agents of the CONSULTANT arising out of the performance of this Agreement. In the event of any action against the CITY covered by the foregoing duty to indemnify, defend and hold harmless, such action shall be defended by legal counsel of the CITY's choosing. X. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 4 XI. INSURANCE 1. Commercial Liability. The CONSULTANT shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of commercial general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The CONSULTANT shall deliver to the CITY a Certificate of Insurance naming the CITY as additional insured. Such policy shall not be modified or terminated without thirty(30)days prior written notice to the CITY. Such Certificate of Insurance which shall include coverage for Contractual obligations assumed by the CONSULTANT under Article IX, entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. There shall be no endorsement or modifications of this insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorate,it shall be endorsed to be primary with respect to the CITY. 2. Comprehensive Automobile Liability. CONSULTANT shall maintain Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. 3. Combined Single limit Policy. CONSULTANT'S requirements for insurance coverage for general liability and auto exposures may be met with a combined single limit of$1,000,000 per occurrence subject to a$1,000,000 aggregate. 4. Professional Liability. The CONSULTANT shall carry Consultant's professional Liability Insurance Covering claims resulting from error,omissions or negligent acts with a combined single limit of not less than$1,000,000 per occurrence/$3,000,000 aggregate. A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XII. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement,there shall be no discrimination against any employee or applicant for employment because of sex, age,race, color,creed,national origin,marital status,or the presence of any sensory,mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination,rates of pay or other forms of compensation and selection for training,including apprenticeship. 5 No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race, color, creed,national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory,mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of this Agreement by the CITY. XIII. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XIV. DELEGATION AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the CONSULTANT shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the CONSULTANT would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. XV. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect,create or establish the relationship of co-partners,joint venture or employment between the CITY and the CONSULTANT, or as constituting the CONSULTANT as a general representative or general agent of the CITY for any purpose whatsoever. XVI. SEVERABILITY The terms of this agreement shall be severable. The parties intend and agree that, if any paragraph,sub-paragraph,phrase,clause or other provision of this Agreement,or any portion thereof,shall be held to be void or otherwise unenforceable for any reason,all other portions of this Agreement shall remain in full force and effect. XVII . HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define,limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 6 XVIII. MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof,or change order as herein provided. XIX. APPLICABLE LAW This Agreement shall be deemed to have been made in,and shall be construed in accordance with the laws of the State of Illinois. Venue for the enforcement of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois. XX. NEWS RELEASES The CONSULTANT may not issue any news releases without prior written approval from the CITY, nor may the CONSULTANT make public any reports or documents developed under this Agreement without prior written approval from the CITY prior to said documentation becoming matters of public record. XXI. COOPERATION WITH OTHER CONSULTANTS The CONSULTANT shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. VOL INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The CONSULTANT certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXIII. SEXUAL HARASSMENT As a condition of this contract,the CONSULTANT shall have a written sexual harassment policy that includes, at a minimum, the following information: A. The illegality of sexual harassment; B. The definition of sexual harassment under state law; C. A description of sexual harassment, utilizing examples; D. The vendor's internal complaint process including penalties; E. The legal recourse,investigative and complaint process available through the Illinois Department of Human Rights and Illinois Human Rights Commission. F. Directions on how to contact the department and commission; G. Protection against retaliation as provided by section 6-101 of Human Rights Act. 7 A Copy of such policy must be provided to the Department of Human Rights upon request. XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The CONSULTANT shall comply with the requirements of the Prevailing Wage Act (820 ILCS 130/0.01 et seq.) The CONSULTANT certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. XXV. WRITTEN COMMUNICATIONS All recommendations and other communications by CONSULTANT to the CITY and other participants which may affect cost or time of completion shall be made or confirmed in writing. The CITY may also require other recommendations and communications by the CONSULTANT be made or confirmed in writing. XXVI. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: Larry E. Deibert, Director of the Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to CONSULTANT: Steven J. Huggins, Project Manager Severn Trent Pipeline Services Suite 1530 20 N. Wacker Drive Chicago, Illinois 60606 8 IN WITNESS WHEREOF,the undersigned have placed their hands and seal upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For CITY: ATTEST: CITY OF ELGIN By iii,■ f •- B City Clerk City Manager For the CONSULTANT: Dated this day of , A.D. 2003 WITNESSED: By Kgi)ef/ A)• 4,r-A-) J By /4.-7-- (Print name) (Print ame) Officer Title !//&/ge i clew (SEAL) 9 MARSH CERTIFICATE OF INSURANCE CERTIFICATE NUMBER • CERTIFICATE OF INSURANCE CLE-001133091-01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE TWO LOGAN SQUARE POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE • PHILADELPHIA,PA 19103-2797 AFFORDED BY THE POLICIES DESCRIBED HEREIN. Attn:KELLY A.YATES FAX: (215)246-1367 COMPANIES AFFORDING COVERAGE COMPANY S27409-ALL-GAWUP-00-01 STS-IL CHICA A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANY SEVERN TRENT SERVICES B TRAVELERS INDEMNITY COMPANY OF ILLINOIS ATTN: WENDY CLOUTIER 20 N.WACKER DRIVE COMPANY SUITE 1530 C GULF INSURANCE COMPANY CHICAGO, IL 60606 COMPANY D N/A COVERAGES This certificate supersedes and replaces any previously issued certificate for the policy period noted below. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDDIYY) DATE(MMIDDIYY) GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY GL03373714-01 '03/31/03 '03/31/04 PRODUCTS-COMP/OP AGG $ 2,000,000 i CLAIMS MADE X OCCUR PERSONAL&ADV INJURY I $ 1,000,000 EACH OCCURRENCE $ 1,000,000 OWNER'S&CONTRACTOR'S PROT I —__ FIRE DAMAGE(Any one fire) $ 1,000,000 I MED EXP(Any one person) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 B X ANY AUTO TJ CAP 189K447-1-TIL-03(AOS) 03/31/03 03/31/04 ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS HIRED AUTOS TE CAP 189K448-3-TCT-03(TX) 03/31/03 03/31/04 BODILY INJURY $ NON-OWNED AUTOS (TRAVELERS INDEMNITY CO.OF (Per accident) COMP.DED.$250 (CONNECTICUT) PROPERTY DAMAGE $ OLL.DED.$500 I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ _.---- ---_. --_—__ I. ANY AUTO OTHER THAN AUTO ONLY I EACH ACCIDENT $ AGGREGATE $ A 1 EXCESS LIABILITY UB3373768-01 103/31/03 03/31/04 EACH OCCURRENCE $ 4,000,000 UMBRELIAFORM AGGREGATE $ 4,000,000 X OTHER THAN UMBRELLA FORM $ B ! EM RKERS COMPENSATION AND AOS 03!31/03 03/31/04 X TORY L M TS I DER] WO TC2J-UB 189K445-8-03 PLOYERS'LIABILITY (AOS) EL EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ INCL TRJ-UB189 K446-A-03 03/31/03 03/31/04 EL DISEASE-POLICY LIMIT $ 1,000,000 PARTNERS/EXECUTIVE I--- --- OFFICERS ARE EXCL (AZ, MA,WI) EL DISEASE-EACH EMPLOYEE $ 1,000,000 OTHER C PROF./POLLUTION LAB. GU2825725 03/31/03 03/31/04 AGGREGATE 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS THE CITY OF ELGIN IS INCLUDED AS ADDITIONAL INSURED WITH REGARDS TO THE GENERAL AND AUTOMOBILE POLICIES.THIS INSURANCE IS PRIMARY AND NON-CONTRIBUTORY TO ANY OTHER INSURANCE PER WRITTEN POLICY. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL .1(1 DAYS WRITTEN NOTICE TO THE CITY OF ELGIN CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 150 DEXTER COURT ELGIN, IL 60120-5555 LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES,OR THE ISSUER OF THIS CERTIFICATE, MARSH USA INC. �7 BY Mary Radaszewski ---Ma-4.3 'z "'``d--1-`- MM1(3102) VALID AS OF: 09/02/03 ATTACHMENT "A" CITY OF ELGIN WATER DEPARTMENT 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 N/le Cf` ,:._, .•_, . , . i 0. :1--; 1 ,,, \ iv = , ; •,,,i, -.,_",,v " \77;_h-A :(;!rit-4T- ,___r` ••-%a,, \iii.- „ v/ ----/.?-1 TE D 0:, .-, . .--_,,,...„„.,,,,, ••• - REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION SERVICES 2003 ISSUED July 8, 2003 1 CITY OF ELGIN WATER DEPARTMENT REQUEST FOR PROPOSAL 2003 WATER SYSTEM LEAK DETECTION SERVICES GENERAL The loss of water through system leakage has always been of concern to the City of Elgin Water Department . The purpose of this survey is to reduce the capital and operating costs of water treatment and minimize any secondary damage which could result from leaks . The total length of mains to be surveyed is approximately 2 , 017 , 352 feet (approximately 382 miles) . Also there are approximately 3 , 604 hydrants and 4 , 566 buried valves in the distribution system. The location of this project is the entire Water Distribution system of the City of Elgin. City of Elgin water Department, is seeking proposals for the water main leak detection survey to be completed as indicated in the bidding document . I . PROFESSIONAL SERVICES The selected Consultant must provide all services necessary to detect and pinpoint the leaks in the water distribution system including mains, valves, hydrants and customer services, using electronic sonic leak correlation detection instruments designed for this purpose and to provide the specialized, advanced sensitive electronic detection equipment and skilled operators required to effectively and efficiently perform the leak survey. The selected Consultants also will furnish to the City a sketch showing location of each leak discovered on a daily basis and to provide final report as described in the scope of services . II . QUALIFICATIONS OF CONSULTANT A primary component of the proposal to be submitted will be 2 information setting forth the experience and qualifications of the Consultant (Consultant will either be a single firm or group of firms which have developed a team structure for the project) . The following minimum information must be submitted as part of the proposal process . 1 . Staff 1 . 1 Project team 1 . 2 Individuals assigned to project 1 . 3 Role 1 . 4 Resumes 2 . Similar Projects 2 . 1 Leak Survey Cost 2 . 2 Year initiated and completed 3 . Equipment 3 . 1 Leak Surveying Equipment 3 . 2 Equipment for pinpointing leak location 4 . Schedule of completion III . PROPOSAL SCHEDULE Issue Request For Proposal 07/08/03 Proposal Submittals 07/29/03 Selection of Consultant 08/04/03 Negotiations as required 08/06/03 Authorize Agreement 08/13/03 Agreement Approval 08/27/03 Notice to Proceed 08/28/03 Work Commencement 09/01/03 Work Completion 12/02/03 IV. SCOPE OF SERVICE 1 . The consultant shall conduct a survey of the entire water distribution system including mains, valves, hydrants, and customer services, using electronic sonic leak correlation detection instruments designed for this purpose. 3 2 . The Consultant shall include with his proposal a description of all leak detecting and locating equipment to be used on the job. 3 . The Consultant shall furnish all other personnel, instruments, equipment, and other tools required to complete the survey. The City will furnish one person familiar with the distribution system to assist the Consultant, if required. 4 . The Consultant shall provide the specialized, advanced, sensitive electronic detection equipment and skilled operators required to effectively and efficiently perform the leak survey. The acceptable equipment manufacturer is Fluid Conservation Systems or the equivalent . Also, the equipment used should have the capability to automatically compensate for the effect of variable field parameters on the computer analysis (i . e. , compensate for variances in pipe size and pipe material to ensure optimum accuracy) . 5 . Physical contact shall be made with the system at minimum feasible intervals, including all fire hydrants, and when necessary main lines, valves and curb stops . 6 . All indications of leaks shall be verified a second time, after which the leak shall be located with a computer programmed leak locator / correlation designed to pinpoint leak locations without heavy drill or excavations . Pinpointing leak location by other means such as through interpretation of sound intensity, either by ear, decibel metering, or other like methods, will not be allowed. 7 . An estimate shall be made by Consultant of the size of each leak located (in gallon per day) and include a tabulation in the hereinafter referenced final report. 8 . The Consultant shall furnish to the city a leak report with sketch showing the location of each leak discovered on a daily basis . 9 . Whenever the City repairs any leak detected by the Consultant prior to completion of the field work, the Consultant shall without additional compensation resurvey that particular section of the system. V. Final Report : A final report shall be issued by the Consultant in five (5) 4 copies showing the results of all tests and investigations . The report shall include leak location, leak reference number, type of leak, estimated quantity of leakage found, reports, inventory of defective system components and map errors along with conclusions and recommendations . Also included in the report shall be a water distribution area map supplied by the City of Elgin in which the Consultant shall note on the map, reference numbers of the leaks and the approximate location of the leak. If required, the Consultant shall present his findings to the City at a City Council meeting at no additional charge on such date as may be requested by CITY. VI . SERVICES TO BE PROVIDED BY THE CITY 1 . The City will furnish two sets of plans of the water distribution system showing size and location of mains, valves, and fire hydrants . 2 . City forces will make system appurtenances (valves, valve boxes, customer service stops and boxes) accessible by hand, operating key, or probe and, if necessary, assist in field locating of all nonmetallic pipelines within the designated service area. 3 . It is assumed that the City will provide one person familiar with the distribution system to assist the Consultant . If this is required on a full-time basis, please indicate on bid. VII . AREA TO BE SURVEYED The City of Elgin' s distribution system consists of approximately 382 miles (2 , 017 , 352 feet) of water mains . VIII . REFERENCES Each firm shall furnish with its proposal a list of current references for projects similar in size and scope, a statement of the firm=s current workload and its ability to meet commitments, and a listing of the work to be subcontracted. 5 IX. PROJECT COMPLETION The Consultant agrees that the work shall be completed and ready for final payment in 93 calendar days after written notice to proceed. Should the consultant fail to complete the work within the stated 93 calendar days, he will be penalized $100 . 00 per day for each day after the completion period. X. PROPOSAL Submittals 1 . An original non-price proposal must be delivered, along with 3 additional copies in a sealed package, plainly marked A Proposal for Engineering Services for City Of Elgin Water Distribution Leak Survey, (Part A) @ and an original price proposal along with 3 additional copies in a sealed package, plainly marked A Price Proposal for Engineering Services for City of Elgin Water Distribution Leak Survey, (Part B) @ and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois, 60120 by 11 : 00 AM, Tuesday, July 29 , 2003 . 2 . The selected CONSULTANT shall not commence work under this contract until it has obtained all the following insurance requirements : A. Commercial Liability. The CONSULTANT shall provide, pay for and maintain in effect, during the term of this Agreement, a policy written in occurrence form of commercial general liability insurance with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property damage. The CONSULTANT shall deliver to the CITY a Certificate of Insurance naming the CITY as additional insured. Such policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY. Such Certificate of Insurance shall include coverage for contractual obligations assumed by the CONSULTANT under Article IX herein, entitled Alndemnification@ shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to 6 the CITY. There shall be no endorsement or modifications of this insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorata, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. CONSULTANT shall maintain Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $1, 000, 000 per occurrence for damage to property. C. Combined Single limit Policy. CONSULTANT=S requirements for insurance coverage for general liability and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1, 000, 000 aggregate. D. Professional Liability. The CONSULTANT shall carry Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1, 000, 000 per occurrence/$3, 000, 000 aggregate. A Certificate of Insurance shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to Larry E. Deibert, Director of Water Department. The CONSULTANT' s fee shall include a detailed cost estimate to furnish the services detailed in its proposal . This part of the proposal shall be sealed and remain separate from Part A while the city is evaluating the engineering firm' s proposal. Part B will not be used in the evaluation of proposals leading to the selection of the CONSULTANT and will not be opened until all evaluations have been completed. The fee proposal will be used as the basis for negotiations leading to final contractual scope of services and contract fee. Should the evaluation process not result in a clear choice as to the top rated CONSULTANT, the fee proposal may then be used to assist the selection committee in determining final recommendation. If the city is unsuccessful in reaching a contract agreement with the top rated CONSULTANT, negotiations will cease and the second rated CONSULTANT will be invited to negotiate with the city. 7 XI Withdrawal or rejection of Proposals The City of Elgin expressly reserves the right to withdraw the Request of Proposals or to reject any or all proposals in whole or in part. XII Inquiries Any requests for additional information may be directed to Peter L. Bityou, Water Operations Engineer at (847) 931- 6159 . XIII Procurement of Professional Services General The following process is that which will be followed in the review and selection of a Consultant on this project . 1 . Proposal Evaluation and Final Selection Upon receipt of each consultant ' s two-part proposal, "Part A" shall be evaluated with regard to the consultant' s stated qualifications, scope of work, staffing or work load, schedule, familiarity with the site or the work, past record, and technical approach. With due consideration to this evaluation of the proposals, a tentative selection shall be made by ranking the proposals considering the consultant=s understanding of and familiarity with work, staff qualifications, schedule, work load, office location and other relevant factors . The sealed "Part B" of the selected consultant shall be then opened for inspection. If the estimate in Part B of the proposal is shown by an audit or other independent analysis to be improper or subsequent negotiations are unsuccessful in bringing the fee proposal into an acceptable range, negotiation will commence with number two ranked consultant . 2 . Negotiation Guidelines The successful Consultant shall be advised as to the fee 8 negotiation meeting. The negotiation and discussion will cover the consultant' s costs, direct costs, indirect costs, and profit or net fee as may be considered by the Department to be reasonable. The Department and Consultant will also agree upon the project schedule and any final adjustments in the project requirements at this time. 3 . Standard Agreement When the fee has been agreed upon, the Director will prepare a Council Action requesting permission to enter into an Agreement for professional services . He will also inform the remaining short-listed consultants that the award has been made to another firm. The Contractual agreement between the City and the successful consultant shall be in a form substantially as set forth in the draft of agreement attached hereto. 4 . Compensation and Payment The Consultant shall submit to the Department monthly, a certified invoice . The Department will review the invoice to insure that all charges are proper and supported by the Consultant=s Project Progress Report stapled thereto before authorizing payment to the Consultant . 9 ATTACHMENT "B" PART A PROPOSAL TO CITY OF ELGIN FOR WATER SYSTEM LEAK DETECTION SERVICES Severn Trent Pipeline Services July 29, 2003 PITOMETER WATER SERVICES GROUP SEVERN • TRENT Pipeline Services SERVICES July 28, 2003 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, Illinois 60120 Subject: Water System Leak Detection Services For The City Of Elgin — Part A Dear Ms. Cohen: Severn Trent Pipeline Services is pleased to submit this proposal for the above referenced project. Our submittal is based on your Request For Proposal and our nationwide experience in leak surveys. Severn Trent Pipeline Services is a nationally recognized consulting engineering firm that has been performing water distribution studies since 1896. During that time, Severn Trent Pipeline Services has worked with more than 6,000 utilities in 32 countries. We appreciate the opportunity to submit this proposal and we look forward to continuing our professional relationship with the City of Elgin. Very truly yours, SEVERN TRENT PIPELINE SERVICES PITOMETER WATER SERVICES GROUP Steven J. Huggins Project Manager Severn Trent Services•Suite 1530,20 N.Wacker Drive•Chicago,IL 60606•Tel 312 236 5655 r Apart of Severn Trent Pk Fax 312 580 2691•www.severntrentservices.com Table Of Contents A Introduction And Company Background Description Of The Company A-2 B Project Approach Leak Detection B-1 Leak Location B-2 Remonitoring B-4 Communications B-4 Final Report B-5 Schedule B-5 C Equipment, Vehicle, And Personnel Equipment C-1 Vehicle C-1 Project Administration C-2 Key Personnel C-2 D Cooperation By The City of Elgin E Experience And References Workload E-1 Commitments E-1 Subconsultant Requirements E-2 Insurance E-2 Client References E-2 F Forms L AIntroduction And Company Background Firm: Severn Trent Pipeline Services, Inc. 20 North Wacker Drive, Suite 1530 Chicago, Illinois 60606 Contact: Steven J. Huggins Project Manager (312) 236-5655 Year Established: 1896 A-1 I Description Of The Company Our pipeline experience dates back to 1896, the year in which Pitometer (now part of the Severn Trent organization) was founded. Severn Trent has continued to build upon Pitometer's reputation for providing quality pipeline services to local communities in a manner that makes doing business easy. Our combination of quality, service, regulatory knowledge and local focus is the reason we have been around for more than a century. As a result, Severn Trent has become the industry leader in local water distribution system and sewer collection system solutions. We began providing these services under the Severn Trent name in 1997. Our Pipeline Services (STPS) division's primary line of business is water and wastewater field testing and analysis, as well as line-stopping and valve and hydrant exercising equipment and services. Our clients are typically small and large municipalities, but we also perform similar work for industrial clients. Our engineers and field technicians work closely with client representatives to help them solve flow, pressure, and leakage problems in their systems. Severn Trent also performs hydraulic modeling and master plan studies. Severn Trent is often called upon as a subcontractor to other firms because of the specialized work that we perform. The Chicago office provides leak detection services on a continuing basis to approximately 30 municipal clients in the Chicago area. The Chicago office will be responsible for performing the Water System Leak Detection Services for the City of Elgin. A-2 • Project Approach Based upon our understanding of the needs for the planned project, this section contains a description of our approach and discussions of the techniques that STPS will use to meet the required project objectives. Leak Detection Conduct a leak detection/location survey with ultrasonic detection equipment on approximately 382 miles of water main within the City of Elgin distribution system. The system will be monitored by listening on all hydrants, selected valves and on any other necessary appurtenances with highly sensitive sound intensifying instruments. The distance between listening points will not be greater than 500 feet, with physical contact made on fire hydrants, valves and curb stops. B-1 L During the detection survey, records will be developed to include: * Type of appurtenance monitored. * Location. * Mechanical deficiencies. * Map discrepancies. These field survey records will be made part of the final report and submitted to the City of Elgin. A list will be developed for the City of Elgin, Public Works Department of all inaccessible appurtenances that need to be surveyed. It will be the responsibility of the City of Elgin, Public Works Department to either locate or clean those appurtenances. This will include breaking loose all covers, uncovering buried valves, pumping out valve vaults and removing debris. Leak Location All appurtenances showing indications of leakage will be thoroughly investigated with the FCS TriCorr 2001 and Radcom Soundsens leak correlators to pinpoint the leaks for repair. L B-2 EL The leaks that are found will be classified as follows and will be reported daily on individual leak location forms: Class I: Leaks which are hazardous in terms of potential underground washouts, possibly resulting in surface collapse, and/or damage to nearby utilities, commercial and private properties or leaks that indicate leakage to be severe enough to warrant immediate repair by Public Work forces. Class II: Leaks which display water losses significant enough to be placed on a regular repair schedule. Class Ill: Relatively small leaks which should be repaired as work time permits. When possible, all leaks will be marked in the field with a distinctive paint mark and/or field stake for each leak. STPS, in the event of an errant leak location, will re-pinpoint that leak until it is exposed. Every effort will be made by STPS to return to the site while the initial repair excavation is open. A copy of the STPS "Leak Location" form is shown on the following page. B-3 I PITOMETER WATER SERVICES SEVERN TRENT Pipeline Services SERVICES Date Report No. Ownership Public Private Easement LEAKAGE LOCATION SHEET Leak Indication Classification I II III (Circle one) ESTIMATION OF LEAKAGE Pressure Zone Map Number Leakage Locator Community Street Address LEAK APPEARS INDICATION OF LEAK LEAKAGE DETECTED AT: TO BE ON: COVER Sonic Main Valve Main Concrete Surfaced Water Curb Valve Service Asphalt Correlator Meter Valve Joint Connection Brick Ground Microphone Selected Test Hydrant Gravel Direct Contact Hydrant Valve Soil Other - See Remarks - Misc. Other Remarks L Remonitorinq A follow-up survey will be undertaken after the leaks have been repaired to affirm no other leaks were masked by the first leak. Remonitoring will only be undertaken prior to the completion of the survey. Communications The following will be adhered to during the course of the Water Distribution System Leak Survey for the City of Elgin: * Daily check-in with the City of Elgin representative for the project prior to starting day's activities. * Any Leak Location Reports will be turned in daily. * Report defective system components such as valves, fire hydrants and curb stops which are noted in the course of carrying out field activities. Traffic Control STPS will follow all traffic safety rules designated by the Illinois Department of Transportation. All survey crews will be trained in traffic control safety. B-4 Final Report Prepare five (5) copies of the final report showing the results of all tests and investigations. The report will include the leak location, type of leak, estimated quantity of leakage found, Leak Location Reports, inventory of defective system components and map errors, along with conclusions and recommendations. Also included with the report will be the water distribution system map. Leaks that were pinpointed during the survey will be noted on the map in their approximate location. It is estimated that the final report will be submitted within four weeks of the conclusion of all field work. Schedule STPS can initiate the Water Distribution System Leak Survey within 30 days after receipt of a notice to proceed. All work will be carried out and completed in a professional, effective and timely manner. It is anticipated that the field work for the City of Elgin Water System Leak Detection Services will take approximately 45 work days. This estimate may be affected by adverse weather conditions. The work will be conducted primarily during normal working hours with additional leak detection being conducted during late evening and/or early morning hours if necessary in areas of high traffic volume. B-5 Equipment, Vehicle And Personnel Equipment The following equipment will be utilized during the course of the Leak Detection Survey: FCS TriCorr 2001 Leak Correlator, or Radcom SoundSens Leak Correlator FCS S30 Surveyor Heath Aquascope Ultrasonic Leak Detector Schonstedt Mac 51 bx Pipe Locator Schonstedt Metal Detector Vehicle The following vehicle is planned to be used on the City of Elgin project: * 2001 Ford Windstar Van; or, * 1997 Ford Aerostar Van; or, * 1996 Ford Windstar Van L C-1 Project Administration Key factors required for successful project management and administration include scheduling, budgeting, and control of costs. Senior STPS personnel evaluate project performance and budget. Corrective action is taken by the Project Manager to comply with project requirements. If project conditions or other needs are found which are significantly different than estimated, City of Elgin representatives will be notified. The Project Manager will meet with the field personnel on a periodic basis to provide a status report on the progress of the study. STPS understands the need to provide quality work and its 104 year history with a high percentage of repeat clients is evidence of this. Each project is checked at key points by review engineers to ensure that the development of data is correct and accurate. The analysis of the data is also reviewed as are all reports prior to their submission to our clients. All reports are reviewed in depth with our clients based upon their needs and expectations. Key Personnel Steven Huggins will serve as the Project Manager for the City of Elgin Water System Leak Detection Services project. He has provided similar services and has participated in the actual field services for a number of leak survey studies. Key engineering and field personnel of SIPS that are proposed for the project study are described here. Work assignments will be made by the Project Manager. The SIPS staff selected for the City of Elgin Water System Leak Detection Services are experts in all facets of leak surveys. A brief write-up of key personnel has been included, in which this type of experience is highlighted. C-2 Proiect Engineer— Clifford McAfee has 23 years of experience in hydraulic testing, leak detection and water distribution system analysis. Mr. McAfee has been project manager and/or participated in nearly 20 leakage surveys in the Midwest and other parts of the country. For the last year he has been heavily involved in the leak detection effort for the City of Chicago, where Permalog leak loggers as well as the FCS TriCorr and Radcom SoundSens leakage equipment are being used. Mr. McAfee has also been part of the team that investigates emergency leak locations for various suburbs and private entities around Chicago. Project Engineer- Gary Collins joined STPS in 1996 working on the City of Chicago Hydraulic Services contract. More recently he has conducted several leak detection surveys, primarily in the Chicago suburbs. He is an expert in the use of the FCS TriCorr leakage correlator. Project Engineer- Frank Hobbs joined STPS in England in 1977 as a leakage technician. He has developed into a specialist within the leakage field, managing many projects and becoming proficient in the use of many types of leakage equipment. He has traveled widely throughout the world managing leakage contracts in India, Mexico, England, Romania, Azerbaijan and now resides in Chicago, Illinois. Mr. Hobbs will coordinate the field leakage investigations in the City of Elgin and will work closely with both Mr. Cliff McAfee and Mr. Gary Collins. C-3 Cooperation By The City of Elgin This work will require the City of Elgin to be responsible for: * Removing all debris from boxes and vaults to make valves and curb stops accessible where necessary. * Breaking loose all covers. * Pumping water out of valve vaults where necessary. * Making available as-built drawings, atlases, records and necessary data pertaining to the water system. * Repairing leaks. The City of Elgin will agree to indemnify and hold SIPS harmless from any liability, loss, or expense arising out of these listed items for which the City of Elgin is responsible. D-1 Experience And References STPS is a nationally recognized consulting engineering firm that has been performing water studies, as The Pitometer Associates, since 1896. We have completed thousands of water loss programs throughout the United States and the world and many hundreds in the Chicago area alone. Projects have ranged in size from small leak detection efforts completed in a matter of days to comprehensive water loss programs spanning many years. Workload We have reviewed our current and anticipated projects relative to the City of Elgin Water Distribution System Leak Survey. The firm has adequate staff and resources to complete the project in a timely and professional manner. Commitments Since its formation in 1896, STPS has demonstrated a proven commitment to provide comprehensive and innovative engineering services within project budgets and schedules. As a result, the firm continues to have a high success rate in competition for engineering projects of all types, as well as a high percentage of repeat business from existing clients. The Chicago office will provide the Water System Leak Detection Services to the City of Elgin. E-1 Subconsultant Requirements STPS has the staff and resources to perform all key aspects of the Water System Leak Detection Services for the City of Elgin without any subconsultants. Insurance STPS maintains the following insurance covering the activities of our personnel. Workmen's Compensation - Statutory Comprehensive General Liability - $1,000,000 Combined Single Limit Automobile Liability - $1,000,000 Combined Single Limit Professional Liability - $1,000,000 STPS will provide the City of Elgin with certificates of insurance designating the City as additional insured on the policies. Client References The following pages contain some of our recent project profiles on several water distribution systems. Included with these profiles are reference and contact information. We urge you to call on these clients for an appraisal of our efforts and performance. E-2 ELMWOOD PARK, ILLINOIS LEAK SURVEY Client - Village of Elmwood Park, Illinois Water and Sewer Department Mr. Dino Braglia Superintendent 708-452-7300 Pitometer Service - Water Audit 1980-2003 Description - The annual leakage investigation includes listening on all hydrants and on strategic valves and services using sensitive sound intensifying instruments. Subsequent investigations are conducted in all suspect areas where indications of leakage are detected by using an electronic leak correlator to pinpoint the leaks for repair. A final report is submitted at the completion of all work showing the results of the sonic survey. The sonic survey results include a list of leak locations and estimated quantities of water being wasted by the leakage. Results from 2002 Survey Miles of Pipe - 40 miles Number of Leaks - 10 Amount of Leakage - 37,300 gallons per day JOLIET, ILLINOIS LEAKAGE DETECTION AND MONITORING PROGRAM Client - City of Joliet Mr. Dennis Duffield, P.E. Director of Public Works 815-724-4220 Pitometer Service - Water Audit 1917-1919, 1965-1972, 1974-77, 1980, 1984-1989, 1994-2003 Description - The leakage investigations have included surveys in large and small sections of the City. STPS sounds on all hydrants and on strategic valves and service connections using highly sensitive sound intensifying equipment. Subsequent investigations are conducted in areas where indications of leakage were detected by using an electronic leak correlator to pinpoint the leaks for repair. STPS also provides ongoing emergency leak detection services to the City, responding when City personnel have a visual sighting of water or hear an audible leak sound and need further investigation to pinpoint the leak. Each year the final report is submitted after the completion of all work showing the results of the leakage investigations. The results include a list of leak locations and an estimate of the amount of water being wasted. Results from 2002 Leakage Investigation Number of Leaks - 15 Amount of Leakage - 114,400 gallons per day LOCKPORT, ILLINOIS LEAKAGE SURVEY Client - City of Lockport Mr. Larry McCasland City Administrator 815-834-4260 Pitometer Service - Water Audit 1985-2003 Description - A leakage investigation of the City's water distribution system included listening on all hydrants and on strategic valves and services using sensitive sound intensifying instruments. A subsequent investigation was conducted in all suspect areas where indications of leakage were detected by using an electronic leak correlator to pinpoint the leaks for repair. The final report was submitted in October, 2002, showing the results of the investigation. The results included a list of leak locations and estimated quantities of leakage found. Miles of Pipe - 50 (1999) Number of Leaks - 9 (2002) Amount of Leakage - 13,500 gpd. (2002) WOODRIDGE, ILLINOIS LEAK SURVEY Client - Village of Woodridge Water Department Mr. Ron Roehn Crew Chief 630-719-4758 Pitometer Service - Water Audit 1997, 2000-2003 Description - The leakage survey has consisted of sounding on all hydrants and necessary all hydrants and necessary valves and services using highly sensitive sound intensifying equipment. Subsequent investigations are conducted in areas where indications of leakage are detected by using an electronic leak correlator to pinpoint the leaks for repair. The final report showing the results of the sonic survey is submitted at the completion of all work. The sonic survey results include a list of leak locations and an estimate of the size of the pinpointed leaks. Miles of Pipe - 107 (2003) Number of Leaks - 18 (2003) Amount of Leakage - 81,900 gpd. (2003) OAK LAWN, ILLINOIS LEAKAGE SURVEY Client - Village of Oak Lawn Mr. Denny Cummings Water Department Crew Chief 708-499-7747 Pitometer Service - Water Audit - 1996, 1998-2003 Description - The annual leakage investigation includes sounding on all hydrants and necessary valves and service connections using highly sensitive sound intensifying equipment. Subsequent investigations are conducted in areas where indications of leakage are detected by using an electronic leak correlator to pinpoint the leaks for repair. Each year the final report is submitted at the completion of all work showing the results of the sonic survey. The sonic survey results include a list of leak locations and an estimate of the size of the pinpointed leaks. Results from 2002 Survey Miles of Pipe - 60 Number of Leaks - 6 Amount of Leakage - 42,000 gallons per day CICERO, ILLINOIS LEAK SURVEY Client - Town of Cicero Water Department Mr. Joseph Virruso Superintendent 708-656-3600 Pitometer Service - Water Audit 1980-1995, 1997-2001 Description - A leakage investigation of the Town's water distribution system included listening on all hydrants and on strategic valves and services using sensitive sound intensifying instruments. A subsequent investigation was conducted in all suspect areas where indications of leakage were detected by using an electronic leak correlator to pinpoint the leaks for repair. The final report was submitted in June, 2001, showing the results of the investigation. The results included a list of leak locations and estimated quantities of leakage found. Miles of Pipe - 110 (2001) Number of Leaks - 10 (2001) Amount of Leakage - 9,000 gpd. (2001) ELGIN, ILLINOIS LEAKAGE SURVEY Client - City of Elgin Public Works/Water Department Mr. Peter L. Bityou Water Operations Engineer 847-931-6150 Description - The Pitometer Associates, Inc. provided engineering services to determine leakage in the City water distribution system. The investigation included sounding on all hydrants and necessary valves and service connections using sensitive sound intensifying equipment. A subsequent investigation was conducted of areas where indications of leakage were detected to pinpoint the leaks for repair. The survey was conducted by sounding the water system appurtenances with very sensitive sound intensifying equipment to determine areas of potential leakage. The electronic correlator was then utilized in each suspect area to pinpoint the leaks. A final report was submitted showing the results of the sonic survey. The results included a list of leak locations and an estimate of the size of the pinpointed leaks. The results also included discrepancies on hydrants and valves noted during the survey between the field and the water distribution map supplied. 2001 Survey Results 1998 Survey Results Number of Leaks - 98 Number of Leaks - 61 Amount of Leakage - 418,000 gpd. Amount of Leakage - 451,000 gpd. Miles Investigated - 370 Miles Investigated - 173 1996 Survey Results 1995 Survey Results Number of Leaks - 106 Number of Leaks - 144 Amount of Leakage - 489,500 Amount of Leakage - 774,500 gpd. Miles Investigated - 300 Miles Investigated - 295 Forms Following are forms required by the City of Elgin. Equal Employment Commitment STPS shall not discriminate against any employee or applicant on the basis of race, color, religion, sex, national origin, age, place of birth, ancestry, marital status, or disability (physical or mental) which will not interfere with the performance of the job in question. Although STPS, as The Pitometer Associates, has been awarded previous contracts by the City of Elgin, a Bidder's Employee Utilization Form was not required. F-1 • ,c,(OF Elo CITY OF ELGIN ILLINOIS °'n CERTIFICATION REQUIREMENTS °RaTEDFEe Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. . To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors,herein referred to as"bidders,"are requested to submit the following information: I. Work force analysis using the enclosed Bidder's Employee Utilization form. 2. Provide the information required in Item#3 on the Employee Utilization Form if the answer to Question#2 on the form is "Yes." 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) 2. To assure compliance with the City of Elgin's Sexual Harassment Ordinance,all bidders must submit a signed sexual harassment form enclosed with the Invitation to Bid. 3. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. 4. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. 5. The successful bidder agrees that,upon acceptance by the City of Elgin, the executed Invitation to Bid,along with all instructions, conditions,and specifications attached thereto,constitute a binding contract which may be enforced by the city. Signature/Title Project Manager Severn Trent Environmental Serices Company Name d/b/a Severn Trent Pipeline Services Address 20 N. Wacker Drive, Suite 1530 Chicago, Illinois 60606 Phone Number 312-236-5655 FEIN No. 62-1168252 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action-City Contracts 1. Name and Address of Bidder Description of Project Severn Trent Pipeline Services Water Sysrwm Leak Detection 20 N. Wacker Dr. , Suite 1530 Services - 2003 Chicago, IL 60606 JOB Total Whites Blacks Hispanics Asians or American Minority Female =.x CATEGORIES Employees Pacific Indians (M&F) (All Islanders Categories) M / F M / F M / F M / F M / F Example: 18 3 5 3 2 4 1 55.6% 44.4% Managers (10/18) (8/18) TOTALS Signature of Company Official Title Telephone Number Date Signed Page of 2. Have you ever been awarded a bid by the City of Elgin? X • Yes No 3. If the answer to question#2 is Yes,please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows underutilization of minorities and/or females,please submit, according to the guideline provided in the attached document,a written commitment to provide equal -, employment opportunity. NOTE: In the event that a contractor or vendor,etc., fails to comply with the fair employment and affirmative action provisions of the City of Elgin,the City,amongst other actions,may cancel,terminate,or suspend the contract in whole or in part. Jul 28 03 08:45a pitometer 312 580 2691 p.3 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must be submined before the contact can be awarded. Chaplet 3.12.1940 Affirmative Action-City Co otrt►rn 1. Name and Address of Bidder Description of Project Severn Trent Pipeline Services Water Sysrwm Leak Detection 20 N. Wacker Dr., Suite 1530 Services - 2003 Chicago. IL 60606 /OR Taut Whines Blades Hispanics .Asims et Amnion Minority Tomsk CATEGORIES Employeca Pacific b liana (M a I) (AR Mlanfea Canaries) M /F M i r M I F M I F M . F Example: tt 3 S 3 1 4 l SS.6% 44.4% Wages (1 (ta) (aria) - 1 "WAt3 Signalact o C Official Title Telephone Number Si d Page #ue_ (id(11,. p t 17 , -� 1"j� or- 2. Have you ever been awarded a bid by the City of Elgin? y ^y • Yes `No 3_ If the,aaswa to question.e2 is Yes,please submit a copy of the Employee Utilization Form that was xy" submitted with your last successful bid along with a fully compiled copy of this form. A. if tie statistical data provided above shows underulilizatioa of minorities aad&or-females.pleass submit, according to the guideline proviled in the attached document,a wrilen commitment to provide equal employment opportunity. NOTE; In the event that a contractor or vendor.etc.,tails b comply with the fair employment and affirmative action provisions of the City of Elgin,the City.amongst otheraciions,may cancel terminate.or suspend the-contract in arhoic or in part L t` I I Igr-TTTM F—"'" ro----1 F'''' 1 FFTIn r'" .---------SEC l'ION B-COMPANY IDENTIFICATION LAJMULJUA i ell K.CYL111.1•1 1 rc A SECTION C-TEST FOR FILING REQUIRES I.SEVeRN TRENT DEL INC 2.a. SEVERN TRENT DEL INC ,,----.1 \ ' DUNS NO.:804143691 r. 300 DELAWARE AVE SUITE 1704 300 DELAWARE AVE SUITE 1704 . •- ( '. t .' ,. . WILMINGTON - WILMINGTON \)1 ..-.' .'1 • SECTION E-ESTABLISHMENT INFORMAT DE 19801 DE 19801 • ... , b.El■232632347 ,: (* - 1 k', '• . i i'.'' ,.. -":. fj c.Y(WAS AN EEO-I REPORT FILED FOR . . THIS ESTABLISHMENT LAST YEAR?) • Employment at this establishment-Repod all permanent full-time and part-time employees Including apprentices and on-the-Job trainees unless specifically excluded as set forth in the instructions. Enter the appropriate figures on all lines and in all columns. Blank spaces will be considered as zeros. SECTION D-EMPLOYMENT DATA TOTAL MALE .. FEMALE • OVERALL TOTALS WHITE SLAM ASIAN OR AMERICAN WHITE BLACK NI ASIAN OR AMERICAN PANI (SUM OF COL (NOT OF (NOT OF HIS C PACIFIC INDIAN OR (NOT OP (NOT OP HISPA PACIFIC INDIAN OR JOB CATEGORIES a TIIRU K) HISPANIC HISPANIC ISLANDER ALASKAN HISPANIC HISPANIC ISLANDER ALASKAN ORIGIN) ORIGIN) NATIVE ORIGIN) ORIGIN) NATIVE . . OFFICALS AND MANAGERS (1) ..A Os% s ---i PROFESSIONALS (2) 37 3a. \ I . I. _. TECHNICIANS (3) 1 t ; r71 , 71 i . , r.- SALES WORKERS (4) Zi..2 _OFFICE AND CLERICAL (5) 1 9) I . la • • CRAFT WORKERS(SKILLED) (6) • (7\ .... . ... . • OPERATIVES(SIMI-SKILLED) (7) '41'"A [' 35 5 Lir...-, ,"-- ......- - .. LABORERS(UNSKILLED) (8) A r% r•-, cl i SERVICE WORKERS (9) - t ......-, -• TOTAL (10) i 1 1 ;1 i.') f .) -•:< .•i... - . DO NOT SUBMIT THIS FORM TO EEOC FOR INTERNAL USE ONLY . . PITOMETER 103 EQUAL EMPLOYMENT OPPORTUNITY - A E F t Effective Date: 04/01/00 In order to provide employment and advancement opportunities to all individuals, employment decisions at Pitometer will be based on merit, qualifications, and al). 'ties. Pitometer does not discriminate in employment opportunities or practices on the basis trace, color, religion, sex, national origin,age, or any other characteristic protected by law. This policy governs all aspects of employment, including selection, job assignment, compensation,discipline,termination,and access to benefits and training. Pitometer is also committed to providing a work environment that is free of discrimination and unlawful harassment Actions, words,jokes, or comments based on an individual's sex, race, ethnicity, age, religion, or any other legally protected characteristic will not be tolerated. As an example, sexual harassment (both overt and subtle) is a form of employee misconduct that is demeaning to another person, undermines the integrity of the employment relationship, and is strictly prohibited. Any employee who wants to report an incident of sexual or other unlawful harassment should promptly report the matter to his or her supervisor. If the supervisor is unavailable or the employee believes it would be inappropriate to contact that person, the employee should immediately contact the Human Resources Department or any other member of management Employees can raise concerns and make reports without fear or reprisal. Any supervisor or manager who becomes aware of possible sexual or other unlawful harassment should promptly advise the Human Resources Department or any member of management who will investigate the matter in a timely and confidential manner. Anyone engaging in sexual or other unlawful harassment will be subject to disciplinary action,up to and including termination of employment Any employee with questions or concerns about any type of discrimination or harassment in the workplace are encouraged to bring these issues to the attention of their immediate supervisor or the Human Resources Department. Employees can raise concerns and make reports without fear of reprisal Anyone found to be engaging in any type of unlawful discrimination will be subject to disciplinary action,up to and including termination of employment, i Local Focus,National Vision k "0/4,.�OF E City of Elgin, Illinois, �! �; 4 Equal Employment Written Commitment Guideline P ��aTED Ft� The written commitment required in Item#4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the r- area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals to recruit minorities and females for training programs or other similar opportunities available through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin,upon request,statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment,screening,referral,and selection and hiring of job applicants for the bidder. 7. Clearly show that the bidder shall require all subcontractors, if any,to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the bidder agrees that: "Bidder(company name)shall not discriminate against any employee or applicant on the basis of race,color,religion,sex,national origin,age,place of birth,ancestry,martial status,or disability (physical or mental)which will not interfere with the performance of the job in question." Description of Groups for Classification Purposes White: all persons having origins in Europe,North America,or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican,Puerto Rican,Cuban,Central South American,or other Spanish culture or origin,regardless of race Asian American: all persons having origins in the Far East,Southeast Asia, the Indian subcontinent,or the Pacific Islands American Indian:all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition i t_ L • City of Elgin, Illinois, Sexual Harassment- - Policies and Programs Effective July 1, 1993,every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include,at a minimum,the following information: the illegality of sexual harassment the definition of sexual harassment under state law a description of sexual harassment,utilizing examples a vendor's internal complaint process including penalties the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission directions on how to contract the department and commission protection against retaliation as provided by Section 6-101 of the Human Rights Act -4- I hereby affirm that the organization which I represent has in place sexual harassment policies which include the required information set fourth above,and I hereby agree to furnish the City of Elgin-Human Resources Department with a copy of these policies if they so request. Signature/Title Project Manager Severn Trent Environmental Services Company d/b/a Severn Trent Pipeline Services Date July 28, 2003 Sexual harassment is defined as follows: "Sexual harassment"means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when(I)submission to such conduct is made either explicitly or implicitly a tenn or condition of an individual's employment,(2)submission to or rejection ofsuch conduct by an individual is used as a basis for employment decisions affecting such individual,or(3)such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating,hostile.or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin- Human Resources Department at(847)931-5618. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability,loss or damage including costs of defense or claim,demands,costs of judgement against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title Project Manager Severn Trent Environmental Services Company . . . - - - I . . 6 - ' . - - vices Date July 28, 2003 3Lk1� :313r r; :TS PECEP71CINIST N�).B�•o r. �1 = '9 312 580 _. __ 2 p.2 TAXLCOLLU310N/DEBARMENT AFFIDAVIT • State of t L.' S YUf# rrq s�Js. County of fl1f)L)I-6 e/r'�Ear /4rc'ers.�c' 7F�- GY4zi4'+o ,being first duly sworn,deposes and says: That s/he is /'/tD-f"?./...441 of the firm of the party making the foregoing bid and that the bidder Is not barred from contracting with any unit or local J. government as a result of a violation of 720 Illinois Compiled Statutes,Section 5/33E-3 or 5133E-4, as amended: and,no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place: and,bidder is not delinquent in the payment of any tax administered by the Ilinois Department of Revenue unless there is a pending proceeding contesting the tax. Signature of Bidder,if an Individual: Signature of Bidder. If a partnership: Subscribed and svisa to b re me this aY day of �'` ,200; ,L„,;&.....„ Signature or Bidder,rt a corp• aeon! My ••mmission expires: • P sidcnt Notarial Seal �...'...: :Aron,Notary Public u tom. D Upper goblin Twp»Montgomery County • O• My Commission Expires July 13,2004 • 4155X Secretary Member,PemsyvaniaAs'ociationotNotaries • Notarial Seal Kathleen M.Heron,Notary Public Upper Dublin Top,Montgomery Co My Commission Expires July 13.2004 unty Mr mber,Pennsyive nia M4octason or Notaries I ' L PART B CITY OF ELGIN FEE FOR WATER SYSTEM LEAK DETECTION SERVICES Severn Trent Pipeline Services July 29, 2003 • PITOMETER WATER SERVICES GROUP • SEVERN TRENT Pipeline Services SERVICES July 28, 2003 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, Illinois 60120 SUBJECT: Price Proposal For Engineering Services For City Of Elgin Water System Leak Detection Services, Part B Dear Ms. Cohen: To perform the City of Elgin Water System Leak Detection Services, the lump sum fee, which includes mobilization costs, a leak detection crew, vehicles, all necessary tools, and five copies of the final report, will be THIRTY-FIVE THOUSAND FIVE HUNDRED TWENTY-SIX DOLLARS ($35,526.00). Payment to Severn Trent Pipeline Services will be monthly, based on the amount of work completed and submitted to the City on a certified invoice. We appreciate the opportunity to submit this price proposal and look forward to continuing our professional relationship with the City of Elgin. Respectfully submitted, SEVERN TRENT PIPELINE SERVICES PITOMETER WATER SERVICES GROU- Steven J. Huggins Project Manager Severn Trent Services•Suite 1530,20 N.Wacker Drive•Chicago,IL 60606•Tel 312 236 5655 A Dart of Severn Trent Plc Fax 312 580 2691 •www.severntrentservices.com SEVERN TRENT srv�s SERVICES August 6, 2003 Ms. Gail Cohen Purchasing Director City of Elgin 150 Dexter Court Elgin, Illinois 60120 SUBJECT: Negotiated Price Proposal For Engineering Services For City Of Elgin Water System Leak Detection Services Dear Ms. Cohen: To perform the City of Elgin Water System Leak Detection Services, the negotiated lump sum fee, which includes mobilization costs, a leak detection crew, vehicles, all necessary tools, and five copies of the final-report, will be THIRTY-FOUR THOUSAND FIVE HUNDRED DOLLARS ($34,500.00). Payment to Severn Trent Pipeline Services (STPS) will be monthly, based on the amount of work completed and submitted to the City on a certified invoice. As discussed with Mr. Peter Bityou, STPS accepts the language of the contract agreement. We appreciate the opportunity to submit this negotiated price proposal and look forward to continuing our professional relationship with the City of Elgin. Respectfully submitted, SEVERN TRENT PIPELINE SERVICES PITOMETER WATER SERVICES GROU- 8- 12/1 --D Steven J. Huggins Project Manager SJH:wc cc. Mr Peter Bityou, Water Operations Engineer Severn Trent Services•Suite 1530,20 N.Wacker Drive•Chicago,IL 60606•Tel 312 236 5655 A part of Severn Trent Pk Fax 312 580 2691•www.severntrentservices.com . f ,`v OF EtC Agenda Item No. 5-71is City of Elgin f l�r+r�uF�a" , . 1�� August 22, 2003 G JP. N p0, FINANOALLY STABLE CITYGONERNMENT TO: Mayor and Members of the City Council , EFFIC IFNT SERVICE S, AND OUALRY INFRASTRUCTURE FROM: David M. Dorgan, City Manager Gail Cohen, Purchasing Directo SUBJECT: RFP #03-084 , Water System Leak Detection Services PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to award a contract for water system leak detection services to Severn Trent . BACKGROUND The loss of water through system leakage has always been of concern to the Water Department . A Request for Proposals for a water leak detection survey was drafted and sent to ten firms . An advertisement was placed in the July 8, 2003 "Courier News" , and four proposals were received on July 29, 2003 . The technical proposals were reviewed by members of the Water and Purchasing Departments and evaluated on the following criteria; knowledge and experience, past performance record, scope of services, staffing/work load, technical approach, familiarity with local conditions, and ability to meet the schedule. Severn Trent and ME Simpson were tied for the highest ranking. The cost proposals were then opened and Severn Trent was lower priced and is therefore recommended for a contract award. Severn Trent has satisfactorily provided leak detection services for the City in the past under the name "Pitometer. " GROUPS/INTERESTED PERSONS CONTACTED None. rik Water System Leak Detection Services August 22, 2003 Page 2 iA+• CIAL IMPACT ‘k&" There are sufficient funds available in account number 401-4002- 771 . 30-03 (budget $291, 100, available $146, 421) , Water Operating Fund, Architects and Engineers, to enter into a $34, 500 contract with Severn Trent . � LEGAL IMPACT None. ALTERNATIVES 1 . Award the contract to Severn Trent as recommended. 2 . Award the contract to ME Simpson, who was tied with Severn Trent for the highest ranking, but for a cost of $64, 850 . RECOMMENDATION It is recommended that the City Council approve the award of a contract for leak detection services to Severn Trent in the amount of $34, 500 . Respectfully submitted for Council consideration. GAC/LED Attachments few '') -1 ''''') TOTAL SCORES SHEET City of Elgin Water Distribution System Leak Detection Services July 30, 2003 FIRM NAME Evaluators Gail Cohen Peter Bityou Tom McCoy Randy Waterman Simpson Co., Inc. 90 88 61 51 Earth Tech 80 73 36 74 Severn Trent 79 77 70 76 Utility Services Associates 50 76 29 46 QUALIFICATIONS RATINGS City of Elgin Water Distribution System Leak Detection Services July 30, 2003 FIRM NAME Evaluators Total Gail Cohen Peter Bityou Tom McCoy Randy Waterman Scores Simpson Co., Inc. 4 4 3 2 13 , Earth Tech 3 1 2 3 9 Severn Trent 2 3 4 4 13 Utility Services Associates 1 2 1 1 5 Notes: Assign Scores based on the following formula: 4 - First, 3- Second, 2 -Third, 1 - Fourth a") LEAK DETECTION SERVICES TABULATION OF BIDS CITY OF ELGIN Severn Trent Services Earth Tech Utility Services Associates M.E.Simpson 20 N Wacker Drive 1020 North Broadway 10013 MLK Jr.Way South 3406 Enterprise Ave Invitation No: 03-084 Chicago IL 60606 Milwaukee WI 53202 Seattle WA 98178 Valparaiso IN 46384 Date of Opening:7/29/03 Department: Water Description Amount Amount Amount Amount Lump sum for leak detection services $34,500 $34,762.00 $64,744.42 $66,850.00